Loading...
HomeMy WebLinkAboutContract #: 019452 - From: 12-31-2013 To: - Vareika Construction, Inc - Town of North AndoverTOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilh Assistant Town Manager Attorney Carol McGravey Urbelis & Fieldsteel, LLP 155 Federal Street Boston, MA 02110 Dear Ms. McGravey: NORTH Of tt�eu � 1� ybt O p x SSACNUSE December 4, 2012 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find for your review and approval three (3) original contracts, with accompanying documentation, between the Town of North Andover and Vareika Construction, Inc for window replacement at the Stevens Estate per -the Project Manual and Specifications issued on October 17, 2012. The prevailing wage report is not attached to the contracts being sent to you due to it being quite large. It will be attached to each contract document prior to final execution. Thank you in advance for your attention to this matter. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures Santilli, Ray From: Santilli, Ray Sent: Tuesday, November 20, 2012 3:52 PM To: Brown, Gerald; Leathe, Brian; Deems, Maura Cc: Bellavance, Curt Subject: Waiving of Building Permit Fee At their meeting last night, the Board of Selectmen voted to waive the building permit fee for the two projects at the Stevens Estate: Patriot Restoration (masonry repair project) and Vareika Construction (window replacement project). If you have any questions, please call me. Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Phone 978.688.9516 Fax 978.688.9556 Email rsantilli@townofnorthandover.com Web www.townofnorthandover.com TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Michael Vareika, President Vareika Construction, Inc 219 Walnut Street, Suite B West Bridgewater, MA 02379 Dear Mr. Vareika: November 6, 2012 TEL (978) 688-9516 FAX (978) 688-9556 The Town of North Andover has decided to award a contract to Vareika Construction, Inc for the Stevens Estate Window Replacement project per the Project Manual and Specifications issued on October 17, 2012. Enclosed please find three (3) original standard Town of North Andover contracts for appropriate review and signature. Please return the signed contract documents and all required accompanying paperwork to my attention as soon as possible. Please ensure that all insurance certificates list the Town of North Andover as an "additional insured". In accordance with Massachusetts General Laws, you are required to provide a 100% payment bond and a 100% performance bond on the Town's forms that are enclosed. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures TOWN OF NORTH ANDOVER CONTRACT CONTRACT # DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Vareika Construction, Inc Address: 219 Walnut Street, Suite B West Bridgewater, MA 02379 Telephone Number: 508-583-3999 Fax Number: 508-583-6888 1. This is a Contract for the procurement of the following: Stevens Estate window replacement per the Project Manual and Specifications issued on October 17, 2012 2. The Contract price to be paid to the Contractor by the Town of North Andover is: $213,700 3. Payment will be made as follows: Per the completion of work and receipt of invoice, net 30 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. (Rev 5-2007) Contract by and between Town of North Andover and Vareika Construction, Inc Page 1 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 Subcontractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before December 31, 2013, unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. (Rev 5-2007) Contract by and between Town of North Andover and Vareika Construction, Inc Page 2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Window Replacement, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered 1 C. The proposed contract price is: ,o A"Af A 91 W)JOVS A A S5 fA_ 00 Idolllars ($ .04 .3 ro E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws ny rule or regulation promulgated thereunder. /1- -'• ia. Date e of General Signature and Title of Persor;Signing Bid 1 "LA 07 Business Address IDER' k(bo'k-111-6- City and State FORM OF GENERAL BID - 1 Stevens Estate Window Replacement North Andover, MA GENERAL BIDDER'S CHECKLIST: " Addenda Recognized Bid Deposit Certificate of Corporate Bidder DCAM Eligibility Update Statement Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Kang Associates, Inc. October 17, 2012 Stevens Estate Window Replacement North Andover, MA CERTIFICATE OF CORPORATE BIDDER t Kang Associates, Inc. October 17, 2012 certify that I am the qpct �A-r-q, of the corporation named as Bidder in the Bid Form, and that !Mi ��-} �Z-� �-� IV -u- - who signed the Bid Form on behalf of the Bidder was then the f tkr of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal Secretary -Clerk Date CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and with ut collusion or fraud with any other person. As used in this certification, the word "person" sh 11 mean natural person, business, partnership, corporation, committee, union, club or other orga ization, entity, or group of individuals. Signatu Date11—S-4 /.I— Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chater 62C of the Massachusetts General Laws, Section 49A ( �L , authorized signatory for ILI 11LA1 /t s/ C Name of individual Name of contractor ' do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safe and health course lasting at least ten (10) hours. Date l _,�— LAH1145O"liwal 6,0 TO C- . Print Name & Title Company Name ACORDM CERTIFICATE OF LIABILITY INSURANCE FDATE(MMIDDIYYYY) 11/15/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES' BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER E. J. Wells Insurance Agency, Inc. Regency Park 238 Littleton Road Westford, MA 01886 CONTACT NAME: ?�C"N Ell: (978)392-4567 A/C No: (978)392-9696 E-MAIL ADDRESS: PRODUCER CUSTOMER ID : INSURER(S) AFFORDING COVERAGE NAIC# INSURED Vareika Construction Inc. 219 Walnut Street Suite B W. Bridgewater, MA 02379 INSURER A: Union Insurance (Acadia Group) INSURER B: Acadia Insurance INSURER C: INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 12-13 Std REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS GENERAL LIABILITY CPA 0092564-1 06/20/2012 06/20/2013 EACH OCCURRENCE $ 1, 000, OOLI X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 250,004 MED EXP (Any one person) $ 5, 00 PERSONAL & ADV INJURY $ 1,000,001 A GENERAL AGGREGATE $ 2#000100( GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,00( POLICYFX PRO LOC JECT $ AUTOMOBILE LIABILITY ANY AUTO MAA 0092568-1 06/20/2012 06/20/2013 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,006 BODILY INJURY (Per person) $ B X X ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X NON -OWNED AUTOS $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10, 000, 00ir B EXCESS LIAR CLAIMS -MADE CUA0121032-1 06/20/2012 06/20/2013 AGGREGATE $ 10, 000, 00 DEDUCTIBLE $ $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? f—I (Mandatory in NH) N / A WCA 0112029-1 06/20/2012 06/20/2013 X TWCS ORY LIMITS ER E.L. EACH ACCIDENT $ 50010016 E.L. DISEASE - EA EMPLOYE $ 500100C If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,006 A tore Materials CPPOO92564-1 06/20/2012 06/20/2013 $200,000 any one job site $200,000 temp off premises DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES( ttach ACORD 101, Additional Remarks Schedule, if more space is required) 11512 Stevens Estate Window Replacement. The Town of North Andover is listed as additional insured with respect to General Liability here required by written contract. CERTIFICATE HOLDER CANCELLATION Town of North Andover 120 Main Street North Andover , MA 01845 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 6�---(I Paul ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD PERFORMANCE BOND Bond No. 08BCSGIO588 KNOW ALL MEN BY TBESE PRESENTS, that we Vareika Construction, Inc. with a place of business at 219 Walnut St. W. Bridgewater, MA 02379 , as Principal (the "Principal!% and Hartford Fire Insurance Company , a corporation quali5ed to do business in the Commonwealth of Massachusetts, with a place of business at One Hartford Plaza Hartford, CT 06155 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover as Obligee (the Two Hundred Thirteen Thousand Seven Hundred and 00/100 "Obligee', in the sum of 3 lawful money ofthe United States of America, to tie? paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed•and made-a-emtrsdt with dw Obligeo, bearing the date of for the Construction of Stevens Estate Window Replacement NOW TBE CONDITIONS of this obligation are such that ifthe Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants, agreemen% terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undue, covenants, agreements, tams and conditions of any and all duly authorized modifications, alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by the Principal, or is terminated by the Town of North Andover MASSACHUSETTS under the applicable provisions ofthe Contract, the Surety hereby further agrees that the Surety sbA if requested in writing by the Town of North Andover promptly take such action as is necessary to complete said Coact in accordance with its terms and conditions. 08BCSGI0588 IN WITNESS 'WHEREOF, the Principal and Surety halve hereto set fti r hands and seals thiQ� day of N60t"tf— 2012 PRINCIPAL SURETY HartforlFire- rance Company o cDo Id, Attorney -in -Fact J , cDonal urance Agency, Inc ?0 irpn Hill Street P.O. Box 890299 East Weymoutn, MA 02189781-682-9999 A END OF PERFORMANCE BOND Direct Inquiries/Claims to: POWER OF ATTORNEY THE HARTFORD T-4 '`� " Scott E. Paseka One HBOND, artford Plaza CERTIFICATE My Commission Expires October 31, 2012 Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 08-087789 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited. Joseph F. McDonald, Nathan J. Cadone of East Weymouth, MA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. N �w $ ; 161!4,.^ ■ iaar-9{�`,r '"� M1E • 7°=_ nam ���+,� r.r •�'� � P�errrr,tv�; ` /•a1Afl► :n:s: 1979Je: ;" r979 � • .? I97 f �r<.:,,, ,i �MraiN jIp "�'AY�� • ;`•�.�•'i u�o,5 ' '\e•ru•' ��i{�i�.. Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Assistant Vice President On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 4t fi. A� ) '`� " Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 2012. Signed and sealed at the City of Hartford. ly I/ /fir 1 E)o `r� ,���+>�4� �r :�s •4: . �µ � Vii•� c` "�1Ar�%� •7947�►Dr�: 3'•o�•'crr�o,� ��'•5 �'.� t - Gary W. Stumper, Assistant Vice President EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. �( `_ Vareika Construction, Inc. Bid Date Print Name of Prime/General Contractor e_u,fA�, &4� 219 Walnut Street Ste B West Bridgewater, MA 02379 Project Number (or Business Address name if no number) 508-583-3999 Awarding Authority Telephone Number _41 SIGNATURE* Bidder's Authorized Rep —9 n...,,.. KA--.,,.,,.., # Paae 1 of 10 DEVAL L. PATRICK GOVERNOR The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE TIMOTHY P. MURRAY CAROLE CORNELISON LIEUTENANT GOVERNOR COMMISSIONER Second Amended and Restated Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 0724 This Amended and Restated Certificate Shall be Used for Submitting Prime/General Bids Only The prior Certificate of Contractor Eligibility with an Approval Date of 5/17/2012 is hereby superseded, amended and restated by this Certificate with changes to the information contained in the following Section(s): 4, 6 1. CERTIFICATION PERIOD: This Certificate is valid from 5/17/2012 to 5/17/2013 2. CONTRACTOR'S NAME: Vareika Construction, Inc. 3. CONTRACTOR'S ADDRESS: 219 Walnut Street, Suite B, West Bridgewater, MA 02379 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, Chapter 149A and Chapter 25A in the following checked Categories of Work: [] Alarm Systems Elevators v Historical Masonry F] Painting Asbestos Removal [] Energy Management Systems [] Historical Painting ❑ Plumbing Deleading Jj Exterior Siding Historical Roofing ❑ Pumping Stations [] Demolition Fire Protection Sprinkler Systems HVAC L` Roofing Doors & Windows Floor Covering Masonry n Sewage &Water Treatment Plants Electrical WJJ General Building Construction [] Mechanical Systems r] Telecommunication Systems Electronic Security Systems �I Historical Building Restoration rJ Modular Construction/Prefab ❑Waterproofing S. EVALUATIONS: Number of Projects Evaluated: 49 Average Project Evaluation Rating: 96 Number of Projects Below Passing Score: 0 6. PROJECT LIMITS: Single Project Limit (SPL): $10,045,000.00 Aggregate Work Limit (AWL): $39,914,000.00 General Building Construction Limit: $10,045,000.00 7. SUPPLIER IVERSITY OFFICE TIFICATI N: N/A reya S. Bernstein, Deputy General Counsel, Approval Date for Carole J. Cornelison, Commissioner NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials_ BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Vareika Construction, Inc. 219 Walnut St. W. Bridgewater, MA 02379 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company Hartford Plaza Hartford, CT 06115 a corporation duly organized under the laws of the State of CONNECTICUT as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover, 120 Main Street, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of FIVE (5) PERCENT OF THE ATTACHED BID IN — Dollars ($ for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Project No: Stevens Estate Window Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and seal d this 31St day of October 2012 Vareika Construction Inc. V�/ AL*u (Principal) (Seal) (Witness) � (Witness) Na an J. Carlo ,Attorney -in -Fact This form must be complete and submitted with your bid. Failure to do so will disqualify your offer. (Title) Hartford Fire Insurance Company (Surety) NOTE i Direct Inquiries/Claims to: POWER OF ATTORNEY THEE BOAND,RT-4 e Hartford Plaza Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 08-087789 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut. Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Joseph F. McDonald, Nathan J. Carlone of East Weymouth, MA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. NIYry„ ��yYtt+rW �nsr+ea+,r �, r x��^t!� •y � w,� ��''�"� 4�>� �� �?��ca.et•arreii a �Q�r 'i9� �`!j�get.�.�s al �arlOR1 `a �•r � >% i 1967 .^ E • '�SM1_�K. • e:� ! Arµi * 1; o c K ' anrrnrv�, ` �•attM� q.,r t a 7 S ec F� 7 4 2 19 99 t �:»:� 'bexR• IFY>.♦ • :'irgot5• Hnr�• i.rCaiva�. Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD Y M. Ross Fisher, Assistant Vice President On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. ��� — . . Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 31, 2012. Signed and sealed at the City of Hartford. o�ty��Tlt• .I►.t� w.• +` �Wh:a•�°asrr f�'I'^�ti.e�arir�.,• �;` +`''fi�stem` y'•�,..il. 04 roA � i nco;b9•bA ' 1. 44'4`,'••arh 9T91 oY s9• }"•,y''iu}pts• �4n1Y.'�.'. w -ti Gary W. Stumper, Assistant Vice President LL 0 �- 0Q� WUZ Q 0 0�0 ui �U� O UVW Z0� J � W CO 00 WZ0 JWi LLJ OQof IL X00 QWZ AZO W - L ~ Q W 000 co?Z W 0 � H 0 U) W ILLLI} J ZZW nWJ J J u cc Lu W ~ 0 F - Q � 0 uj005 s JQWj( av00E OOMZ}c U=0}i a.—F- J Q J � J ' QUpp, ��-aLD- T) a- _3( a.JQWI Q LU LU w �. J Q O N O N 00 N o N O N O N r O N T- O N r O N a Q r O 0) N N r (D 0000 O U w ~Q r r r r O O N O N O N O N O N O N O N O N O N Q O) I` O 00 r 00 l O F- - w. U W 0 0 O O 0 0 0 0 0 a. 0 0 0 0 0 0 0 0 0 0 O 0 0N00 0 L00 Q M M r 00Lf) mtC) .Cr00 P' d 1� d1 LO 00 0) 0) (r) OD M L M r . V- r- vi Z., Z 0.:< U.. mc y m m C C L o 00 O U O UNO Y O U ° om Uo 0 0 ��0// 0) 1..1.. / fl V LLLL' (a (O L U m O w m •� m m C c m C c C C 7 f0 U •• ro O U OC y 0) 0) O U 0 U 0 U 0 N O m 'a 0) 2 c = m c7 a (D d n0 Q o 0 Z O . 0 rn m V M QN N o Q 2 c _ o > cv `- U d m D w o 0) a? Q, 0 o 3 - i- rV+ O 7 N Y m L 0 U N 2 r.+ V/ c _ VE/ LL L m U E rn LLJ0 O i0 0 ) _ (0 CLco U 0 0 0 O M s m a� U 4T w LL O �- OQ� o ww U Z Q [L- O w w r r r r J EL O N o r r w F- O I=- U C U U W Z_ U w J0 0 0 O I Lu I-- O M O 040 � (fl 00 wz0 H' J w > 2 Lu u). 0WIL � U O F- w V <oz LLI o O c6 0 0 0 = Z U 0 ti Co MQ a)-w. O r mo o Tw ti u- ~Q Z' v 64 oo 04 W ly O 0 0 0 ,' wzz Q Q O z c C C LLI �� E- Y O y E U Co C o (A (A � ocnw ow o z -o m o J5 3: I 2 a—a U o -CL co o m N O U aci c U = Z O Q w J N J ��..jwQ V rn F- w Q 2 Q O > w a a. Q' O M N IL D Q N W � 0 -� _ o Z cr aU0 �- " m a E ro LL � J >- m Cm 3 U)Q n O} J W N Z c m 1 a~ N Q J Q U L O p O O J Q F" Q J m D N O a.OQ N M Q�a.JU a�Qw0 cv 0 w 0 Ir CD rn m CL 0 0 N O M U f6 N U w W N O O O Oi '- O O B O O 00 M Cb O V CO �? co � W 2 rn r M M 0 � co cI a� c� 'I m MI v N 0 ° JLo 0 0) 00 00 Lo Lo 0b 00 � � � � 00 M 00 O ` Z W `r oo m `? o 0 0 0 o O r co a °° `nn- 1- L 0 0 � Co C O �-m � o U) Lo m� �o o a) o ro W r Lo `- c C W0 o ro_ U)a > c rn cn F- cn a) W -roa cu M C 0 3 E 0 a O c tY O m LLIm ° L m Oo0 �- Z c -Z cZs> J O °m 3� 3� NE 32 c c U)_ W a ca (D U L.- 0 m to cn ro N O co c m m co m m c m E m Lu .2: N c c E> Y a) > �z "" c c (=j U• a °� n ca -mi U m U m �n > °� M >,® >.®ro m Q Ej w m m� �> c C �x Q H C� > w a) > a) o cn O m° m° O O o U 7 m° C7 o o °ac aa) s- n ro Z ocEYS? O C C U C cn 0 U 2 4- i— _ CUro o Q �a)L >O U N c .-CN ro�` O p a) Q° 0 c Q U CI. O Q cmX- a Z Q c c c o c Q� �Q ami _-p u) d p c O m acm U)Ui c c p c° O C s c (D c m c N c m c p c "= p'cn- (D o m N m m •- U O — O y O O U `J N V U V c a V Z W m o 2 ° 2 to 3 2 o m O Q 23 m O 2 E .N a) `a W C E ,� E �, w.. n c �, cn 2 Nv E cn >->_'o R W Z° m o c ro o Q o� Q o m >. o v c(o o m m o c o z U° z U 3 U E Z UL M U 3 m n n a LL } U o U o m 0 m a) ro ro w m o� Cc W m Y F- Y m �c z w Y d w Y Q � x O rn o L C Zm t - w w w w �, w �, w �, w a, ° ro o a- .- Q z �' Z �' � Z �' z ro z W z cu W z M B O E a C7 a5 w� I^ ro w ,^ m w O m w C� w o C� (7 ° ^vn (D •- Z L z V > w V > z > > Z > Z > Z > -C m W .i.. L O� w v� w v w v w v w v w v� w v ��NN�n O U O wo 0 0 0 C� O D (7 O O CD O D CD O [� CD O H O Q E (i (D W 'v O W a) > rn >' > °- °) } LL � J cmNO a_ U a��i 1 .°0 cc 0 a) C WQ I- Q m ° Q s Q > o c Q omc -Cac Ea)°E C cU 0) ao i 00 W O O N D O U L a) n s E C O O OW OY _ m can) m in m` ti o = a �>,C m U C ro L 1 �w U 5 00 E �' ° m a°C O 0 (n O �+ c a) E >°, 'I U N U Q U 0 0 0 N c W cm E U) cca a N U U) Qc o U a. m m o o c� o m V) oa 0 LLIW J CL O Q W O LL Z O ryG O LL Z W Z W W LL W w Z rn NN N 0) ao rn OU) M 0) O C,.) 0) Lo O C) M co 07 LO M (O C2 G) co M M M O G) G) ' r I Lo r' M , r � I -I i` 0) M, M Cp N m 1 4 C0 co N 00 CL M M N M M 00 N co 00 Cn W J d Ch M co I C N I ' Lo (? co(D I Cb 0 I 00 � CO � O 00 00 O WL? CI) co 0 I I 00 co ['- CO 0 O U) O LON U) U) 00 O CO ~ C O LO I` un � Z O O M Y CU p C a O N U N ca LLJ C0/1 la `m E o L c o° Y a) cc V Y 0. o° > ro m m U m > z m F V Rf -i m C CU C U c Rf f/1 N (D m C c N �- �• L —Oj N c = -0 O N > ), w N O O m p m U m Y -� m W m m m < ti Z U c O N c0 2 O A < N N Cn CA �' ro .O < O r- ?+ �+ t0 a) =3< O CA Cl) O IM a) _o p C N (3 cn C Li C 0) = C CT O C C C m N Q C =3— O C= O _- to _ C c_ to Cll C C C to Cn N — C O L O= 'a t 0O O a 0 0 O 0 O O O z O Lu X +� 0 Cd + > -0 V U_ U V O=3 to U N w Oto `o" N a) a AQ c C C6 LC > VN ' *C" 3 O z U 3 O U 3 Cd m O U ° m O U wZ m� O O U- d' CU -o O U Q~ w� W Z w �Z W- W Y LL w 10� Z " �' Z �' Z `- L Z `) L Z � �' Z CL W UFn > > Z FnFn � Z> C5 > Z U> Z UM Z W U> Z> W U�: W U> W W U W U 00 o (9 O p O O p (D O p CD O p cD O p 0 c p J < Z c m C =3 _ < E N 2 Cri _ m N < ~ 3 i a) o L a a > c- ca m �- 2 aci °� cd O L0 +�_. a a)W > a Oo � p � If m3 c Q 0 ° p c m L> N z Q O L n- N a O p U N N C N L O ^ Q) CL O O Y L C N C O V \� _ L > C O N .0 0) Cn O U n N a cu U C N N M � O C E OL U O c= Y C 3: O N O Mo 00 -CZ-CZ (D> O❑ j❑ N N CW2cn O co =W >W N CL (Q C C E O O Rf U Q. C N L � RS RS O U) T C E N 0 U N 2 OL 10 �- L O > O L O >+ T O N U.-- LO. CO C= Q O OvO- 3L c U) LD N O O O C C N Z O .- (n Rf m C a) = Rf Q.0 E .N m N Q c.O >'�O R �i Rf -O N CSA R oz R1 `�• O L N O CT C O E CA �' Q M N CO C Rf+r O .�. N CA U) N 4 >_ � 0.0- o U) m fn N CL r- >+ > n 0) } G C 0' O < m a) O.a CO Ci O C OU(L) N i RsEa)rcc E"0 m� o O c>ri's L U C M t•t >'o o''+ 6 Q U `-- 0 .2 "6 N E •� E o� W 0 Z U) Q LL_ cr D O W UZ W2 02 �0 a. U ZY O� Q 03 _, Z� O� ULL 2 ZLL 1 m C Zu O Z? 0 G U)ZLL H Q c 0(.D(/ �Zu Opo Vm< W u W>LJ 0 3: E F JCL �� t— Z G LU �U m U=F N J c a F- c a. -j � �LL.fW- �--� N0W5 'o 0 p 0) LO 0 0 C O O 00 O 0 2 0) QW0- i �o E 0 rn 0) O 0 -�- ZQO�: ' �° CD cO m m E 00 •3 � O co L op 0 Ua Ce) U Q Z U v r- U a cn O CL CD c - > 0 CL W a $ 0 . N N C N (0 N (0 aCo N EU) m o 0 E mm U- Z c a N C U a) o mca o 0 0 0 Y �Q (n Q� o t U 0 E ' Oofz03 C ca N U m • • o0 c (7 0p O N co •> c oo o.- 6 OwQ�c z>-W� 000F--� cpo 0 0 0 0 o ti DYdX o °' rn rn Qagu, o (D 0 EA 0 W W 0 J o o o 0 \ 0 c (0 I za o 00 LO t o rn rn U j ~ o 0 0 0 0 Qw cr_ U_ u*i u1 00 M 0 O 0 O 0 M M Oa N c N 00 U cli 64 » 6R. � J O z 0) rn N (n Cl) 0W s cl`- W _ CO 0O M� W 0 Q N N N N `— NN 0 N N 0 N N O N p N O N (n zQ Q ` 00 M M MU) '2 C: O c m m_� c o i ` YQ �U m v y m 6 0 c y � 21 J N O W 0 ° O (D ca CL ca d (n c L¢ U U 0 U c� o U a 7 w_ N C Q U O Q — (0 N m U) F- O F- C�p o (U rn O E U)E m ' �- H F- Q UU U Q m m C9 c a 0 2 L m LL >, a) m s w +- c a) m 3 m C -w'3 J U Z 0 n U w z 3 o m m +• O M ;O D 7 a c E ° (j m D a = U- U � o cn 0 L LO C N a.. 0 2 .n E c a) O 0 (0 > a m m E •3 � O O L op N Ua Ce) I OC U a cn O CL CD A) a) ro > 0 CL W a $ 0 . N N C N (0 N (0 aCo N EU) m o 0 E mm >+ 0 C14 c a N C U a) o mca o 0 0 0 Y �Q (n Q� o t U 0 E ' o. C ca N U m • • o0 c (7 0p O N co •> c 7 O U LU z Q 2 LL U_ D 0 >- D U w UZ w 2 Og 0 �Y O� �0 co F - Z � 0 uJ U= O� Z w J m0 Z W 0= D QLLO Z (1) 0 J Z) w m Q wW LU CL Q D U) Q m0 D CL U J J Q I— Z w Q IU rn c O 4•- $ o a� 1 U) o L c E Y o O. m c U az 0 (U 3 � M LLIm U) 0 ° O � a�U N N (o z 0 _ acm_1 N U Q " N C r O A v, W o ° a)< >, N V / o cmw m oN Q N E z , C:z • Q F C O U 0 0 0 co r �o 0) U W C N E a) a� U) E (D Q N C a w Z) � U ym ¢ C O =0 CL cu U� O N c(D o AE o n. o WouC.,-,00 0 0 0 .yoap J W�C� U O 0 o O O N 0+~ O3: NLo zs b3 00 QRZ 0- V LLU)Z �('� OQz °c 3 00 0 Ow¢ z> - N D w �- w LLcD 0 00 0 00E-_ 0 0 0 0 w Z w V 0 O O O o ( ` �Y_j o J Lf) N Lo Lo ti OD >00 1 �y�Uv � w ~O J o o o CO z(L 0 00 0 0 0,0 V0 0 0 O 0 Q wU 0 0 0 0 Lo �_w O0. N 000 U 69- d4 _j Z) o ZWW� O = u, N } 0 En >- aNi U >, U) Z ~ Z U) N N N N N 0 N 04 (Y) ¢ W F- O N Q N O N O N 0 N 0 N 0 N 0 �. Z 0 (o 00N 0) c C7 o N m c '' Yrn (� 4 m N � :3co m � - C OA "d C c U N O> w � (D (D Vl O 0) c N m O Ci m to 00 Q U U U O U 0 ly U U 06 N c � —°o ¢ w o ¢ ro ¢ U ¢ AZO w o a L U a) (n ~ OC N C Y 0 N U O ca o m E °' (n m LL Z LL ccm rn c O 4•- $ o a� 1 U) o L c E Y o O. m c U az 0 (U 3 � M LLIm U) 0 ° O � a�U N N (o z 0 _ acm_1 N U Q " N C r O A v, W o ° a)< >, N V / o cmw m oN Q N E z , C:z • Q F C O U 0 0 0 co r �o 0) U W C N E a) a� U) E (D Q N C a w Z) � U ym ¢ C O =0 CL cu U� O N c(D o AE o n. t- 0 O m m m a O O N uJ r o O N O U o v O O Mll-Momm O O rn rn M rn O t� o Z — CY) LO 0 O lT c) r o N c) o M M N C7 p O M 0 NO O M C' � i i N to M M i i nj O r Q M p •cr M C) ; P') co t U � O 0) 00 O O L? U) r V In i d N CO to to � i M 00 i ' CD to i LM N , i i c i N o cCY) i 00 O N � i L(C O - W 00 r- co O 00 CO O O CO 00 O o O r p 00 O 00�00 p >+ Z o -o (o Lr) o O to o Lb (� LDJ a 0- 0 W �— ® ° U w �- c o U) 2) N J � � i- a c W E O o ry > m W Z c O Z Z (D U = °� a a = ai -C r F— O W J m m 0) cuu c c o a Q ._ t W O c N ° 'c m Y n c Q cu 3 3 c o U coo � a 4- 'w 0. o Z w N v� O c o a LL o L F- c > N m> -� a m a (n ._ (n W.>_W 0 -Cc m = f— Q ca m U Z Q QO W O O CI. A U Qc •E m :3 Q O 0 °, c E LL O Z += '- N0 °mL O 0 a? L-a)o Q Q 6 � `U- > U -:t-- c C O Q U (,• L- E ._ Q °cm O U = c U U w c v - cn LO 0 o� LL -lZ . 0) c j c 0) +. U O c O O O E m = O " t0 cn NZ m Na LLJ o UJ a) -W E.m= U Q$ OL1O a) (n o ch 4- 0 (n -1.4 N >% ON N Zm.0 O tm O ! Ec O O LL O cZ E O c O ch c EO W 3w0 Q U 3 o U -� U v U U 3 Q U E U � Cc m W Z z W Y z t- Y U Y m co 'a) F- Q w CL I w o O o `- LL W Q w� w �, Zm w a, Z w Z a� m W w Z W Z W z c`u s �°E0 aLZm � z> 9 lu Z UJ c`u z U� z> � Z U� Z N� Z m E c C C7 O>WU 5 W U W U > W U� W U W U� w U Z_ U O o CD O o CD O D C7 0 0 0 0 0 0 0 0 0 0 0 (7 � �°- _ 0-0 c ° m Cn c Q ; J< u) O r m O W I— o Q O Q 0 m a) in w° Q o .0 O O c LL Cl) W °� U W Q~ a� c -0 m c0 t 2 > N m a� N o N O a) ° c m Q M OC f. (n U °� C c m E >, a) c N - N E n C a) E r W W° Q o n Z O U c,�a m W a) w O a) u - O 0 >+ OOm c� O o U- a `U m >> z -� ci r- m m °�mQ 0w = X w m >.c ° E N 0Q U �� t- 0 O m m m a O O N O W O (0 a) rn m M O M L m a� U V LU c a) c m E� 0) ca c a m� 2- 0 O U N Q m C O U m m U ` w c 0 a) c CD .9 —a) a) M C oa .� W Z 0) rn rn Lo o o .r �i C C O= M O00 M rn N -O W =_L m I I Lf) L L 0 N N r— W 0 L 00 � 1 I I N o_ CL Lli 0 00 LO A� L Ai` W � Q 0 ^^''L L ca W L tB o > (A rn N N J U O O U m o O N L o 0 o. C O O LU ZO cOOOOQ Z �Z W _ El(B ❑ N J ui a) -� N o L U O �- >' _ W 0 3 W .? W o c (0 CO o �v = c ZC -, Co L � Q O� Q U E O N N N C W (, v a c O o c o r a CL V °,o0 Y caM � NO Z c O O L (6 f6 ~ �> RuU•O ° m� aco Co N p > (� O U ma 0 3:.— � O c U v c O 0 o C N L roo. LL Q Z c o 3 c -p o m v, cow coo_ cN_�a x to W o U m L (6 C ,, O co E . f4 L IleW Q a� O '� (0 C Z O W Z� C N C = v C> O 3c��°mv> p> v, — � o �j 3 o m o -C O O W Z F- Q m .x W N I- -c N o p C L fA U 3 .0 W CL W W Z L O > Z z W > 0 L -C q 0 - (D O> W U — > W U �NNNNO OO 3 Z_ U O 0 0 0 0 C7 >-C o� 0 3 'O N U) ?� 3 N M (A .00 C NSW -C W o p a N � > 0) (1) a) 0� OW I—w >—J Q > L- �c�:°��C o O LL �- O o 4- N N W Q c � U� o C � 3 c EN 0 C (d ac�� c6Y m /� (JJ W ..r Q C o N C L v.- N L �c6 c000(D m ���,c�> > 2 �j �� o Z a L :3 AD :3 OW ami L �,coE0,c >>% m w � 110 = U N U Q OU `=!t= !t=0 0- 0- O W O (0 a) rn m M O M L m a� U V LU c a) c m E� 0) ca c a m� 2- 0 O U N Q m C O U m m U ` w c 0 a) c CD .9 —a) a) M C oa PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. - YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ Li . any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? ❑ 2. Has your firm failed or refused either to perform or complete any of its work under any contract prior to substantial completion? Has your firm failed or refused to complete any punch list work under any contract? 3. 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankru tcy? 5. Has your surety taken over or been asked to complete any of your work under any 6. contract? Has a payment or performance bond been invoked against your current firm, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your 8. payment bond on any contract? Has any subcontractor filed a demand for direct payment with an awarding authority ❑ Z. fora public project on any of your contracts? ❑ ® 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ' lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of your projects9 11. Has any employee or other person suffered an injury in connection with any of your ® El projects resulting in their inability to return to work for a period in excess of one Division of Capital Asset Management. Page 7 of 10 ..__._ .. i i -A -+e Qfo+cmcnf Fffacfiva March 30. 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered; fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm ora principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? ❑ 2. Have any criminal proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property9 3. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? firm ❑ 4. Have any judicial or administrative proceedings involving your or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Uodate Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal El or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? ❑ b. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or - federal law regulating labor relations? ❑ 8. Have any proceedings by a municipal, state, or federal agency been brought, concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from ublic contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? for ❑ 10. Has your firm been fined by OSHA or any other state or federal agency violations of any laws or regulations related to occupational health or safety? Note this information may be obtained from OSHA's Web Site at www.osha.gov ❑ 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, workforce goals, or failure to file certified payrolls on any publicprojects? I, have El. 12. Other than previously reported in the above paragraphs of this Section any , administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? firm's ❑ 13. Are there any other issues that you are aware which may affect your responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Michael Vareika President/Owner Robert Vareika Project Manager/Safety Director Joe Silva Director of Field Operations/Project Manager Jack Winnett Senior Project Manager Barry Brown Project Manager/Senior Estimator Daniel Vareika Assistant Project Manager PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Michael Va:eika 12 Beatty Lane Scuth LaStOi , ��I,, 023?a EXPERIENCE: Vareika Construction, Inc. 219 Walnut Street West Bridgewater,lvlA 02379 Residential and commercial construction EDUCATION: Southeastern Regional Vocational Technical School Easton, MA LICENSES/ ACHIEVEMENTS: Massachusetts Construction Supervisor License Massachusetts Home Improvement Contractors License PERSONAL: Married, father of one, in excellent health INTERESTS: Assistant basketball and softball coach for town of Easton Boating, fishing, karate President Formed in 1986 Incorporated in 1994 Graduated 1983 Certificate in carpentry BOili'd 1)1* License: CS MICHAEL VARE-VA 12 BEATTY LN 5 EASTON, NIA 02375 Expiration: 811412013 Tr--: 20592 DEPARTMENT OF PUBLIC SAFETY Hoisting Engineer License Numbed HE 075323 E#iret: 0814/2013 Tr. no: 2421.0 Restricted: IC.28 MICHAEL VAREIkX' 12 BEATTY LN S EASTON, MA 02375 Commissioner OPERATOR'S CERTIFICATE Mike Vareika Has attended the operator Training Course covering Aerial Work Platforms models on this date: Gradalls lPresentedby: Domenic Coro Signed: 0 0.9 11.3 3 4 'Wr—mm of Labor '110nal salety and Health Administration Robe.t Varei<a 8a Bedtofd .,r=e. Lakevi''e,i,ra C" -7 EXIIERIENCE: Vareika Construction, Inc. 219 Walnut Street West B ridgewater, NIA 02379 Braintree Hospital Braintree, MA General Dynamics Quincy, MA EDUCATION: Stoughton High School, Stoughton; MA Blue'Hills Regional, Canton, MA LICENSES/ ACHIEVEMENTS: Journeyman Electrician, License# 32806E Construction Supervisor, License # CS076563 Vice President Estimator/Project Manager February 1999 -present Maintenance Supervisor/ Electrician 1980-1999 Painter/Foreman 1971-1979 1968-1971 1984-1987 Electrical courses studied 'iil.i�7V"US ': 8aiidin'; Gz��ia!io^s ar,::iSta�da:ds L% Bo3rd ci Ciut..tructiun $iiiut•�i�nr V .,,,r a' Licznsz: CS -076563' ROBERT G VAREIKA :, .. 86 BEDFORD STREET::':';`;'& .. LAKEVILLf rvu 02347 Ccmmis.sioner 1211812010 THS COmmON`,v EALT H Or IN, (:A.SSACHUSET I T DE-.ARTMDi-' o: LA30R �F T k� ti OF (�CCLPATIOiAL E �zti ILIO � i 14 19S o STS �r, BOSTON)MASSACHliScTTS 0_ DELEADER CONTRACTOR LICENSE VAREIKA CONSTRUCTION, INC. 219 WALNUT ST SUITE B WEST BRIDGEWATER MA 02379 LICENSE: DC001892 Corarol NO: EXPIRES: Friday, dune 22, 2012 3565 HIS LICENSE IS ISSUED By IN ACCORDANCE WITH M G.L. CH. 11 l; § 197B(b) AND 454 CMR 22.03, ABOVE FOR THE PURPOSE OF THE DEPARTMENT OF LABOR G INTO 0R NGAGNG N DO THE ELEAD NG WORK. ' ENTERING INTO . THIS LICENSE IS VALID FOR A PERIOD OF ONE YEAR. THIS LICENSE MUST BE MAINTAINED BY THE CONTRACTOR WHEN 2E AND 454 MR 2p0 FADING WORK IN ACCORDANCE WITH M.G.L. CH.1 l l § 197B( )( ;Fox HEATHM E. ROWS, ACTING CONIMISSIONER led on Recycled Paper Jose F. Suva 12 Fembroke Drive 1�,,rth, Dar—Ul,ou';, 1.,A1 02747 EXPERIENCE: Vareika Construction, Inc. 219 Walnut Street West Bridgewater, NIA 02379 Capeway Roofing Plumb House EDUCATION: New Bedford High School Roger Williams Bristol Community College Seminary Courses in Christian Studies LICENSES/ ACHIEVEMENTS: Massachusetts Construction Supervisor Massachusetts Hoisting Operator License Class 1B, 2B Sarnafil, Versico and Carlisle Certified Sunday School Teacher and Deacon at B.C.B.0 Married and father of three Languages Portuguese Estimator/Project Manapr July 1996 -present Foreman July 1991-1996 Foreman/ Material Coordinator July 1985-1990 Construction Management Course Construction Supervisor Course Massachusetts - Department of Public S,tt•ct% Board of Buildin- Regulations and Standards Construction Supervisor License License: CS 76559 JOSE F SILVA 12 PEMBROKE DRIVE N DARTMOUTH, MA 02747 Expiration:315IM13 Cunuuisxi„ner Tr#: 11643 l .i: rccr V I l; Hoisting Engineer License ha: a;;�.!�'ty w.^;,Jc'.:� i ;C -u: C'.:::;.al';,^1; :.�•'2 ;� �''.'1-s" .. Trrlrq .. Expires: 0310512012 Tr. no: 517413 t 7 Massachusetts - Department of Public S,tt•ct% Board of Buildin- Regulations and Standards Construction Supervisor License License: CS 76559 JOSE F SILVA 12 PEMBROKE DRIVE N DARTMOUTH, MA 02747 Expiration:315IM13 Cunuuisxi„ner Tr#: 11643 DEPARTMENT OF PUBLIC SAFETY 1• l; Hoisting Engineer License Number: HE 075336 .. Expires: 0310512012 Tr. no: 517413 t 7 .. Restricted: 1C,2B I' 3 JOSE SILVA 4 12 PEMBROKE DR -N DARTMOUTH, MA 02747 Commissioner EXPERIENCE: Vareika Construction, Inc. 219 Walnut Street West Bridgewater, NIA 02379 liarry N1. Brown J 35 Charmark Circle _'4.41 Chief Estimato r% Project ivlanager 2005 -present Bay State Contracting Company, Inc. Chief Estimator/ Project Manager 38 Washington Street 1994-2005 North Pembroke, MA 02358 Tob Description: Quality take -offs, cost estimating, project management, site surveying Wrencon Corporation 2527 Cranberry Highway Wareham, MA Chief Estimator 1986-1993 Tob DescriRtion: Estimating, project managing, field surveying of foundations and parking areas, drafting Central Ceiling Inc. Estimator 36 Norfolk Ave. 1984-1985 Acoustical ceiling and wall subcontractors Easton, MA job Description: Quality take -offs, cost estimating, project managing GTE Sylvania Needham Heights Needham, MA 1983 job Description: Assisted for office rearrangements including lay -out drawing and coordinating work with associated trades (2 terms college co-op) EDUCATION: Wentworth Institute of Technology Boston, MA PERSONAL: Date of Birth - May 1, 1962 Married with two children Health - excellent Degree in Bachelor of Science in Architectural Engineering 1980-1984 INTERESTS: tivities (camping, etc.), century reenactments, woodworking and other crafts Competitive sports, outdoor ac LICENSES HELD: Construction supervisor license CS#066423 - ?•I;n�:uhtf�c!;, - U��l;lrim�•I;r n. PuhGr �•U::t� � Bn•tr!I ui• 6ui�tlin'_ Rc'_!iLtrinn� ;nut `r.unlarll� — .z • COi�S`!'�CiiClS.UPa!`1l5,v License License: CS EE423 BARRY M BRVNN _ 35 CHARMARK CIRCLE MIDDLEBORO. MA 02346 Expiration: 5/112013 ('untmi:•imrr irk: 14475 OSHA 000561340 U.S. Oeparlmenl of Labor :.Occupational Safety and Health Administration UIC) WA :... has successfully completed a 10cur Occupational Safely and Health' '. Training Course in ; Construction Safety & HeaAh i (Painer) • , _._._................. ..... ......... _..�._... .. ....._...... i0 1. '. ........... .. John M.1/!i'innett 83 Thomas Street rvr:ddreborouN,(IA EXPERIENCE: Vareika Construction, Inc. 219 Walnut Street West Bridgewater, MA 02379 Lay State Contracting Company, Inc. 38 Washington Street North Pembroke, MA 02358 Canty Roofing and Sheet Metal, Inc. Fairhaven, MA Bay State Contracting Co., Inc. N. Pembroke, MA Morello Brothers Construction, Company Medford, MA, Gale Associates (formally Gale Engineering) Weymouth, MA Sarnafil, Inc. Canton, MA Stone and Webster Engineering Company Boston, MA EDUCATION: Bay State College, Middleborough, MA Northeastern University, Boston, MA Northeastern University, Boston, MA Blue Hill Technical Institute, Canton, MA Bay State Community College Canton High School, Canton, MA LICENSES: Massachusetts Construction Supervisor #056941 Massachusetts Hoisting License Class 1B, 2B Massachusetts Asbestos Supervisor #ASO41716 Massachusetts Notary Project Manager/Estimator April 1997 -present Project ivlanager/Estimator July 1994 -April 1997 Project Manager/ Estimator June 1993 -July 1994 Project Manager/ Estimator June 1990 -April 1993 Estimator 1986 -June 1990 Drafter and Field Technician 1984-1986 Technical Representative 1983-1984 Drafter 1982-1983 2003 Computer Courses 1992 Course study 1982-1984 Civil Engineering 1980-1982 Civil/ Structural Engineering 1976-1977 Liberal Arts 1972-1976 Cornmcrrvaa'th cf Massachusalts Cecartment c Laccnr Star,�ards ; q;�estos �uparviscr a, {h� �� Eff. Cate t ZU11, I E, o. Cate t ZU11 A3041716 memter l l� 111 �l� I II I. ll� l l�ll l l NBAENEYIA. OSHA 000365573 U.S. Department of Labor Occupational Safety and Heahh Administration 1Ofw 444ET-7 has successfully completed a jGNur Occupational Safety and Heahh Training Course in Construction & Daniell 1 Vattik a, B. A., 1)ar•.ic';\•'asci'.;a..cc��� 1�C(:tE ti>:onal Experience ll cstBricl;,rc:►s•;tter, ttilA Z'dreika Construction ?010-Prcaent Project Manatrcr ::002-2010 Carpenter -Rebuild and rcc.cxlstruct. ne��� .rc�ofs,l l:acilitic:� in budgetingand purchasin;? csEl�rc.�ducts end ,ul.,,Plie -Rebuild and maintain public Housing coml?lcxcs -R.eco.nstruct and renclVale. approved historical hOtne sites Education Boston, hL4 Northeastern Universit, 2005-3009 -Constructic.�n project �Ianagcment. Dartmouth, JIM Universitv- ofilfassachusetts 2002-2006 U�ichrlor of the Arts, Sociolu, Professional Licensure • 1C, 2A Hoisting Engineer., License. # 126066 • Construction Supervisor, License #98796 • De -Leader Supervisor, L.iccnse # I)SoO'I(h'- • E.NI.T. —B, License # 1166312 • Sheet Metal Journeyman, L.iceusc #123��) Lakeville, MA Lakeville Police2011-Present Officer/EY.D• Certified Dispatcher 21)03-200( .Reserve Reserve Off cer/E-911 Certified Dispatcher -.\ssi. on. -duty officers durin}; ride details i.ucoming emergent - plutue calls and init.i;tte relive response -Receive registry and backgroiu>d i.n6:,rmatictn on .indi� ideals -Q1?tain -Offer assistance to individuals in need of 1)rotectic,n/&rcc6on Lakeville, MA Lakeville Fire 200.1-2006 Fire fi,,hter/E-M.7: -First responder to medical/fire emerl;cncics =Render srrviccsto victims as Herded -Dc-escalation in crisis situations -Assess level -of -need In crist8 SICUatIC)l15 xx,ilal Clel JCIl[Il and composure -l�esl)ol1CI to CrlC1C 1I S.lt(lafll)I1S Education Boston, hL4 Northeastern Universit, 2005-3009 -Constructic.�n project �Ianagcment. Dartmouth, JIM Universitv- ofilfassachusetts 2002-2006 U�ichrlor of the Arts, Sociolu, Professional Licensure • 1C, 2A Hoisting Engineer., License. # 126066 • Construction Supervisor, License #98796 • De -Leader Supervisor, L.iccnse # I)SoO'I(h'- • E.NI.T. —B, License # 1166312 • Sheet Metal Journeyman, L.iceusc #123��) roar"'' -^C C',r� �� P�ldssa K.d`I�iiS ECar� C'r C��n.�rttctiur, LicQn�P. GS-G98'Sb 3:Z BRfl�E 4 i�1a 02�' SRIDGEtiV � '- EY P i r d60r Commissioner 01127!2014 :_. ..COMMONWEALTH OF MASSACHUSETTS` x SHEET METAL WORKERS '� AS A JOl1RNE"lPEF50�1-UAIRE�TfZ1CTED �, . ' ;ISSUES THE ABOVE LICENSE TO DQIdIsEL .J VAR EIKA e nROAf) ST N' AFT.:=1 - I�FIDGEWTER MA.023Z4 f; � .12;��}i71�28/13 • s, •,2117.1 Commonwealth of Massachusetts Department of Labor Standards Heather Rowe. Acting Director Deleader Supervisor :' .. • • , DANIEL J. VAREIKA Efr. Date 04/28111 Exp. Date 04/26/12 DS004052 , *mbgr of Q0.N.E.S.T. ' NB IIIIIIIIIII � ' • ,, � .0 � •••.� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIillll NB.. REN 41 1 al :A .f RG cl 0 al m c IS o bo X I k 0 I orvl ol 101 lo i3 r3 o o > on Z FL Ei wZ T 21S x x s w w Em h'� 3 Nye^ K �J+TN Y N Fbbb� yt SHOW LFF yoLcM iS m3"c b-; e o.a in c tl !M5 a en r 41. Q a Q Q Q Q a a Q f �Q g -x� t .s Q 4:, F x „y ,p+-AA-//�- s� Y - yyI N 2 y Otl C °UN y tl ✓ u N IN ,T tl�V m N Vl o N u m [ x N a N ° y!. 'K Yk N f V f L � x tt]] b W tin 0 aM tl� Ja as .:aONO TAY I Certification (notarization required) The undersigned, Michael Vareika hereb,v certifies: (type name) That I am an owner or principal of Vareika Construction. Inc., (company name) and that all answers and all statements contained in the attached application (including Sections F and G) for certificate of eligibility are complete, true and correct. Providing false or misleading information or failure to provide all required information will be considered grounds for denial, decertification and/or debarment. I attest to the accuracy of all information contained in this application and verify that the information submitted is in fact complete, accurate and true, under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at 2_ 00pm This o�—) day of Februar , 2012. By (signature): Type name Michael Vareika Title or position: President PL%-fhbJ'T- ss. HA (county) (state) Before me, ©�� U� T- �1� ,personally appeared and (notary public) known tome to be Y( I eH ,based (name of officer) on satisfactory evidence which was his/her driver's license and acknowledged that he/she is authorized to execute the foregoing and that its execution is his/her free act and deed and the free act and deed of the firm. (notary public signature) Sebe+`* Jcc C-0- k 14 C (print name) .1e -r14 My commission expires: Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Window Replacement, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: 2 dollars ($ E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. in 17A t Y1c C�� �c rock'b 5 -Ync--. Date (Narrtie of General Bidder) By: 211(' Signature and Title of Persob Signing Bid � Kku r Business Address City and State FORM OF GENERAL BID - 1 Stevens Estate Window Replacement North Andover, MA CERTIFICATE OF CORPORATE BIDDER 11 Kang Associates, Inc. October 17, 2012 certify that I am the q� P 0\(� eck�" of the corporation named as Bidder in the Bid Form, and that `A 3—'aAel\I5 who signed the Bid Form on behalf of the Bidder was then the ��e�� of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal S Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date l6 lq,-q a. Print Name Tit e Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I N�rsA c S , authorized signatory forM� raC Name of indiv dual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature ,( C) Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Date 2 Print Name A Title I Company Name Document A31 0" - 1970 KNOW ALL MEN BY THESE PRESENTS, that we Alpha Contracting Associates, Inc. of 20 Mulberry Lane, (Here insert.full name and address or legal title of Contractor) Dedham, MA 02026 as Principal, hereinafter called the Principal, and Endurance American Insurance Company of 333 (Here insert full name and address or legal title of Surety) Westchester Avenue, White Plains, NY 10604 a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover of 120 Main (Here insert fill name and address or legal title of Owner) Street, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5% OF BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Stevens Estate Window Replacement (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligec the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 31st day of October, 2012 AI ha Contracting Associates Inc. (Principal,) (Seal) (Title) 1144Zoaj Dm.,,44) — re.) 4 _ Endurance American Insurance Company (Surety) 1-1-1 ��y (Title) Mark D. Leskanl (Seal) Attorney -in -Fact AIA Document A310M —1970. Copyright 0 1963 and 1970 by The American Institute of Architects. ENDURANCE AMERICAN INSURANCE COMPANY AICH000003925 Seal Number: 14 POWER OF ATTORNEY Know affMm V9 *se Presents that ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware corporation (the "Corporation"), with offices at 767 Third Avenue, New York, New York 10017, has made, constituted and appointed and by these presents, does make, constitute and appoint MARK D LESKANIC,.OSCAR B. JOHNSON, NEWTON S. JOHNSON L = r . its true and lawful Attomey(* fact, at WALTHAM in the Stale of VA and each of them to have full power to act without the other orothers,ito make, execute, seal.'an�elrveefor and on ts. behalf bonds, undertakings or obligations in surety or cosurety with otfrslsoo execute and deliver on its behalf renewals, extensions, agreements, waivers, consents i3r siblans�elattng3o such aforesaid bonds, undertakings or obligations provided, howev�hat=no single bond or undertaking so made, executed and delivered shall obligate the Corporation #or-any-pnrlion of -the penal sum thereof in excess of the sum of FIVE MILLION Dollars ($5,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attomey(s)-in-fact, shall be binding upon the Corporation as fully and to the same extent as if signed by the President of the Corporation under its corporatesealattested by its Corporate Secretary. - This_appoiritn ent is-madE=4ker�dby authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimousOten consent on the 2111 day of July, 2011, a copy of which appears=below=un &-f iea��t ring entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on the 2111 day of July, 2011 and said resolution has not since been revoked, amended or repealed: RESOLVED;rthat in -.granting powers of attorney pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the _j� 40111x, the signature of such oirecto-rs and officers and the.seal of the Corporation maybe affixed to`any such power of attorney oranyoertif "tom e�elatir gdhereto by facsimile, --and- nyl ch:power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding f,upo tee fritefuture with respect to any bond or undertaking to Which it is attached. This Powerof Attomey;shall.expire and all authority hereunder shall terminate without notice at 12:01 a.m. (Standard Timer where said attomey(s)-in-fact is authorized to act.) SEPTEMBER,I2TH, 2013^ r7; IN WITNESS WHEREOF the oraboI has caused these presents to be duly signed and its corporate seal to be hereunto affixed_ and attested this 13TH day of SEPTEMBER, 2012 at New York, New (Corporate -S& E-ZENDURANCE AMERICAN INSURANCE-MMPANY ' - I �CJ1'Zf1G-c.� C ATTEST....................!°d'.260 .........................L............................ B..................................................................................,................................ By ��---- Alfredht; Vice resident Ronald Diggs, Vice President STATE OF NEW YORK ' - ss: WHITE PLAINS COUNTY OF NEW YORK.- _- - — On the 13TH da of SEPTEMBER, 2012 before me personally -came came RONALD DIGGS to me known, who being b me duo swo Im did depose and say that (s)he resides in HELLERTOWN Y P Y 9 Y Y r p Y () PENNSYLVANIA that (s)he is.a VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, the corporation described in and which executed the above instrument; that (s)he knows the seal of said corporation-, that {h1, al affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that (s)he signed his (her) name thereto by like order. (Notarial Sear .............................. z•_*, -_ E..... Anie Dean Notary Public - My Commission Expires: December 2, 2013 CERTIFICATE STATE OF-CALIFORUA r . -ss: WHITE PLAINS COUNTY OF LOS ANGELES I, SEAN M. FITZPATRICK ihe1PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY, a Delaware Corporation (the . Corporation"), hereby certify: 1. That the original power of attorney of which the foregoing isg-topytivasAuly executed on behalf of the Corporation and'i has not since been revoked, amended or modii ie ftat�he undersigned' has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whielisthereof; 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on the 21,1 day of July, 2011 and said resolutions have not since been revoked, amended or modified: "RESOLVt=O Tat ee�R_oflhe induals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporabort'any and all bonds, undertakings or obligations in surety or co -surety with -others andxecutemnd deliver for and on behalf of to, Corporation renewals, extensions, agreements, waivers, consents oU stipulations relating to such aforesaid bonds, undertakingsorobligations ALFRED N. WRIGHT, RONALD DIGGS And RESOLVED FURTHER; thateach of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in suretyotGsuret#or and on behalf of the Corporation 3. The und2rsi�ned further rtifies tkiat the above resolutions areTr a acid correct copies of the resolutions as so recorded alld of the whtile thereof. IN WITNESS WHEREOF, I have hereunto set my hand aridli fixedWe corporate seal this ` day of '2012-. (Corporate Seal)' .," . rP.......-....�_ .E, -- :,,r Sean M. Fitzpatrick, President. rte_ •'� -. This Document is printed on colored bonded safety paper. Any reproductions are-voi -C d m0 O z c L d m O o c a o a CC 0 O ; L m0 7 C O L 7 C co 0 o o C.0 Xt E ¢ o rri o oa'O a m o �od'P �[ v c L m U o a pa Y c m U o m a a rm as a a3 na ci.m0 a 3 m as m Qa c 0 o w y9 �'c LL 0 0 2, o comA'a v vt) o'c oLL '0 0- Y «u a sa 9 oC c u u Y � 0 L1 V 0, 4 -'Qv C7 Q 0 0 w(CC UQ QN d y -C d m0 O z c L d m O o c a o a CC 0 o o 2 € o ' , a' mct Xt o ao o c«moQya rri a a3 as m S o:ad'ae a m a m3 aaLL c d CL y�' c: ao°V"I1v pa Y c�moa)a2 DOwVwo2, «� PoCc�a°i �'n «� Do'Cc`�w2z iU i¢ co S U Q Q w N Q c o Q¢ w N Yt • • • • • • • • Y m • • • • • • • DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR .Ile he Commonwealth of Massachusetts Executive off and Finance Division of Capital Asset Management One Ashburion Place Boston, Mi ssacltuselts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 0452 This Certificate Shall Be Used for Submitting Prinie/General Bids Only 1. CERTIFICATION PERIOD: This Certificate is valid from 10/1012012 to 10/10/2013 2. CONTRACTOR'S NAME: Alpha Contracting Associates, Inc. 3. CONTRACTOR'S ADDRESS: 20 Mulberry Lane, Dedham, MA 02026 4. WORK CATEGORIES: This Contractor is certified to file bids tinder Massachusetts General Laws Chapter 10, 1 Alarm Systems .-,,JAsbcstos Removal Deleadino 'Demolition .-A Doors & Windows I Electrical Electronic Security Systems S. EVALUATIONS: 6. PROJECT LIMITS: Chapter 149A and Chapter 25A in the following checked Categories of Work: Elevators Energy Management Systems Ex(L mor Siding ;Fire Protection $priiikierSystems Floor Covering General Building Construction IiiistoricaiBtiildin-Restorition I listorical Masonry L Historical Painting Historical Hoofing HVAC 1�_3Mnsonty f Mechanical Systems I —! Modular Con5tructionTrerab Number of Projects Evaluated: 17 Average Project Evaluation Rating: 92 Number of Projects Below Passing Score; 0 rte, Painting !'7Plumbing L. J Pumping Stations Roofing Savage & Water Tiratmem Plants ew, !Telecommunication Systems 7lWatcrproofing Single Project Limit (SPL): $930,000.00 Aggregate Work Limit (AWL): $3,845,000.00 General Building Construction Limit: $930,000.00 7. SUPPI DIVERSITY OFF= N/A _ -L-La— �reya S. Bernstein, Deputy General Counsel, Approval Date for Carole J. Cornelison, Commissioner NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. \l 12 Alpha Contracting Associates, Inc. _ Bid Date Print Name of Prime/General Contractor Ms � ��pn�r�,'� 20 Mulberry Lane Dedham, MA 02026 Project Number (or ` �1ass_rre Business Address name if no number) g�� �f� C� �K� WA lNJ� 781-329-9755 Awarding Authority Telephone N er SIGNATURE* Bidder's Authorized Representative Division of Capital Asset Management Page 1 of 15 INSTRUCTIONS INSTRUCTIONS TO BIDDERS • This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. • You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. • Information you provide herein must supplement your firm's most recent DCAM Application for Prime/General Contractor Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application. • You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam . • If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. • See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projected listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, Division of Capital Asset Management Prime/General Contractor Update Statement Effective March 30, 2010 when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Page 2 of 15 W n a W W J a O V r H O>o Z w O-�U }mW W� J U) w0 D OS W WQO �U} Z OF - O www U� =WO O 9�UW LL Q Of W J 00M) U0 F- Q w ULLJ Ix13� O z F -- of w a(DZ CDwZ ZOO 0 cQ G LL WO F-ZLL O W J W z 0- Q 0- < w QW OOQJZ �U-jO ao<p QLuOJ F- U d o- WWW0- J 0� ()� Q 0 � H w 0 0 0 0 0 0 0 0 QD a Ci Z 06 cn Md) v c0 00 to6, O t0 O 00 O O �- NCV) O O U W Q � 0 0 0 0 0 0 0 Co N O N N O Q � 00 O 0 O c0 O O N0 w U d 0 0 0 0 0 o rLOi F- 0 O O a; co 0 ON 0 0 0 0 �- 000 •- M a; N T O N M O Z V- Vt f* O U YOB U U m a O w j C/) c/) m m C Q coco a O -Q L LL L Q) cri 0o N zU-O Y a co Q o Q Q 0 m o m o a = Oa J ai Q) > Q O Q z w Q 9 co U Q w a0 03 �E 06 y a° Qo) aoi .N g °o `-° o ~ ~ b o Q) O a o a :i::, co o o U = c~i Q o a `° �, m U W = coo c .c `Q, U a 4-1 Y LU a co o U m U W C N Q) c �a �U) a) 0) m c a m `o U U u m Q� o w- U m� U o� o0 .N a� E oa 0 � � E / \ 3 $ $ q q q $ LU < % % /_ ƒ k a- a 0 2 0 0 02 k k L6 6 / k k 0 /k E 0 0 0 77 JJ % w o /� CL � o An ° bb I- - R q q / q 3 \ c� f/ — @ $ o� F- 3 / 0 0 / ƒ ƒ q < k \ \ k k k L6 06 &n Cl) E \ ƒ U) c / 22 f L k X u b = ° E E 2 k c Q EI (D R % 2 2 � 0 q 0 R \ � \ § t - \ L m; t Cl) m � 0 m 2 q ? @ )E !_ T- m mm � � A � N Oo & a # ® a # ® # ® f 0 � •� � � \ f 0 \ 0 W \ \ \ \ \ \ \ \ �\ \ / Q) 15 � \ ° i \ k 0 \ \ \ \ co Ei \ $ R o R \ / 2 $ a« % "::c % / 7 2 § 2 \ ) / / \ E § 3 0 \ 2 / 7 \ \ \ \ Or 0 0 c % d » \ ° ƒ / \ uj \ co LL / X w � � E � ± 2 /_ k a E 0 0 0 _ /k E 0 77 JJ % o /� CL � o An ° bb I- - / k 0 f/ — @ o� E © g ° . m \� /f S 0 0 0 o & R /2 &n Cl) E \ ƒ CL c / 22 f L k X b = ° E E 2 k c EI (D c/ k/ )\ k ® J# U5 \ - t E L m; k± Lk S k c L) >, )E !_ w Z O 0 w U) J U w 3 w w w J CL O U 2 U Q w w O LLZ 0 O LLZ w Z LU w LL Nw�/ LL V Z 0 Ow LU Q H a CO w D a OW w Z 0 O O (0 O NO NOD O a M O N O O O M O) f-, O O M C-) rt , (0 O rt N0 N O M M O O O M V. O Cl) O N rt O O v O O ;t (0 N N a) O O Cl) N rt N O (a O a) Cl) O O O N (0 a) O co M Cl) O a O (7 O O M a) M et NO <t O rn O O co rn N M m M �t a) N V 00 O O Cl) rt M 00 O N M 00 V• a) a) It �JJ Cl) N <t N N M OD M O V• M NCV) OD O 00 O 00 Itt J f� f� P� � � � 00 00 VL 06 00 t- �= f� I!.00 "= OQ Op UJ �- O N- O 't- (O N- O T- (0 r- (o O O O O 00 O O f� O 00 N W N- (o 00 N O O 00 N O O OD N f� O Z O ` w O3 v m Y � � .o U � ], t U y o O E O a O o0 V 0 O m O O N a) a Q) O U Q co o` p m � a 0 C 3 _ m O = O OS w? o cm oar Y Q==Q Y 0 Bio ca ti aS Q .o •� o a�oi o w i a 9) c c wIz ?, Q p Vo y U °� o Z O o ani U °�3 Q, :sw a Q Q) +'O. Q) asw � c Q .� ao c r y o °� ° � Q O p o 0 c o o cc m cco p� o 4— o 2 y Q ti @ Q U= c m 2 �, U co m U W :co o a Y= p m o Y ; = WA c my W} Co 4 >_ = W V Q) W V W o W Y n3 W N~ } /Q� 'O o ��y co /may NNco /�y W C7 z W C7 U Z C7 Q W� C7 Q Z a W C7 j W C� 5 5 W U LU U W p U W U W U S W U W 0 Q CD 0 Q CJ O Q U CD 0 Q (D 0 0 0 O Q CD O Q C )LLJ (0 a o ° @ U Q' voi ° O co co co 0 a)a) _ �° a m a ° co U p co m w` U co z Op O U o8 coQ)o C: . ° m o U a) U W ca a=) Y Q)o U M, O kn a U w r. . 0 Cl) L I m a) U V W c a) aE) c m CD � E a) CD m m c a m � O N V Q c 0 U CL m U � o c a) c C9 .0-6 E 0 0_ O W X z N rtO O O O O O �- N O O O �0 O Cl) O O O O O O O (0 O O O O O rt 00 O O N M O O N O Cl) O O M O O O O M CO (O (0 N 0) O N 00 N 0) V- N N O c0 (0 f0 Co N 0) M (0 N 0) P �o t- 0) N — N O a M (O N (0 P� 0) O CD O 4 M 4 0) O 0) N 6 6 W W M M rn CO O rt O et N N N M Ct N rt rt N M N O O rt rt M 0) O N M N- O N M O O N M a0 N �t rt J f� O co O , P M co �- 00 � O M V- co I- 9 M 1 T- M M UJ �- �0 f� 0) O O N m M f" V- co Cp f� e- rt �- <} O N O V- O N m T- rt CO N O O CO •� 00.- z O N L cp Y coco c0 y O L v) m W U U ° a m o m m¢ o oco I -Yom. U@ m o J Q o o 0 o a o Q a) m e c o c --jo m s 0 i- a°) m U Z O Q>>¢ @ Z Q W c Q O c Q c U U O vj p vj O vi vj O vi O zQ) Q � Q 0 0 Q C a a° p) o a) C.) a c o t �; o h 0 o � a) C o Q 0) z Q m L U !; Q C: ` Q �S U G p Q Q Z O co Q Q cn v a cYf O O U O p Q C O O O �� O O O O O O p Q p c) a Q = U a>co iZ O Z o ZUOZUE °) Co Co _ Z m U 1 Z Z Z Z Z Q W cB Q W Z N¢ 4 W Z Q W C7 J W� C7 Q W C7 Q W U W C� Q 2 (D U W 5 5 co CIO U W U W U W U W U uj U ui U uj CD O O C7 0 0 0 O O 0 O Q 0 O O 0 O O CD O O CD O Q +- Q G L a v. J �� Cl) c c Ks c N 4 ° o O Q) O m v E a c' ~ O• _ E 3 E o yrs o m o `a) o U o C',•� c° � v a v W 0 Lij ~ 0 N Z @ � � � Q) oc O O O W p W 'a m ° C7 k W m 2 U �' ` z m d W c W 0 Cl) L I m a) U V W c a) aE) c m CD � E a) CD m m c a m � O N V Q c 0 U CL m U � o c a) c C9 .0-6 E 0 0_ LU N CV) / m m c m LU (V) ƒ co LLI \ \ / c 2 ° S O U) o m Lu \ \ $ U0\ � c k \ k k \ Z 2 q k 3 k ® R c /9 o 99 Lu / < / % / 2 \ 7$ 0$ \ y § 2 § < -0 / 3 \ ƒ { E S \ CL / 5 E \ \ \ ® % c @ =k \ @ /k \ C/) \ \ \ \ \ / W � = § 0E £� j3 � m \G 2� 2 c 2 2 ± E \ � b $ O a� ± E / 2/ 0E C E 2 @J 7 / 7 cm w E 0 c ® \ ƒ � c ° S o m cn \ $ � c c @ E §cli ® R c /9 o 99 /' � R % 7Z o 7$ 0$ W LU -0 / $ c� /� CL ® E o S a c =k /k 0 o 0f / o § 0E £� j3 k -F m \G 2� 2 c 2 2 ƒ E � k � b $ .[ a� o �_ E / 2/ 0E k E o= @J 7 / 7 cm 2 ° E 3: @ E c(nn 0) — § a\ �@ �/ �t � �a 6) >$ §2 2 _ -® c@ e m_ ®> �2 L » o a) \§ 22 7 �{ o� 2£ o #° Sa) J m\ m E o= E L) (1) a@ E £ o @c 0 o 0 o % � > / % E cc k} £ (u E 2 S < S 0 0 q w £ q m q � 0) E E :3 0 U 0 16 2 � Y � � w Q � w 2 0 U w w w � � 3 0 U 2 � « LL 0 W D -i % O w & -i « � 2 2 « §LL/ No§moo R Q 0 R 0 \k E / 0)<Do kkok\J© 2 \ # $ / ƒ E / f? 2L) LmZa_ CD M 00$\\f/ owz2a, 9 \ 7 ) o &®-0 Q ^ 5 5 0 _cnQ f2= e ® cn� o ] «as CD/ f b�v % 0 o 3 R \ E ~ ¥�Za§ci ' \f / $ / \§k k�3® 04 / ® 2 k� �\qƒ ° /�\ \\ \ k L e% L2 0b m k I UJ 0 0 0 $@ /O ; E 0 0 L) $ R R R U") / § 2 2 3 q ® \ O © 0 2 0 ƒ ® ƒ ® ƒ ® ƒ 2 k 0) 2 2 R n ¢ 2 ¢ Of UJ w 2 k 3 3 0 \ U)/ 0 / k 2 2 C� C� } J Co E $ / .E o E t : \ a \ R \ Q / 1 e cts / 6L o & / \ / � \ % 7 2 2 E \ 2 2 F- \ ® \ a _ ® / # \ 7 \ 7 2 R /C ( # § ƒ /ULO 2 § m � 0 0 q w £ q m q � 0) E E :3 0 U 0 16 2 � Y � � w Q � w 2 0 U w w w � � 3 0 U 2 � « LL 0 W D -i % O w & -i « � 2 2 « 2 kn 2 0 0 E ¥ 2 / m E / f? 2L) CD M = ® E \ 7 ) o &®-0 Q ^ 5 5 0 _cnQ f2= e ® cn� o ] «as CD/ f b�v % E 2M= m ' \f k/ \§k \k CL 0 U k� C C: .k ° /�\ \\ \ k L 7 ƒ� L2 0b @ $@ ; E a= 0 U W F - z O 0 W F- U) J F- U w O CL LU H W J O U z T- C) U Q W w O U - z O O LL z W z W w w LL w z O J D W W Q CL CO LLI Z) C) Q OW wOf W0- ui Z O O q!• O V M O O O O m M O O N O N 0 Om 0 O N (D O O N (n N (O (0 () V O O 0) O O O N N N O O O N N O O N O N (D O c0 O V• M = N 00 00 00 (U CO O (o — O N O N 0) N T- M N co O N (6 O 0) (D oD 4 (D M r� N ll� P` O ch -I- O O) (O M a W V (") O (D (0 O Nt m (0 O (0 O Cl) 00 N N V O O Cl) 0) <t V- O It N N ch O (O O ao N o•) N 00 N (D M (h J6 � c*) GD P� (h VL � � � � � Op VL QO -IL� OD 00 � W0 'T- V- O V- V- 00 V- 00 V- It- V- O m O 40 00 O O v - O (0 It O (D <t N ON (D (D (D ON O N N O O to z c ° I LUco � 3 y O ° a NQ,co C U m O c O j O O O 3 m m do U U m O �� co � Co_ Co Y a, N W C o c � c o a U z O �' .g O j .Q Q) � Z U U O c p Q) O J a ,c i c 7�j, co w c Q) O c N p s Q W ( Y Q Y U U @ c c�4 co W O O O ?, C Q C O U 4 QCo CO Q t V O vi �, co C ° (n U Q m Ci U w �? c 10 Q Q = o 0 o a o a� O ON c z Q° r�� O 0 O �� +. °3 M N U Q Q w Q O 2 N m Q)i E o� 33 m U Q _ c' `o =' co O w Q°co _ ° U c a .��. 4o o o � m QO a " w w o w s� w m w z� z z z w c� w c� w a w o c� U) w Q w m 3 w w Cl) w w w C w v O Q (D o Q c) O Q cD O co Q cD O Q cD O Q cD O Q cD J F'J_ c0) F- O p co m p y co U m O c c..o O y � U � �o 4 (q c N O � W ,'Q O o O ~ W coU COQ) U a� W Id O Cl) L m 2 U w c ww on m m-0 c a m 0 N U w EnQ c 0 aU m m U `m o c m c C9 ._O •A E oa N ) Cl) ® \ \ \ \ \ o § C.) \ q m 1q. 2 @@Nt z 1q. k Q)/\ / / \ § m E § Q \ 2 % \ c 2 \ @ Cl) \ =o § �z kz kn k.TL a \ ƒ f kc� e CL m Z \ k § o k \ \ % % / \ \ % \ / \ § — \ O Q o o Q e >E 2 S •0 E7 \ / c $ � I � \ 7 0 Q § \ \ � � \ S / ) c ® \ ƒ o § C.) c o cm k a) _ m § m E \ c =o �z kz kn k.TL >u kc� CL m § o Q � � 0 c E >E 2 S •0 E7 2 k S o 3 10- ECL �� a §/ Cl) \0 2r c \ m2 g k\ � E M b 2 .$ / c =[ g §� k3 ) \ /2 E // k\ CC) k/ 0- o� / /CL k� §M / k CL b ]cc * ) Lk m§ 7 )/ L- £2 Q ]o ® $ S2 L§ §E c 02 a) -C E§ 2 »§ L) _£) � / m .0 °c \ M .> 2 a) CL E 0 a s 0 20 « ± PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement your firm's most recent DCAM Application for Prime/General Contractor Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that hada payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ N fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of ❑ your projects resulting in their inability to return to work for a period in excess of one ear? PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's most recent DCAM Application for Prime/General Contractor Certificate of Eligibility. You must report all requested information not previously reported on your most recent DCAM Application. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a Division of Capital Asset Management Page 12 of 15 Prime/General Contractor Update Statement Effective March 30, 2010 governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest ino� ur firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 13 of 15 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 14 of 15 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME I TITLE OR FUNCTION Anthony Boutalis President/ Project Manager PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT WITH FIRM'S MOST RECENT APPLICATION FOR CERTIFICATION ALONG WITH CERTIFICATION PAGE. Attach here a copy of the list of completed construction projects which was submitted with your firm's most recent Application for Prime/General Contractor Certificate of Eligibility to the Division of Capital Asset Management. The Attachment should include a complete copy of the entire Section G — "Completed Projects" and the final page— "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 15 of 15 Prime/General Contractor Update Statement Effective March 30, 2010 G. Completed Projects List all building construction projects of at least $80,000, which your firm has completed within the past five years or the twenty most recent projects completed within the past five years that are at least $80,000. Do not list projects with contract values less than $80,000. Information on randomly selected projects is not acceptable. Note: when listing requested Categories of Work, refer to categories from page 9 of this application. List all relevant categories of work that your firm performed with its own employees for each project. With respect to single contracts involving multiple categories of work, provide a dollar breakdown attributable to each category listed. Do not list highway, bridge, tunnel, sewer, site work, or other horizontal projects that do not involve buildings. Attach additional sheets, if necessary. Project T itle:Exterior Painting Town Hall Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category ])Historical Painting $89,400.00 Category 2) $ Category 3) $ Total Contract Amount: $89,400.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Petersham, MA Start / End dates:8/25/2009 / 911112009 Owner: Town of Petersham Contact Person:Dale S. Bull Telephone Number: 9 78- 724-3353 Complete Mailing Address:3 South Main Street, Petersham, MA 01366 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Alpha Contracting Associates, Inc. Contact Person:Anthony Boutalis Telephone Number: 781-329-9755 Complete Mailing Address:P. O. Box 870, Dedham, MA 02026 Page 23 of 36 Prime/General Revised January 2009 Computer 2. Project Title: VCT Floor Replacement Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category l) Flooring $329,349.42 Category 2) Asbestos Removal $92, 000.00 Category 3) $ Total Contract Amount: $421,349.42 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Dartmouth, MA Start / End dates: 61112009 / 8/14/2009 Owner: U. Mass Dartmouth Contact Person:Eric Lyoannis Telephone Number: 508-910-6884 Complete Mailing Address:285 Old Westport Road, North Dartmouth, MA 02 74 7 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Alpha Contracting Associates, Inc. Contact Person:Anthony Boutalis Telephone Number: 781-329-9 755 Complete Mailing Address:P. O. Box 870, Dedham, MA 02026 G. Completed Projects (continued) 3. Project T itle:Cabot Manor Doors Replacement & Related Work Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category l) GBC $534, 000.00 Category 2) $ Category 3) $ Total Contract Amount: $534, 000.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Doors & Windows $350, 000.00 2. Painting $100,000.00 3. Flooring $84, 000.00 Project Location (city & state): Chicopee, MA Start / End dates:9/2/2008 / 511112009 Owner:Chicopee Housing Authority Contact Person:Robert Kachinski413-594-3605 Telephone Number:413-594-3605 Complete Mailing Address:128 Old MeetingHouse Road Chicopee, MA 01013 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Alpha Contracting Associates, Inc. Contact Person:Anthony Boutalis Telephone Number: 781-329-9755 Complete Mailing Address:P. O. Box 870, Dedham, M4 02026 Page 24 of 36 Prime/General Revised January 2009 Computer 4. Project T itl e:Exterior Envelope Rehabilitation Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historical Painting $90,379.12 Category 2) $ Category 3) $ Total Contract Amount: $90,379.12 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state): Westminster, MA Start / End dates: 11512009 / 5/1/2009 Owner: Town of Westminster Contact Person:Nicholas A. Hays Telephone Number: 978-8 74- 7400 Complete Mailing Address:]] South Street, Westminster, MA 01473 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm: Construction Dynamics, Inc. Contact Person:Matt O'Toole Telephone Number: 9 78-343-6606 Complete Mailing Address:270 Airport Road, Fitchburg, MA 01420 G. Completed Projects (continued) Project Title:EMG: Windows & Trim Replacement Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) GBC $499,825.29 Category 2) $ Category 3) $ Total Contract Amount: $ If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Doors & Windows $400, 000.00 2. Exterior Siding $87,825.29 3. Painting $12, 000.00 Project Location (city & state):Brimfield, MA Start / End dates:] 1/10/2008 / 4/27/2009 Owner:BrimfieldHousing Authority Contact Person:Jean Leonard Telephone Number: 413-245-7056 Complete Mailing Address:20 Colonial Park, Brimfield, MA 01010 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Bradley Architects, Inc. Contact Person:JackA. Barbara Telephone Number: 413-448-8253 Complete Mailing Address:8 Bank Row Pittsfield, MA 01201 Page 25 of 36 Prime/General Revised January 2009 Computer 6. Project Title:MaguireDevelopment Siding Replacement Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category l) GBC $69,332.00 Category 2) Exterior Siding $85, 000.00 Category 3) $ Total Contract Amount: $169,332.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. Exterior Siding $85, 000.00 2. Painting $15, 000 3. $ Project Location (city & state):Norwood, MA Start / End dates:]0/1/2007/4/28/2008 Owner:Norwood Housing Authority Contact Person: William J. Plasko Telephone Number: 781- 762-8115 Complete Mailing Address:40 William Shryne Circle, Norwood, MA 02062 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:KBA Architects, Inc. Contact Person:Dan Bradford Telephone Number: 617-227-6602 Complete Mailing Address:6 Thirteen Street, Charlestown, MA 02129 G. Completed Projects (continued) 7. Project TitleXitchen & Bathroom Modernization at Prospect Terrace Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category ]) Painting $298,381.35 Category 2) Flooring $112,000.00 Category 3) $ Total Contract Amount: $410,381.35 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state): Waltham, MA Start / End dates:] 211412006 / 1/14/2008 Owner: Waltham Housing Authority Contact Person:Mark Johnson Telephone Number: 781-894-335 7 Complete Mailing Address: 110 Pond Street, Waltham, MA 02451 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer [] (check one) Name of Firm:Boston Building & Bridge Corp. Contact Person:Mike St. Jermaine Telephone Number: 617-293-1976 Complete Mailing Address:1094 Blue Hill Avenue, Milton, MA 02186 Page 26 of 36 Prime/General Revised January 2009 Computer Project Title:Maple Lane Bathroom Renovations Phase II Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) GBC $107,000.00 Category 2) $ Category 3) $ Total Contract Amount: $107,000.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: L Plumbing $22, 000.00 2. Painting $7, 000.00 3. Electrical $10, 000.00 Project Location (city & state):Medway, MA Start/ End dates: 711512007 / 10/15/2007 Owner:Medway Housing Authority Contact Person:Helen E. Luccio Telephone Number: 508-533-2434 Complete Mailing Address:600 Mahan Circle, Medway, MA 02053 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Kang Associates, Inc. Contact Person:Kaffe Kang Telephone Number: 9 78-443-6383 Complete Mailing Address:410 Boston Post Road, Sudbury, MA 01776 G. Completed Projects (continued) 9. Project Title: Comprehensive Modernization / Phase 1 at Crescent Court Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category ])Painting $135,801.00 Category 2) $ Category 3) $ Total Contract Amount: $135,801.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brockton, MA Start / End dates:3/29/2007 / 12/9/2007 Owner:Brockton Housing Authority Contact Person:Frank Hinds Telephone Number: 508-588-6880 Complete Mailing Address:45 Goddard Road, Brockton, MA 02301 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm: Vareika / Kirker-Perry Joint Ventur Contact Person:Jack Winnett Telephone Number: 508-583-3999 Complete Mailing Address:219 Walnut Street, West Bridgewater, MA 02379 Page 27 of 36 Prime/General Revised January 2009 Computer I O.Project Title:Sharon Community Center Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Painting $120,600. 00 Category 2) $ Category 3) $ Total Contract Amount: $120,600.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Sharon, MA Start / End dates:] 1/23/2006 / 10/23/2007 Owner:Sharon Standing Building Committee Contact Person:Deborah Benjamin Telephone Number: 781-784-1500 Complete Mailing Address:121 Lakeview Street, Sharon, MA 02067 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Paul J. Rogan Company Contact Person:John Rogan Telephone Number: 781-843-1900 Complete Mailing Address:25 Hayward Street, Braintree, MA 02184 G. Completed Projects (continued) I I .Project Title:Siding Installation & Related Work Phase III Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) GBC $234, 000.00 Category 2) Exterior Siding $222, 000.00 Category 3) $ Total Contract Amount: $234, 000.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: I . Exterior Siding $222, 000.00 2. Electrical $12,000.00 3. $ Project Location (city & state):New Bedford, MA Start / End dates: 7/8/2007 / 81311200 7 Owner:New Bedford Housing Authority Contact Person:Danny Romanwicz Telephone Number: 508-99 7-4852 Complete Mailing Address: 725 Pleasant Street, New Bedford, MA 02740 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer Z (check one) Name of Firm:P & S Consulting, Inc. Contact Person:Steve Sanderson Telephone Number: 617-472-3100 Complete Mailing Address:125 Greenleaf Street, Quincy, MA 02169 Page 28 of 36 Prime/General Revised January 2009 Computer 12.Project Title:Reshingling and Window Replacement Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) GBC $112,700.00 Category 2) Exerior Siding $81,000.00 Category 3) $ Total Contract Amount: $112,700.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: LExterior Siding $81,000.00 2. Roofing $19, 000.00 3. Doors & Windows $12,700. 00 Project Location (city & state):Sanwich, MA Start / End dates:5/1/2007 / 6/18/2007 Owner:Division of Fisheries & Wildlife Contact Person:dessica Patalano Telephone Number: 617-626-1588 Complete Mailing Address:251 Causeway Street Suite 400, Boston, MA 02114 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Division of Fisheries & Wildlife Contact Person:Ken Simmons Telephone Number: 508-389-6332 Complete Mailing Address:251 Causeway Street Suite 400, Boston, MA 02114 G. Completed Projects (continued) 13.Project T itle:Filed Sub Painting Building Envelope Improvements Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Painting $81,389.50 Category 2) $ Category 3) $ Total Contract Amount: $81,389.50 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Mattapan, MA Start / End dates:l0/18/2006 / 5/18/2007 Owner:Boston Housing Authority Contact Person:Sandra B. Henriquez Telephone Number: 617-988-4040 Complete Mailing Address:52 Chauncy Street, Boston, MA 02111 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Chapman Waterproofing Company Contact Person:Scott Packard Telephone Number: 617-288-3000 Complete Mailing Address:395 Columbia Road, Boston, MA 02125 Page 29 of 36 Prime/General Revised January 2009 Computer 14.Project Title:Filed Sub -Painting Evelin Kirrane Aquatic Center Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category ])Painting $119, 000.00 Category 2) $ Category 3) $ Total Contract Amount: $119, 000.00 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brookline, MA Start / End dates:9/27/2006 / 5/9/2007 Owner: Town of Brookline Contact Person:Ray Masak Telephone Number: 617-264-6449 Complete Mailing Address:333 Washington Street, Brookline, MA 02445 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Northern Contracting Corporation Contact Person:Mike Auriemma Telephone Number: 617-293-6616 Complete Mailing Address:68 Jackson Street, Canton, MA 02021 G. Completed Projects (continued) 15.Project Title: Window Replacement Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category l) Doors & Windows $110,800 Category 2) $ Category 3) $ Total Contract Amount: $110,800 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: Project Location (city & state):Raynhani, MA Start / End dates:8/29/2006 / 10/29/2006 Owner:Raynham Housing Authority Contact Person:Deborah M. McClorey Telephone Number:508-824-9404 Complete Mailing Address: 75 Mill Street, Raynham, MA 02767 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:DHCD Contact Person:David Cann Telephone Number: 617-573-1154 Complete Mailing Address:100 Cambridge Street. Boston, MA 02114 Page 30 of 36 Prime/General Revised January 2009 Computer 16.Project Title: Window Retrofit Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Doors & Windows $118,400 Category 2) $ Category 3) $ Total Contract Amount: $118,400 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):East Bridgewater, MA Start / End dates:8/8/2006 / 11/4/2006 Owner:East Bridgewater Housing Authority Contact Person:Nancy J. Morris Telephone Number: 508-3 78-3838 Complete Mailing Address:]00 Prospect Street, East Bridgewater, MA 02333 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:DHCD Contact Person:David Cann Telephone Number: 617-573-1154 Complete Mailing Address:100 Cambridge Street. Boston, MA 02114 G. Completed Projects (continued) 17.Project Title:Maple Lane Phase I Bathroom Renovations Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) GBC $124,580 Category 2) $ Category 3) $ Total Contract Amount: $124,580 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: l . Electrical $12, 000 2. Painting $11,900 3. Plumbing $28,100 Project Location (city & state):Medway, MA Start / End dates:6/14/2006 / 7/12/2006 Owner:Medway Housing Authority Contact Person:Helen E. Luccio Telephone Number: 508-533-2434 Complete Mailing Address:600 Mahan Circle, Medway, MA 02053 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:Kang Associates, Inc. Contact Person:Heather O. Cocker Telephone Number: 9 78-443-6383 Complete Mailing Address:410 Boston Post Road, Sudbury, MA 01776 Page 31 of 36 Prime/General Revised January 2009 Computer 18.Project Title:Corridor Painting Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Painting $141,400 Category 2) $ Category 3) $ Total Contract Amount: $141,400 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Brookline, MA Start / End dates:9/12/2005 / 3/12/2006 Owner:Brookline Housing Authority Contact Person: Vincent L. Orsillo Telephone Number: 617-731-9551 Complete Mailing Address:90 Longwood Avenue, Brookline, MA 02446 This project was managed by a: Construction Manager ❑ General Contractor ❑ Architect/Designer ® (check one) Name of Firm:In House Contact Person: Vincent L. Orsillo Telephone Number: 617-731-9551 Complete Mailing Address:90 Longwood Avenue, Brookline, MA 02446 G. Completed Projects (continued) 19.Project Title:File Sub -Painting Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Painting $128,760 Category 2) $ Category 3) $ Total Contract Amount: $128,760 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):New Bedford, MA Start / End dates:3/15/2005 / 1113012005 Owner:New Bedford Housing Authority Contact Person:Richard Walega Telephone Number:508-997-4852 Complete Mailing Address:725 Pleasant Street, New Bedford, MA 02740 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Vertec Corporation Contact Person:Greg Rose Telephone Number: 508-230-2600 Complete Mailing Address:180 Main Street, North Easton, MA 02356 Page 32 of 36 Prime/General Revised January 2009 Computer 20.Project Title:Filed Sub -Painting Enter all appropriate Categorie(s) of Work (from page 9) and include a dollar breakdown for each category: Category 1) Historic Painting $130,000.00 Category 2) Deleading $81,484. 00 Category 3) $ Total Contract Amount: $211,484 If applying for General Building Construction, list the three (3) largest building -related sub - trades you supervised or self -performed on this project and provide a dollar breakdown for each: 1. $ 2. $ 3. $ Project Location (city & state):Dedham, MA Start / End dates: l l /15/2004 / 9/12/2005 Owner: Town of Dedham Contact Person:Eugene Negrone Telephone Number: 781- 751-9155 Complete Mailing Address:Bgant Street, Dedham, MA 02027 This project was managed by a: Construction Manager ❑ General Contractor Architect/Designer ❑ (check one) Name of Firm:Cousins Contracting, Inc. Contact Person:Marla Quinones Telephone Number: 617-924-5738 Complete Mailing Address:600 Pleasant Street, Watertown, MA 02472 I Certification (notarization required) The undersigned, Anthony Boutalis hereby certifies: (type name) That I am an owner or principal of Alpha Contracting Associates, Inc., (company name) and that all answers and all statements contained in the attached application for certificate of eligibility are complete, true and correct. Providing false or misleading information or failure to provide all required information will be considered grounds for denial, decertification and/or debarment. 1 attest to the accuracy of all information contained in this application and verify that the information submitted is in fact complete, accurate and true, under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at 12-15-09 This 15th day of December, 2009. By (signature): Type name: Title or position Anthony Boutalis President odd IL ss. haT)M� (county)(state) //�� Before me, 1. K�► , personally appeared and (notary ublic) known to me to beAAt t,based (name bf officer) on satisfactory evidence which was his/her driver's license and acknowledged that he/she is authorized to execute the foregoing and that its execution is his/her free act and deed and the A act and deed of the firm. is name) PrimetGeneral Revised January 2009 Computer My commission expires: GREGORY C KIEM Notary PUM CoMMOWMLTN of M/SW0HMM Page 36 of 36 My cornnudon F.xpk" . Ap11•45.2!MG., Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Window Replacement, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: UFO �w c, h� c1 cPI ��t/ OV ollars ($ 2LL� E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. �--- Date' (Name of C6neral Bidder) By: Signature and Title of Business Address Signing Bi l�i�so /ti'eIA41ern /"774 09�VCZ City and State FORM OF GENERAL BID - 1 Stevens Estate Window Replacement North Andover, MA GENERAL BIDDER'S CHECKLIST: %/ Addenda Recognized %/ Bid Deposit V Certificate of Corporate Bidder 4 DCAM Eligibility '/ Update Statement %/ Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Kang Associates, Inc. October 17, 2012 Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, NEW ENGLAND BUILDERS & CONTRACTORS, INC. 464 Merrimack Street. Methuen. Massachusetts 01844 as Principal, hereinafter called the Principal, and the INTERNATIONAL FIDELITY INSURANCE COMPANY of AGENCY: P.O. Box 511, Concord, New Hampshire 03302-0511 , a corporation duly organized under the laws of the State of New Jersey , as Surety, hereinafter called the Surety, arc held and firmly bound unto TOWN OF NORTH ANDOVER, 120 Main Street, North Andover, MA 01845 in the sum of FIVE PERCENT OF AMOUNT BID as Obligee, hereinafter called the Obligee, Dollars ( 5% OF AMOUNT BID ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for STEVENS ESTATE WINDOW REPLACEMENT, NORTH ANDOVER, MA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 31 st day of " Witness P,b \.L, o MdA men&u Christine M. Hosmer Witness October 2012 NEW ENGLAND BUILDERS & CONTRACTOR (Seal) {Principal l , J Titic INTERNATIONAL IDELITY INSURANCE COMPANY By John T. Whiting Attorney -in -Fact DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 JAY GONZALEZ SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER Prime/General Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 1361 This Certificate Shall Be Used for Submitting Prime/General Bids Only 1. CERTIFICATION PERIOD: This Certificate is valid from 6/19/2012 to 6/19/2013 2. CONTRACTOR'S NAME: New England Builders & Contractors, Inc. 3. CONTRACTOR'S ADDRESS: 290 Broadway, Suite 137 Methuen, MA 01844 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, Alarm Systems Asbestos Removal Deleading j Demolition L/, Doors & Windows Electrical _ ! Electronic Security Systems S. EVALUATIONS: Chapter 149A and Chapter 25A in the following checked Categories of Work: Elevators Energy Management Systems f Exterior Siding Fire Protection Sprinkler Systems ] Floor Covering IV%j General Building Construction j Historical Building Restoration Historical Masonry [] Historical Painting I ] Historical Roofing HVAC _I Masonry Mechanical Systems .J Modular Construction/Prefab Number of Projects Evaluated: 35 Average Project Evaluation Rating: 93 Number of Projects Below Passing Score: 0 6. PROJECT LIMITS: Single Project Limit (SPL): Aggregate Work Limit (AWL): General Building Construction Limit: 7. SUPPL.T DIVERSITY FFICE CERTI CATION: N/A Freya S. Bernstein, Deputy General Counsel, for Carole J. Cornelison, Commissioner ] Painting r_] Plumbing Pumping Stations L Roofing L..ISewage & Water Treatment Plants ]TelecommunicationSystems Waterproofing $5,000,000.00 $8,000,000.00 N/A CJ L Approval Date NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Application srelyaresult in a gap in Certification or a lapse in Certification altogetherfor your company.Reviewer's Init hr 1+LU 11 V E MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED HAND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. it 12— Bid Date b' I FV M4--3 E. ST4--TE: Project Number (or name if no number) New England Builders & Contractors Inc Print Name of Prime/General Contractor _290 Broadway suite 137 Methuen, MA 01844 Business Address -towN C -,E -N O `-Tl4 AA-+L'CQW_978-685-3990 Awarding Authority Telephone Number SIGNATUREb Bidder's Authorized R esentative Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: wwW.,Mass.govldcam . If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 9 U- 0 0 �— OQ� W_ Z Q ULL 0 0�0 LLJ rUx UQa Z 0 x _ U) �} J WZ0 W > 0Or ¢a X00 Q0Z 2z0 W F— LL ~ Q Z) W w 000 z LL (/)ZZ U00r-, WSW 0 U) w V w ZZw C)WJ �w< m w W Q0CL �Z>X Z) ~ p0 Z) Z}Z>Z QDO (-)LLOQ mZ �0}-D a Q J a Q J m T)CU JQW0 4 0 W wwo N N 0 J oaCY, N N O� CN m rl- U a) w Q N_ N a E ~ O 04 O U C) v a) N LO z O U) a) N L E w U_ O c o a F-O O o -C M U o I .U) Y ca w Q IX F - LO m v o Z O M L ca Od o i) p0m m a0 F- Ea) O C) o rJ Z O Q Oco Q' L co U O Uo a) E aa)) o c a o > O J m a O C C w 0i6 UJ a) J a) > c a� cu a) c a) (1) c 70 ca a ca a) N p C m a� 6 C > -a d (nc M Z) w O a) cu aa)) U L m �o cc a 0 < c 0 O E m L c 0 a) a) a E O U _O a) z O a) N L E O c o cnCL o -C M L O a) rn .U) Y ca w o M L ca Od o i) a) a0 Ea) O OO o rJ N Oco Q' L co U O a) E ca o c a o > C U C C w N c a� cu a) c a) (1) c 70 ca a ca a) N m a� 6 C `�- d (nc M Z) N m a U L m �o m 40- Q c < c 0 O E m a. "0 ca m ca M O o m O U c(D U cu >1 O N ♦ ~-c io ? Q o L W Z W w LL W Z O J 0 W WQ �a W D 00 OW as L 0) (3) C a) O 0 L C 0) O CY) c O .O to 19 . In a) a) � � c0 c � 19 c o� c � 3 �O `u0 OO co ZCZ 00 �® o 4 �® O O o % W W rn cu rn m cEl m Q cu E LO LOrn O U Q � L -C O (a A ccE Q 0 p U +_• O U O � L L O >% >% U =C rn o co0 O N L CL O (a 1 o cnL N M D)O c O c U M cn c6 (a W (D 00 N aj Cb C •� cu L > coD � '� 0 0CU c w C Z r CO LO N L 0 0 � (° ?y O E (nL (A E O� 2 ,(D �� O - c m c c c CL c0 c 0 0 c c U O O c cu .— CO a) (D C -C a) � O -E p -c c -C � O c L co O -Cclr c c O t J C L U O O W W j E O« C a N Q C)- a) a QCl Q U W° a� aai a� a� a) m O m Z c OY C m w Xa) c Y LL Q) E a) W C U (D = J N U cc p O c p c p c O c p c c p c c c c 1�. f O co L O(n cn i i (n i in � tLn vl L cn (.) Q U 0s a ao U � a) �- O a a) a a) a O a a) a a� a O a " a � a a) a. a. F-0 Z � m � � 0 (� -C Q (D O 0 0 0 0 0 0 0 O m O O O O U m �U co U U U U U U U U U U U 0 = (n co 1: Q C (0 p C O c M W e _O -0 c = U L a) c c L rn NW e CD W L L c L c c Z X U N O C N ?� a) (� O c to c } z 00 W z0 0 CD0 0 (DO 00 o 0 Z w w w wN w w aC Z 'Zn V � z/� V Of 'zn V X z/� V LL z N X (z `- C O�: W U3: Z W U3: Z W U�: Z W U3: Z W U-:� Z W U U O C (9 0 0 (D O D (D O o (D O Q (D O C) (D W c rn a P O W O2 U ry CL U L C a) O 0 L C O O c O .O a) a) � � c0 c � c o� c � 3 �O `u0 OO ZCZ �® o 4 �® O O o % W W cu c } m cEl m Q cu E LO O U Q � L -C O (a A ccE Q p U +_• O U O � L L O >% >% U =C Q O N L CL O (a 3 o cnL N M D)O c O c U M cn c6 (a N cC C •� cu L > coD � '� 0 0CU c w C m c D L 0 0 6 E ?y O E (nL (A E (n ,(D � ti O CoN D _ c Ncn CU U) CL Q 0 O O U O O cu OM 'D C -C a) O w OO 0 �' U0 U c0 E co cu CL m Ec .«. (D cu c O N C L U O O > C M j E O« C m O_ =3>, O OE (n U Q U `� w W Z CO Q LL 0 } o C/) W �-- U W2 02 w 0 aU ZY Ow �0 U� crW co Z~ O� UW 2 _ZW J 000 ZZ OW Z= C Z LL QO ZW J Z) w mQ W CD Q w i W Q ZCO Qm JZ m0 aU J Q Q� TO -i C) 0) F- C E N _0WYoa0 J W 00� vv 0 O O 0 O O :D 2 O r L3 > C) c0O) O L 0 r o Y Z�C) paa� Z (n w ° M O N M 04 Q a 0 U C) � c I- WUZm^ 0 a� m O °c 3 W 00 o OW � E J3 O o C5 d N 0 w Z >- cn °' M _Z (n .0 0 0 ./ L co JI a 2 J Q O 0 LL L• �- w co c 0 w W O0wo W Z 0 O O CN E o O a) O a> O 0 c N (n t� DYdX v_ �0 0 W >' m E m N O N E c a J QR Z> L O O Co 2 L N M c M .0 0 O M U -C N ZN ffl U 0 Cl- Q c Z vi 0 �U Q 0 �7 W 4- C 0 _ W 6 C)C 0 00 I- O •y a� c �� E � w w • E oa 0 U CO za o N O � LO rn 0 U F- U 0 0 LO crU o 0 0 0 rn 0 o F- Fr pa 0 C C r � U rn •- v14- 04 w J O Z cl O = N �, cn O N O >, v7 >, N �, v C) H Z (n •- M r 04 N N N N N N M W W W O Q O N O N O N N0 C) N O N O N O N N O N FQ_ CO ZQ 0 co co 00 N V- Qr N ch N M - N O 0\0 LO 000 a N O 0a0 m m m m m � Q U w J z U _ c C (0 F -O a C p U U) F -Q WU 0 O N (n m o L m O a) a N a c ° a N z aci co = = 0) C E O O m O .. a o Y (n w ° O N E a 0 U � c I- 0 a� m W W •:' E J3 O o C5 d N 0 -0 cn °' M _Z (n .0 0 0 ./ L co JI 0a 2 J Q O 0 LL a) c 0 w W m L CN E J a) i m a> jw a) c N (n L c � �0 0 W >' m E m N O N E c a J c O c U Co 2 L Q c M .0 0 U -C N ZN Cl- Q c Z vi 0 �U Q 0 E -C 4- 4- C 0 _ W 6 C)C 0 00 O •y a� c �� E � • E oa 0 U w W Z Q LL 0 U W WW O� a0 ZY O� U0 co Z ~ O� UW 2 CD F" Z_W D= J m0 ZW 0= Z LL QO ZU) �W J_ J D L� mQ Qw i W W Q 0 Q ZC/) Q UF - JZ m0 J Q J � Q F - U)0 .:1U 0 M r N CNI. M c 0 4- O 0 � O L O Y E >O ° .n U 3 c Q a) y z U O Q U tea) 0 N ai f- 3 :3 � W J -0 ch N a) L U � 0 Z eco -J c m Q L U LL _c N O W °' CU � .N Y N J L c :3 MO a T E -r- (D N N En U U W c J Q M - O +� L Z)w Z w C Q. 0 c 0 U 0 O_ O N 0 M L a� U W c aD E w ccoo a) U) m 0 rn m CU c Q m O NcaU y c CU o =0 Q _ m U o a� 00 c N •5; E Da 0 W NOWLL NOW o QWa0+ 0 ( �J��f�-0 z<0 Z>z C) LLc/)Z �^ O�Z 3 0 OwQ °'a- Z>.wv-0 WF-Wco OO F-. o0 W Z -i L) L0 f� i W< 2 Lo �00 W F- W O J Zd O o o� �O U Q W 0� U o 1A zza v U W J ^ O d Z0� O W = (L) U 0 Z CD M �0Q (n Q 0 Ix N O O 0U m 3tW O Q U 06 c W J3 F- Z cn L �O n lo 0(.)c _j ca a U °' U) 0 M r N CNI. M c 0 4- O 0 � O L O Y E >O ° .n U 3 c Q a) y z U O Q U tea) 0 N ai f- 3 :3 � W J -0 ch N a) L U � 0 Z eco -J c m Q L U LL _c N O W °' CU � .N Y N J L c :3 MO a T E -r- (D N N En U U W c J Q M - O +� L Z)w Z w C Q. 0 c 0 U 0 O_ O N 0 M L a� U W c aD E w ccoo a) U) m 0 rn m CU c Q m O NcaU y c CU o =0 Q _ m U o a� 00 c N •5; E Da w 2 L ~ N O Z >� O O o o 0 o(3)o rn o 0 0 W rn rn M rn M M O Oi O L U O O CA 00 L6CO LO M C O J OO O g N OO N OOD 0) OO � a) U CO O (B w O' O O Op 0) NO O C O I� p N O Il- O N C9 0 vi a r M In O O O O M M ° C W O O W CJ r- O N N O >' W Z o CN LO N <`? aD (9 m O F- O In ; `I' 1 In N O M O O O J= Ch 0) OO - OD CV O OO _ LO T :t:! Z L Z CL N r (n (D to L� O r (� (n Cl)V1 CF,1� C O W O O Y O O Y O N a) O J N a7 O w cu 11 i- �' CO Ocu U W U CO W > W rn Z ~ M cc c C C C C (a >m 70 >- U N 2 m m 2 c c c� Q Z ma L W Y o m >, c� Lo o ° ns E a) Ern 0 o m ° a c La) (A cn >' c L L m O a U O O � a) (0 a) Y O w a _�— oooZ c °°Ccn 0 E O U (p O U Cl) NU n U MQ 5 od 06 m 06 06 Y� +`- N O I— Y cn cn cn -� c L O Q L L ` i ` L O O Z O a m u7 m c N N •E a) a L , N O >, C o a ° a _ O U °> m° Fn m °' m cn m m' �' m ° t co Z �= m"a o aNi c0) � 'N O cn m a (Dp N C C s W i n N 70 N a) (U O a (B 2 0) O C � m O T (a W — (n — (v a U Q w� a wZ ° wm Q w >, O C c Q c c m aXi a) Z Q + 3 E X 3 °, 3 °, Q a: > 5 ani c a3i c ° p 5 W Z U 2 ° (D ° w (o ° y m > >— m }D °° zU z zU zU Y zm zH Y z �° E w W Z x O cam �' LL Q w w w w w w O L CD Lu aw z w z w z w z w z Ix z t: °° 07 E C7 U' w U—` 3 0 E cn c) Z 65 z 65 z 65 Z 65 Z z in - M a� c C� O� w �� w v� w v� w v� w v� w v cu c: a)� Z_ U O D CS O CS O D CS O D CS O (D O 0 (D �2� c 3 ° m cn a.- O -Q �- J W rn O Cl a) W J J Y CO C O U� } m W L = C p �m (V6 OL 2 co (D F- O (0 .c (B L C cf)L a� E F- W a� a) c ° m ° Q- M -°c m U C O a Z C c W� �a y c O E L ,� ° ° O� O a) _ .0 V O ° >> (>Q .2- a) Z = O L 5 >, C L S2 �a a s 0 Q U >N v,- PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. UCC ,.Tl1 1. Has your firm been terminated on any contract prior to completing a project or has 1 Ail 1\V ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete a project? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ for a public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ any of your projects? 11. Has any employee or other person suffered an injury in connection with any of your ❑ projects resulting in their inability to return to work for a period in excess of one year? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). VF.0 Nn 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ workforce goals, or failure to file certified payrolls on any publicprojects'? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION Ernest Ramey Superintendent Henry Sarkis Project Manager PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL. CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 - LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 CERTIFICATE OF CORPORATE BIDDER cry -%NJ certify that I am the of the corporation named as Bidder in the Bid Form, and that C=am 'CST 1 who signed the Bid Form on behalf of the Bidder was then the Q6Z¢ 1i1�:-fes of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal Secretary -CI �Sov b, zG t Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature RES IOET\3T , Print Name & Titl Date I s i o t uj Company Na e CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Be_c<)" S,6k Ak , authorized signatory for Nr.., F_�.pi�r, & 3v%\1.� ���V( .2 Name of individual 0 Wme of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. _Z�x lk 1A 1gAQ1 ti Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Date t1 (S 12At 7 RIES %n J—c,3—% Print Name & Title Company Na Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Window Replacement in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of asbestos abatement, window replacement, painting of windows, and repair and painting of exterior trims and wood components. The work is estimated to cost $200,000. General bidders must be certified by the Division of Capital Asset Management in the following category of work: Doors and Windows. Bids are subject to M.G.L. c.149 §44A -J and to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive. General Bids will be received until 2:OOPM on October 31, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and received no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com starting October 17, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good condition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $50.00. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BidDocsOnline, to cover mail handling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA, on Oct. 24, 2012 at 2:OOPM. Bidders will be held responsible for thoroughly familiarizing themselves with all existing conditions. Town of North Andover October 17, 2012 INVITATION TO BID -1 Become A Foster Parent for a child in need of a home. Receive training, on-going support and $350/week tax free. DARE -FAMILY -SERVICES Call Lori or Karen 978-750-0751 www.darefamily.org CONSTRUCTION / SKILLED TRADES JOBS! No Resume? No Problem! Monster Match assigns a professional to hand -match each job seeker with each employer! This is a FREE service! Simply create your profile by phone or online and, for the next 90 -days, our professionals will match your profile to employers who are hiring right now! CREATE YOUR PROFILE NOW BY PHONE OR WEB FREE! Call Today Sunday, or any day!! Use Job Code 47! 1-866-321-8985 or northofbaston.com/monster No Resume Needed! Call the automated phone profiling system or use our convenient Online form today so our professionals canget started matching you with employers that are hiring - NOW! Choose from one of the following positions to . enter your information: General Construction Construction Supervisor Construction Equipment Operator Customer Service Processing credit cards, adult fantasy line. Full time overnight with full benefits. Part time floater also available. Seek mature reliable person, casual office. $10/hr. Call Nan, 1-800-304-2055 CLASSIFIED MARKETPLACE •ILI ip •■ ens THE EAGLE -TRIBUNE A October 19, 2012 17 SALES EVENT1 TOYOTA • HONDA CERTIFIED • 7 YR./100,000 MILE WARRANTY • CI Newspaper Home Delivery Delivery Service Providers (DSPs) for newspaper....., routes in Andover, North Andover, Haverhill, Gloucester, Hookset-NH 8 Bedford -NH. DSPs AS L0 OVER 10 TOYOTA COROLLAS/ daare is per eek, 2-3hoursdd.Most routes are artingaround days per week, 2-3 hours daily, starting around HONDA CIVICS IN STOCK 3AM. $4004500/bi-weekly. No $$ collections. Must be 18 or older. Buy For STARTING Finance Call PCF, Inc: 1-.515-8000 800 OR 9AT 9 $7995 Part Time Data Entry Grov ing computer supplies business in North `08 CHEVROLET COBALT Reading seeking self -motivated individual for light clerical duties and order data entry. With Approved Credit I 91erj Familiarity with QuickBooks helpful, but will train. Must be a touch typist. Hours 9-3pm , #684501 p�T��� RETAIL $14,168 GENUINE PRICE $11,988 GENUINE 5 days a week. Please forward your resume $14,168 $11,988 RETAI PRICE to Bill by fax to (9781207-1007 or email re- sume to: jobs@oemconnect.com `08 CHEVROLET COBALT #288761 $10,995 $9,995 No phone calls will be taken pertaining to this 08 HONDA CIVIC LX #683821 $16,168 $13,988 position and no agencies '04 TOYOTA PRIUS `07 HONDA CIVIC #290131 #289541 $12,995 $12,995 $10,995 $10,995 J%V/ Snow Shovelers for large condominibm site in No. Andover. 108 MAZDA 5 SPORT WGN #280701 $12,995 $11,995 Call Rosann at 978-685-4434. 10 HONDA CIVIC LX #HP20480 $17;168 $14,988 10 TOYOTA COROLLA LE '08 CHEVROLET UPLANDER #P28810 $12,995 $11,995 #HP20340 $18,168. CUSTOMER SERVICE `10 TOYOTA TACOMA #70997 $13,995 $12,995 JOBS! No Resume? No Problem? '04 HIGHLANDER #290401 $13,995 $12,995 Monster Match assigns professional to hand -match each seeker with each employer! '10 TOYOTA COROLLA #285391 $14,995 $12,995 This is a FREE service! Simply create your profile by phone or online and, for the next 90 -days, our professionals will '07 TOYOTA CAM RYLE #259632 $13 995 , $12 995 , match your profile to employers who are hiring right now! `08 TOYOTA CAM RY #P6754 $14,995 $12,995 CREATE YOUR PROFILE NOW BY #688111 $20,168 $17,988 08 HONDA CR -V EX L PHONE OR WEB FREE! '08 DODGE GRAND CARAVAN #290712 $14,995 $13,995 Call Today Sunday, or any day!! $17,988 07 HONDA PILOT EX #688831 $20,168 Use Job Code 141 - 1.866-321-8985 '06 BUICK LUCERNE #289691 $15,995 $13,995 or northofboston.com/monster 107 TOYOTA CAMRY LE SEDAN #284492 $15,995 $14,975 No Resume Needed! Call the automated phone profiling system or use our convenient Online form today so our `10HONDA CIVIC #289292 $16 ,995 $14,995 professionals can get started matching you with $21,128 $18,948 08 HONDA ACCORD EX L #689101 employers that are hiring - NOW! Choose from one of the following positions to '09 NISSAN ROUGE #279421 $16,995 $14,995 enteryourRepresentative Customer Service Representatve 104 CHEW AVALANCHE Low Miles #286551 $16,995 $15,595 •Help Desk Representative `08 CHEVY IMPALA #285932 $16,995 $15,595 CUSTOMER SERVICE JOBS! '09 TOYOTA PRIUS #28s90 $19,995 $17,995 MNoRersume?NMatchssignso Problem? pro- `06 FORD F150 SUPER CREW #284892 $18,995 $17,995 fessional to hand -match each seeker with each employer! `11 TOYOTA CAMRY SE #P284991 $18,995 $17,995 This is a FREE service! Simply create your profile by phone or online and, for the '11 HYUNDAI SONATA #291471 $18,995 $17,995 next 90 -days, our profession- alemwill matcwhoarrerofile o `08 TOYOTA FOUR RUNNER #289281 $21,995 $19,995 loyersCREATErYOUR PROFILE `10 VOLKSWAGEN CL SPORT #281621 $24,995 $22,995 NOW BY PHONE OR Call Toa v ffa! or any `08 INFINITY M35 #292811 $24,995 $23,995 • day!! Use Job Code 141 '07 CHEVROLET AVALANCHE LTZ #287841 $27,995 $24,995 1-866-321-8985 or northofboston.com/monster `09 TOYOTA HIGHLANDER SPORT #290611 $26,995 $25,495 No Resume Needed! Call the profiling system oe use one `09 CHEW SILVERADO #709640 $27,995 $25,995 convenient Online form today so our professionals can get started matching you with ; employers that are hiring - NOW! Choose from one of the following positions to enter your information: • Customer Service Representative • Help Desk Representative ■ r�v■rv�a #684501 p�T��� RETAIL $14,168 GENUINE PRICE $11,988 05 HONDA ACCORD EX 3gg_sss.,�z� $14,168 $11,988 05 HONDA CR -V LX #681501 3NIFIDENUE C 09 FORD FOCUS SE #684501 p�T��� RETAIL $14,168 GENUINE PRICE $11,988 05 HONDA ACCORD EX #682241 $14,168 $11,988 05 HONDA CR -V LX #681501 $15,668 $13,488 08 TOYOTA RAV4 3RD ROW #689082 $18,168 $15,988 08 HONDA CIVIC LX #683821 $16,168 $13,988 07 HONDA RIDGELINE RT #HP20271 $16,168 $13,988 10 HONDA CIVIC LX #688551 $16,668 $14,488 07 SUBARU LEGACY SE #684381 $17,168 $14,988 10 HONDA CIVIC LX #HP20480 $17;168 $14,988 10 TOYOTA COROLLA LE #682592 $18,167 $15,987 09 TOYOTA CAMRY LE. #HP20340 $18,168. $15,988 08 HONDA ACCORD #686282 $18,168 $15,988 04 HONDA PILOT SILVER #688621 $18,168 $15,988 10 HONDA INSIGHT HYBRID #HP20500 $19,168 $16,988 08 HONDA ACCORD EX #688071 $19,168 $16,988 09 HONDA ACCORD LX #688811 $19,168 $16,988 09 TOYOTA RAV4 #688041 $19,668 $17,488 08 HONDA ACCORD Eki. NAVI #688111 $20,168 $17,988 08 HONDA CR -V EX L #688011 $20,168 $17,988 11 HONDA CIVIC LX #688221 $20,168 $17,988 07 HONDA PILOT EX #688831 $20,168 $17,988 07 MERCEDES C280 4MATIC #684591 $20,169 $17,989 10 HONDA ACCORD EX #688241 $20,668 $18,488 09 TOYOTA RAV4 #686501 • $20,955 $18,775 10 HONDA CR -V LX #688281 $21,128 $18,948 08 HONDA ACCORD EX L #689101 $21,168 $18,988 10 VOLKSWAGEN CC #688921 $21,668 $19,488 11 MINI COUNTRYMAN AWD #689821 $31,168 $28,988 I 18 Friday, October 19, 2012 THE EAGLE -TRIBUNE 1r S" Growing Andover Financial Services firm seeks: FT SENIOR ACCOUNTANT With accounting and tax experience. Respon- sibilities include tax research 8 preparation, accounting 8 bookkeeping. Flexible schedule. Email resume B salary requirement to: Icunnane@mwncpa.com Ads In This Classification Are WORK WANTED NOT HELP WANTED gillillor'l�� ATTENTION CAREGIVERS! If you are a PCA, CNA, Nurse or offer personal care services please go to the business and service directory and check out the category for Adult Care. Yours services are needed! IMMEDIATE OPENING! IF YOU ARE LOOKING FOR A POSITION AS A CARE GIVER PLEASE CHECKOUT THE ADULT CARE SECTION IN THE BUSINESS AND SERV- ICE DIRECTORY. PEOPLE LOOKING FOR PCAS, HEALTH AIDES, CNAS HAVE ADS RUNN- ING AND COULD USE YOUR HELP MEDICAI,,ASSISTANT tified/ Registgftd, experienced medical as- sistant fp.*sy multi -physician surgical. Fuyyiltne, travel to satellite offices. �lfology experience a plus email DENTAL ASSISTANT Experienced assistant needed for busy Methuen dental office, FT, 4 day". Fax 978-687-4491. . No phone calls please! •r r ACCOUNTING & FINANCE JOBS! No Resume? No Problem Monster Match assigns a professional to hand -match each job seeker with each employer! This is a FREE service! Simply create your profile by phone or online and, for the next 90 -days, our professionals will match your pfofile to employers who are hiring right now! CREATE YOUR PROFILE NOW BY PHONE OR WEB FREE! Call Today Sunday, or any day[I Use Job Code 101 1-866.321-8985 or northofboston.com/monster No Resume Needed! Call the automated phone profiling system or use our convenient Online form today so our professionals can get started matching you with employers that are hiring - NOW! Choose from one of the following positions to enter your information: • Accounts receivable/ payable • Billing 8 collections • Bookkeeper • General accountant . • Corporate accountant • Tax accountant Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Win- dow Replacement in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of asbestos abatement, window replacement, painting of windows, and repair and painting of exterior trims and wood components. The work is estimated to cost $200,000. General bidders must be certified by the Division of Capital Asset Man- agement in the following category of work: Doors and Windows. Bids are subject to M.G.L. c. 149 §44A -J and to minimum wage rates as required by M.G.L. c. 149 §§26 to 27H inclusive. General Bids will be received until 2:00121,111 on October 31, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and re- ceived no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically'at Bid- DocsOnllne.com starting October 17, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certi- fied or cashier's check or a money order. This deposit will be refunded for CLASSIFIED MARKETPLACE Executive Director SeniorCare, Inc. - Gloucester, MA The Board of Directors is seeking an experienced leader to serve as Executive Director of this $11 million private nonprofit organization. The Agency and position descrip- tion are available at www.seniorcareinc.org. Successful candidates should have a sophis ticated understanding of the myriad issues fac- ing seniors and the ability to articulate this to di- verse audiences. A Masters Degree and exten- sive senior management experience is required with nonprofit experience a plus. The right can- didate will have demonstrated skills in team building, strategic planning, financial manage- ment, board relations, staff development and securing support through collaborative relations with government entities, individuals, foundations and corporations. Submit resume with salary requirements to: SearchCommittee@seniorcaremc.org or mail to Search Committee, SeniorCare, Inc. 49 Black - bum Center, Gloucester MA 01930. AA/EOE. I.T. LOCAL - FT/PT Small creative firm near Newburyport looking to hire IT professional. Windows and Linux shop. Benefits with FTosition. Wide range of chal- P 9 lenging work in a supportive, team based envi- ronment. Experience with networks, web, php, ped experience a plus. Reply to: careecrt@culverco.com and include resume. Office Administrator AND Office Manager wanted for growing construction firm in Seuthem NH area. Must be proficient in word, excel and Quickb oks. Knowledge of construction industry a plus but not required. Please forward resumes to: info @buildit-inc.com or fax to 888-637-2608. AVON H Start Online Today! avonnh@aol.com 1-800-258-1815 ELECTRICIAN: Journeymen / 2 yr. Ap- prentice needed for service 8 HVAC wiring. Respectable, neat, work with others, able to drive, tools, team player. Call Mike 978423-8510. mkelectric@comcast.net r r - Cabinet Makers Architectural mill work shop has immediate openings for experienced Cabinet Makers/ Assemblers / Mill Workers/Truck Driver. Solid surface experience helpful Apply in person: VALIANT INDUSTRIES 12 Merrill St., Amesbury. MA Call 978-3883792 LICENSED ELECTRICIANS 8 HELPERS Must be experienced. Please Call 978375-1063 up to two sets for general bidders upon return of the sets in good condition COMMONWEALTH within thirty days of receipt of general bids. Otherwise the deposit shall be OF MASSACHUSETTS the property of the Awarding Authority. Additional sets may be purchased LAND COURT for $50.00. DEPARTMENT OF THE TRIAL Bidders requesting Contract Documents to be mailed to them shall in- COURT clude a separate check for $40.00 per set for regular mail and $65.00 per (SEAL) set for the next day delivery, payable to the BidDocsOnline, to cover han- 2012 MISC. 469400 dling costs. ORDER OF NOTICE A pre-bid conference will be held at the Stevens Estate, 723 Osgood TO: Street, North Andover, MA, on Oct. 24, 2012 at 2:OOPM. Bidders will be Donald L. Censullo; Joyce R. held responsible for thoroughly familiarizing themselves with all existing Censullo conditions. and to all persons entitled to the Town of North Andover benefit of the Servicemembers Civil October 17, 2012 Relief Act, 50 U.S.C. App. § 501 et ET -10/19/12 Seq.: I 1, JPMC Specialty Mortgage, LLC f/k/a WM Specialty Mortgage, LLC MORTGAGEE'S NOTICE OF SALE OF REAL ESTAT;e0gistry claiming to have an interest in a By virtue and in execution of the Power of Sale contained irtain Mortgage covering real property in Mortgage given by Steven J. Gagne to Wells Fargo Bank, N.A., d July 7, 2004 and recorded with the Essex County (Northern District) of 16 Saint Botolph Street, Unit 1, 16-18 Deeds at Book 8919, Page 332 of which the Mortgage the undersigned is Saint Botolph Street Condominium, Haverhill given by Donald L. Con - the present holder for breach of the conditions of said Mortgage and for the sullo and Joyce R. Censullo to Ame- purpose of foreclosing same will be sold at Public Auction at 02:00 PM on riquest Mortgage Company, dated November 2, 2012 at 30 Pearl Street, Lawrence, MA, all and singular the December 17, 2003, and recorded premises described in said Mortgage, to wit: with the Essex County (Southern The land in said Lawrence, with the buildings thereon, situated at the District) Registry of Deeds at Book southwest corner of Pearl and Floral 22263, Page 208 and now held by Streets being Lot #7 as shown on Plan of Land in Lawrence, Mass., the plaintiff by assignment owned by Guerin & Keefe, July 1921, Fred has/have filed with this court a W. Stowers, Engineer, recorded in the North Essex Registry of Deeds at complaint for determination of De - the end of Book 454, now designated fondant's/Defendants' Servicemem- as desk Plan # 0525, and said lot being more particularly bounded and bers status. described as follows: If you now are, or recently have NORTHERLY: 46.67 feet by Pearl Street; been, in the active military service EASTERLY- 100.29 feet by Floral Street; of the United States of America, then SOUTHERLY: 46.67 feet by lot numbered eight (8) as shown on said you may be entitled to the benefits Plan; and WESTERLY: 100.29 feet by lot numbered six (6) as sho\vn on said Plan. of the Servicemembers Civil Relief Act. If you object to a foreclosure For Title, see Deed recorded herewith. of the above-mentioned property on The premises are to be sold subject to and with the benefit of all ease- that basis, then you or your attorney ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water must file a written appearance and bills, municipal liens and assessments, rights of tenants and parties in POs- answer in this court at Three Pem- session. TERMS OF SALE: berton Square, Boston, MA 02108 A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in on or before NOV 19 2012 or you will be forever barred from claiming the form of a certified check or bank treasurer's check will be required to that you*are entitled to the benefits be delivered at or before the time the bid is offered. The successful bidder of said Act. will be required to execute a Foreclosure Sale Agreement immediately after Witness, KARYN F. SCHEIER the close of the bidding. The balance of the purchase price shall be paid Chief Justice of this Court on OCT within thirty (30) days from the sale date in the form of a certified check, 032012 bank treasurer's check or other check satisfactory to Mortgagee's attorney. ATTEST: The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or Deborah J. Patterson oral announcement made before or during the foreclosure sale. If the sale d f Recorder 201009 -2042 -RED Plastic Distributors 8 Fabricators, Inc., a leading manufacturer of CNC Machined, Fabricated, and Thermoformed plastic components, is currently looking for an experienced: CNC lathe setup machinist Candidate must communicate 8 work effec- tively with peers 6 management in a team envi- ronment, willingness to work overtime when needed to satisfy requirements. Candidate must have a minimum of 5 years experience in set-up 8 operation of crit lathes with working knowl- edge of programming/editing at the machine. PDF offers competitive salary 8 benefits, includ- ing 401 k Email: vdavis@pdfinc.com BUYING ESTATE CONTENTS ANTIQUES If you are selling/dearing out the contents of a house/barn/attic/basement, we buy entire houses full of items down to single unique antiques and vintage...... call 860.508.0298 SWAROVSKI CRYSTAL COLLECTABLES Small, medium and large sizes ... many different to choose from $10.00; $20.00 and $30.00 price range Call J978) 352-5235 ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you sending them back the difference. Also be- ware when responding to classified ads that ask you to send shipping cost. Possible scam! FLOWER GIRL dresses, (2) worn once, $50 each. Size 5/6. Will separate! Call (978) 372-0430. r PURITAN LAWN, double lot, G1896B-3. $3500, Please call 617-930-0830 PURITAN LAWN, Peabody MA - 2 graves next to each other, good for 4 burials. Asking $3,200 per site, negotiable. Call (469) 374-1081 PURITAN LAWN Peabody MA- 4 double lots, older section 'G'. Could accomodate 8 persons. Current value $3980 ea. / $15,900 total value $10,000/all, or will separate. (727) 803-6233 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII a] rrr r ADS in this category must show prices by cubic feet. Half a cord is 64 cu. ft. and a cord is 128 cu. ft. FALL SPECIAL 128cf. - Super dry $250. 60% dry $230. Free focal delivery. Salem Tree 603-489-3632 FIREWOOD $250 cord 1128cu. ft.) FREE local delivery Call 978-609.5589'0 % FIREWOOD seasoned 1 year 16"cut and split hard wood same day delivery 128 cu ft 269.00 a cord 978-804-2425 SEASONED FIREWOOD $300 delivered per cord If 28 c.f.lin Andover, MA area(4'x4'x8') (978) 808-2222 SEASONED FIREWOOD Free Local Delivery — BUY EARLY 8 $AVE H Call 978-304-3116 or 978 -927 -WOOD WOODSTOVE Avalon, 71,800 BTU's Heats the whole house! Excellent condition. New firebrick 2010. New door, glass and gaskets 2011. Cash 8 carry. $750. Call 978-465-5074 9+ CORDS OF SEASONED HARDWOOD FOR BURNING Wood is split and stacked ready for burning, All Hardwood, $225.00 per cord or deal on whole lot. Call Mike at 617-590-9324 FIREWOOD: FREE Wood Logs You pick up (978) 208-0070 FIREWOOD, seasoned maple, cut to managea- ble lengths and sizes, needs to be split, you haul away. 97BAl7-1976 Amesbury FREE AQUARIUM FISH - (3 ) Full grown small fresh water community fish. Methuen, 978-687-4534 FREE Large computer desk wood good condition Call (978) 538-0511 WOODEN INSERT WITH CARPET TO FIT BACK OF TOYOTA FJ CRUISER. MISCELLANEOUS SMALL PIECES OF PLYWOOD FOR CRAFT PROJECTS. (603) 778-9424 y���yy ATTENTION FUEL CONSUMERS: All ads in this classification run in our 10 paper "Classified Connection" that covers the North Shore, Merrimack Valley and Southern New Hampshire. Ads appearing in this section may or may not deliver to this entire market. Prices may reflect a "Local" delivery area only and may be higher for an extended delivery area. TTTTTT PELLET STOVE, insert for fireplace $700 978-744-7396 BEDROOM 7pc. solid Cherrywood sleigh, dresser, miror, chest and nightstand. New cost $2100, sell $895 Call 603-235-1773 BEDROOM SET: OAK, Queen size headboard is 8' H x' 11'. L with built in night stands, door open cabinets above bed, lights 8 mirrors. mens and women's chest. Less than a year old Asking $1500/best offer April 978-372-4042 BEDROOM SET, QUEEN Size (light oak) chest of draws, nightstand, hardly used $350 Call (978) 777-0207 KILN DRIED FIREWOOD Hand picked, no DINING ROOM SET - LARGE - 4 regular chairs 8 debris, dry storage. Delivered and stacked. 2 captains chairs, two 12" leafs. Dark wood. www.firewoodguy.com or 503-437-0940 $200. CALL (603) 458-1630 MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by John Fairweather and Lorraine Fairweather to Mortgage Electronic Registration Systems, Inc., dated August 22, 2005 and recorded with the Essex County (Northern District) Registry of Deeds at Book 9726, Page 315 of which the Mortgage the undersigned is the present holder by assignment for breach of the conditions of said Mortgage and for the purpose of foreclosing same will be sold at Public Auction at 10:00 AM on October 26, 2012 at 224 Mount Vernon Street, Lawrence, MA, all and singular the premises described in said Mortgage, to wit: The land with all buildings thereon, situated in Lawrence, Essex County, Massachusetts, known as 224 Mount Vernon Street, being lot "A" as shown on Plan entitled: "Definitive Plan for Subdivision, Washington Park Estates. Lawrence, Mass.", drawn by Murphy Associates, Engineers, dated August 28, 1967, which Plan is recorded in Essex North District Registry of Deeds as Plan No. 5760, and more especially bound and described as follows: Northerly by MT. Vernon Street, sixty (60) feet, as shown on said Plan; Easterly by land now or formerly of Spottswood, two hundred twenty five and 61/100 (225.61) feet, as shown on Plan; Southerly by Lot#19, as shown on said plan, seventy six and 78/100 (76.78) feet, and Westerly two hundred twenty five (225.00) feet by land now or formerly of City of Law- rence, as shown on said plan. Together with the right to use all the ways as shown on the aforemen- tioned Plan for the purposes for which public ways are used in the City of Lawrence. Meaning and intending to mortgage and hereby mortgaging the same premises conveyed to Mortgagors by deed dated June 29, 2001, and recorded in essex North County Registry of Deeds, Book 6243, Page 160. The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water bills, municipal liens and assessments, rights of tenants and parties in pos- session. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale -and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms if any, to be announced at the sale. Cenlar FSB Present Holder of said Mortgage, By Its Attorneys,' Orions Moran PLLC P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 is set as i a or any reason, the Purchaser at the sale shall be entitled only to ET - 10/1 9/12 Er -10/5,10/12,10/19/12 a return of the deposit paid. The purchaser shall have no further recourse . against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. NOTICE OF MORTGAGEE'S SALE OF REAL ESTATE Other terms if any, to be announced at the sale. By virtue and in execution of the Power of Sale contained in a certain mortgage given by Jill Smith and Kevin J. Wells Fargo Bank, N.A. Smith to Eastern Mortgage Services, Inc., dated March 23, 1998 and recorded with the Essex County (Northern Present Holder of said Mortgage, District) Registry of Deeds at Book 4999, Page 21, of which mortgage PNC Bank, National Association is the pres- By Its Attorneys, ent holder, for breach of the conditions of said mortgage and for the purpose of foreclosing, the same will be sold Orions Moran PLLC at Public Auction at 9:00 a.m. on October 29, 2012, pn the mortgaged premises located at 110 High Street, Unit P.O. Box 962169 No. 2, Farrow & Smith Condominium, North Andover, Essex County, Massachusetts, all and singular the premises Boston, MA 02196 described in said mortgage; Phone: (617) 502-4100 TO WIT: ET -10/12,10/19,10/26/12 MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Derrick Clark a/k/a Derrick B. Clark to Wells Fargo Bank, N.A., dated October 18, 2010 and recorded with the Essex County (North- ern District) Registry of Deeds at Book 12239, Page 151 of which the Mort- gage the undersigned is the present holder for breach of the conditions of said Mortgage and for the purpose of foreclosing same will be sold at Public Auction at 01:00 PM on November 2, 2012 at 50 Colonial Drive, Unit 50-1 aka Unit 1, Andover, MA, all and singular the premises described in said Mortgage, to wit: Unit 50-1 in Andover's Colonial Drive Condominium, located at Colonial drive, Andover, Essex County, Massachusetts, a condominium established in accordance with M.G.L. Chapter 183A and by Master Deed dated June 16, 1987 and recorded with the Essex North District Registry of Deeds at Book 2522, Page 105, as amended of record, and the Declaration of Condominium Trust dated June 16, 1987 and recorded at the Essex North District Registry of Deeds at Book 2522, Page 137, as amended of record. Together with an undivided .5515% interest appertaining to said unit in the common areas and facilities of the condominium as set forth in the Master Deed. Subject to and with the benefit of easements, rights, restrictions and conditions; exclusive or otherwise, as set forth in the Master Deed, Decla- ration of Condominium Trust, and Bylaws of the Condominium. Said unit is shown on the floor plans of the building recorded simultane- ously with the Master Deed, and on the copy of the portion of said plans attached to the unit deed and made a part thereof, to which is affixed the verified statement of a registered architect in the form required by Section 9 of Chapter 183A. For Mortgagor's title, see deed of James P. Demetri and Jonathan P. Cody, Trustees of the Fifty Colonial Drive Unit One Trust recorded herewith. The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, liens, attorneys fees and costs pursuant to M.G.L.Ch.183A, unpaid taxes, tax titles, water bills, mu- nicipal liens and assessments, rights of tenants and parties in possession. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms if any, to be announced at the sale. Wells Fargo Bank, N.A. Present Holder of said Mortgage, By Its Attorneys, Orians Moran PLLC . P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET -10/12, 1019, 10/26/12 F 14 The following described premises in Farrow & Smith Condominium in North Andover, Essex County, Massa- chusetts, a condominium established pursuant to Massachusetts General Law, Ch. 183A, by a Master Deed dated November 28, 1986, recorded on November 28, 1986 with Essex North District Registry of Deeds, Book 2364, Page 299 (Master Deed), and amended on March 26,1987, recorded on March 26,1987 with Essex North Disctriet Registry of Deeds, Book 2454, Page 138 to wit: . Unit No. 2 the address of which is 110 High Street, North Andover, Massachusetts 01845. Said Unit is also shown of the Floor Plans of said Farrow & Smith Condominium which plan was filed contem- poraneously with said Master Deed with Essex North District Registry of Deeds collectively as Plan No. 10521. Said Unit is conveyed, as buiit, together with 1. an undivided 50.0 per cent interest in the Common Areas and facilities of the property attributable to said unit and as specified in Section VII of said Master Deed. 2. non-exclusive easement for structural support and for the continuance of all encroachments by the unit on any other unit or Common Area in Farrow & Smith Condominium all as more particularly set forth in Section VI of said Master Deed. 3. an easement in common with owners of other units to use any part or parts of the Common Area, which are located in any of the other units or elsewhere on or in Farrow & Smith Condominium, including but not by way of limitation, same as are described in Section VIII of said Master Deed. This conveyance is subject to: 1. an non-exclusive easement in favor of other units and Common Areas in Farrow & Smith Condominium for structural support and for the continuance of all encroachments of such other units and Common Area in the unit; all as more particularly provided in Section VI of the Master Deed. 2. the provisions of the Master Deed, By -Laws and Condominium Rules, including Appendices thereto, re- corded with Essex North District Registry of Deeds at Book 2364, Page 299, and the Site Plans and Floor Plans for Farrow & Smith Condominium recorded contemporaneously with and as part of said Master Deed (being Plan No. 10521 at said Essex North District Registry of Deeds) and as the same was amended on March 26, 1987, recorded with Essex North District Registry of Deeds at Book 2454, Page 138, and as the same may be amended, from time to time, by instrument or instruments executed pursuant to the provisions of said Master Deed and/ or said Massachusetts General Laws, Chapter 183A and recorded with Essex North District Registry of Deeds, all of which, including amendments thereto, R any, shall constitute covenants running with the land which shall be binding upon any and all persons having at any time interest or estate in the said Unit herein conveyed, their heirs, successors and assigns, their servants and visitors as though all of such provisions, amendments and instruments were recited herein and stipulated herein. 3. All the restrictions on the use of said unit as are more particularly set forth in other provisions of the aforesaid Master Deed including but not limited to Section XI thereof. There is excepted from the Unit any Common Area lying therein, all as provided in said Master Deed, and the within conveyed premises are subject to and have the benefit of, insofar as the same may be now or in the future in force and applicable, easements as may exist for utilities serving the entire premises submitted by said Master Deed. 4. The Unit must be used in conformity with the Purpose and Use Restriction of the Master Deed as set out in Section 10 of said Deed. For mortgagor's(s') title see deed recorded with Essex County (Northern District) Registry of Deeds in Book 2514, Page 249. . These premises will be sold and conveyed subject to and with the benefit of all rights, rights of way, restric- tions, easements, covenants, liens or claims in the nature of liens, improvements, public assessments, any and all unpaid taxes, tax titles, tax liens, water and sewer liens and any other municipal assessments or liens or existing encumbrances of record which are in force and are applicable, having priority over said mortgage, whether or not reference to such restrictions, easements, improvements, liens or encumbrances is made in the deed. TERMS OF SALE: A deposit of Five Thousand ($5,000.00 ) Dollars by certified or bank check will be required to be paid by the purchaser at the time and place of sale. The balance is to be paid by certified or bank check at Harmon Law Of- fices, P.C., 150 California Street, Newton, Massachusetts 02458, or by mail to P.O. Box 610389, Newton Highlands, Massachusetts 02461-0389, within thirty (30) days from the date of sale. Deed will be provided to purchaser for recording upon receipt in full of the purchase price. The description of the premises contained in said mortgage shall control in the event of an error in this publication. Other terms, if any, to be announced at the sale. PNC Bank, National Association • Present holder of said mortgage By its Attorneys, HARMON LAW OFFICES, P.C. 150 California Street Newton, MA 02458 (617) 558-0500 201201-0738 - GRY ET -10/5, 10/12, 10/19/12 HAYWARD Wakefield Pine Dining room Set 94" x 42" table, with 8 ladder back rush chairs, 4 Hutch 8 drysink $2995 (978) 474-9190 KING SIZE Sleigh Bed $125. 3 drawer dresser $45. Pair of upholstered chairs $85. Boudoir chair $45. Wing chair $45. Drop leaf table $55. Call (603) 793-6179 Large divan with sofa bed with matching chair and foot stool $100, maple bunk beds, bureau, nightstand $100, wooden wardrobe 63 inches tall $50.978922-5258 ORIENTAL AUG 8x10, $20. 4 drawer dresser $30. Large farmer's table $225. Lighted china closet, $100. Pine sideboard $50. Large tool chest $20. Brass andirons $25.603-793-6179 AMANA Gas Range, white, center grate, 4 burners, Great condition $175.00. Call 603-382-5001 OAMAZINGIONew Full or Queen Mattress Set European Pillowtop. In plastic. Cost $1099 Sell $249. Can deliver. 603-305-9763 Bathroom Vanity Counter top, ivory new in box fits standard 30" vanity retail $350. $75.00 (978) 468-5282 BED 10" thick ortho Pillowtop mattress 8 box, 10 yr warranty! New in plastic $299 - Memory Foam $350. Can deliver 603-235-1773 BEDROOM FURNITURE Girl's four-poster canopy bed with matching dresser. nightstand and desk. Light pine finish. Excellent condition. $150.00 Call 978 374-7957. BEDS - NEW!! Twins $150, Fulls $175, Queens $250, Kings $350, Bunks $1 603-566-3840 www.nhfumituredir, ct.com ING ROOM SET Oval Tress I table plus 2 12" eaves, 7 ladder back chair and buffet hutch $750.00 Call (978) 774-220 FRIDGE - Kenmore, side by side, waterlce in door, $150. Fridgidaire Gas Stove with speed bake over, $150. GE Dishw$sher, $50. All are WHITE. Take all 3 for $300!! 978-683-2744 GRANDFATHER CLOCK keywound, Ridgeway, 7', dark cherry. $500/best offer. Call (603) 890-5727 KITCHEN CABINETS, Gorgeous maple glazed, never installed, solid wood, no particle board Cost $700O Sacrifice $1595 603-235-1695 Large Chest of Draws $150. Cellarette, Cherry wood $150, Fouton floral $50, Wedding dress sm. 4-6, preserved $300. Antique sm. dining table $100 best offers 603-362-4846 must. ISOM! LEATHER COUCH Grea condition High quality leather. 89" Lng Price: $600 Contact: mallojoe@Wmil.com LOVESEAT 8 CHAIR Pine green upholstered $200 each or $325/both. You haul. Will email picture. 978-255 -2865 Newl)uryport, MA Maytag ELECTRIC DRYER $75.; 24" Toshiba LCD TV with built in DVD player $100; Swivel TV wall bracket $25; AB Cirle exerciser new paid: sell $100. Callt78-208-1927 MODERN COFFEE TABLE 8 SIDE TABLE Black wood rectangular coffee tabld, curved design on comers-H-16in, L-49in, W-26in. 2 Nesting matching side tables H-16in, L-23in, W-12in.E- xcellent condition . $100 for both. Call Esta at 781-842-4755. . * MUST SEE! * RUGS - (2) Beautiful colors, perfect condition. Pure wool 8'x10'. $25DD value ea.. Asking $1,000/best offer. 978-463-0793 RECLINER, Dark Blue/Black, slight rip in foot rest, Very good Condition. $100.00-978-702-4702 WASHER, DRYER AND FRIDGEWhirlpool front loading washer/dryer, 2 years old, $750 set. Frigidaire black fridge 2 years old. $300. All like new. Moving Must Sell. 978-655-3352 $60 DINING SET Maple table with 2 leafs and 4 chairs. made in VL excellent condition. 978-764-5650 ALWAYS BUYING Antiques 8 vintage: furniture, pottery, military, advertising toys 8 orientals etc. Meehan Antiques, Mike 978 388-5023 Boat Trailer Needed for 21' boat Please Call 978-283-6786 CASH FOR TOOLS - Hand or power! Carpenters, machinists, mechanics, plumbers, rollaways. 1-800-745-8665 HAND TOOLS WANTED Planes -Chisels -Adzes -Callipers Useful tools - All trades. Estate lots. 1-888-405-2007 TOWN OF DERRY OFFICE OF THE PUBLIC WORKS OFFICE Contact: Michael A Fowler, P.E., Director Public Works Director Municipal Center . 14 Manning Street Derry, NH 03038 Phone: 603-432-6100 Fax: 603-432.0131 The Town will be apcepting bids on Burnham Boiler )Model V904A with Tankless Water Heater for the Wastewater Treatment Facility. All Bids will be submitted in a sealed envelope, clearly marked "WWTP Boiler Burnham V904A with Tankless Water Heater" - mailed to the Derry Public Works Office, 14 Manning S Derry, New Hampshire no later th n 11:00 a.m., November 2, 2012. Requests for information related to this request should be directed to AI Costigan, Chief Operator, Derry, NH Department of public Works, (603) 432-6149 Ext. 100 Bid packages can be printed off our website by using this link: http://www.derry-nh.org/Pages/ DerryNH_Bids/ or picked up at the Derry Public Works Office, 14 Man- ning St., Derry, New Hampshire, be- tween the hours of 7:00 a.m. to 4:00 p.m. Monday through Friday. Bidders may also 'Subscribe to News" to receive future requests for quotes by going to the following link: http://www.derry-ph.org/subscriber. ET - 10/19/12 COMMONWEALTH OF MASSACHUSETTS LAND COURT DEPARTMENT OF THE TRIAL COURT (SEAL) Case. No 12 MISC 469345 ORDER OF NOTICE TO: Elizabeth Almanzar and Selfiris Guerra and to all persons entitled to the benefit of the Serviceglembers Civil Relief Act, 50 U.S.C. App. § 501 et seq.: JPMorgan Chase Bank, Nation- al Association claiming to have an interest in a Mortgage covering real p1roperty in Lawrence, numbered 13 Montrose Avenue, given by Elizabeth Alman- zar and Selfiris Guerra to Mortgage Electronic Registration Systems, Inc. as nominee for Freedom Mort- gage Corporation, dated March 24, 2008, and recorded In the Essex County (Northern District) Registry of Deeds in Book 11119, Page 145, and now held by Plaintiff by assign- ment, has/have filed with said court a complaint for determination of De- fendant's/Defendants' Servicemem- bers status. If you now are, or recently have been, in the active military service of the United States of American, then you may be entitled to the benefit of the Servicemembers Civil Relief Act. If you object to a foreclosure of the above mentioned property on that basis, then you or your attorney must file a written appearance and answer in this court at Three Pem- berton Square, Boston, MA 02108 on or before November 19, 2012 or you will be forever barred from claiming that you are entitled to ben- efits -of said Act. Witness, KARYN F. SCHEIER, Chief Justice of this Court on Octo- ber 2, 2012. A TRUE COPY ATTEST: DEBORAH J. PATTERSON RECORDER ET - 10/1 9/12 ' Y Project Manual including Specifications for: Stevens Estate Window Replacement J-4 Awarding Authority: Town of North Andover 120 Main Street North Andover, MA 01845 A-- L a'--, Kang Associates, Inc. 339 Boston Post Road Sudbury, MA 01776 Environmental Consultant: R.I. Analytical Laboratories, Inc. 41 Illinois Avenue Warwick, RI 02888 Date: October 17, 2012 Stevens Estate Window Replacement North Andover, MA PROJECT: STEVENS ESTATE MASONRY REPAIR 723 Osgood Street North Andover, MA 01845 AWARDING AUTHORITY: TOWN OF NORTH ANDOVER 120 Main Street North Andover, MA 01845 tel: 978-688-9516 fax: 978-688-9556 ARCHITECT: KANG ASSOCIATES, INC. 339 Boston Post Road Sudbury, MA 01776 tel: 978-443-6383 fax: 978-443-1360 ENVIRONMENTAL CONSULTANT: R.I. ANALYTICAL LABORATORIES, INC. 41 Illinois Avenue Warwick, RI 02888 tel: 401-562-1320 fax: 401-732-8034 DATE: October 12, 2012 TITLE SHEET TITLE SHEET - 1 Kang Associates, Inc. October 17, 2012 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Window Replacement in North Andover, Massachusetts, in accordance with the documents prepared by Kang Associates, Inc. The Project consists of asbestos abatement, window replacement, painting of windows, and repair and painting of exterior trims and wood components. The work is estimated to cost $200,000. General bidders must be certified by the Division of Capital Asset Management in the following category of work: Doors and Windows. Bids are subject to M.G.L. c.149 §44A -J and to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive. General Bids will be received until 2:OOPM on October 31, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA 01845 and received no later than the date and time specified above. General bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the Town of North Andover. Bid Forms and Contract Documents will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com starting October 17, 2012. A deposit is required in the amount of $50.00 per set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This deposit will be refunded for up to two sets for general bidders upon return of the sets in good condition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $50.00. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BidDocsOnline, to cover mail handling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA, on Oct. 24, 2012 at 2:OOPM. Bidders will be held responsible for thoroughly familiarizing themselves with all existing conditions. Town of North Andover October 17, 2012 INVITATION TO BID - 1 Stevens Estate Window Replacement North Andover, MA TABLE OF CONTENTS Kang Associates, Inc. October 17, 2012 Number of Pages TitleSheet.......................................................................... 1 Invitation to Bid....................................................................... 1 Tableof Contents..................................................................... 2 DIVISION 00 - BIDDING REQUIREMENTS Instructions to Bidders................................................................. 5 Formof General Bid................................................................... 2 Certificate of Corporate Bidder........................................................... 1 Certificate of Non -Collusion and Certificate of Tax Compliance ................................. 1 Certification of Labor Harmony and OSHA Training Requirements ............................... 1 DCAM Update Statement.............................................................. 10 Formof Bid Bond..................................................................... 2 DIVISION 00 - CONTRACT REQUIREMENT FORMS Certificate of Vote..................................................................... 1 Foreign Corporations Certification........................................................ 1 Performance Bond.................................................................... 2 PaymentBond....................................................................... 1 DIVISION 00 - CONTRACT REQUIREMENTS Town of North Andover Contract......................................................... 9 Supplement,'C....................................................................... 10 State Prevailing Wage Rates........................................................... 68 Weekly Payroll Records Report and Statement of Compliance .................................. 1 Massachusetts Weekly Certified Payroll Report Form ......................................... 1 DrawingsIndex....................................................................... 1 DIVISION 01 - GENERAL REQUIREMENTS 01.11.00 Summary of Work........................................................... 2 01.31.00 Coordination............................................................... 1 01.32.00 Project Procedures.......................................................... 3 01.33.00 Submittals................................................................. 3 01.41.00 Regulatory Requirements..................................................... 1 01.50.00 Temporary Facilities......................................................... 2 01.77.00 Contract Closeout........................................................... 3 DIVISION 02 - EXISTING CONDITIONS 02.01.00 Existing Conditions.......................................................... 1 Attachment: Asbestos and Lead Survey of the Steven's Estate ....................... 25 02.41.19 Selective Demolition......................................................... 3 02.82.00 Asbestos Remediation...................................................... 14 DIVISION 03 - CONCRETE....................................................... Not Used DIVISION 04 - MASONRY........................................................ Not Used DIVISION 05- METALS.......................................................... Not Used CONTENTS -1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06.10.00 Rough Carpentry ............................................................ 3 06.20.00 Finish Carpentry ............................................................ 6 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07.92.00 Joint Sealants.............................................................. 3 DIVISION 08 - OPENINGS 08.14.66 Wood Screen Doors......................................................... 3 08.52.00 Wood Windows............................................................. 7 DIVISION 09 - FINISHES 09.90.00 Painting................................................................... 7 DIVISION 10 - SPECIALTIES..................................................... Not Used DIVISION 11 - EQUIPMENT...................................................... Not Used DIVISION 12 - FURNISHINGS..................................................... Not Used DIVISION 13 - SPECIAL CONSTRUCTION .......................................... Not Used DIVISION 14 - CONVEYING EQUIPMENT ........................................... Not Used DIVISION 21 - FIRE SUPPRESSION ............................................... Not Used DIVISION 22 - PLUMBING....................................................... Not Used DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING ...................... Not Used DIVISION 26 - ELECTRICAL...................................................... Not Used DIVISION 31 - EARTHWORK..................................................... Not Used DIVISION 32 - EXTERIOR IMPROVEMENTS ......................................... Not Used CONTENTS -2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 INSTRUCTIONS TO BIDDERS 1.0 GENERAL INFORMATION 1.1 AWARDING AUTHORITY: Town of North Andover, 120 Main Street, North Andover, Massachusetts 01845. 1.2 ARCHITECT: Kang Associates, Inc., 339 Boston Post Road, Sudbury, Massachusetts 01776. 1.3 APPLICABLE LAWS: All bids are subject to all local, state, and federal laws and regulations governing the bidding process including, but not limited to, Massachusetts General Laws Chapter 149, Sections 44A through 44L, as amended. 1.4 Instructions to Bidders are not part of the Contract Documents unless specifically referenced in the Owner/Contractor Agreement. 2.0 AVAILABILITY OF BID SETS 2.1 NUMBER OF BID SETS: Two complete bid sets, consisting of Contract Documents (Drawings and Project Manual) and Bidding Documents, are available to each general bidder. 2.2 LOCATION: Bid sets can be picked up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.com 2.3 DEPOSIT: A deposit in the amount of $50.00 for each bid set is required. The deposit shall be in the form of a certified or cashier's check or a money order made payable to BidDocsOnline. Deposits will be refunded in full for bid sets returned complete and in good condition within 30 days (Saturdays, Sundays, and Holidays excluded) of the date general bids are due. Bid sets will be mailed upon receipt of a non-refundable handling fee of $40.00 per bid set for regular mail delivery and $65.00 per bid set for overnight delivery. Mailing and handling fee shall be in the form of a certified or cashier's check or a money order, made payable to BidDocsOnline. 2.4 One complete set of Contract Documents will be available for examination at the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845. 3.0 EXAMINATION OF BID SETS 3.1 Each bidder shall read and examine the Contract Documents and Bidding Documents to become familiar with and understand their contents. 3.2 QUESTIONS: Bidders requiring clarification or interpretation of the Contract Documents shall submit them to the Architect in writing. Such requests must be received by the Architect at least five days (Saturdays, Sundays, and Holidays excluded) prior to the date bids are due. 3.3 ADDENDA: Responses to requests for clarification and interpretation as submitted in accordance with Paragraph 3.2 of this Section shall be in the form of written Addenda. One copy per bid set of each Addendum shall be distributed by mail or facsimile. Failure to receive any Addendum shall not relieve a bidder from any obligation under his Bid as submitted. One copy of each Addendum will be available for examination at the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845. INSTRUCTIONS TO BIDDERS - 1 Stevens Estate Window Replacement Kang Associates, Inc. i North Andover, MA October 17, 2012 i 3.4 CONTRACT TIME: Time is of the essence in this Contract. All Work shall be completed within 180 days. Extensions of time shall be granted in accordance with the General Conditions. 3.5 PREVAILING WAGE: This Project is subject to the Prevailing Wage Rates set by the Massachusetts Department of Labor and Industries, as stipulated in the Supplementary Conditions. 3.6 TAXES: The Awarding Authority is exempt from paying state sales tax. Tax exemption number will be provided to the successful general bidder. 3.7 PERMITS: Building permits will be required for the project but permit fees will be waived by the Town of North Andover. 4.0 SITE VISITS 4.1 REQUIRED SITE VISIT: Each bidder shall visit the sites to make himself completely familiar with general, local, and existing physical and legal conditions and to correlate these conditions with the Work as described in the Contract Documents, including Addenda. Failure to visit the sites shall not relieve the bidder from any obligation under the bidder's Bid as submitted. 4.2 PRE-BID CONFERENCE: A Pre -Bid Conference will be held at the Stevens Estate, 723 Osgood Street, North Andover, MA on October 24, 2012 at 2:OOPM. 5.0 BID SUBMISSION / 1 �J 5.1 GENERAL BID FORM: Each General Bid shall be submitted on the General Bid Form as included with the Bidding Documents. Blanks on the bid form shall be filled in by typewriter or handwritten in ink. Amounts shall be expressed in words and numbers with the verbal amount governing in cases of discrepancy. There shall be no interlineations, alterations, or erasures of the bid form. 5.2 BID DEPOSIT: Each General Bid shall be accompanied by a Bid Deposit in the amount of 5% of the total Bid amount. Bid deposits shall be in the form of a bid bond, cash, certified check, or cashier's check. Checks shall be issued by a responsible bank or trust company and made payable to the Awarding Authority. Bid bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. Bid bond form shall be AIA document A310 or other satisfactory to the Awarding Authority. Bid Deposits shall be returned in accordance with M.G.L. Chapter 149, Section 44B. Bid Deposits shall be returned with bids withdrawn before bid opening. 5.3 ELIGIBILITY A. General Bidders: Each General Bid submitted must be accompanied by a copy of a Certificate of Eligibility issued by the Department of Capital Asset Management (DCAM) showing that the bidder has the classification and capacity rating to perform the Work. The classification required for general bids is Windows and Doors. Include a current update statement using the DCAM Eligibility Update Form. The Awarding Authority will use the Certificate of Eligibility and the Update Form to determine the lowest responsible and eligible bidder. Bids submitted without the Certificate of Eligibility and Update Form shall be invalid. � 1 INSTRUCTIONS TO BIDDERS - 2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 B. Corporations: Corporate general bidders must submit a Certificate of Corporate Bidder with the bid form. C. Evaluation of Bids: The Town may at its discretion give the bidder notice of defects or omissions in the bidder's Update Statement and an opportunity to make revisions to that statement. A contractor's bid shall not be rejected if there are mistakes or omissions of form in its Update Statement, provided the contractor promptly corrects those mistakes or omissions upon request by the Town. 2. The Town will consider the information contained in the Update Statement, which it may verify by its own investigation, and material that it may request from the DCAM according to 810 CMR 4.03(12) in determining whether the low bidder is eligible for contract award pursuant to M.G.L. C. 149, s. 44A(2). The Town's eligibility review of the low bidder will concentrate on the bidder's performance since its last certification by the DCAM, provided, however, that the Town may bring information to the DCAM's attention concerning a contractor's qualifications, if the DCAM was not aware of that information when it certified the contractor. In determining who is the lowest responsible and eligible bidder, pursuant to M.G.L. C. 149, s. 44D(6), the Town may consider the bidder's past performance on projects undertaken or completed within the past five years. The low bidder may not be awarded a contract which, when the annualized value thereof is added to the annualized cost to complete all other currently held contracts, would exceed the contractor's aggregate rating limit. The Town will use the information provided in the Update Statement to compute the amount of work the bidder has underway. If the bidder provides the Town with evidence that its outstanding annualized balance of contracts (plus the annualized value of its bid for this project) will be within its aggregate rating limit by the start date of the project for which it is low bidder, the Town may, at its discretion, make the contract award. 4. The contract shall not be awarded to any bidder whose submitted background information, when investigated and verified by the Town, raises significant question as to his ability to successfully complete the project in question due to problems with his competence and responsibility. 5.4 GENERAL BIDS DUE A. Date and Time: General Bids are due by October 31, 2012 at 2:00 PM. B. Location: General Bids shall be delivered to the North Andover Town Hall, Town Manager's Office, 120 Main Street, North Andover, MA 01845 in a sealed envelope within a sealed outer envelope. Both envelopes shall be clearly marked with the name of the Project, the name of the bidder, and the words "GENERAL BID ENCLOSED". Bids delivered in person will be accepted during building hours, Monday through Thursday from 8AM to 4:30PM and Friday from 8AM to 12PM, but in no case later than the date and time specified above. 5.5 BID MODIFICATIONS, written or verbal, are not permitted. INSTRUCTIONS TO BIDDERS - 3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 5.6 BID WITHDRAWAL is permitted by written request received prior to bid opening. Withdrawn bids may be resubmitted up to the date and time bids are due. 6.0 PERFORMANCE AND PAYMENT BONDS 6.1 The successful general bidder shall furnish the Awarding Authority with a Performance Bond and a Payment Bond, each in the full amount of the Contract Price. Bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. 7.0 BID OPENING AND CONTRACT AWARD 7.1 Bids will be publicly open and read immediately following the time Bids are due and at the location Bids are due. The Bids of the three lowest general bidders and the sub -bidders they name, shall not be withdrawn for 30 days (Saturdays, Sundays, and Legal Holidays excluded) after Bid opening. 7.2 CONTRACT AWARD A. The Contract shall be awarded to the lowest responsible and eligible bidder. B. The Awarding Authority reserves the right to reject any or all Bids if it is in the public interest to do so. C. The Awarding Authority expects to award the Contract or reject all Bids expediently and, in any case, within 30 days (Saturdays, Sundays, and Legal Holidays excluded) of Bid opening. D. Upon award, the general bidder shall complete the following forms to ensure prompt contract validation. These forms will be provided to the General Contractor by the Awarding Authority. Submit four (4) originals of each. 1. Town of North Andover Contract. 2. Supplement "C. 3. Certificate of Corporate Vote to be submitted by corporate general contractors. 4. Foreign Corporations Certification to be submitted by general contractors whose place of business is outside Massachusetts. 5. Performance Bond in the full amount of the Contract Price. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. Bonds shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. The dates on the bond must coincide with the contract date, and a current Power -of -Attorney must be attached to the bond. 6. Payment Bond in the full amount of the Contract Price. Bond form shall be as provided in the Project Manual or other satisfactory to the Awarding Authority. Bonds INSTRUCTIONS TO BIDDERS - 4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 shall be with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority. All bond costs shall be included in the Bid price. The dates on the bond must coincide with the contract date, and a current Power -of -Attorney must be attached to the bond. 7. Insurance Certificates for the General Contractor are required and must be submitted in accordance with the Supplement "C". E. The Town shall not enter into a contract with, and shall not approve as a subcontractor furnishing labor and materials for a part of any work of this contract, a foreign corporation which has not filed with the Town a certificate of the Secretary of State of the Commonwealth of Massachusetts stating that such corporation has complied with Sections 3 and 5 of Chapter 181 of the Massachusetts General Laws and the date of such compliance. The Town shall report to said Secretary of State and to the Department of Corporations and Taxation of the Commonwealth of Massachusetts any foreign corporation performing any work under this contract or any such subcontract, and any person, other than a corporation, performing work under this contract or any such subcontract, and residing or having a principal place of business outside the Commonwealth of Massachusetts. If the bidder selected as the general contractor fails to perform his agreement to execute the contract in accordance with the terms of his Bid and furnish a performance bond and also a labor and materials payment bond as stated in his Bid, the award will be made to the next lowest responsible and eligible general bidder, subject to the provisions of Sections 44A -44J, inclusive, of said Chapter 149. The thirty -day time limit shall not be applicable to a second or subsequent award made after the expiration of the time limit with the consent of said next lowest responsible and eligible general bidder, and made because the original award made within the time limit was invalid, or because the general bidder failed to execute the contract or to provide a performance bond and a payment bond. END OF SECTION INSTRUCTIONS TO BIDDERS - 5 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 FORM OF GENERAL BID To the Awarding Authority: A. The undersigned proposes to furnish all labor and materials required for the Stevens Estate Window Replacement, North Andover, Massachusetts, in accordance with the accompanying plans and specifications prepared by Kang Associates, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered C. The proposed contract price is: dollars ($ ). E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. Date The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. (Name of General Bidder) Rv Signature and Title of Person Signing Bid Business Address City and State FORM OF GENERAL BID - 1 Stevens Estate Window Replacement North Andover, MA GENERAL BIDDER'S CHECKLIST: Addenda Recognized Bid Deposit Certificate of Corporate Bidder DCAM Eligibility Update Statement Certificate of Non -Collusion and Certificate of Tax Compliance Certification of Labor Harmony and OSHA Training Requirements FORM OF GENERAL BID - 2 Kang Associates, Inc. r 1 October 17, 2012 J Stevens Estate Window Replacement North Andover, MA Bid Form, and that CERTIFICATE OF CORPORATE BIDDER Kang Associates, Inc. October 17, 2012 certify that I am the of the corporation named as Bidder in the who signed the Bid Form on behalf of the Bidder was then the of said corporation and that I know his signature; that his signature thereto is genuine and that the Bid Form was duly signed, sealed and executed for and in behalf of said corporation by authority of its governing body. Corporate Seal Secretary -Clerk Date CORPORATE BIDDER - 1 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership; corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I authorized signatory for Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Print Name & Title Date Company Name EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. Bid Date Print Name of Prime/General Contractor Project Number (or Business Address name if no number) Awarding Authority Telephone Number SIGNATURE* Bidder's Authorized Representative Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam. If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). Step 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid i by the calculated number of years to find J the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. % Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 W LL O� 0< LUUZ QLLO ��0 LULUF- �U� LUSO UQa- ZULU C)� U �>- J Q U) LUZO J LU — Oaa X00 Q0Z AZO �w LL Q LU � 000 Z LL �Z W w n 0c)LU / V V ) ? LuZ pLUJ J m � ~ Q 00 - LU U) ZO2Z Q O U00f- Q U CO 0>: J Q J a HJ(D< Ua�U �QLUD 0 w L ~w w C) O O U U) aD w F- a E 0 0 F- F- 0 F - F - (D N L E (1) L O c6 W U_ N � N o a 0 QCf) -C F- U o .N C Z M O M 4--a O C: 0 0 0 U) Y� a � E-6 �O 0.5; O 0 OO �O Q N 0O �w Cl) d -J Q U U 0 E m 0 c a� Z O L O Q +- > 5 (B Co F- OQ 4- a) C) O -0 E J c6 c75 c_0 E� U a) 06 a) M16 ^L^,, CL w J F— a) a) ai U p U N U) u)75 Q� F- C) O �, E w O a c w e 4 `° o w CL o a) •0 E Q L O U) aD a� a E 0 0 0 U (D N L E L O c6 N � N o 4— c6 0 QCf) -C m o .N C 04-- 0 M M 4--a O C: 0 0 0 U) a) a � E-6 0.5; O 0 �O Q N 0O -0 •L Cl) d -J U 0 E m 0 c a� L O Q +- > 5 (B Co cW E OQ 4- a) aoi -0 E u�i c6 c75 c_0 E� U a) E ca a) M16 ^L^,, CL c a) a) ai U L_ U N U) u)75 Q� c� O �, E �� m a c w e 4 `° o o a) •0 E Q cu o a` w 2 H Z 0 0 w U) J U w N� L^L LL w J 0 2 U w Of 0 LL Z O 2 0 LL z w U z w w LL w >Z_ 0 J J 0 w w Q OQ Ow G� G� a_ a_ w Q = O C a) c 0 C o C O c N c O c O c N C O c O c N C O c O c N C O c o C a) c Q 0 0 L 0 t 0 0 L 0 0 0 L 0 L= 0 0 c 0 L 0 L 0 0 L 0 0 0 C J N CL N ACL ? a) N a CL N a) CL CL N a) 2 CL N iw- ~ ~ ~ ~ ~ F- ~ ~ ~ ~ ~ F.- ~ ~ ~ ~ F-- 0 cr w a e 0 c 0 c 0 C o c 0 c 0 c o c D C o c o c D c o C o c 0 c o C 0 c 0 C 0 L L O L N L N L O L O L N L o L O L N L ON L L N L O L N L N L O L N QN a CL a- Q_d as a as d d(L a as a s 0t50 5 z C C civ C C C � C C C C C C c+a C C m C cpm C C M C M C O U O U 0 V 0 U o U 0 V 0 U o U 0 V 0 U o U 0 V 0 U o U 0 0 0 U 0 U 0 0 0 U w O C a) C N C N c N c (1) c Z CV) 3 a) 03: CU) O 03: CV) a) U3: C fA O U�: CU) (D U C 3 fn N U }.0 0 00 0 00 0 00 0 00 0 00 0 0 Z 6� 6 L L L w w w w w w �� z 0� z Q� z Of z 0� z 0� z w 0 w 0 w 0 w 0 w 0 w 0 Q� z w CU z w()� z w U� z w CU z S w b z w b U O 0 CD 0 0 CD 0 0 CD O 0 CD O 0 CD 0 0 CD w J w N 0, c N O L C O O L U N L c O N N N 0) � (0 c L c E O N O `°O 00 ;r -Z -CZ _0 El N � 2 Tw >w } � i c� m 0 Q' L E O O U Q = L -C (� o (n a >' O 0 O co L c 0 O >_, >> L y+ Q � L N L U) O N c0 m (p a) E .- N L (n m T C: > 0 E CU 0-C o= ALO �o EU) m -C f° a) C c -°c O N ._ N Q L c 0 U (B -0 O O O O C O c : E a) -C Qm -C :t-- N U O 0 >+ L U A c O � (0 Q >, c mE L 2 0 Q 0 0 0 M L m 22 a) U 0 w C: a) E (� E 0)cc CU a m �j 0 cu � U Q c @ o .a U m m U m C L� o E. 0 C w 0 Z D () Q LL D 0 >-p U) w C) w 0� a0 ZY Ofl� UO Zw c _ Z~ O� Uw Z W Z= 0� 7 m0 ZZ Ow Z= ZL- < 0 QO ZU) 0 W J � _ 0 m Q WO �w W d Q 0 Q = U� Z m0 0 � aU J < Q� wO �U rn C E 0 U 4- 0 0 O U Z 0 U W J � CL dj 0 O -° U � s Z U) J U Q JI •O o W a OS C E 2 0 U � a� W LU OLL� w 0 LO O E N NO JY oa d O a� rn I W a o U E C Z<03: ami O U N o QRZv a c� E 7 'U p Op O CN N 0 U o O m wC/)Z a) 7 U U C � OQz 3 W N N c � � vi Co Q m cn a� r i6 U) 5 m O N E OwQ Z>'W's U CN c a U m L C o U Q C Oa U E .a w - m E .� � U � o ooh`° c� W Z � I.- X Lo >000 F -W CO ZJ �W \0 U F- wU LO Z� Oa U w J O Zo, OW = a� Uv 0 Z M H p Q Cn zz D w YO N O Ow Q U 06 w J Z F— O F -F `- U Q WU nO O -' w a rn C E 0 U 4- 0 0 O U Z 0 U W J � CL dj 0 O -° U � s Z U) J U Q JI •O o W a OS C E 2 0 U � a� o w 0 LO O E N d O a� E C ami O U N a c� E 7 'U p Op O CN N o U o O m N � 7 U U C � � W N N c � � m Co Q m cn a� r i6 U) 5 m O N E aa)i as U CN c a U m L C o U Q C Oa U E .a w - m E .� � U � o c� E 0 CL W 2 Z O Q W /F- V ) J F— C) W L^.L LL W W J O Z W Z W LU U- W C� >Z_ O J OW W Q DO OW CL CL W L C a) O L C O O L U L C O C C C C C C C C C C C C C C C C C C 4 0 0 0 0 C O O O L O O O L O O O L O O O L O O J c T a) O 2 a) • 'p ❑ -2 a) N N N N N a) �- H >W F- F H� H d H Fes- H H H H H S H N Z E O O ` Q 0� c a E J >, cn O .� O O L co O >> o 'E - N L m a 3: O U) a) L -0O r mf6cn m N E cad (D C O >O O E 0 -0,.(2 +� aii w c iL a) O W x C 0 C 0 C 0 C 0 C O C O C O C O C O C O C O C O CC O O C O C O C 0 C 0 m n N W � >> > Q m >-a) _ U 0 M 0 (D Q O -O C a) � 0 >> ai 0 U L O_ Qd N d as a- m E d as o C a)� d CL CL a da >, c a as p a s Co- d>%c >% c e) >+ N U Q U "—' z C C (u C coo C (D C (b m C m C coo @ C coo C (U CU C c�a C c�a c�a C CU C O U() O O 0 O Uv C O OO v vv C O 0 0 C 0 O O C O O O C O O O C C C C C C C Q a) 2) ai L m Qi m .2) ai .) Z cu) 3 a> U CU) 3 a) U cu) 3 m U CU) 3 m U3: CU) m U CW 3 m U ?.0 00 00 00 0 00 0 00 Q O Z 6 L L /1 N W Z N w Z N w Z LL Z N Tf Z N w Z w(D w� w(D w(D LU w O� w i�� w v� w v� w v� w b3: w d U O 0 (90 0 (D0 0 (D0 c) CD0 0 00 0 (D W J H U W _ L C a) O L C O O L U L C O .O 4) a) � _0 m c L m E C O cf C C O 0 0 -c O • 'p ❑ 7772 ❑ � IB o W >W d > ❑ ❑ m m E O O ` Q 0� c a E J >, cn OU .� O O L co O >> o 'E - N L m a 3: O U) a) L -0O r mf6cn m N E cad (D C O >O O E 0 -0,.(2 +� aii w c iL a) O DC 0- C 3o Ecn L (D � o M c � E� (D c � 0) m C .O i � m n N W � >> > Q m >-a) _ U 0 M 0 (D Q O -O C a) � 0 >> ai 0 U L O_ c6 E N C Fu co - 43) a- m E += m o C a)� 00 U ,. ,� 0>; a� > o� 1 a '� >, c E p co Q E :3 0 Co- d>%c >% c e) >+ N U Q U "—' PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under ❑ ❑ any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ ❑ contract? 6. Has a payment or performance bond been invoked against your current firm, or has ❑ ❑ any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that hada payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your ❑ ❑ payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with ❑ ❑ any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of ❑ ❑ your projects resulting in their inability to return to work for a period in excess of one ear? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, suppliers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 1RT 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal ❑ ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, ❑ ❑ workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any ❑ ❑ administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's ❑ ❑ responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL 1 List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. NAME TITLE OR FUNCTION PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ❑ No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G — "Completed Projects" and the final page — "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 A -AIA Document A310"-1970 ..............._............................................. ................................................ did Bond G40W ALL MEN BY THESE PRESENTS, that we (Dere insert full name and address or legal title of Contractor) mcip,011hereinafter called the Principal, and e insert full name and address or legal title of Surety) . with in the evi bonds, if hereof lif Obligee' said bid, effect. if the Obligee shall accept the bid of the Principal and the to a.C. Wart with the Obligee in accordance with the terms of bond orbonds as may be specified in the bidding or Contract ands ufficient surety for the faithful performance of such Contract ment f labor and material furnished in the prosecution thereof, or Ire o Che Principal to enter such Contract and give such bond or shall pair to the Obligee the difference not to exceed the penalty ount specified in. said bid and such larger amount for which the aith contract with another party to perform the Work covered by ration shall be null and void, otherwise to remain in full force and ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Repoit that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left . margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A310"' —1970. Copyright 01963 and 1970 by The American Institute of Architects. All rights reserved. WARNING: This Me Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of it, � may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 15:30:43 on 06/Ol/2009 under Order No.1000391290 1 which expires on 3/12/2010, and is not for resale. User Notes: (1335585024) 1 AIA Document A31 0- =1970. Copyright ®1963 and 1970 by The American institute of Architects. All rights reserved. WARNING: this A10 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this A10 Document, or any. portion of it, 2 rnq result In severe civil and criminal penaities,.and will be prosecuted to the maximum extent possible under the lata. This document was produced by AIA:soitware at 15:30:43 on 06/01/9009 under Order No.1000391290 1 which expires on 3/12t2010, and is not for resale. User Notes: (1335595024) CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on it was VOTED, THAT (Name) (Officer) be and hereby is authorized to execute contracts and bonds in the name and on behalf of said , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of on its behalf by such officer under seal of , shall be valid and binding upon that I hereby certify that I am the clerk of the above named and is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. (Date) Certification of the Corporate Clerk (Clerk) Stevens Estate Window Replacement North Andover, MA FOREIGN CORPORATIONS CERTIFICATION AFFIDAVIT OF COMPLIANCE Form AF -4A 1/78 EXECUTIVE OFFICE FOR ADMINISTRATION AND FINANCE The Commonwealth of Massachusetts Massachusetts Business Corporation Non-profit Corporation Foreign (non -Massachusetts) Corporation President Clerk of (Name of Corporation) Kang Associates, Inc. October 17, 2012 whose principal office is located do hereby certify that the above named Corporation has filed with the State Secretary all certificates and annual reports required by Chapter 156B, Section 109 (Business Corporation), by Chapter 181, Section 4 (Foreign Corporation), or by Chapter 180, Section 26A (non-profit Corporation) of the Massachusetts General Laws. SIGNED UNDER THE PENALTIES OF PERJURY this Signature of responsible Corporate Officer FOREIGN CORP - 1 day of ,20 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at "Principal"), and do business in the Commonwealth of Massachusetts, with a place of business at as Principal (the a corporation qualified to as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a Contract with the Obligee, bearing the date of for the construction of NOW THE CONDITIONS of this obligation are such that if the Principal (and all Subcontractors under said contract) shall well and truly keep and perform all the undertakings, covenants, agreement, terms and conditions of said contract on its part to be kept and performed during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life and any guarantee required under the contract, and shall also well and truly keep and perform all the undertakings, covenants, agreements, terms and conditions of any and all duly authorized modifications, alterations, changes or additions with notice to the Surety being hereby waived, then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN THE EVENT the Contract is abandoned by the Principal, or is terminated by the Town of North Andover, Massachusetts under the applicable provisions of the Contract, the Surety hereby further agrees that the Surety shall, if requested in writing by the Town of North Andover, Massachusetts promptly take such action as is necessary to complete said Contract in accordance with its terms and conditions. z:\projects\stevensestate\performance bond.doc IN WITNESS WHEREOF, the Principal and Surety have hereto set their hands and seals this day 1, of PRINCIPAL [Name and Seal] SURETY [Attorney-in-fact] [Seal] [Title] [Address] Attest: [Phone] Attest: END OF PERFORMANCE BOND 2 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at as Principal (the "Principal"), and , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of for the construction of NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL [Name and Seal] SURETY [Attorney-in-fact] [Seal] [Title] [Address] Attest: [Phone] Attest: END OF PAYMENT BOND TOWN OF NORTH ANDOVER CONTRACT CONTRACT # DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Address: Telephone Number: _ Fax Number: 1. This is a Contract for the procurement of the following: 2. The Contract price to be paid to the Contractor by the Town of North Andover is: 3. Payment will be made as follows: 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. (Rev 5-2007) Contract by and between Town of North Andover and Page 1 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before , unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. (Rev 5-2007) Contract by and between Town of North Andover and Page 2 8. Termination and Default: 8.1 Without Cause. The Town may terminate this Contract on seven (7) calendar days notice when in the best interests of the Town by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. Upon termination without cause, Contractor will be paid for services rendered to the date of termination. 8.2 For Cause. If the Contractor is determined by the Town to be in default of any term or condition of this Contract, the Town may terminate this Contract on seven (7) days notice by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. 8.3 Default. The following shall constitute events of a default under the Contract: 1) any material misrepresentation made by the Contractor to the Town; 2) any failure to perform any of its obligations under this Contract including, but not limited to the following: (i) failure to commence performance of this Contract at the time specified in this Contract due to a reason or circumstance within the Contractor's reasonable control, (ii) failure to perform this Contract with sufficient personnel and equipment or with sufficient material to ensure the completion of this Contract within the specified time due to a reason or circumstance within the Contractor's reasonable control, (iii) failure to perform this Contract in a manner reasonably satisfactory to the Town, (iv) failure to promptly re -perform within a reasonable time the services that were rejected by the Town as unsatisfactory, or erroneous, (v) discontinuance of the services for reasons not beyond the Contractor's reasonable control, (vi) failure to comply with a material term of this Contract, including, but not limited to, the provision of insurance and non-discrimination, (vii) any other acts specifically and expressly stated in this Contract as constituting a basis for termination of this Contact, and (viii) failure to comply with any and all requirements of state law and/or regulations, and Town bylaw and/or regulations. 9. The Contractor's Breach and the Town's Remedies: Failure of the Contractor to comply with any of the terms or conditions of this Contract shall be deemed a material breach of this Contract, and the Town of North Andover shall have all the rights and remedies provided in the Contract documents, the right to cancel, terminate, or suspend the Contract in whole or in part, the right to maintain any and all actions at law or in equity or other proceedings with respect to a breach of this Contract, including damages and specific performance, and the right to select among the remedies available to it by all of the above. From any sums due to the Contractor for services, the Town may keep the whole or any part of the amount for expenses, losses and damages incurred by the Town as a consequence of (Rev 5-2007) Contract by and between Town of North Andover and Page 3 procuring services as a result of any failure, omission or mistake of the Contractor in providing services as provided in this Contract. 10. Statuto y Compliance: 10.1 This Contract will be construed and governed by the provisions of applicable federal, state and local laws and regulations; and wherever any provision of the Contract or Contract documents shall conflict with any provision or requirement of federal, state or local law or regulation, then the provisions of law and regulation shall control. Where applicable to the Contract, the provisions of the General Laws are incorporated by reference into this Contract, including, but not limited to, the following: General Laws Chapter 30B — Procurement of Goods and Services. General Laws Chapter 30, Sec. 39, et seq: - Public Works Contracts. General Laws Chapter 149, Section 44A, et seq: Public Buildings Contracts. 10.2 Wherever applicable law mandates the inclusion of any term and provision into a municipal contract, this Section shall be understood to import such term or provision into this Contract. To whatever extent any provision of this Contract shall be inconsistent with any law or regulation limiting the power or liability of cities and towns, such law or regulation shall control. 10.3 The Contractor shall give all notices and comply with all laws and regulations bearing on the performance of the Contract. If the Contractor performs the Contract in violation of any applicable law or regulation, the Contractor shall bear all costs arising therefrom. 10.4 The Contractor shall keep itself fully informed of all existing and future State and National Laws and Municipal By-laws and Regulations and of all orders and decrees of any bodies or tribunals having jurisdiction in any manner affecting those engaged or employed in the work, of the materials used in the work or in any way affecting the conduct of the work. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or Contract for this work in violation of any such law, by-law, regulation, order or decree, it shall forthwith report the same in writing to the Town. It shall, at all times, itself observe and comply with all such existing and future laws, by-laws, regulations, orders and decrees; and shall protect and indemnify the Town of North Andover, and its duly appointed agents against any claim or liability arising from or based on any violation whether by him or its agents, employees or subcontractors of any such law, by-law, regulation or decree. 11. Conflict of Interest: Both the Town and the Contractor acknowledge the provisions of the State Conflict of Interest Law (General Laws Chapter 268A), and this Contract expressly prohibits any activity which shall constitute a violation of that law. The Contractor shall be deemed to have investigated the application of M.G.L. c. 268A to the performance of this Contract; and by executing the Contract documents the Contractor certifies to the Town that neither it nor its agents, employees, or subcontractors are thereby in violation of General Laws Chapter 268A. (Rev 5-2007) Contract by and between Town of North Andover and Page 4 12. Certification of Tax Compliance This Contract must include a certification of tax compliance by the Contractor, as required by General Laws Chapter 62C, Section 49A (Requirement of Tax Compliance by All Contractors Providing Goods, Services, or Real Estate Space to the Commonwealth or Subdivision). 13. Discrimination The Contractor will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151B (Law Against Discrimination) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. 14. Assi nment: Assignment of this Contract is prohibited, unless and only to the extent that assignment is provided for expressly in the Contract documents. 15. Condition of Enforceability Against the Town: This Contract is only binding upon, and enforceable against, the Town if. (1) the Contract is signed by the Town Manager or its designee; and (2) endorsed with approval by the Town Accountant as to appropriation or availability of funds; and (3) endorsed with approval by the Town Counsel as to form. 16. Corporate Contractor: If the Contractor is a corporation, it shall endorse upon this Contract (or attach hereto) its Clerk's Certificate certifying the corporate capacity and authority of the party signing this Contract for the corporation. Such certificate shall be accompanied by a letter or other instrument stating that such authority continues in full force and effect as of the date the Contract is executed by the Contractor. This Contract shall not be enforceable against the Town of North Andover unless and until the Contractor complies with this section. The Contractor, if a foreign corporation, shall comply with the provisions of the General Laws, Chapter 181, Sections 3 and 5, and any Acts and Amendments thereof, and in addition thereto, relating to the appointment of the Commissioner of Corporations as its attorney, shall file with the Commissioner of Corporations a Power of Attorney and duly authenticated copies of its Charter or Certificate of Incorporation; and said Contractor shall comply with all the laws of the Commonwealth. 17. Liability of Public Officials: To the full extent permitted by law, no official, employee, agent or representative of the Town of North Andover shall be individually or personally liable on any obligation of the Town under this Contract. (Rev 5-2007) Contract by and between Town of North Andover and Page 5 18. Indemnification: The Contractor shall indemnify, defend and save harmless the Town, the Town's officers, f 1 agents and employees, from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, costs, expenses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by the Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective, or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this contract. 19. Workers Compensation Insurance: The Contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker's Compensation Act) to all employees of the Contractor who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts. Failure to provide and continue in force such insurance during the period of this Contract shall be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article. The Contractor shall furnish to the Town evidence of such insurance prior to the execution of this Contract before the same shall be binding on the parties thereto, except if specifically waived by the Town. 20. Documents, Materials, Etc. Any materials, reports, information, data, etc. given to or prepared or assembled by the Contractor under this Contract are to be kept confidential and shall not be made available to any individual or organization by the Contractor (except agents, servants, or employees of the Contractor) without the prior written approval of the Town, except as otherwise required by law. The Contractor shall comply with the provisions Chapter 66A of the General Laws of Massachusetts as it relates to public documents, and all other state and federal laws and regulations relating to confidentiality, security, privacy and use of confidential data. Any materials produced in whole or in part under this Contract shall not be subject to copyright, except by the Town, in the United States or any other country. The Town shall have unrestricted authority to, without payment of any royalty, commission, or additional fee of any (Rev 5-2007) Contract by and between Town of North Andover and Page 6 type or nature, publicly disclose, reproduce, distribute and otherwise use, and authorize others to use, in whole or in part, any reports, data or other materials prepared under this Contract. All data, reports, programs, software, equipment, furnishings, and any other documentation or product paid for by the Town shall vest in the Town at the termination of this Contract. The Contractor shall at all times, during or after termination of this Contract, obtain the prior written approval of the Town before making any statement bearing on the work performed or data collected under this Contract to the press or issues any material for publication through any medium. 21. Audit, Inspection and Recordkeeping At any time during normal business hours, and as often as the Town may deem it reasonably necessary, there shall be available in the office of the Contractor for the purpose of audit, examination, and/or to make excerpts or transcript all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 22. Payment The Town agrees to make all reasonable efforts to pay to the Contractor the sum set forth in the Contractor's bid or proposal within thirty (30) days of receipt of an invoice detailing the work completed and acceptance from the Town of the work completed. 23. Waiver and Amendment Amendments, or waivers of any additional term, condition, covenant, duty or obligation contained in this Contract may be made only by written amendment executed by all signatories to the original Agreement, prior to the effective date of the amendment. To the extent allowed by law, any conditions, duties, and obligations contained in this Contract may be waived only by written Agreement by both parties. Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver, nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter. 24. Forum and Choice of Law This Contract and any performance herein shall be governed by and be construed in accordance with the laws of the Commonwealth. Any and all proceedings or actions relating to subject matter herein shall be brought and maintained in the courts of the Commonwealth or the federal district court sitting in the Commonwealth, which shall have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal rights of the parties. (Rev 5-2007) Contract by and between Town of North Andover and Page 7 25. Notices Any notice permitted or required under the provisions of this Contract to be given or served by either of the parties hereto upon the other party hereto shall be in writing and signed in the name or on the behalf of the party giving or serving the same. Notice shall be deemed to have been received at the time of actual service or three (3) business days after the date of a certified or registered mailing properly addressed. Notice to the Contractor shall be deemed sufficient if sent to the address set forth in the Contract and to the Town of North Andover by being sent to the Town Manager, Town Hall, 120 Main Street, North Andover, Massachusetts 01845. 26. Binding on Successors: This Contract shall be binding upon the Contractor, its assigns, transferees, and/or successors in interest (and where not corporate, the heirs and estate of the Contractor). 27. Complete Contract: This instrument, together with its endorsed supplements, and the other components of the contract documents, constitutes the entire contract between the parties, with no agreements other than those incorporated herein. 28. implemental Conditions: The foregoing provisions apply to all contracts to which the Town of North Andover shall be a party. One of the following "Supplements" must be "checked" as applicable to this Contract, shall be attached hereto, and shall in any event apply as the nature of the Contract requires. The Supplement contains additional terms governing the Contract: [ ] GOODS SUPPLEMENT "G" - Applicable to Contracts for the procurement of Goods (governed by the provisions of General Laws Chapter 30B) [ ] SERVICES SUPPLEMENT "S" - Applicable to Contracts for the procurement of Services (governed by the provisions of General Laws Chapter 30B) [ ] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for Construction (Rev 5-2007) Contract by and between Town of North Andover and Page 8 IN WITNESS WHEREOF the parties have hereto and to two other identical instruments set forth their hands the day and year first above written. THE TOWN Division/Department Head Contract Manager Town Manager Date APPROVED AS TO FORM: Town Counsel Date THE CONTRACTOR Company Name Signature Print Name & Title CERTIFICATION AS TO AVAILABILITY OF FUNDS: Town Accountant Date Date (Rev 5-2007) Contract by and between Town of North Andover and Page 9 SUPPLEMENT "C" [] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for the construction of: (1) Public Buildings and Public Works (governed by the provisions of General Laws Chapter 30B); (2) Public Buildings (governed by the provisions of General Laws Chapter 149,§ 44A, et seq.); and (3) Public Works (governed by the provisions of General Laws Chapter 30, §39M, et seq) 1. This form supplements the Town of North Andover "Contract and General Conditions" and applies only to contracts for the construction, reconstruction, alteration, remodeling or repair of public works or public buildings. 2. Wherever the law requires one contracting with a city or town to be bonded, such obligation shall be understood to be a term and condition of this Contract. The Contractor agrees to secure such bond (where required) in the form required by the Town and provide an original thereof to the Town prior to the commencement of performance. 3. E uali : 3.1. In the case of a closed Specification written for a specific item or items to be furnished under the Base Bid, such specifications shall, as applicable, be in compliance with the Massachusetts General Laws, Chapter 30, Section 39M and Chapter 149, Sec. 44A et seq. 3.2. Where the name of an item, material or manufacturer is mentioned in the Specifications or on the Drawings, except as above noted, the intent is to establish a standard and in no way should be construed to exclude any item or manufacturer not mentioned by name, but whose product meets the Specifications as to design, utility and quality. Final decision shall rest with the Project Representative as to its acceptability. 4. Change orders to contracts governed by General Laws Chapter 30B may not increase the quantity of goods or services provided by more than twenty-five (25%) per cent, in compliance with Sec. 13 of Chapter 30B. The Contractor will carry out the obligations of this contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, Sec. 1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The Contractor will at all times comply with the wage rates as detennined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws Chapter 149, Sections 26 and 27D (Prevailing Wage), as shall be in force and as amended. 6. The Contractor shall continuously maintain adequate protection of all work from damage and shall protect the property of the Town and others, including adjacent property, from injury or loss arising (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 1 and in connection with the Contract. The Contractor shall make good any such damage, injury or loss, / 1, except as may be directly due to errors in the Contract Documents or caused by agents or employees J of the Town, or due to causes beyond the Contractor's control and not the Contractor's fault or negligence. 7. The Contractor shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and local laws and codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. The Contractor will erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public, shall post danger signs warning against the hazards created by such features of construction such as pits, protruding nails, hosts, well holes, elevator hatchways, scaffolding, window openings, stairways and falling materials; and shall designate a responsible member of its organization on the work, whose duty shall be the prevention of accidents. 8. The Town shall at all times have access to the work wherever it is in preparation or progress and the Contractor shall provide suitable accommodations for such access. The Contractor shall appoint a competent superintendent and foreman and any necessary assistants, all of whom shall be satisfactory to the Town. If the Town in its sole discretion determines that the construction superintendent, foreman, or assistants are unacceptable to the Town, then upon seven days notice from the Town, the Contractor shall replace such person or persons with people acceptable to the Town. 10. The Contractor shall give efficient supervision to the work, using its best skill and attention. The r Contractor shall carefully study and compare the drawings, specifications and other instructions and J shall at once report to the Town any error, inconsistency or omission which shall be discovered. Included in this responsibility shall be supervision of all work performed by subcontractors on the work. 11. If the Contractor should neglect to prosecute the work properly, or fail to perform the contract or any of its provisions, the Town, upon three days written notice, may, without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. 12. Inspection by the Town's Project Representative 12.1. The Town shall have the right to designate a Project Representative who may make periodic visits to the site to familiarize the Town generally with the progress and quality of the work, and to determine in general if the work is proceeding in accordance with the Contract Documents. The Project Representative will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, and will not be responsible for the Contractor's failure to carry out the construction work in accordance with the Contract Documents. During such visits and on the basis of these observations while at the site, the Project Representative will keep the Town informed on the progress of the work, will endeavor to guard the Town against defects and deficiencies in the work of contractors, and may condemn structural work as failing to conform to the Contract Documents. The Project Representative shall have authority to act on behalf of the Town only to the extent expressly delegated by the Town, which shall be shown to the Contractor, and shall have authority to stop the work whenever such stoppage may reasonably be necessary to insure the proper execution of the Contract. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 2 and 12.2. In connection with the work, the Project Representative shall not be responsible for construction methods, means, techniques, sequences or procedures employed by the Contractor or the Contractor's safety programs, requirements, regulations, or precautions. 13. Decisions of the Project Representative 13.1. The Project Representative shall, within a reasonable time, make decisions on all claims of the Town or the Contractor and on all other matters relating to the execution and progress of the structural work or the interpretation of the Contract Documents. 13.2. The Project Representative's decision, in matters relating to the project, shall be final, if within the terms of the Contract Documents. 13.3. If, however, the Project Representative fails to render a decision within ten days after the parties have presented their evidence, either party may then avail itself of the remedies provided in this contract or available to it by law. If the Project Representative renders a decision after such remedies have commenced, such decision may be entered as evidence but shall not disturb or interrupt such proceedings except where such decision is acceptable to the parties concerned. 14.1 Use of Premises by the Contractor: 14.1. The Contractor shall confine its apparatus, the storage of materials and the operations of its workmen to limits indicated by law, by-laws, permits or directions of the Town and shall not unreasonably encumber the premises with its materials. 14.2. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will endanger its safety. 15. Maintenance of Premises: The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work, and at the completion of the work it shall remove all its rubbish from and about the work site and all its tools, scaffolding and surplus materials and shall leave its work "broom -clean", or its equivalent, unless more exactly specified. In case of dispute, the Town may remove the rubbish and charge the cost to the several contractors, as the Town shall determine to be just. 16. Right to Terminate If the Contractor should (1) be adjudged a bankrupt, (2) make a general assignment for the benefit of creditors, (3) have a receiver appointed on account of its insolvency, (4) persistently or repeatedly refuse or fail to supply enough personnel and resources to perform the contract, (5) fail to make prompt payment to subcontractors or to providers of materials or labor, (6) persistently disregard laws and regulations or lawful directives of the Town, or (7) be guilty of a substantial violation of any provision of the Contract, then the Town may, without prejudice to any other right or remedy and after giving the Contractor (or any surety) seven days written notice, terminate the contract and the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method it deems appropriate. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 3 and In such cases, the Contractor shall not be entitled to receive any further payment until the work is J finished. If the unpaid amount owed to the Contractor for work already completed shall exceed the expense of finishing the work, including compensation for additional architectural, managerial, legal and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balances, the Contractor shall pay the difference to the Town. The Contractor shall not be relieved of liability to the Town by virtue of any termination of this contract, and any claim for damages against the Contractor relating to the Contractor's performance under this contract shall survive any termination hereunder. Notwithstanding any other provision of this Agreement, the Town reserves the right at any time in its absolute discretion to suspend or terminate this Agreement in whole or in part for its convenience upon seven days written notice to the Contractor. The Town shall incur no liability by reason of such termination except for the obligation to pay compensation for all work performed by the Contractor and accepted by the Town to the termination date. 17. Progressyments: 17.1. The Contractor shall submit to the Town an itemized Application for Payment, supported to the extent required by the Town by invoices or other vouchers, showing payments for materials and labor, payments to Subcontractors and such other evidence of the Contractor's right to payment. 17.2. The Contractor shall, before the first application, submit to the Town a schedule of values of the various parts of the work, including quantities aggregating the total sum of the Contract, divided so as to facilitate payments to Subcontractors, made out in such form as the Town and the Contractor may agree upon, and, if required, supported by such evidence as to its correctness. This schedule, when approved by the Town, shall be used as a basis for payment, unless it is found to be in error. If applying for payments, the Contractor shall submit a statement based upon this schedule. 18. Withholding of Payments 18.1. The Town may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary in its reasonable opinion to protect the Town of North Andover from loss on account of: 18.1.1. Defective work not remedied. 18.1.2. Claims filed or reasonable evidence indicating probable filing of claims. 18.1.3. Failure of the Contractor to make payments properly to Subcontractors or for material or labor. 18.1.4. A reasonable doubt that the Contract can be completed for the balance then unpaid. 18.1.5. Damage to another contractor. 18.1.6. Delays resulting in liquidated damages. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 4 and 18.2. Withholding of payments shall be in strict compliance with statutory requirements. 19. Claims by Contractor and Liability of Town All claims by the Contractor against the Town shall, unless otherwise provided by law, be initiated by a written claim submitted to the Town no later than seven (7) calendar days after the event or the first appearance of the circumstances causing the claim. The claim shall set forth in detail all known facts and circumstances supporting the claim. The Contractor shall continue its performance under this contract regardless of the submission or existence of any claims. The limit of liability of the Town under this Agreement is limited to the compensation provided herein for work actually performed, and shall in no event include liability for delays or for incidental, special or consequential damages or lost profits or for damages or loss from causes beyond the Town's reasonable control. 20. Liquidated Damages: Because both parties recognize (1) that the time for completion of this Contract is of the essence, (2) that the Town will suffer loss if the work is not completed within the contract time specified, plus any extension thereof allowed in accordance with the provisions of this contract, and (3) the delays, expense and difficulties involved in a legal proceeding to determine the actual loss suffered by the Town if the work is not completed in time, it is agreed that the Contractor will pay the Town as liquidated damages representing an estimate of delay damages, not as a penalty, the sum of One Thousand Dollars ($1,000) per day for each calendar day of delay until the work is completed, whether the work is completed by the Contractor or some other person. The Town's right to impose liquidated damages shall in no way prohibit or restrict the Town's right to bring a legal action for damages in lieu of or in addition to its option to impose liquidated damages. The Town may deduct any liquidated damages from money due the Contractor, and if such payment is insufficient to cover the liquidated damages, then the Contractor shall pay the amount due. 21. The Contractors' Mutual Responsibility: Should the Contractor cause damage to any separate subcontractor on the work, the Contractor agrees, upon due notice, to settle with such contractor by agreement, or by recourse to remedies provided by law or by the provisions of the contract. If such separate contractor sues the Town on account of any damage alleged to have been sustained, the Town shall notify the Contractor, who shall defend such proceedings at the Town's expense and, if any judgment against the Town arises therefrom, the Contractor shall pay or satisfy it and pay all costs incurred by the Town. 22. Separate Contracts: 22.1. The Town reserves the right to let other Contracts in connection with this work under similar General Conditions. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate its work with theirs. 22.2. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Town any defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 5 and of the other contractor's work as fit and proper for the reception of its work except as to / defects which may develop in the other contractor's work after the execution of its work. 22.3. To insure the proper execution of its subsequent work, the Contractor shall measure work already in place and shall at once report to the Town any discrepancy between the executed work and the Drawings. 23. Subcontracts: 23.1. All Subcontracts shall be awarded in conformity with the requirements of the General Laws, Commonwealth of Massachusetts, Chapter 149, Sections 44A to 44L, inclusive. 23.2. The Contractor agrees that it is as fully responsible to the Town for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly employed by it. 23.3. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor and the Town. 24. Contractor -Subcontractor Relations: The Contractor agrees to bind every Subcontractor and every Subcontractor agrees to be bound by the terms of the Agreement, the General Conditions of the Contract, the Supplementary General Conditions, the Drawings and Specifications, as far as applicable to its work, including the provisions of the General Laws, Commonwealth of Massachusetts, Chapter 149, Section 44A, i et seq. .J 25. Indemnification: 25.1. The Contractor shall indemnify, defend and save harmless the Town, its officers, agents and employees from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) brought or recovered against them that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this Contract. 25.2. In any and all claims against the Town or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 6 and any Subcontractor under Workmen's Compensation Acts, disability benefit acts or other employee benefit acts. 25.3. The intent of the Specifications regarding insurance is to specify minimum coverage and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor's responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect it and the Town from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the Work. 26. The Contractor's Insurance: 26.1. The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of thein or by anyone for whose acts any of them may be liable. 26.1.1. Claims under Worker's Compensation, disability benefit and other similar employee benefit acts; 26.1.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; 26.1.3. Claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual personal liability coverage; 26.1.4. Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 26.2. The insurance required by the above shall be written for not less than the following minimum limits of liability: 26.2.1. Worker's Compensation Insurance Requirements Workers' Compensation coverage as required by the laws of the Commonwealth of Massachusetts. 26.2.2. Liability Insurance Requirements Liability insurance shall include all major divisions and shall be on a comprehensive general basis including Premises and Operations, Owners and Contractor's Protective, Products and Completed Operations, and Owned, Non -owned and Hired Motor Vehicles. All such insurance shall be written for not less than any limits of liability required by law, unless otherwise provided in the contract documents, or the following limits, whichever are greater: (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 7 and Comprehensive General Liability Insurance (Broad Form) Bodily Injury Property Damage Automobile Liability Insurance Excess Liability (Umbrella) $1,000,000 per person $3,000,000 per occurrence $1,000,000 per occurrence $3,000,000 annual aggregate $500,000 per person $1,000,000 per occurrence $10,000,000 Excess Liability (Umbrella) Insurance (Subcontractors) $1,000,000 or 1.5 times the value of The subcontract, whichever is Higher 26.3. The above insurance policies shall also be subject to the following requirements: 26.3.1. Insurance coverage for the Contractor's Comprehensive General Liability, as hereinafter specified under Paragraph entitled "Protective Liability Insurance" shall be written by one and the same insurance company to avoid the expense of duplicate and/or overlapping coverage and to facilitate and expedite the settlement of claims. 26.3.2. Certificates of Insurance acceptable to the Town shall be addressed to and filed with the Town prior to commencement of the work. Renewal certificates shall be addressed to and filed with the Town at least ten (10) days prior to the expiration date of required policies. 26.3.3. No insurance coverage shall be subject to cancellation without at least thirty (30) days prior written notice forwarded by registered or certified mail to the Town. The Town shall also be notified of the attachment of any restrictive amendments to the policies. 26.3.4. All Certificates of Insurance shall be on the "MIIA" or "ACORD" Certificate of Insurance form, shall contain true transcripts from the policies, authenticated by the proper officer of the Insurer, evidencing in particular those insured, the extent of coverage, the location and operations to which the insurance applies, the expiration date and the above-mentioned notice clauses. 26.3.5. All premium costs shall be included in the Contractor's bid. 26.3.6. All insurance shall be written on an occurrence basis. Coverage shall be maintained without interruption from date of the Contract until date of final payment and termination of any coverage required to be maintained after payment. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 8 and 27. Protective Liability Insurance: 27.1. The Contractor shall purchase and maintain such insurance as described in the preceding paragraph as will protect the Town from claims which may arise from operations under the Contract, including operations performed for the named insureds by independent contractors and general inspection thereof by the named insureds. 27.2. The Contractor shall also purchase and maintain such insurance as will protect the Town against Automobile Non -Ownership Liability in connection with the Contractor's operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 27.3. The limits of liability for coverage required under the preceding paragraphs shall be as specified under the provisions hereof governing the Contractor's General Liability Policy. 27.4. The Town shall be named as an additional insured on the above referenced liability Policies, and the Contractor's insurance shall be the primary coverage. The cost of such insurance, including required endorsements and amendments, shall be the sole responsibility of the Contractor. 28. Liens: Neither the Final Payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Town a complete release of all liens arising out of the Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that as far as it has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. The Contractor shall comply with all statutory provisions of the General Laws of the Commonwealth of Massachusetts with regard to liens, Chapter 254 and 149 as amended (as a minimum requirement). 29. Guarantees: 29.1 The Contractor guarantees and warrants to the Town that all labor furnished under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 29.2. If at any time any part of the work constructed under the terms of this contract shall in the opinion of the Town Manager require repairing due to defective work or materials furnished by the Contractor, he may notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to start such repairs within ten days of the date of giving it notice thereof and to complete the same to the satisfaction of the Town Manager with reasonable dispatch, then the latter may employ other persons to make such repairs. The Town shall charge the expense thereof to the Contractor and may use any moneys still retained to pay for the same, and if such sum is insufficient, the Contractor shall be obligated to pay the balance thereof. (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 9 and 29.3. All guarantees and warranties required in the various Sections of the Specifications which r 1 originate with a Subcontractor or Manufacturer must be delivered to the Town before final payment to the Contractor may be made for the amount of that subtrade or for the phase of work to which the guarantee or warranty relates. The failure to deliver a required guarantee or warranty shall be held to constitute a failure of the Subcontractor to fully complete his work in accordance with the Contract Documents. The Contractor's obligation to correct work is in addition to, and not in substitution of, such guarantees or warranties as may be required in the various Sections of the Specifications. This Agreement is intended to take effect as a sealed instrument. Witness our hands and seals hereto: Dated: The Town of North Andover by: Town Manager Department/Division Head Town Accountant i Certified as to Appropriation Town Counsel Approved as to Form The Contractor by: Authorized Signature r � (Rev 5-2007) Supplement "C" to Contract between the Town of North Andover Page 10 and DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification Construction THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. . GecretaOry DSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment (2 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.15 $8.91 $7.27 0.00 $46.33 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.45 $8.91 $8.00 0.00 $47.36 (3 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.22 $8.91 $7.27 0.00 $46.40 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.52 $8.91 $8.00 0.00 $47.43 (4 & 5 AXLE) DRIVER - EQUIPMENT 08/01/2012 $30.34 $8.91 $7.27 0.00 $46.52 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.64 $9.07 $8.00 0.00 $47.71 ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 1) AIR TRACK OPERATOR LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 T6- wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 1 of 68 DEVAL L. PATRICK Govcmor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Secretary / Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWS Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2012 $28.48 $10.40 $5.95 0.00 $44.83 ASBESTOS WORKERS LOCAL 6 (BOSTON) $30.35 $7.10 $11.55 0.00 $49.00'1 J 12/01/2012 $29.08 $10.40 $5.95 0.00 $45.43 06/01/2013 $29.88 $10.40 $5.95 0.00 $46.23 12/01/2013 $30.68 $10.40 $5.95 0.00 $47.03 06/01/2014 $31.58 $10.40 $5.95 0.00 $47.93 12/01/2014 $32.48 $10.40 $5.95 0.00 $48.83 06/01/2015 $33.43 $10.40 $5.95 0.00 $49.78 12/01/2015 $34.38 $10.40 $5.95 0.00 $50.73 ASPHALT RAKER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" ASPHALT/CONCRETE/CRUSHER PLANT -ON SITE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50/- 48.50r06/01/2013 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00'1 J 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 2 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAco .. PATRICK TRICK As determined by the Director under the provisions of the JOANNE F. GOSecretary DSTEIN TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $30.10 $7.10 $11.55 0.00 $48.75 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $49.50 12/01/2013 Unemployment $7.10 BARCO-TYPE JUMPING TAMPER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 12/01/2015 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 $33.85 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $7.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 n apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" BOILER MAKER BOILERMAKERS LOCAL 29 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 01/01/2010 $37.70 $6.97 $11.18 0.00 Thk wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. it,-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $55.85 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 3 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT W_ DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Gov- Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Apprentice - BOILERMAKER - Local 29 Effective Date - 01/01/2010 Step percent Apprentice Base Wage Health Health Pension Pension Supplemental Unemployment Supplemental Unemployment Total Rate Total Rate 1 65 $24.51 $6.97 11.18 $0.00 $42.66 2 65 $24.51 $6.97 11.18 $0.00 $42.66 3 70 $26.39 $6.97 11.18 $0.00 $44.54 4 75 $28.28 $6.97 11.18 $0.00 $46.43 5 80 $30.16 $6.97 11.18 $0.00 $48.31 � 6 85l $32.05 $6.97 11.18 $0.00 $50.20 7 90 $33.93 $6.97 11.18 $0.00 $52.08 8 95 $35.82 $6.97 11.18 $0.00 $53.97 ..._. -...._---------_.__-..__...----.._._._._.-------- Notes: 1. -...-_._.-------------------------- Apprentice to Journeyworker Ratio: 1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 08/01/2012 $47.41 $10.18 $17.25 0.00 $74.84 WATERPROOFING) BRJcKLAYERSLOCAL 3(LYAW) 02/01/2013 $47.99 $10.18 $17.25 0.00 $75.42 08/01/2013 $48.89 $10.18 $17.32 0.00 $76.39 02/01/2014 $49.45 $10.18 $17.32 0.00 $76.95 08/01/2014 $50.35 $10.18 $17.39 0.00 $77.92 02/01/2015 $50.91 $10.18 $17.39 0.00 $78.48 08/01/2015 $51.81 $10.18 $17.46 0.00 $79.45 02/01/2016 $52.38 $10.18 $17.46 0.00 $80.02 08/01/2016 $53.28 $10.18 $17.54 0.00 $81.00 02/01/2017 $53.85 $10.18 $17.54 0.00 $81.57 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 4 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS WPrevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE S F. GOLDSTEIN Governor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- BRICKIPLASTERICEMENT MASON - Local 3 Lynn Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.71 $10.18 17.25 $0.00 $51.14 2 60 $28.45 $10.18 17.25 $0.00 $55.88 3 70 $33.19 $10.18 17.25 $0.00 $60.62 4 80 $37.93 $10.18 17.25 $0.00 $65.36 5 90 $42.67 $10.18 17.25 $0.00 $70.10 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.00 $10.18 17.25 $0.00 $51.43 2 60 $28.79 $10.18 17.25 $0.00 $56.22 3 70 $33.59 $10.18 17.25 $0.00 $61.02 4 80 $38.39 $10.18 17.25 $0.00 $65.82 5 90 $43.19 $10.18 17.25 $0.00 $70.62 - - - __.. - --.-...._.._. - - ___. !Notes: - ___.._..._._....._..._._. - ___..._._. _. - ___.- - ._.._...._.. - --- i t-___..---.__ -------_..-.--.----------_....--- Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN 12/01/2011 $32.80 $7.10 $12.60 0.00 $52.50 LABORERS - FO UNDA TION AND MARINE This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the tyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. _ sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 5 of 68 THE COMMONWEALTH OF MASSACHUSETTS W4 EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN � Governor J C Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment CAISSON & UNDERPINNING LABORER 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATIONAND MARINE CAISSON & UNDERPINNING TOP MAN 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00} 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" CARPENTER 03/01/2012 $33.03 $9.80 $15.61 0.00 $58.44 CARPENTERS -ZONE 2 (Eastern Massachusetts) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative ` J obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 6 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE S F. GOLDSTEIN cretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - CARPENTER - Zone 2 Eastern MA Effective Date - 03/01/2012 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $16.52 $9.80 1.57 $0.00 $27.89 2 60 $19.82 $9.80 1.57 $0.00 $31.19 3 70 $23.12 $9.80 10.90 $0.00 $43.82 4 75 $24.77 $9.80 10.90 $0.00 $45.47 5 80 $26.42 $9.80 12.47 $0.00 $48.69 6 80 $26.42 $9.80 12.47 $0.00 $48.69 7 90 $29.73 $9.80 14.04 $0.00 $53.57 8 90 $29.73 $9.80 14.04 $0.00 $53.57 - - - - - - - - - - ._._.._._ - - - - - +..___.. - - - - -..._... - - - _, iNotes: I __. - - - - ___. - _.._ - _- - - _____ - _._ - -- Apprentice -Apprentice to Journeyworker Ratio: 1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (LYNN 08/01/2012 $42.42 $10.50 $18.61 1.30 $72.83 02/01/2013 $42.87 $10.50 $18.61 1.30 $73.28 08/01/2013 $43.62 $10.50 $18.61 1.30 $74.03 02/01/2014 $44.05 $10.50 $18.61 1.30 $74.46 08/01/2014 $44.80 $10.50 $18.61 1.30 $75.21 02/01/2015 $45.23 $10.50 $18.61 1.30 $75.64 08/01/2015 $45.98 $10.50 $18.61 1.30 $76.39 02/01/2016 $46.43 $10.50 $18.61 1.30 $76.84 08/01/2016 $47.18 $10.50 $18.61 1.30 $77.59 02/01/2017 $47.63 $10.50 $18.61 1.30 $78.04 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 7 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT W4 DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govemor As determined by the Director under the provisions of the secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- CEMENT MASONRY/PLASTERING -Eastern Mass Effective Date - 08/01/2012 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $21.21 $10.50 12.11 $1.30 $45.12 2 60 $25.45 $10.50 13.61 $1.30 $50.86 3 65 $27.57 $10.50 14.61 $1.30 $53.98 4 70 $29.69 $10.50 15.61 $1.30 $57.10 5 75 $31.82 $10.50 16.61 $1.30 $60.23 r 1 6 80 $33.94 $10.50 17.61 $1.30 $63.35 7 90 $38.18 $10.50 18.61 $1.30 $68.59 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.44 $10.50 12.11 $1.30 $45.35 2 60 $25.72 $10.50 13.61 $1.30 $51.13 3 65 $27.87 $10.50 14.61 $1.30 $54.28 4 70 $30.01 $10.50 15.61 $1.30 $57.42 5 75 $32.15 $10.50 16.61 $1.30 $60.56 6 80 $34.30 $10.50 17.61 $1.30 $63.71 7 90 $38.58 $10.50 18.61 $1.30 $68.99 _.._----....._....-..._...-_.._.._._.----------..._._._._-----_, (Notes: Steps are 6000 hours i --+.........___.-____-........___.---------_._..._..._....--___.-- Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 8 of 68 WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, §27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form has been printed on the reverse of this page and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. In addition, every contractor and subcontractor is required to submit a copy of their weekly payroll records to the awarding authority. This is required to be done on a weekly basis. Once collected, the awarding authority is also required to preserve those records for three years from the date of completion of the project. Each such contractor or subcontractor shall furnish to the awarding authority directly within 15 days after completion of its portion of the work, a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form. STATEMENT OF COMPLIANCE 20 I, , (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor, subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature Title 09/11 G O LLL I.L O a w J 01 J v J w w �-E � o a wl O z Fy s d a z O ,M :fi o 2m m a` w o m (7 rn °3 ~ yV hN C z2, d LL K ao3 + 0) o 3 = N u ++ U m 2 LL m d W o 3 F °. E ri d d w a R 3 0 v m m M .S q cL C o O z v w c a G' d: _ to C c X' F S d J, mt m N IL 93 z a `o 0 a o=a a ol= O U d N c (n 0 S LL i ti 3 a d i i E z A ci z d F. u IL a ago c 0 U w N U Y 0 T Q � Ll Ll ,_ _. wOU0 N N °' E E E m z W o Q N R z 0 C _ 0 c `o O U U oa a Q E a m z O) N n w m a m !7 0 E w � o a wl O z Fy s d a Stevens Estate Window Replacement North Andover, MA Cover Sheet Al Building Elevations A2 Window Types and Details DRAWINGS INDEX DWGS INDEX - 1 Kang Associates, Inc. October 17, 2012 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION 01- GENERAL REQUIREMENTS SECTION 01.11.00 SUMMARY OF WORK 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 DESCRIPTION OF WORK 2.1 The name of the Project is: Stevens Estate Window Replacement, 723 Osgood Street, North Andover, Massachusetts. 2.2 The Work required under the Contract consists of providing all labor and materials in accordance with the Contract Documents and all equipment, accessories, and related devices required to execute the intentions of the Contract Documents. 2.3 ABBREVIATED SUMMARY: The Project consists of window replacement and associated trim repairs and painting to a historical town owned building, including but not limited to the following: A. Asbestos abatement of existing window components. B. Demolition of existing window sashes and selected exterior trims. C. Repairs to existing window trims. D. Re -painting of exterior wood components. E. Painting of new surfaces. F. New wood screen doors. 2.4 LIMIT OF CONSTRUCTION: Work of this Contract includes, without limitation, all work outside the Project site, property lines, construction limit lines as shown on the Drawings to the extent that such work is required for the proper performance and completion of the Work in this Contract, including restoration to its original condition of all work damaged or destroyed by work in areas outside the Project site. 2.5 UTILITIES: Work of this Contract includes, without limitation, full coordination and cooperation with local utility companies. The Contractor shall be responsible for the full coordination of all utility services including, but not limited to, natural gas, electrical, water, sewer, telephone, cable television, and other utilities. The Contractor shall provide all work required by utility companies in support of the provision, relocation, and installation of utilities, including that which is expressly and not expressly specified in the Contract Documents. The Contractor shall pay all charges and fees related to temporary and permanent utility services assessed by the utility companies. Summary of Work 01.11.00 - 1 Stevens Estate Window Replacement Kang Associates, Inc. 1 North Andover, MA October 17, 2012 2.6 SPECIFICATIONS A. The Specifications are written and organized in general conformance with Construction Specifications Institute Masterformat System. The organization of Specifications Sections is not intended to define the scope or limit of work for individual trades or sub -contractors. The General Contractor is solely responsible for the allocation of responsibilities amongst his sub -contractors. B. The intent of the Specifications is to establish minimum performance standards. Designation of a particular material, product, or system as "acceptable" does not imply that no modifications, alterations, or customizations are required to meet the specified performance criteria or design intent. 2.7 DRAWINGS: The Drawings show design intent only. The Contractor is responsible for methods, procedures, and sequencing of construction to achieve the design intent. 3.0 TIME OF COMPLETION 3.1 The Work shall commence at the time stated in the Notice to Proceed and shall be completed within 180 consecutive calendar days thereafter. END OF SECTION � 1 Summary of Work 01.11.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.31.00 COORDINATION 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the work of this Section. 2.0 OWNER'S WORK 2.1 EXTENT: The Owner shall be responsible for: A. Relocation of movable site improvements. B. Temporary removal of window treatments. C. Temporary relocation of interior furnishings. 2.2 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall coordinate his Work with that of the Owner. The Contractor shall advise the Owner, in advance, of his schedule and notify the Owner with adequate time to allow completion of the Owner's work. Failure to do so shall not delay the progress of Work and shall imply acceptance of conditions by the Contractor. B. Protection: The Contractor shall adequately protect furnishings, landscaping, and equipment left in place or temporarily stored by the Owner. 3.0 WORK UNDER SEPARATE CONTRACT 3.1 EXTENT: The Owner reserves the right to perform work under separate contract. The following work is planned and may take place simultaneously. A. Exterior masonry repairs. 3.2 CONTRACTOR'S RESPONSIBILITIES A. General: The Contractor shall coordinate his Work with that of contractors under separate contract. He shall provide full access to the site and building and shall not interfere with the work of contractors under separate contract. END OF SECTION Coordination 01.31.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.32.00 PROJECT PROCEDURES 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 EXISTING PROPERTY 2.1 EXISTING USES: The property is an active events center and will continue to be leased for events during construction. The building will be, at times, be open to the public, occupied by staff, and used for private functions. The Contractor shall schedule his Work to have the least disruptive effect on the occupants and visitors to the facility. The Contractor shall protect construction areas from non -construction personnel. The Contractor shall take care to avoid generating dust and noise and generally creating a nuisance. 2.2 SITE: The Contractor's attention is called to the fact that the project is located on a well - landscaped site with significant site improvements. The Contractor shall take special care to protect or temporarily relocated and restore existing landscaping and site improvements. The Contractor shall replace landscaping and site improvements that cannot be properly restored. 3.0 SCHEDULING OF WORK 3.1 The Work must be completed in a continuous uninterrupted operation. The Contractor must use sufficient personnel and adequate equipment to complete all the necessary work requirements within the Contract Time. 3.2 PROJECT SCHEDULE: Before beginning Work, the Contractor shall submit a detailed schedule depicting the planned progress of work, including critical paths between trades. Schedule shall be updated as construction proceeds. Failure to submit a project schedule may result in rejection of requests for payment. 4.0 PROJECT MANAGEMENT 4.1 The Contractor must retain on the Work during its progress a competent full time representative, satisfactory to the Owner. This representative shall not be changed, except with the consent of the Owner. The representative shall be in full charge of the work and all instructions given to this person by the Architect shall be binding. 4.2 The Contractor must supply to the Owner the home telephone number of a responsible person who may be contacted during non -work hours for emergencies on the Project. 5.0 EXISTING SERVICES AND UTILITIES: The Contractor shall notify the Owner a minimum of 72 hours prior to any disruption of utility services. 6.0 PROTECTION OF PERSONS & PROPERTIES 6.1 Existing construction, properties, equipment, etc. to remain, shall be protected to maintain their pre-existing conditions. Action required to restore items to their pre-existing conditions shall be provided by the Contractor before Final Payment and at no additional cost to the Owner. For items which cannot be restored to their pre-existing condition, a reasonable amount will be deducted from the Contract Sum to pay for replacement. Project Procedures 01.32.00-1 Stevens Estate Window Replacement Kang Associates, Inc. i North Andover, MA October 17, 2012 i 6.2 Any damage to buildings, roads, (public and private), bituminous concrete areas, fences, lawn areas, trees, shrubbery, poles, underground utilities, etc. shall be made good by and at the Contractor's own expense, all to the satisfaction of the Owner. 6.3 The Contractor shall patch, repair and/or replace all adjacent materials and surfaces damaged after the installation of new work at no expense to the Owner. All repair and replacement work shall match the existing in kind and appearance. 7.0 TEMPORARY PROTECTION 7.1 The Contractor shall: A. Protect buildings and materials at all times from rain water, ground water, backing -up, or leakage of sewers, drains, or other piping, or from water damage of any origin. Provide all pumps, piping, coverings, and other materials and equipment as required by job conditions to accomplish this requirement. B. In addition to the weather protection during the months of November to March specified elsewhere, provide temporary watertight enclosures for openings in exterior walls when and as required to protect the Work from damage by inclement weather. Temporary enclosures shall be provided with adequate means of ventilation to prevent accumulation of moisture in the buildings. C. Protect sills, jambs, and heads of openings through which materials are handled. 7.2 Roof surfaces and waterproofed surfaces shall not be subjected to traffic nor shall they be used for storage of materials. Where some activity must take place in order to carry out the Work, adequate protection must be provided. 8.0 SAFETY 8.1 The project site shall be maintained in a safe and orderly state. Required exitways shall be kept clear and unobstructed at all times. Ensure egress routes are clear at all times. If existing egress routes are disrupted, submit alternative plans for egress for approval by state building inspector, the Authority, and the Architect. 8.2 The Contractor shall, at all times, leave an unobstructed way along walks and roadways, and shall maintain barriers and lights for the protection of all persons and property in all locations where materials are stored or work is in progress. 9.0 SECURITY 9.1 The Contractor shall be responsible for providing all security precautions necessary to protect the Contractor's and Owner's interests. 9.2 All personnel on site shall be subject to criminal background checks as required by the Owner. Project Procedures 01.32.00-2 Stevens Estate Window Replacement North Andover, MA 10.0 NOISE AND DUST CONTROL Kang Associates, Inc. October 17, 2012 10.1 The Contractor shall take special measures to protect visitors, neighbors, and the general public from noise, dust, and other disturbances by: A. Keeping common pedestrian and vehicular circulation areas clean and unobstructed. B. Sealing dust and fumes from contaminating occupied areas. 11.0 FIRE PROTECTION: The Contractor shall take necessary precautions to insure against fire during construction. The Contractor shall be responsible to ensure that the area within contract limits is kept orderly and clean and that combustible rubbish and construction debris is promptly removed from the site. 12.0 WEATHER PROTECTION 12.1 The Contractor shall provide Weather Protection as required by Specification Section 01.50.00 Temporary Facilities and any other specific requirements of the Contract Documents. 12.2 Should high wind warnings be issued by the U.S. Weather Bureau, the Contractor shall take every precaution to minimize danger to persons, to the Work, and to the adjacent property. 13.0 CLEANING DURING CONSTRUCTION: Conduct cleaning and disposal operations to comply with local ordinances and anti -pollution laws. 13.1 Pollution: Do not burn or bury rubbish and waste materials on the site. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. 13.2 Dust: Wet down dry materials and rubbish to lay dust and prevent blowing dust. Do not allow materials and rubbish to drop free or be thrown from upper floors, but remove by use of a material hoist or rubbish chutes. 13.3 Maintain the site free from accumulations of waste, debris, and rubbish. Provide on-site containers for collection of waste materials and rubbish. Remove and legally dispose waste materials and rubbish from site. Disposal of materials shall be in compliance with all applicable laws, ordinances, codes, and by-laws. 14.0 PROJECT MEETINGS: Project meetings shall be held to aid coordination and planning of construction progress. The Contractor, the Architect, and the Owner shall mutually agree on a schedule of regular project meetings. The Owner and the Architect reserve the right to require special meetings at which the attendance of the Contractor and affected sub -contractors is required. END OF SECTION Project Procedures 01.32.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.33.00 SUBMITTALS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 COPIES AND DISTRIBUTION 2.1 COPIES: Electronic versions of submittals is encouraged. If hard copies are submitted, a minimum of 5 copies or prints shall be provided for all submittals requiring action by the Architect. 2.2 SCHEDULING: The Contractor is responsible for the scheduling of all submittals to allow for adequate time for review and approval; fabrication; and installation. Allow a minimum of 10 working days for the Architect's review and approval of each submission. Failure to plan for the review process shall not relieve the Contractor of his responsibilities to meet the Contract Time. 2.3 PREPARATION: Each submittal shall be identified with the Contractor's name, manufacturer's name, Project name, date, and reference numbers of relevant Specifications sections and Drawings. The Contractor shall modify and customize all submittals to show all dimensions and coordination with adjacent work and field conditions. Clearly note and describe all qualifications to and deviations from the Contract Documents. The Contractor shall stamp, date, and sign each submittal to attest to his review and approval before submitting it to the Architect. Submittals not prepared in accordance with these requirements shall be returned without action to the Contractor. 2.4 DISTRIBUTION: Submittals which are marked "Approved" or "Approved as Noted" by the Architect, following the guidelines stipulated below in subparagraph 4.2 will be returned to the Contractor for distribution, with 2 copies retained by the Architect. Contractor shall distribute copies to subcontractors and all other parties requiring the information contained in the submittal. 3.0 REQUIRED SUBMITTALS 3.1 SCHEDULE OF VALUES: A Schedule of Values distinguishing the values of labor and materials for each trade component shall be submitted to the Architect prior to the first request for payment. A. The total value for General Conditions, including costs for bonds and insurance, shall total a minimum of 10% of the total contract amount. B. No values shall be assigned to the preparation of shop drawings. 3.2 ESTIMATED PAYMENT SCHEDULE: A schedule of anticipated monthly payment requests shall be submitted to the Architect prior to the first request for payment. 3.3 PRODUCT DATA: Manufacturer's printed literature, when required by the Specifications, shall be submitted to the Architect for review. One approved copy shall be included in the Maintenance Manual in accordance with Section 01.77.00. Submittals 01.33.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 3.4 SHOP DRAWINGS: Submit accurate, detailed, large scaled drawings prepared specifically for this Project. Drawings shall show adjacent conditions, related work, accurate field dimensions, materials, products, and any required special coordination. 3.5 SAMPLES, when required by the Specifications, shall be submitted to the Architect for review. In-place samples shall be in accordance with the Specifications. 3.6 WARRANTIES: Warranties and certifications, as required by the Specifications, shall be submitted to the Owner through the Architect. Warranties shall become effective upon Substantial Completion. 4.0 ARCHITECT'S ACTION ON SUBMITTALS 4.1 The Architect will review product data and samples for conformity to the design intent of the Contract Documents. Approval by the Architect shall not relieve the Contractor of his responsibilities to fulfill all the requirements of the Contract. 4.2 The Architect's action will have the following meanings: A. Approved: Work covered by the submittal may proceed. Approval by the Architect does not relieve the Contractor of responsibilities to comply with the requirements of the Contract Documents without limitation. B. Approved as Noted: Work covered by the submittal may proceed provided it complies with the Architect's notes. A re -submission of the submittal is not required. Neither approval by the Architect and nor the Architect's notes relieve the Contractor of responsibilities to comply with the requirements of the Contract Documents without limitation. C. Revise and Resubmit: Make changes to the submittal as noted and resubmit to the Architect for review before work covered by the submittal can proceed. D. Disapproved: Prepare a new submittal and resubmit to the Architect for review before work covered by the submittal can proceed. 4.3 Submittals not requiring action by the Architect shall be retained for information only. 5.0 REQUESTS FOR SUBSTITUTIONS 5.1 Requests for product substitutions shall be submitted for review and approval prior to the commencement of Work. Clearly identify the product to be replaced by the substitute. 5.2 Product substitutions are not allowed except with evidence provided by the Contractor of one of the following conditions. A. The product substitution is allowed under an "or equal" clause in the Specifications. B. The specified product is not produced or cannot be produced in time to meet the Contract Time. Submittals 01.33.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 C. The specified product is not acceptable to authorities having jurisdiction. D. There is substantial advantage to the Owner in terms of cost, time, or value with the use of the substitute product. 5.3 The Architect shall be the sole judge of whether a proposed substitution is comparable to the product specified and meets the requirements specified. 6.0 REQUESTS FOR PAYMENT 6.1 Submit 4 originals of each request for payment on AIA G705 form. Provide complete documentation to substantiate requests. 6.2 Before the first request for payment can be approved, the following items, some of which are stipulated in other Sections, must be submitted: A. Schedule of Values. B. Estimated Payment Schedule. C. Project Schedule. D. List of Contractor's key project personnel. E. Contractor's Certificate of Insurance. F. Performance and Payment Bonds. END OF SECTION Submittals 01.33.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.41.00 REGULATORY REQUIREMENTS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 GENERAL REGULATORY REQUIREMENTS 2.1 All Work shall comply with all codes, standards, and requirements of all federal, state, and local authorities having jurisdiction over this Project. The Contractor shall be responsible for providing evidence of compliance when required to do so. 2.2 When a specific code or standard is referenced in the Contract Documents, the Contractor shall be responsible for understanding general and specific requirements of that code or standard. Except as specified otherwise, comply with current industry standards in effect as of the date of the Owner/Contractor Agreement. The Contractor shall verify that materials and workmanship used meets or exceeds the requirements of the code or standard referenced by the Contract Documents. 2.3 When a discrepancy exists between an applicable code or standard and the requirements of the Contract Documents, the more restrictive requirement or higher quality material or workmanship is required. END OF SECTION Regulatory Requirements 01.41.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.50.00 TEMPORARY FACILITIES 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 WEATHER PROTECTION 2.1 The Contractor shall provide temporary enclosures and heat to permit work to be carried on during the months of November through March. These specifications are not to be construed as requiring enclosures or heat for operations that are not economically feasible in the opinion of the Owner. Without limitation this includes such items as excavation, pile driving, steel erection, erection of certain exterior wall panels, roofing, and similar operations. 2.2 "Weather Protection" means the temporary protection of that Work adversely affected by moisture, wind, and cold by covering, enclosing, and/or heating. This protection shall provide adequate working areas during the months of November through March as determined by the Owner and consistent with the construction schedule to permit the continuous progress of all Work necessary to maintain an orderly and efficient sequence of construction operations. The Contractor shall furnish and install "Weather Protection" material and be responsible for all costs, including heating required to maintain a minimum of 40° F at the working surface. This provision does not supersede any specific requirements for methods of construction, curing of materials, or the applicable conditions set forth in the Contract Articles with added regard to performance obligations of the Contractor. 2.3 The Contractor shall assume the entire responsibility for weather protection during construction (until Substantial Completion), and shall be liable for any damage to any Work caused by failure to supply proper weather protection and proper ventilation. 2.4 It is to be specifically understood that the Contractor shall do no work under any conditions deemed unsuitable by the Contractor to the perfect execution of the Work. This provision shall not constitute any waiver, release, or lessening of the Contractor's obligation to bring the Work to Substantial Completion within the period of time set forth in the Contract Documents. 3.0 TEMPORARY TELEPHONE: Contractor shall provide telephone services for use by the Contractor's personnel. The Contractor shall pay for the cost for installation and removal of temporary telephone service. Owner's telephones shall not be used. 4.0 TEMPORARY TOILETS 4.1 The Contractor shall provide and service an adequate number of toilet booths with chemical type toilets. 4.2 The toilets shall be erected in a location approved by the Architect and shall be maintained by the Contractor in a clean and orderly condition in compliance with all local and state health requirements. 4.3 Use of public toilets in the existing facility is not allowed. Temporary Facilities 01.50.00-1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 J 5.0 TEMPORARY UTILITIES: The Contractor may use electricity and water available at the site. Contractor shall provide proper adapters, extension cords, hoses, etc. for connection to the gymnasium facility. All temporary electrical work shall be in conformance with codes and requirements of the power company. 6.0 TEMPORARY HEAT 6.1 The Contractor shall provide minimum temperatures as specified for storage of materials and for construction activities. 6.2 The Contractor shall pay the costs of all fuel and electricity required for temporary heating until Substantial Completion. 6.3 Installation of weather protection and heating devices shall comply with all safety regulations including provisions for adequate ventilation and fire protection devices. 6.4 Unit heaters, if used, shall be of the smokeless type and be installed and operated in such a way that finished work will not be damaged. "Salamanders" shall not be used. 7.0 TEMPORARY CONSTRUCTION FENCE: The Contractor shall be responsible for providing and maintaining temporary fencing or barricades around the construction as may be necessary to assure the safety of all persons authorized or unauthorized. Such protective measures shall be located and constructed as required by local, state, and federal ordinances, laws, codes, or regulations. 8.0 TEMPORARY STRUCTURES AND MATERIAL HANDLING 8.1 The Contractor shall provide such storage sheds, temporary buildings, or trailers as required for the performance of the Contract. Subcontractors shall provide their own temporary buildings and trailers. 8.2 Materials shall be handled, stored, installed, cleaned, and protected in accordance with the best practice in the industry and, except where otherwise specified in the Contract Documents, in accordance with manufacturer's specifications and directions. 9.0 TEMPORARY STAGING, STAIRS, CHUTES 9.1 The Contractor shall furnish, install, maintain in safe condition, and remove all scaffolds, staging, and planking as required for the use of all trades for proper execution of the Work. 9.2 The Contractor shall furnish, install, maintain, and remove covered chutes from upper floors. Such shall be in convenient locations and permit disposal of rubbish directly into trucks or disposal units. Debris shall not be allowed to fall freely from upper levels of the building. 10.0 HOISTING FACILITIES: The Contractor shall provide, operate, and remove material hoists, cranes, and other hoisting as required for the performance of the Work by all trades. END OF SECTION Temporary Facilities 01.50.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 01.77.00 CONTRACT CLOSEOUT 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 SUBSTANTIAL COMPLETION 2.1 The Project shall be considered in Substantial Completion when there is less than one percent of the Contract remaining to be completed. The following items must be completed before the Architect makes his inspection for Substantial Completion. A. Submission of Contractor's Punch List of incomplete items. B. Submission of all warranties and similar documents. C. Submission of Record Documents. D. Submission of Maintenance Manual. E. Replacement of all broken glass and repair of damaged items (existing and new) and finishes. F. Delivery of maintenance stocks of materials where specified. G. Clean-up of work. 3.0 CONTRACTOR'S PUNCH LIST 3.1 Prior to requesting Substantial Completion, the Contractor shall make a thorough inspection of the Work. During this inspection the Contractor shall prepare a comprehensive list of all items remaining to be completed or corrected. This list shall include all remaining Contractor items to be provided under the Contract Documents. After reviewing the Contractor's list, the Architect may amend the list with additional items that are not acceptable or incomplete. 3.2 The Contractor shall not be relieved of the responsibility to provide Contract items left off of the punch list. 4.0 RECORD DRAWINGS 4.1 Consult the individual sections of the Specifications for the specific requirements of those sections. In cases of inconsistency the more stringent requirement, as directed by the Architect, shall be required. 4.2 From the sets of Contract Drawings furnished by the Owner, the Contractor shall reserve one set for record purposes. 4.3 The Contractor and the above Subcontractors shall keep their marked up As -Built set on the site at all times and note on it in colored ink or pencil, neatly and accurately, at the end of each working day, the exact location of their work as actually installed. This shall include the Contract Closeout 01.77.00-1 Stevens Estate Window Replacement Kang Associates, Inc. i North Andover, MA October 17, 2012 J location and dimensions of underground and concealed Work, and any variations from the Contract Drawings. All changes, including those issued by Addendum, Change Order, or instructions by the Architect shall be recorded. 4.4 The Architect may periodically inspect the marked up As -Built drawings at the site. The proper and current maintenance of the information required on these drawings shall be a condition precedent to approval of the monthly applications for payment. 4.5 At Substantial Completion the Contractor shall submit the complete set of marked up As -Built drawings to the Architect. 4.6 Submission of accurate marked up As -Built drawings and their approval by the Architect shall be a condition precedent to final payment. 5.0 OPERATING AND MAINTENANCE INSTRUCTIONS 5.1 Consult the individual sections of the specifications for the specific requirements for those sections and for further details and descriptions of the requirements 5.2 Prior to final payment and completion the Contractor shall provide all Operating Manuals and Maintenance Instructions as required by the Contract Documents. 5.3 OPERATING INSTRUCTIONS AND MANUALS A. Installers, and suppliers shall furnish to the Contractor two sets of operating and maintenance instructions of all manually operated equipment furnished and installed by them. B. The Contractor shall collect all of the above instructions, bind them into two complete sets, and submit them to the Architect who will deliver them to the Owner. C. Submission of operating and maintenance instructions shall be a condition precedent to final payment. 6.0 FINAL CLEANING 6.1 Prior to submitting a request to the Architect to certify Substantial Completion of the Work, the Contractor shall inspect all interior and exterior spaces and verify that all waste materials, rubbish, tools, equipment, machinery, and surplus materials have been removed, and that all sight -exposed surfaces are clean. Leave the Project clean and ready for occupancy. Cleaning shall include all surfaces, interior and exterior, which the Contractor has had access to. Employ experienced workmen or professional cleaners for final cleaning. Unless otherwise specified under other sections of the Specifications, the Contractor shall perform final cleaning operations as herein specified prior to final inspection. A. All broken or defective glass caused by the Contractor's Work shall be replaced at the expense of the Contractor. Clean and polish all new and existing glass and plastic glazing (if any) in construction area, on both sides. Clean plastic glazing in accordance with the manufacturer's directions. This cleaning shall be completed by qualified window cleaners at the expense of the Contractor just prior to acceptance of the Work. Contract Closeout 01.77.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 B. Repair, patch, and touch up marred surfaces to the specified finish, to match adjacent surfaces. C. Remove grease, mastic, adhesive, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior surfaces. This includes cleaning of the Work of all finishing trades where needed, whether or not cleaning by such trades is included in their respective specifications. D. In cleaning items with manufacturer's finish or items previously finished by a Subcontractor, care shall be taken not to damage such manufacturer's or Subcontractor's finish. In cleaning glass and finish surfaces, care shall be taken not to use detergents or other cleaning agents which may stain adjoining finish surfaces. Any damage to finishes caused by cleaning operations shall be repaired at the Contractor's expense. Polish glossy surfaces to a clear shine. E. Leave all architectural metals, hardware, and fixtures in undamaged, polished conditions. F. Leave pipe and duct spaces, plenums, furred spaces and the like clean of debris and decayable materials. G. Broom clean exposed concrete surfaces and paved surfaces. Rake clean other surfaces of grounds. 6.2 Use only cleaning materials recommended by the manufacturer of the surface to be cleaned. Use cleaning materials which will not create a hazard to health or property and which will not damage surfaces. 7.0 FINAL ACCEPTANCE 7.1 OCCUPANCY PERMIT: The Contractor shall coordinate the efforts of all Subcontractors and obtain the Occupancy Permit from the local Building Department. The Owner shall pay any Building Department fee associated with the Occupancy Permit. 7.2 FINAL PAYMENT shall be made only upon the completion of the following items: A. Requirements for Substantial Completion and satisfactory inspection by the Architect. B. Submission of a certified copy of the final Punch List verifying that the Contractor has completed all items on the List. C. Final cleaning of the premises. 7.3 FINAL CLEANING: The premises shall be restored to pre-existing conditions. All areas shall be clean and free from dirt, dust, and debris. END OF SECTION AND DIVISION 01 Contract Closeout 01.77.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION 02 - EXISTING CONDITIONS SECTION 02.01.00 EXISTING CONDITIONS 1.0 RELATED DOCUMENTS: All Contract Documents, including General and Supplementary Conditions, apply to the Work of this Section. 2.0 HISTORICAL BUILDING: The existing building is listed on the National Register. A major intent of all restoration and repair Work is to eliminate any distinction between new and existing to remain. 3.0 HAZARDOUS MATERIALS REPORT: Inspections and testing of asbestos and lead containing materials have been conducted and the results are appended to this Section. The Architect and Owner assume no responsibility nor make any claim regarding the reliability or accuracy of the information provided. END OF SECTION Existing Conditions 02.01.00-1 R.I. ANALYTICAL prs all*tt3 in Envswhmt'~iental :t„rvi.a*z April 30, 2012 Kang Associates, Inc. Attn: Ms. Kaffee Kang 339 Boston Post Road Sudbury, MA 01776 Re: Asbestos and Lead Survey of the Steven's Estate Dear Ms. Kang On April 25, 2012, R.I. Analytical Laboratories (RIAL) conducted a limited hazardous material inspection of the Stevens Estate Main House located in N. Andover, MA. The goal of this survey was to identify and assess potential hazards associated with the renovation or demolition of the aforementioned building. During the course of the inspection RIAL collected lead samples from painted surfaces of boiler room areas and exterior windows, as well as samples of suspect asbestos containing building materials. RIAL's inspection was limited to bathroom areas, exterior windows and boiler room. RIAL collected a total of twenty-seven (25) suspect asbestos bulk samples and six (6) paint chip samples to be analyzed for lead content. ASBESTOS REPORT Introduction - Outlined on the following pages you will find a summary of the suspect asbestos -containing materials observed by RIAL personnel during the survey. The purpose of this survey was to evaluate and identify accessible asbestos -containing materials (ACM). The inspection included a visual inspection of the buildings for suspect accessible ACM, locations of ACM, touching all suspected accessible ACM to determine its condition and friability, identifying all homogeneous accessible ACM, collecting bulk material samples of suspect accessible ACM within the buildings, and outlining any remedial action. Suspect asbestos containing building materials considered during this survey included; thermal systems insulation (TSI), surfacing, and miscellaneous materials. C/) U) d m m G 0 U) w C N O) N y L �1 Ci:'L) ��.a s s s U U U v m a) m iW) ul o 0 0 0 N N CV N 0 O �' to r Ln r Lh r Z W Z a) Z (DCM Z m o a) Q) c cc E > c 3o o N N •(U O O O f0 00 7 N Z Z Z Z � — CoU a) M > r H O O CO O O L 0 o- X C cu QO O0 O 4) _ •. w OL O Q s O Y oNa WI L L = oa) m *a, v vCoLp 0•O :: O 1 V •L .G N o d a) w d + k 4) •a d U) d d "O d O C C C rr O a) cn a) > 4) C U cc C d s C N d •� w W_ �. O LL' � w. � O NZ +O+ ;d•, = d ::.� to M c`p O Zca O C a.:. .�+ pa d 0 C CO m cu > .0 _= O O C (0 �� G s of L= O O O a) U C cyo v •= O ...O L d 0 avi a) a) s s o +r 'c 'S ML y x o o ca 3 a) an m 7.0 1-- W.0 m m Z m W 0) (Dc fl >. U L) C cc . o�a=i a° N O ►- c 0 rn m U Q cn O �' = d 0 0 O cn 0 V ~ O a 0.0 d •O N Y d d 3�m o m N H� t0 i- m Nco U N C c cn .� a) r L C U) O C CO Q H fn to O O O O O 0 0 0) a) Z Z co 0 _O LL v N :"a C co N T Z m 0 N Z IZI 0 0 4— 0 4— co 2 N Q) C 0 (n O O L_ co CO O _O LL C N a) L O _O U- 0) x m C O m � m Q M C) d Z a) Q) O co O U cn co -v C co a) Q ca Q co 4) O cz a) C Q co Q LO O Recommendations for Asbestos Control: Limited samples were collected from bathroom flooring. Samples were only collected in areas where ' 1 flooring was already damaged and inconspicuous samples could be extracted. There is the potential for TS] to be present behind wet walls in bathroom areas. Plaster collected from 1 s` and second floor closet spaces should rule out the presence of asbestos containing plaster in bathroom areas. Window caulking has been determined to be asbestos containing. This caulk is grey in color and is located on the exterior side around the frame of the windows. In addition trace and less than 1% asbestos content was identified in window glazing samples. It is RI Analytical's recommendation that this material be treated as asbestos containing materials for the purposes of renovation. All asbestos containing waste materials must be properly containerized and disposed of in accordance with 310 CMR 7.00, 310 CMR 19.00, the EPA National Emission Standard for Asbestos (NESHAP) as contained in 40 CFR Part 61 subpart M, and other applicable state and federal standards. LEAD REPORT Introduction: It should be noted that for lead paint to be considered "lead free" as by the MA Regulations, the concentration must be below 600 ppm. Adherence to OSHA Lead Regulations, as well as all State and Federal regulations pertaining to abatement and/or construction is required. In regards to the OSHA regulations, which apply to the workers who may impact the lead material, the following apply: OSHA does not give a quantity definition for lead based paint but measures the hazards based upon a permissible exposure limit in the air of 50 pg/m3 over an eight hour exposure no matter what level of lead is determined to be in the paint. In order for a contractor to work on this material and comply with the OSHA regulations, he/she must prove, with air sampling data, that removal of painted materials containing lead will not expose his/her employees to levels of lead prohibited by the regulations. Compliance with this standard will also insure that all employees will not be exposed to elevated levels of lead while this work is conducted. OSHA regulations regarding de-leaded materials require medical surveillance of the workers that shall be impacting the material, respiratory protection and daily personal monitoring to establish a history of the workers and their potential exposure. Disposal: All components that have tested positive for lead material must be properly removed and containerized. Prior to disposal a Toxicity Characteristic Leaching Procedure (TCLP) must be conducted per waste load to ensure that the lead in each waste load is below 5.0 mg/L (40 CFR 261.24). If the waste load is below 5.0 mg/L than the waste load may be considered general construction debris, assuming no other hazards exist. Should the TCLP be above 5.0 mg/L, the entire content must be treated as hazardous and disposed of accordingly. Results of Inspection: The information within this report describes general information regarding the lead content of various painted materials associated with the building. The chart that follows represents a summary of descriptions of samples collected during this survey and their lead content. Stevens Estate -N. Andover, MA Sample ID Description % Lead Parts Per Million 01 Black Paint on Ceiling in Boiler Room 0.016 160 02 Basement Halls White Paint 27.4 274,000 03 Green Paint on Window Trim 21.2 212,000 04 White Wall Paint in Boiler Room 0.012 120 05 Green Paint on Exterior window Trim 35.4 354,000 06 Trim on Basement Windows 16 160,000 Recommendations for Lead Control: r � Contractors performing work within the building should be made aware of the potential lead hazard so that appropriate steps can be made to limit exposure. Under applicable OSHA regulations, if any proposed development plan involves disturbing lead -containing paint (sanding, welding, scraping, grinding, etc.) in a way to create fine mists, fumes, or fine particulate aerosols which could be inhaled or ingested by site workers, the proposed construction plans should be reviewed by a qualified individual to evaluate compliance to OSHA Lead in Construction Standard: 29 CFR 1926.62 for Lead, state, and local regulations. As previously stated, TCLP sampling must be performed on all waste loads containing painted materials prior to disposal. MISCELLANEOUS HAZARDOUS MATERIALS REPORT Introduction: During the inspection RIAL took note of potentially hazardous accessible miscellaneous materials. If renovations of the property include the removal and disposal of any hazardous materials identified during the building inspection or found otherwise, said materials should be removed in accordance with all state, local, and federal regulations. It is important that all appropriate precautions are taken during the handling and disposal of hazardous materials. Workers handling a hazardous should be educated on the particular hazards which are associated with the material. Results of Inspection: Outlined on the below you will find an inventory of different types of hazardous miscellaneous materials observed during the inspection of the building and not otherwise identified within this report. RIAL made every effort to identify hazardous materials which may be found within the building in plain sight. The miscellaneous hazardous material inspection did not include the identification of any under ground storage tanks or hidden items which may be present on the property or within the structure. Hazardous Materials Inventory Description Hazardous Material Estimated Quantity Fluorescent Light Bulbs Mercury 8 Florescent Light Ballasts Di-octyl-phthalate/PCB Oil 4 Thermostat on Furnace Mercury 1 Oil and lubricants in pumps PCB Oil —3 Gallons Recommendations for Hazardous Material Control: If demolition or renovation requires the removal of hazardous materials or items containing hazardous materials; proper steps to containerize and dispose of the materials should be taken. At all times methods that minimize prevent and deter any contamination of the facility its air and its grounds should be used. Each hazard should be treated separately and containerized in the appropriate DOT approved vessel. All materials, whether hazardous or non -hazardous, should be disposed of in accordance with all laws and the provisions of this section and any or all -applicable federal, state, county, or local regulations and guidelines. It is important to ensure compliance with all laws and regulations relating to this disposal. The requirements of the Resource Conservation and Recovery Act (RCRA) must be complied with, as well as any or all other applicable federal, state, county, or local waste requirements. The following may be applicable State and Federal regulations associated with the materials identified within this report: 1. Occupational Safety and Health Administration a. 29 CFR 1910: General Industry Standards b. 29 CFR 1910.20- Access to Employee Exposure and Medical Records C. 29 CFR 1910.134: Respiratory Protection d. 29 CFR 1910.1200: Hazard Communication e. 29 CFR 1926: Construction Industry Standards f. 29 CFR 1910.145- Specifications for Accident Prevention Signs and Tags g. 29 CFR 1926.55- Gases, Vapors, Fumes, Dusts and Mists h. 29 CFR 1926.200 -Signs, Signals and Barricades 2. Environmental Protection Agency a. 40 CFR 61 Subpart A -General Provisions b. 49 CFR Parts 100 -200 C. 40 CFR 61.152 -Standard for Waste Manufacturing Demolition, Renovation, Spraying, and Fabricating Operations. d. 40 CFR 261 and 262- Waste Disposal Facilities and Practices e. 40 CFR Part 763- Worker Protection Rule 3. Department of Transportation a. 49 CFR Parts 100- 200. Transportation of Hazardous Materials All regulations by the above and other governing agencies in their most current version are applicable throughout this project. Where there is a conflict between this Specification and the cited federal, state or local regulations or guidelines, the more restrictive or stringent requirements shall prevail. This section refers to many requirements found in these references, but in no way is it intended to cite or reiterate all provisions therein or elsewhere. Limitations: All observations documented in this report were made under the conditions existing at the time of this investigation. Limiting factors include occupancy, accessibility, visibility, discrete sampling methods, scope of work, and safety. Sampling was not performed on building components that would impact structural, mechanical, or electrical systems. RIAL's inspection did not include digging below grade along the exterior to determine the presence of asbestos containing materials such as pipe insulation, transite conduit, or foundation damp proofing. All efforts were made to identify all hidden and concealed suspect asbestos containing and additional hazardous materials. It is the contractor's responsibility to verify all quantities. RIAL cannot be held responsible for the identification of ACBM and additional hazardous materials, which may be enclosed behind inaccessible locations. This evaluation does not document compliance by present or past site owners with federal, state, or local laws and regulations, nor does it claim or imply that all asbestos containing materials past, present, potential, or otherwise, have been detected at the referenced site. All observations documented in this report were made under the occupied conditions existing at the time of this investigation. Should changes from existing conditions occur, they should be brought to the attention of RIAL. Please note that there is a potential for the presence of additional materials not identified in this report that may be concealed. R.I. Analytical Laboratories, Inc. Exposur essm & Management Division Joseph M.Lepore EAM Project Manager Estimated Abatement Cost for Stevens Estate Material Quantity Unit Price Total Price Windows 93 Units 150/Unit $13,950 TSI . _ . 5001f . _.. �.. 15/sf Floor Tile 1 50s 2/sf $300 Tank and Boiler Insulation - -� � 320sfT- �-1T25/sf `'­ ­ -$8,000 Total Estimated Price $32,725 Plus 10% Contingence Attachment #1 Asbestos Bulk Results R.I. ANALYTICAL Specialists in Environmental Services R.I. Analytical (EAM Division) Attn: Mr. Joseph Lepore 41 Illinois Avenue Warwick, RI 02888 CERTIFICATE OF ANALYSIS Page 1 of 6 Date Received: 4/25/2012 Date Reported: 4/26/2012 Work Order #: 1204-08171 Site Locati on: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA Enclosed please find your sample(s) analysis results for asbestos content. The six asbestos types include amosite, chrysotile, crocidolite, anthophyllite, tremolite, and actinolite. METHODOLOGY: Polarized Light Microscopy (PLM) as suggested by EPA/600/R-93/116, July 1993 edition If the samples are found to be inhomogeneous, individual components will be analyzed separately. If individual components cannot be separated, the samples will be homogenized and a single result will be provided for the entire sample. Sample results pertain only to items tested. The report must not be reproduced except in full with permission of R.I. Analytical. Samples submitted for analysis will be retained for three months for your future reference. Our laboratory maintains NVLAP accreditation for bulk asbestos fiber analysis NVLAP lab code 101440-0. This report must not be used to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government. If you have any questions regarding this report, or if we may be of further assistance, please contact us. Approved by: Data Reporting 41 Illinois Avenue, Warwick, RI 02888131 Coolidge Street, Suite 105, Hudson, MA 01749 �: Phone: 401,737.8500 Fax: 401.738.1970 Phone: 978.568.0041 Fax: 978.568.0078 Page 2 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.1- Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location:PROJECT # 120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 001 01: BOILER INS. PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 002 02A: TSI PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN ./ Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 003 0213: TSI PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 004 03: TANK INS. PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 15-25 % 4/26/2012 EDN Non-fibrous 75-85 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 005 04: BLACK COATING ON CEILING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Black 4/26/2012 EDN Page 3 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 006 05: CEILING PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 007 06: INS. NEW FURNACE PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Glass Fiber 100 % 4/26/2012 EDN Sample Color Yellow 4/26/2012 EDN 008 07: WALL PLASTER BASEMENT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 009 08A: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 010 08B: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN Page 4 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location:PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA TEM RECOMMENDED i METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 011 08C: WALL PLASTER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Animal Hair 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 012 09: FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN ; Sample Color Red 4/26/2012 EDN 013 10: MASTIC PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Yellow 4/26/2012 EDN 014 11A: WINDOW GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 015 11B: GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <1 % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED i Page 5 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I_ Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location:PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE. NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 016 11C: GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <I % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED 017 12A: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 018 1213: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 019 12C: GREY WINDOW CAULK PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Chrysotile <1 % 4/26/2012 EDN Non-fibrous >99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN TEM RECOMMENDED 020 13A: 9X9 BROWN FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Brown 4/26/2012 EDN Page 6 of 6 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/2012 Work Order #: 1204-08171 Site Location: PROJECT #120282 STEVENS ESTATE MAIN HOUSE N. ANDOVER, MA METHOD: EPA/600/R-93-116 SAMPLE SAMPLE SAMPLE DATE NO. DESCRIPTION PARAMETER RESULTS / UNITS ANALYZED ANALYST 021 1313: 9X9 BROWN FT PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Brown 4/26/2012 EDN 022 14: FT 12XI2 ORANGE PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 5-15 % 4/26/2012 EDN Non-fibrous 85-95 % 4/26/2012 EDN Sample Color Orange 4/26/2012 EDN 023 15: TAR PAPER PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Black 4/26/2012 EDN 024 16: BASEMENT WINDOW GLAZING PLM Fiber Analysis Asbestos NEGATIVE 4/26/2012 EDN Non-fibrous 100 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN 025 17: BASEMENT WINDOW CAULK PLM Fiber Analysis Asbestos POSITIVE 4/26/2012 EDN Chrysotile 1-5 % 4/26/2012 EDN Non-fibrous 95-99 % 4/26/2012 EDN Sample Color Gray 4/26/2012 EDN Project #120282 Stevens Estate r Main House N. Andover, MA Attachment #2 Lead Results R.I. ANALYTICAL Specialists in Environmental Services CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Attn: Mr. Joseph Lepore 41 Illinois Avenue Warwick, RI 02888 DESCRIPTION: PROJECT #120282 STEVENS ESTATE Page 1 of 3 Date Received: 4/25/12 Date Reported: 4/27/12 P.O. #: 120282 Work Order #: 1204-08170 Subject sample(s) has/have been analyzed by our Warwick, R.I. laboratory with the attached results. Reference: All parameters were analyzed by U.S. EPA approved methodologies. The specific methodologies are listed in the methods column of the Certificate Of Analysis. Data qualifiers (if present) are explained in full at the end of a given sample's analytical results. The Certificate of Analytsis shall not be reproduced except in full, without written approval of R.I. Analytical. Results relate only to samples submitted to the laboratory for analysis. Test results are not blank corrected. Certification #: RI -033, MA-RI015, CT -PH -0508, ME-RI015 NH -253700 A & B, USDA S-41844 This Certificate represents all data associated with the referenced work order and is paginated for completeness. The complete Certificate includes one attachment; the original Chain of Custody. If you have any questions regarding this work, or if we may be of further assistance, please contact our customer service department. Approved by: .� rte' haron aker MIS / Data Reporting Manager enc: Chain of Custody 41 Illinois Avenue, Warwick, RI 02888 � 131 Coolidge Street, Suite 105, Hudson, MA 01749 Phone: 401.737.8500 Fax: 401.738.1970 Phone: 978.568.0041 Fax: 978.568.0078 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/12 Work Order #: 1204-08170 PROJECT # 120282 STEVENS ESTATE GREEN PAINT TRIM Sample # 001 SAMPLE DESCRIPTION: BLACK ON CEILING SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. PARAMETER RESULTS LIMIT UNITS METHOD Total Metals Analyzed by ICP Lead 0.016 0.002 % SW -846 6010 Sample # 002 SAMPLE DESCRIPTION: BASEMENT HALLS WHITE SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. PARAMETER RESULTS LIMIT UNITS METHOD Total Metals Analyzed by ICP Lead 27.4 0.1 % SW -846 6010 Page 2 of 3 DATE ANALYZED ANALYST 4/27/12 JEH DATE ANALYZED ANAL �. 4/27/12 JEH Sample # 003 SAMPLE DESCRIPTION: GREEN PAINT TRIM SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UMTS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 21.2 0.2 % SW -846 6010 4/27/12 JEH Sample # 004 SAMPLE DESCRIPTION: W WALLS BR SAMPLE TYPE: GRAB SAMPLE DATE/1r1ME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 0.012 0.002 % SW -846 6010 4/27/12 JEH Page 3 of 3 R.I. Analytical Laboratories, Inc. CERTIFICATE OF ANALYSIS R.I. Analytical (EAM Division) Date Received: 4/25/12 Work Order #: 1204-08170 PROJECT #120282 STEVENS ESTATE Sample # 005 SAMPLE DESCRIPTION: GREEN PAINT EXTERIOR TRIM WINDOWS SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 35.4 0.4 % SW -846 6010 4/27/12 JEH Sample # 006 SAMPLE DESCRIPTION: BASEMENT WINDOW SAMPLE TYPE: GRAB SAMPLE DATE/TIME: 4/25/2012 SAMPLE DET. DATE PARAMETER RESULTS LIMIT UNITS METHOD ANALYZED ANALYST Total Metals Analyzed by ICP Lead 16.0 0.2 % SW -846 6010 4/27/12 JEH Project # 120282 Stevens Estate Attachment #3 Drawings 0 I - ---------------- Ftf Aa Sn cJ o— Q1 M Ge.................... .... ............. ........... ----- — . ... . ................ ............. . . ... ... . ................ - - - . . . ..... . . . . . . . . . . . - . . . ..... ... ........ . .. ..... ............ ... .. ....... . . . ..... ........... .......... m, CL LZ . . ............ . ................ . . . ... . . .............. — ...... . . . .... .... . ....... . .. CL z" ... . ................... . ... ... . .. . ....... ...... ::............y._ ............ ....... ....... oz .......... U FL Ln Ge.................... .... ............. ........... ----- — . ... . ................ . ... . . . ........ . . . . . . . . . . . ..... . . . . . . ... .... ... .... . .......... .. .......... . . . . . . . . . . . . . ry .. ... .... ... ... ... CL . . ............ . ................ . . . ... . . .............. — ...... . . . .... .... . ....... . .. Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 SECTION 02.41.19 SELECTIVE DEMOLITION 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to selectively demolish existing construction as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Demolition and removal of existing wood window sashes. 2. Demolition and removal of stops and exterior jamb extenders on window frames. 3. Demolition and removal of existing aluminum storm sash. 4. Demolition of exterior frame extenders at bowed windows. 5. Demolition and removal of selected existing screen doors. 6. Demolition and removal of selected exterior window trims and moldings. 7. Safe and legal disposal of all demolished materials, except those to be salvaged. 8. Cleaning of spaces and surfaces after demolition. C. Intent: The intent of the demolition Work is to safely remove and properly dispose of all existing construction, both expressly shown and not expressly shown on the Drawings, as required to complete new construction. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Existing Conditions (Section 02.01.00). 2. Asbestos Remediation (Section 02.82.00). 3. Finish Carpentry (Section 06.20.00). 4. Wood Screen Doors (08.14.66). 5. Wood Windows (08.52.00). 1.4 SUBMITTALS A. Permits and Certificates 1. Permits and notices authorizing building demolition. 2. Certificates of severance of utility services. 3. Permit of transport and legal disposal of debris. Selective Demolition 02.41.19-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 B. Schedule: Submit proposed methods and schedule of demolition prior to the start of Work. Include the coordination for shut-off, capping, and continuation of utility services as required. 1.5 EXISTING CONDITIONS A. Existing Structure: The Owner and Architect assume no responsibility nor make any claim regarding the condition or structural adequacy of existing construction to be demolished. B. Existing Uses: The Contractor shall take care to avoid generating dust and noise that impact nearby properties and generally creating a nuisance. C. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). 1.6 PROJECT CONDITIONS A. Public Safety: Ensure the safe passage of persons and traffic on and around the Project site, the Owner's property, adjacent properties, and public ways. B. Explosives: Do not bring explosives to the site or use explosives. C. Damages: Report all damages immediately. Promptly repair damages caused by demolition operations at no cost to the Owner. 2.0 PART 2: PRODUCTS 2.1 PROTECTIONS: Provide miscellaneous protections including, but not limited to dust barriers, plywood panels, and moisture barriers. 2.2 SHORING: Provide temporary shoring and bracing of adequate size and proper configuration to maintain the integrity of existing building. 3.0 PART 3: EXECUTION 3.1 INSPECTION: Inspect and verify all existing conditions before beginning Work. 3.2 PROTECTION A. Ensure safety of persons and property at all times. Provide temporary shoring and bracing as required. Protect openings. Maintain weathertightness. B. Protect against damage to existing construction to remain. C. Ensure egress routes are clear at all times. If existing egress routes are disrupted, Selective Demolition 02.41.19-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 submit alternative plans for egress for approval by local building inspector, the Owner, and the Architect. 3.3 DEMOLITION A. General Demolish all existing construction designated to be demolished or removed and remove from site, unless material is noted to be salvaged. 2. Demolish and remove all existing construction required for the proper completion of new work, not expressly indicated on the Drawings. Identify and remove all construction which is unsuitable for re -use. Notify the Architect and obtain approval before removing construction which is not indicated on the Drawings. 3. Use demolition methods within the limitations of governing regulations. 4. Use demolition methods which will ensure existing construction to remain is not damaged. Use saws and drills to ensure neat, accurately formed joints and holes. 5. Remove all debris from site and dispose of legally. 6. Ensure structure and construction is adequately and properly shored and supported before, during, and after demolition. B. Pollution Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. C. Interior Construction: Remove existing screen doors and frames, window sashes, window trims, and other exterior construction using methods and tools which will minimize the amount of patching of walls and floors to remain. D. Lead Containing Items: Assume all paint contains hazardous levels of lead until test results show otherwise. Remove all paint scrapings and painted materials in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Demolished painted metal items exhibiting no flaking or scaling paint shall be recycled in the metal salvage market. Paint scrapings and painted non-metal items shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. 3.4 SALVAGED ITEMS: Remove, clean, and store existing window sashes with muntins, as selected and directed by the Owner. 3.5 CLEANING AND PROTECTION: Remove protections and clean surfaces exhibiting dust and dirt from demolition activities. END OF SECTION Selective Demolition 02.41.19-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 Section 02.82.00 Asbestos Remediation PART 1 — GENERAL 1.00 ALL PERSONS ASSOCIATED WITH THE RENOVATION PROJECT A. Should be familiar with the hazardous material inspection found within this section. B. If additional suspect materials or non-homogenous materials are found during the course of this renovation project; the contractor will request from the architect that additional sampling be performed. If additional sampling is determined necessary, the architect will assign a MA licensed asbestos inspector independent of the contractor to sample and assess the new material(s). Samples shall only be collected by the selected representative of the architect. 1.01 BID REQUIREMENTS A. Submit bids in accordance with the provisions of the Massachusetts General Laws, and direction set forth within this Project Manual. The time and place of submission of bids is set forth in the INSTRUCTIONS TO BIDDERS. B. With the accepted bid, bid security is required in the form of a Payment Bond and Performance Bond directly to persons specified by the details preceding this document. C. The contractor is responsible for a 20% positive contingency of all denoted quantities. 1.02 SITE INVESTIGATION A. By submitting a bid the asbestos abatement contractor acknowledges that he has investigated and satisfied himself as to the following: The conditions affecting the work including but not limited to the physical conditions of the project site. 2. Handling and storage of tools and materials. 3. Access to water, electric, HEPA ventilation and exhaust and other variables that may affect performance of required activities. 4. The character and quantity of all surface and sub -surface materials or obstacles to be encountered. Any failure by the contractor to acquaint himself with available information will not relieve him from the responsibility of successfully performing the work. This includes any additional information disclosed at the walkthrough and/or meetings. B. The asbestos removal contractor shall be financially responsible for any additional samples that must be collected as a consequence of the contractor not attaining satisfactory clearance air quality levels (criteria set forth by the state and federal rules and regulations). The contractor shall also be responsible for the cost of extending the project monitor's time at the site due to erroneous completion times (visual inspections beyond the one final visual inspection). Asbestos Remediation 02.82.00-1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 C. Plans, surveys, measurements, dimensions, calculations, estimates, and statements as to the conditions under which the work is to be performed are believed to be correct, but the contractor must examine for himself, as no allowance will be made for any errors or inaccuracies that may be found therein, and R.I. Analytical Laboratories, Inc., Kang and Associates, the building owner or their representatives does not guarantee that they are other than approximately correct. D. The abatement contractor will include as part of his price the removal and disposal of all asbestos containing material being abated. 1.03 DISCREPANCIES A. Should a Contractor find discrepancies in the plans and/or specifications, or should he/she be in doubt as to the meaning or intent of any part thereof, he must, request clarification from the owner within five (5) days of receiving said plans and specifications. The Contractor shall be held responsible for any additional asbestos materials that may be discovered during renovations and/or demolition of the site. 1.04 LICENSES AND QUALIFICATIONS A. All employees utilized for this project shall submit evidence of certification as asbestos abatement workers and having had the training in accordance with state, federal, and/or local regulations. B. The contractor shall submit licensing as a certified abatement contractor by the State of Massachusetts. The bidding contractor shall also submit all certifications of persons who would be performing the asbestos abatement activities. C. The contractor shall submit references of all similar type projects that have been performed by the asbestos abatement firm in the past two (2) years. The references shall include; contact names, telephone #'s, dates, and type of work completed. D. The owner or representative reserves the right to reject any asbestos abatement contractor who has had any serious violation and/or infraction regarding the regulations controlling asbestos abatement activities. E. It is the sole responsibility of the contractor to obtain any and all licensing/patent licensing from the state and/or private agencies/firms. The owners, building representative(s), and R.I. Analytical Laboratories, Inc. assume no responsibility for failure of the contractor to fulfill these requirements. Copies of those licensing/patent-licensing certificates shall accompany the asbestos abatement contractors' bid. ASBESTOS CONTAINING MATERIAL FOR REMOVAL Confirmed Materials: Type of ACM to be removed: Quantity Window Glazing 90 Windows Window Caulking 93 Windows Contractor is responsible for a 20% Positive contingency in quantity. Asbestos Remediation 02.82.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 1.05 APPLICABLE STANDARDS AND GUIDELINES A. General Requirements 1. All work will be done in strict accordance with all applicable federal, state, and local regulations, standards and codes governing asbestos abatement and any other trade work done in conjunction with the abatement. The most recent addition of any relevant regulation, standard, document or code shall be in effect. Where conflict among requirements or these specifications exist, the most stringent requirements shall be utilized at no extra cost to the building owner, its representative, or RI Analytical Laboratories, Inc. Copies of this specification as well as those documents listed under section 1.06B shall be on the work site during the entire abatement project. If any materials not identified for removal in this specification become damaged during any phase of the abatement, it is the responsibility of the contractor to immediately notify the Building owner/representative and Project monitor. The owner shall not be held responsible for any additional asbestos materials impacted by the Contractor. B. Specific Requirements 1. The following documents shall be maintained on site easily accessible to the consultant, building owner(s), engineering firm, abatement employees, and regulatory personnel. a. 29 CFR 1926.1101: The Construction Industry Standard (as amended) b. 29 CFR 1910.1001: Asbestos Standard (as amended) c. 29 CFR 1910.134: Respirator Protection Standard d. 29 CFR 1910.145: Accident Prevention Standard e. 29 CFR 1910.38: Asbestos Abatement Projects f. 29 CFR 1910.22: Walking Working Surfaces g. 29 CFR 1910.28: Scaffolding h. 29 CFR 1910.157: Fire i. 29 CFR 1910.27: Ladders k. 40 CFR 763 Subpart G Final Rule I. 40 CFR 61 Subparts A, B, and M (NESHAPS) m. RI Analytical Laboratories, Inc. Specification n. Massachusetts Asbestos Regulations, 453 CMR most current addition. Asbestos Remediation 02.82.00-3 Stevens Estate Window Replacement North Andover, MA 1.06 SUBMITTAL AND NOTICES Kang Associates, Inc. October 17, 2012 A. During the abatement activities, the abatement contractor shall: 1. Post in the clean room area of the worker decontamination enclosure a list containing the names, addresses and telephone numbers of the contractor, building Owner, the air sampling professional, Police Department, Fire Department, Hospital, the analytical laboratory, and any other personnel who may be required to assist during abatement activities. The analytical data from the daily air compliance and personal air samples will be utilized to monitor work conditions and practices and ensure that the levels of airborne asbestos fibers do not exceed regulated limits. Any radical increases in area fiber concentrations will cause an immediate STOP WORK ORDER without repercussions to the building owner or the project monitor. The contractor will then be stopped while the project monitor inspects the integrity of the containment and work practices. The contractor may begin removal procedures when a written RESUME WORK ORDER has been given by the building representative(s). 3. The contractor will be responsible for the collection and analysis of personal air monitoring samples in accordance with all state and federal regulations. 4. When the contractor receives the analytical results for the personal air samples (within 3 days after collection), a copy shall be submitted to the project monitor. B. Workplace site safety and security: 1. It shall be the responsibility of the abatement contractor to maintain work/site security for the duration of the asbestos abatement activities. The contractor will have the owner's assistance in notifying building occupants of the impending asbestos abatement activities. 2. The asbestos abatement contractor will decide on entrances and exits from the work areas. The work area at that point shall be restricted only to authorized, trained, and protected personnel. These shall include the abatement contractor employees, building owner's representatives, federal, state, and local inspectors and any other designated individuals. A list of authorized personnel shall be established prior to the project beginning so that no confusion will arise. 4. Asbestos danger signs shall be placed on all openings into the work area and in prominent places outside the work area. Additional asbestos danger signs may be mounted in visible areas as needed. Also, caution signs shall be placed in the vicinity of the project and at all outside entrances into the building to inform occupants of the asbestos removal project currently underway and its exact location. An exclusion zone of caution tape or some other visible barrier shall separate exterior work area. 5. The asbestos abatement contractor at the entrance to the work area shall maintain a logbook. All personnel entering the containment area shall be required to sign this logbook with time entering and exiting of the area. Entrance will be permitted only to those people properly trained and outfitted Asbestos Remediation 02.82.00-4 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 correctly. Entrance will also be allowed to any authorized building owner's representatives and inspectors from regulatory agencies if properly fitted with protective clothing and respirators. C. After Work Completion: upon completion of this project, the contractor shall submit the following documentation to the Building Owner/Representative: 1. Submit copies of all transport manifests, trip tickets, and disposal receipts for all asbestos waste materials removed from the work area during the abatement process in a timely fashion. 1.07 SCOPE OF WORK A. Asbestos -Containing Materials All exterior asbestos containing material included in the scope of work will be removed in compliance with the State of Massachusetts and Federal Regulations for the duration of the project. Window Glazing and Caulking: Windows The following information describes those asbestos -containing or assumed asbestos -containing building materials slated to be removed under these specifications. All asbestos containing materials included in the scope of work will be removed in compliance with all state, local and federal regulations. All workers must be utilizing appropriate PPE, which include disposable suits, respirators, and eye protection. Windows of various sizes were found to contain positive window glazing and caulking. Abatement procedures for the window glazing and caulking will be performed only from the exterior of the building with critical barriers to be placed on the interior of the building. Glazing located on the window sashes will be removed in their entirety from the window assembly. Caulking located around the outer frame of the window shall be removed from the frame and all residual caulk shall be scraped from the outer wall of the structure. PART 2 - PRODUCTS: MATERIALS AND EQUIPMENT 2.01 MATERIALS A. Deliver all materials in the original packages, containers, or bundles bearing the name of the manufacturer, and the brand name. B. Store all materials subject to damage off the ground, away from wet or damp surfaces, and under cover sufficient to prevent damage or contamination. C. Plastic (polyethylene) sheeting, of 6 -mil thickness or greater as specified, in sizes to minimize the frequency of joints. D. Tape - Capable of sealing joints of adjacent sheets of plastic sheets and for attachment of plastic sheet to finished or unfinished surfaces of dissimilar materials and capable of adhering under both dry and wet conditions, including use of amended water (Duct -tape typically serves this purpose satisfactorily). Spray -glue (Bonne -Bond R or equivalent) may be used in conjunction with tape. Asbestos Remediation 02.82.00-5 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 E. Surfactant (wetting agent) - shall consist of 50 percent polyoxyethylene ether and 50 percent polyoxyethylene polyglycol ester, or equivalent, and shall be mixed with water to provide a concentration of one ounce surfactant to five (5) gallons of water, or as directed by manufacturer. A removal encapsulant may be utilized in lieu of amended water during removal, but containerized waste must be saturated with water. F. Impermeable container - suitable to receive and retain any asbestos -containing or contaminated materials until disposal at an acceptable disposal site. (The containers shall be labeled in accordance with OSHA 29 CFR 1926.1101). G. Spray glue - suitable adhesive in aerosol cans, which is specifically formulated to stick tenaciously to sheet polyethylene. H. Disposal bags - Provide 6 mil thick leak -tight polyethylene bags labeled as required by Federal and local Regulations. Each is labeled as follows: 1. First Label CAUTION CONTAINS ASBESTOS FIBERS AVOID OPENING OR BREAKING CONTAINER BREATHING ASBESTOS IS HAZARDOUS TO YOUR HEALTH 2. Second Label: Provide in accordance with 29 CFR 1910.1200(f) of OSHA's Hazard Communication standard: DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE 3. Third Label: Provide in accordance with U.S. Department of Transportation regulation on hazardous waste marking. 49 CFR parts 171 and 172. Hazardous Substances: Final Rule. Published November 21, 1986 and revised February 17, 1987: RQ HAZARDOUS SUBSTANCE SOLID, NOS, ORM-E, NA 9188 (ASBESTOS) 2.02 EQUIPMENT A. Provide all workers with personally issued and marked respiratory equipment approved by NIOSH. B. The contractor shall provide any persons entering the work area with respiratory equipment and/or protective clothing. C. Non -permitted respirators: Do not use single use, disposable or quarter face respirators. Asbestos Remediation 02.82.00-6 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 D. Full body disposable protective clothing, including head, body, and foot coverings consisting of material impenetrable by asbestos fibers (Tyvek or equivalent) shall be provided to all workers and authorized visitors in sizes adequate to accommodate movement without tearing. E. Non-skid footwear shall be provided to all abatement workers. Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. A sufficient supply of disposable mops, rags, and sponges for work area decontamination shall be available. G. A sufficient supply of scaffolds, ladders, lifts, and hand tools (e.g. scrapers, wire cutters, brushes, utility knives, bone saws, etc.) shall be provided as needed. H. Rubber dustpans and rubber squeegees shall be provided for clean up. Sprayers with pumps capable of providing 500 Win at the nozzle tip at a flow rate of 2 gallons per minute for spraying amended water. A sufficient supply of HEPA filtered vacuum systems shall be available during clean up. Vacuum systems must be designed and intended air tight, outfitted with factory intended HEPA filtration, and certified to filter 99.97% of particles 0.03 pm in diameter. Standard vacuums outfitted with aftermarket HEPA filtration will not be deemed acceptable. PART 3- WORK AREA PREPARATION AND ACTIVITIES 3.01 General A. Post caution signs meeting the specifications of OSHA 29 CFR 1926.1101 (k) at any location where airborne concentrations of asbestos may exceed ambient background levels. Signs shall be posted at a distance sufficiently far enough away from the work area to permit persons to read the sign and take the necessary protective measures to avoid exposure. B. The Work Area shall be isolated by sealing all openings, including but not limited to, windows, doors, ventilation openings, drains, grilles, and grates with six mil thick (minimum) plastic sheeting and duct tape or the equivalent. C. Alternative methods of containing the work area may be submitted to the Owner's Representative for approval. Do not proceed with any such method(s) without approval of the Building Owner and the Owner's Representative. D. The contractor shall place a minimum two (2) layer 6 -mil polyethylene drop cloth beneath the work area to catch falling asbestos debris. E. Following an Asbestos Response Action, the Asbestos Contractor or entity performing the work shall decontaminate all contaminated surfaces within the Work Area using HEPA vacuuming and/or wet cleaning techniques. All equipment and materials used and all surfaces from which ACM has been removed shall be decontaminated. All cleanup materials shall be disposed of as asbestos waste. Clean-up shall be to the level of no visible debris. F. Asbestos Remediation 02.82.00-7 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 3.02 SPECIFIC PREPARATION ACTIVITIES ,i A. A Massachusetts licensed asbestos abatement contractor must remove all asbestos containing material. All workers/supervisors must have successfully completed the OSHA and Massachusetts approved asbestos training course for their discipline. B. While removing asbestos containing material proper Personal Protective Equipment (PPE) must be worn. This includes respirators (per OSHA 1926.1101) and Tyvek suits. C. Signage must be utilized in accordance with 29 CFR 1926.1101 (k)(1)(ii). D. For all exterior abatement a remote three chamber decontamination unit with fully operational shower must be supplied for the workers use and must be used by the abatement workers. The decontamination unit shall not be placed within the interior of the building. E. All Massachusetts Regulations for the removal of asbestos must be followed. F. All Federal Regulations for Asbestos removal must be followed, this includes OSHA (CFR 29 1926.1101), and EPA (NESHAPS 40 CFR 61 Subparts A,B,M and AHERA 40 CFR 753). G. All material must be disposed of per Federal and Massachusetts Regulations at an authorized asbestos landfill. H. Following removal of all asbestos containing material: r 1. The consultant shall perform a thorough visual inspection of the entire area, until the area is cleaned to the satisfaction of the consultant. 3.03 CONTINGENCY PLAN FOR EMERGENCIES A. Emergencies Inside the Work Area Each worker shall "walk through" designated escape routes. A diagram will be posted outside the work area locating all emergency routes. Signs will be posted indicating emergency exits inside the work area through the duration of the abatement project. This will enable abatement workers to conduct a quick exit from the work area in the event of a respirator malfunction, medical emergency, accident, fire, or equipment malfunction. B. Procedures for Shut Down Should shut down be deemed necessary, each employee will exit enter the decontamination unit in an orderly and prompt manner, showering and changing as expeditiously as possible. The contractor is expected to ensure that during an emergency, steps will be enforced to prevent asbestos fibers extending out of the work area. C. After Evacuation After evacuation, each employee shall proceed to a prearranged meeting place for a head count and briefing, usually at the supervisor's discretion. Asbestos Remediation 02.82.00-8 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 D. Procedures for Rescue and Medical Duties The abatement contractor shall provide at least one person trained in first aid and CPR per work crew. This person will be responsible for notifying the rescue squad and attending to the injured persons immediate needs. All workers shall be made aware of the location of a phone in case of fire. The building owners contact person shall be notified as soon as workers are out of immediate danger. E. Telephone numbers to be posted on site in the clean room are as follows: 1. Local Rescue 2. Local Fire Department 3. Local Police Department 4. Building Owner's Contact Person 5. Project Monitor 6. Analytical Laboratory Major Hazards 1. Heat Stress 2. Falling objects 3. Falls/Slips 4. Electric Shock - Skin Burns 3.04 WORKER DECONTAMINATION ENCLOSURE A. Construct a worker decontamination enclosure system adjacent to the work area consisting of three totally enclosed chambers. The worker decontamination enclosure system shall consist of at least a clean room, a shower room, and an equipment room each separated from each other. Entry to and exit from all decontamination enclosure system chambers shall be through curtain doorways consisting of two layers of overlapping polyethylene sheeting. One sheet shall be secured at the top of the left side, the other sheet at the top and right side. B. Clean room shall be sized to adequately accommodate the work crew. Postings shall be located in this area. This space shall not be used for storage of tools, equipment, or materials or as office space. C. The entire decontamination enclosure shall be constructed over a frame. The decontamination unit should be covered with opaque polyethylene for privacy. D. All workers and authorized personnel shall exit the work area and immediately enter the worker decontamination enclosure system. E. Personnel wearing designated personal protective equipment shall proceed to the work area, which shall be located contiguous to the decontamination chamber. F. Before leaving the work area, all personnel shall remove gross contamination from the outside of respirators and protective clothing by brushing and/or wet wiping procedures (small HEPA vacuums with brush attachments may be utilized for this purpose, however, larger machines may tear the suits). G. Personnel shall proceed to the equipment room where they shall remove all protective equipment, except respirators. Deposit disposable clothing into Asbestos Remediation 02.82.00-9 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 appropriately labeled containers, and proceed to take a cleansing shower utilizing soap and shampoo. - H. Reusable contaminated footwear shall be stored in the equipment room when not in use in the work area (upon completion of the project rubber boots may be decontaminated for reuse). Water shall be made available in the equipment room for cleaning purposes. Workers shall clean the outside of the respirators and exposed face area under running water prior to removal of respirator. J. After drying off, workers shall proceed to the clean room and remove respirators. 3.05 ASBESTOS REMOVAL PROCEDURES A. GENERAL 1. Follow all state of Massachusetts and Federal Regulations as stated in this asbestos Abatement Specification for removal requirements and alternate work procedures. 2. Clean and isolate the area in accordance with section 3.01 and 3.02 of this document. 3. Spray the asbestos material with amended water or removal encapsulant using spray equipment capable of providing a mist application to reduce the release of fibers. 4. Saturate the material to wet it to the substrate without causing excess - dripping. 5. Spray the asbestos material repeatedly during the removal work process to maintain wet conditions and to minimize asbestos fiber dispersion. 6. While removing the asbestos -containing material, the workers shall insure that all asbestos waste material is thoroughly wet. 3.06 CLEAN-UP PROCEDURE (Refer to section 3.02) A. Wet clean all surfaces in the work area using a hose, rags, mops and sponges as appropriate and HEPA vacuum the entire area. B. After work area has been rendered free of visual residue, a thin coat of a satisfactory encapsulating agent shall be applied to the substrate and all surfaces in the work area including any plastic sheeting used for the containment. 3.07 DISPOSAL PROCEDURE A. As the work progresses, to prevent exceeding available storage capacity on-site, sealed and labeled containers of asbestos containing waste shall be removed from the work area. All waste, in proper containers, shall be removed from the work area prior to visual clearance procedures beginning. B. Disposal must occur at an authorized site in accordance with regulatory F requirements of NESHAP and applicable state and local guidelines and regulations. All dump receipts, trip tickets, transportation manifests, and other Asbestos Remediation 02.82.00 - 10 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 documentation of disposal, shall be delivered to the building owner, in a timely fashion, for his records. A recommended record-keeping format utilizes a chain -of -custody form, which includes the names and addresses of the generator, contractor, pick-up site, and disposal site, the estimated quantity of the asbestos wastes and the type of containers used. The form should be signed by the generator, the contractor and the disposal site operator as the responsibility for the material changes hands. If a separate hauler is employed, his name, address, telephone number and signature should also appear on the form. C. The contractor must submit the appropriate information and receipts to the appropriate building ownere representative in a timely fashion. D. The building Owner Representative must receive all appropriate information before final payment. E. Transportation to the landfill: 1. Once containerized waste has been removed from the work area, it shall be loaded into either an enclosed truck for transportation or a large dumpster with appropriate labels in accordance with OSHA 29 CFR 1926.1101 and shall be locked. 2. Each dumpster or enclosed truck shall be lined with a minimum of two layers of six -mil poly 3. Personnel loading asbestos containing waste shall be protected by disposable clothes including head, body, and foot protection and at a minimum a half face piece air purifying dual cartridge respirator equipped with high efficiency filters 4. Any debris or residue observed on containers or surfaces outside of the work area resulting from clean up or disposal activities shall be immediately cleaned up using HEPA filtered vacuum equipment and/or wet methods as appropriate. 3.08 RE-ESTABLISHMENT OF AREA A. Re-establishment of the work area shall only occur following the completion of clean-up procedures and after the clearance inspection has been performed and documented to the satisfaction of the building owner. B. The contractor and owner shall visually inspect the work area for any remaining visible residue. Evidence of contamination will necessitate additional cleaning requirements in accordance with section 3.07 of this specification. C. Following satisfactory clearance of the work area, the barriers may be removed and disposed of as asbestos contaminated waste. D. Re -secure mounted objects removed from their former positions during area preparation activities. E. Relocate objects that were removed to temporary locations back to their original positions. Asbestos Remediation 02.82.00 - 11 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 F. Repair all areas of damage that occurred as a result of abatement activity. The abatement contractor shall incur the cost of these repairs. 3.09 ABATEMENT PROJECT COMPLETION A. The abatement project shall be deemed completed by the owners Representative(s) when the contractor has submitted ALL required documents (e.g., Landfill receipts, Project Logs, Consent of Surety ... etc.) to RI Analytical and the owner and upon receipt of the owners Representative final asbestos abatement report. PART 4 - SUPPORTING ACTIVITIES 4.01 Abatement Project Monitoring A. Visual inspections to ensure that the contractor's performance is in accordance with the contract requirements, but not limited to the following: a. Air quality around work place shall be monitored. Air monitoring required by OSHA is work of the Contractor and is not covered in this section. b. Operating Procedures c. Abatement Process d. Packing of Asbestos Waste B. Inspect critical barriers and decontamination enclosure system after installation. C. Ensure appropriate warning signs are posted. D. After asbestos has been removed, check substrate surfaces to be sure no asbestos remains. E. Determine that the worksite has been adequately cleaned of asbestos contamination F. Report any deviations in proper procedures by the contractor to the building owner. G. Any delay due to safety and health considerations shall be the responsibility of the contractor, not the building owner, or the project monitor. H. Should any of the above occur immediately cease asbestos abatement activities until the fault is corrected. Do not recommence work until authorized by the Owner's Representative. 4.02 Air Sampling A. Compliance Air Sampling: 1. A minimum of one exterior downwind sample as deemed appropriate by the onsite project monitor shall be collected during exterior abatement procedures per day. 2. Quantification Limit - 0.005 f/cc as calculated in accordance with the following: Asbestos Remediation 02.82.00 - 12 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 Q.L.= 10 fibers x FA x IL 100 fields x MFA x 1000 cc Volume EPA Publication EPA 560/5-83-002, March, 1983, Guidance for Controlling Friable Asbestos -Containing Materials in Buildings: For Method 7400: Q.L=Quantification limit in fibers/cubic centimeter. V= Volume of air sampled in liters. FA= Effective collecting area of the filter in square millimeters (385 mm 2 for 25 mm filters.) MFA= Microscopic field area in square millimeters. B. Clearance Air Sampling: 1. Following removal of all asbestos containing material, the consultant shall perform a though visual inspection. 2. No clearance air sampling will be collected due to exterior removal of ACM. The contractor will submit personnel air sampling data in lieu of clearances. C. Stop Action Levels: 1. Outside Work Area: If any air sample taken outside of the work area exceeds the base line established below, immediately and automatically stop all work except corrective action. The Owner's Representative will determine the source of the high reading and so notify the Contractor. 2. If the high reading was the result of a failure of Work Area isolation measures initiate the following actions: (a) Decontaminate the affected area in accordance with the requirements set forth by the State of Massachusetts Asbestos Management Regulations. (b) Require that respiratory protection be worn in affected area until area is cleared for re -occupancy in accordance with work area clearance requirement. (c) Leave critical barriers in place until completion of work. (d) After certification of visual inspection in the work area, remove critical barriers separating the work area from the affected area. (e) If the high reading was the result of other causes initiate corrective action as determined by the Owner's representative. (f) Complete corrective work with no change in the Contract Sum if high airborne fiber counts were caused by Contractor's activities. Asbestos Remediation 02.82.00 - 13 Stevens Estate Window Replacement North Andover, MA 4.03 MEDICAL MONITORING: Kang Associates, Inc. October 17, 2012 A. Medical monitoring must be offered by the contractor to any employee or agent that may be exposed to asbestos in excess of background levels during any phase of the abatement project. B. Medical monitoring shall include at a minimum: Name and Social Security Number or equivalent 2. Physicians' Written Opinion from examining physician, explaining any limitations that would place the worker at an increased risk of material health impairment from exposure to asbestos. 3. A work/medical history to elicit symptomatology of respiratory disease. 4. A chest x-ray (posterior -anterior, 14 x 13 inches) evaluated by a certified B -reader. C. A pulmonary function test, including forced vital capacity (FVC) and forced expiratory volume at one second (FAV) 1, administered and interpreted by a certified pulmonary specialist. D. Employees shall be given an opportunity to be evaluated by a physician to determine their capability to work safely while breathing through the added resistance of a respirator. E. The certificates issued by the medical agency shall be kept on site at all times during the abatement activities. - J 4.04 TRAINING OF ASBESTOS ABATEMENT EMPLOYEES: A. Training shall be provided by the contractor to all employees or agents who may be required to disturb asbestos containing or asbestos contaminated materials for abatement and auxiliary purposes and to all supervisory personnel who may be involved in planning, execution, or inspection of abatement projects. B. All employees, who are involved in the removal of asbestos, or supervision of this project, shall be properly trained as required by the State of Massachusetts Asbestos Management Regulations. C. All certificates of training and licensing shall be maintained at the work site for the duration of this project and a copy of each individuals licenses, fit test, and medical acceptance will be available on-site to be provided to the Project Monitor. END OF SECTION AND DIVISION 02 Asbestos Remediation 02.82.00 - 14 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION O6 - WOOD, PLASTICS, AND COMPOSITES SECTION 06.10.00 ROUGH CARPENTRY 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install rough wood framing as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood blocking, grounds, nailers, and miscellaneous framing. 2. Fasteners and rough hardware. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Finish Carpentry (Section 06.20.00). 2. Wood Screen Doors (Section 08.14.66). 3. Wood Windows (Section 08.52.00). 1.4 QUALITY ASSURANCE A. Standards: Comply with the following reference standards. 1. PS 20, American Softwood Lumber Standard. 2. NFPA National Design Specifications for Wood Construction. 1.5 SUBMITTALS A. Shop Drawings: Provide complete design calculations for structural assemblies prepared by a structural engineer registered in the Commonwealth of Massachusetts. Ensure shop drawings for structural assemblies are on site and approved by inspecting authority before erection. 1.6 DELIVERY, STORAGE, AND HANDLING: Keep wood materials dry at all times. Stack materials to provide air circulation. Rough Carpentry 06.10.00-1 Stevens Estate Window Replacement North Andover, MA 2.0 PART 2: PRODUCTS Kang Associates, Inc. October 17, 2012 2.1 DIMENSION LUMBER: Provide dressed S4S lumber complying with PS -20. A. Species: 1. Provide spruce -pine -fir for regular framing. 2. Provide pressure treated southern yellow pine for framing in contact with masonry or concrete. B. Grading: Provide the following grades of lumber for each application. 1. Structural Light Framing: No. 1 or No. 1 dense, No. 2 or No. 2 dense. Minimum fb = 1,200 psi and minimum E = 1,400,000 psi. 2. Studs: Stud. Minimum fb = 1,000 psi and minimum E = 1,400,000 psi. C. Moisture Content: Lumber shall be seasoned to a maximum moisture content of 19%. Southern yellow pine shall be kiln dried to a maximum moisture content of 15%. D. Preservative Treatment: All lumber in contact with concrete or masonry or used in connection with waterproofing, roofing, and flashing or used in areas of high humidity or moisture, shall be pressure treated with waterborne preservatives complying with AWPA LP -2 and AWPA C2. 2.2 FASTENERS: Provide fastening devices of the size, type, and material as suited for each application. A. Bolts, Screws, Nuts, Washers: Provide square, round, and hex head items in compliance with ANSI B18 and ASTM A307. B. Wood Screws: Provide slotted head items in compliance with ANSI B18 and ASTM A549. C. Nails: Comply with ASTM A510 and F547. D. Finish: All fasteners in contact with concrete or masonry or used in areas of high humidity or moisture, shall be hot -dip galvanized in accordance with ASTM Al 53. 2.3 ACCESSORY MATERIALS A. Building Paper: ASTM D226, Type 1, non -perforated 15 Ib. asphalt saturated felt. 3.0 PART 3: EXECUTION 3.1 PREPARATION A. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. Rough Carpentry _ 06.10.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 B. Field Measurement: Where rough carpentry is fitted to other Work, obtain measurements, verify dimensions, and check design intent as shown on the Drawings to ensure proper placement. 3.2 DIMENSION LUMBER FRAMING A. General: Select individual wood pieces which are free of splits, warps, and twisting. Knots and other acceptable defects shall not interfere with proper placement of fasteners. B. Blocking and Nailers: Provide blocking, nailers, and shims as required to properly support other Work and to meet tolerances specified in other Sections. Ensure that blocking, nailers, and fasteners are capable of supporting other Work and applied loadings. The complete extent and size of required blocking, nailers, and shims are not shown on the Drawings. 3.3 CLEANING: Clean work area of accumulations of sawdust, cut ends, and debris. END OF SECTION Rough Carpentry 06.10.00-3 Stevens Estate Window Replacement North Andover, MA SECTION 06.20.00 FINISH CARPENTRY 1.0 PART 1: GENERAL Kang Associates, Inc. October 17, 2012 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install finish woodwork and custom millwork as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. New exterior wood window trims and moldings. 2. New interior wood window trims and moldings. 3. Repair and restoration of existing exterior window wood window trims and moldings. 4. Panel in -fills at selected exterior windows. C. Intent A major intent of the Work of this Section is to provide complete weathertight and finished window assemblies. Drawings and details are intended to show basic design, profiles, sight lines, alignment, and other visual information. Specifications are intended to define specific performance requirements. 2. A major intent of the Work of this Section is to minimally disturb existing interior finishes and trims to remain. 3. A major intent of the Work of this Section is to replicate existing trim sizes and profiles so there is no distinction between new and existing to remain. D. Extent of Restoration Work: The estimated extent of the Work of this Section is shown on the Drawings. Actual restoration and replacement work exceeding the amount shown on the Drawings by 10% shall be completed at no additional cost. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Rough Carpentry (Section 06.10.00). 2. Joint Sealants (Section 07.92.00). 3. Wood Windows (Section 08.52.00). Finish Carpentry 06.20.00-1 Stevens Estate Window Replacement Kang Associates, Inc. �. North Andover, MA October 17, 2012 i 4. Painting (Section 09.90.00). 1.4 QUALITY ASSURANCE A. Manufacturer: Primary repair and restoration materials shall be from a single manufacturer. Secondary products and materials shall be compatible with and acceptable to the manufacturer of the primary materials. B. Restoration Specialist: Installer shall have not less than (5) years successful experience in comparable wood restoration work including work on at least three (3) buildings listed in the National Register of Historic Places under the direction of federal and state preservation agencies in the last five (5) years and employing personnel skilled in the restoration process and operations indicated. C. Plywood Panels: Comply with APA Voluntary Product Standard PS1. Each panel shall be identified with the APA trademark. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including installation instructions, recommended uses, and certification of compliance with specifications requirements. B. Shop Drawings: Submit large scaled plans, elevations, and details. Show anchorages and connections. C. Samples: Submit 2' long X full width samples of all exposed materials. J D. In -Place Samples: Before beginning Work, provide typical in-place samples of each item and type of Work. Protect and maintain acceptable in-place samples. 1.6 PROJECT CONDITIONS A. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). B. Coordination: Coordinate wood repair with paint stripping so that the affected surfaces are exposed for a minimal time to avoid further damage to bare wood. Coordinate with painting so that all restored surfaces are primed as soon as possible after repair. C. Weather. Proceed with the Work of this Section only when existing and foreseen weather conditions permit the Work to be performed in accordance with the manufacturer's recommendations for temperature and humidity range, minimum and maximum. Finish Carpentry - 06.20.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 D. Substrate Conditions: Do not proceed with product applications until substrates have been inspected and are determined to be in satisfactory conditions. Substrate moisture content shall not be in excess of 18% during preparation and application 1.7 DELIVERY, STORAGE, AND HANDLING A. General: Deliver materials and products in unopened factory labeled packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. B. Wood: Store materials in a weathertight, well -ventilated area. Keep wood materials dry at all times. Stack materials to provide air circulation. 2.0 PART 2: PRODUCTS 2.1 EXTERIOR STANDING, RUNNING, AND MISCELLANEOUS TRIMS A. Solid Stock Lumber: Provide all trim pieces required to complete a weathertight building enclosure, including but not limited to window trims and moldings. Match sizes and profiles shown on the Drawings and found on the existing building. All trim shall be seasoned red cedar smooth B Grade. B. Wood Veneered Plywood: Provide 3/8" thick Exterior grade panels with both faces of Medium Density Overlay (MDO). C. Extent: Exterior trim includes, but is not limited to: 1. Window casings, stops, and moldings. 2. Panel infills at existing framed openings. 2.2 INTERIOR STANDING, RUNNING, AND MISCELLANEOUS TRIM A. Solid Stock Lumber: Provide kiln -dried pine for stained or painted finish, complying with ASTM D3110, worked to shapes as indicated on the Drawings. Finger jointed lumber will not be accepted. B. Wood Veneered Plywood: Provide birch face veneer. C. Extent: Interior trim includes, but is not limited to: 1. Window casings and moldings. 2. Panel infills at existing framed openings. 2.3 RIGID BOARD THERMAL INSULATION A. Provide square edged extruded polystyrene with 25 psi minimum compressive strength. B. Acceptable Products: Provide one of the following products: 1. Amoco Foam Products Co. model Amofoam-CM. 2. UC Industries model Foamular. Finish Carpentry 06.20.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 3. Dow Chemical Co. model Styrofoam. C. Use: Panel infills at existing framed openings. 2.4 REPAIR EPDXY: Epoxy repair materials shall consist of 2 separate systems, a 2 part low viscosity epoxy primer/coupling agent and a 2 part thixotropic paste. A. Products 1. Low viscosity epoxy coupling/bonding agent 2. Epoxy repair compound 3. Injectable Borate gel 4. Borate rods B. Manufacturer: Subject to compliance with the requirements, provide products of the following or approved equal. 1. Advanced Repair Technology 2. Window Care Systems 3. Or approved equal 2.5 PAINT STRIPPER A. Chemical Stripping Agent: Methylene chloride based, thixotropic stripper. B. Acceptable Products: Subject to compliance with requirements, provide Prosoco Sure Klean 509 Paint Stripper or approved equal C. Equipment: Provide low temperature heat gun or heat plate, no open flame. 2.6 ACCESSORIES: A. Nails: Provide non -staining nails made of stainless steel type 306 or 316 or hot -dipped galvanized steel. Staples and bright or blued steel wire nails are not acceptable. B. Sealants: Provide silicone sealant conforming with AAMA 803.3-92, 809.2-92 or ASTM C920-87, Type S, Grade NS, Class 25. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. C. Preparation: Back prime all painted woodwork and plywood panels prior to installation, including sides, end grain, and cut edges. Finish Carpentry 06.20.00-4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 3.2 STANDING, RUNNING, AND MISCELLANEOUS TRIM A. Install in longest practical lengths with a minimum of joints. Scribe and fit work neatly and accurately with hairline tight joints. Stagger joints in adjacent or related members. B. Tolerances 1. Plumb and Level: 1/8' in 8'. 2. Offset in Surface Alignment: 1/16" maximum. 3. Offset in Revealed Adjoining Surface: 1/8' maximum. 3.3 REPAIR AND RESTORATION A. Intent: It is a major intent of the Work of this section to restore existing exterior wood components that remain to their original appearances and good condition. Good condition is defined as weathertight, operational, and protected from deterioration. B. Extent: Repair and restoration work shall include, but is not limited to: 1. Secure loose components. 2. Fill cracks in wood. 3. Glue and clamp joint separations. 4. Replace rotted wood sections. C. Coordination Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00) and Joint Sealers and Fillers (Section 07.90.00). Coordinate scraping and painting with Painting (Section 09.90.00). Coordinate installation of new wood trims and restoration of existing wood components with Wood Windows (Section 08.52.00). D. Lead Containing Paint: Assume all existing paint contains hazardous levels of lead until test results show otherwise. Scrape, sand, and strip existing lead containing paint in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Paint scrapings shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. E. Preparation: Remove all decayed wood to a clean, sound, unaffected substrate. Remove all built up paints, and other debris to a clean sound substrate. Remove all wood sawdust to a clean sound substrate. F. Removal of Finishes Remove all peeling and loose paint by scraping, taking care not to damage sound wood and profiles. Finish Carpentry 06.20.00-5 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 2. Strip all painted wood surface to bare wood, taking care not to damage sound wood and profiles by the application of stripping paste or by the use of a heat gun or plate. Remove stripper and finishes as directed by manufacturer. Wash all surfaces with recommended neutralizing agents to remove any foreign particle, dust and chemical residue, allow surface to thoroughly dry. G. Repair Open or failed seams and checks shall be dilated to a width of 3/16" and depth of '/2". Remove all decayed, soft and weathered wood. 2. Check the moisture content and hardness of wood at and around the repair, ensuring moisture content does not exceed 18%. 3. Sand bare wood to remove all loose fibers, paint, compounds. Remove all sawdust and dirt. 4. Pre -treat bare and sanded wood thoroughly with low viscosity epoxy coupling/bonding agent. Allow coupling agent to penetrate wood surface for a minimum of 10 minutes and maximum of 30 minutes, or as recommended by the manufacturer. Avoid applying in direct sunlight. Remove any excess bonding agent with absorbing paper 5. Apply epoxy repair compound over epoxy bonding agent while still tacky. Epoxy compound shall have optimal contact with wood. Avoid inclusion of air pockets during application. Fill joints fill, even and smooth in one application. 6. Allow full cure time as specified by manufacturer before application of paint or varnish. After curing, sand surface even and smooth. Transitions and irregularities between wood and epoxy shall not be visible after sanding. If required, smooth any remaining irregularities with an additional application of epoxy repair compound. Always sand between coats. 3.4 REPAIR, CLEANING, AND PROTECTION A. Repair: Repair minor damages to eliminate all evidence of repair. Remove and replace Work which cannot be successfully repaired. B. Protection: Provide temporary protections to ensure that Work is not damaged before final acceptance. Remove protections and re -clean as necessary immediately before final acceptance. END OF SECTION AND DIVISION 06 Finish Carpentry 06.20.00-6 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION 07 - THERMAL AND MOISTURE PROTECTION SECTION 07.92.00 JOINT SEALANTS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install joint sealers and fillers, not explicitly provided by others and as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: Sealing exterior joints. C. Intent: A major intent of exterior Work of this section is to keep the building dry and to permanently establish and maintain airtight and watertight continuous seals within the limits of normal wear and aging. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Specifications which directly relate to the Work of this Section include, but are not limited to: 1. Asbestos Remediation (Section 02.82.00). 2. Finish Carpentry (Section 06.20.00). 3. Wood Windows (08.52.00). 4. Painting (Section 09.90.00). 1.4 QUALITY ASSURANCE: For each type of primary material specified, provide products from a single manufacturer. Provide secondary materials which are acceptable to the manufacturers of the primary materials. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including installation and curing instructions, recommended uses, and certification of compliance with specifications requirements. B. Samples: Submit 4" long samples showing full range of colors available and color and finish variations expected. Joint Sealants 07.92.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 C. !n -place Samples: Provide typical in-place sample not less than 4 linear feet of each type of sealant and filler. D. Warranty: Submit written warranty signed by manufacturer, Installer, and Contractor, agreeing to repair or replace Work which exhibits defects in materials or workmanship for a period of 5 years from the date of Substantial Completion. Defects include, but are not limited to, leakage of water, abnormal aging or deterioration, and failure to perform as required. Repair work shall include removal and replacement of adjacent and covering work. 1.6 PROJECT CONDITIONS A. Environmental Conditions: Execute Work only when existing and forecasted environmental conditions are within the limits established and recommended by manufacturers of the products being used. B. Joint Conditions: Joints to be sealed shall be in the mid-range of the joints's intended movement, not near their fully closed nor fully open extremes. Joints shall be sealed when ambient temperatures produce this condition, between 50 and 85 degrees F. 1.7 DELIVERY, STORAGE, AND HANDLING: Deliver materials in unopened factory labeled packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. 2.0 PART 2: PRODUCTS 2.1 GENERAL A. Colors: Colors shall be selected by the Architect from manufacturer's standard range of colors. B. Compatibility. Select and use sealers which are recommended by manufacturer for each intended application. Verify compatibility with adjacent materials. 2.2 SEALANTS: Provide silicone sealant conforming with AAMA 803.3-92, 809.2-92 or ASTM C920-87, Type S, Grade NS, Class 25. 2.3 MISCELLANEOUS MATERIALS AND ACCESSORIES A. Primer: Provide primers as recommended by sealant manufacturers for each surface to which sealant is applied. B. Bond Breaker Tape: Provide polyethylene or other plastic tape as recommended by sealant manufacturer to prevent three -sided adhesion. C. Backer Rod: Provide compressible rod of durable nonabsorptive foam material as recommended by sealant manufacturer for compatibility with sealant. D. Provide any and all additional materials, including sealants, which are required to achieve specified intent of this Section. Joint Sealants 07.92.00-2 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. C. Coordination: Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00), Wood Windows (Section 08.52.00), and Painting (Section 09.90.00). 3.2 PREPARATION A. Cleaning: Clean joint surfaces immediately before installation of sealants and accessories. Remove all substances which could interfere with bonding. B. Tape or mask adjoining surfaces to prevent spillage and migration. C. Etch or roughen joint surfaces to improve bonding. D. Prevent three sided adhesion by use of bond breaker tapes or backer rods. 3.3 GENERAL SEALING A. Force sealant into joints to provide uniform dense, continuous ribbons with no gaps and air pockets. Dry tool sealant to forma smooth dense surface with joint surfaces adhering equally on opposite sides. Ensure compressed sealants will not protrude from joints. B. Profile: Ensure sealants are tooled to a profile which will prevent trapping of water. C. Sealant Depth: Comply with manufacturer's recommendations and instructions and the following general guidelines. Joint depth shall be equal to joint width for joints up to 1/2" wide. 2. Joint depth shall be equal to one-half of the joint width for joints over 1/2" wide. 3.4 CURING: Cure sealants in strict compliance with manufacturer instructions and recommendations. 3.5 REPAIR AND CLEANING: Remove and replace Work which is damaged or deteriorated in any respect, Clean adjacent surfaces using materials and methods recommended by sealant manufacturer. Remove and replace Work which cannot be successfully cleaned. END OF SECTION AND DIVISION 07 Joint Sealants 07.92.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 DIVISION 08 - OPENINGS SECTION 08.14.66 WOOD SCREEN DOORS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to furnish and install wood screen doors as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood screen doors. 2. Aluminum door frames. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the work of this Section include, but are not limited to: 1. Selective Demolition (02.41.19). 2. Painting (09.90.00). 1.4 QUALITY ASSURANCE A. Provide primary products of one manufacturer. Provide secondary products and materials which are acceptable to the screen door manufacturer. 1.5 SUBMITTALS A. Product Data: Submit manufacturer's product data, including description of materials, components, fabrication, finishes, and installation. B. Shop Drawings: Submit manufacturer's shop drawings, including elevations, sections, and details, indicating dimensions, tolerances, materials, fabrication, doors, panels, framing, hardware schedule, and finish. 1.6 DELIVERY, STORAGE, AND HANDLING: Deliver, store, and handle doors in strict compliance with manufacturer's recommendations. Deliver products in manufacturer's original containers, dry, undamaged, seals and labels in tact. Wood Screen Doors 08.14.66-1 Stevens Estate Window Replacement North Andover, MA 2.0 PART 2: PRODUCTS 2.1 DOORS A. Door Materials Kang Associates, Inc. October 17, 2012 1. 1 1/16" Ponderosa Pine with water repellent preservative treatment. 2. Wired 18x14 charcoal aluminum screen. 3. %" plywood panels. B. Size: Provide custom sizes to fit existing door openings, with the following minimum component dimensions. 1. Stiles: 3 9/16". 2. Top Rail: 3 9/16". 3. Bottom Rail: 7". 4. Middle Rail: 3%". C. Construction: Provide hardwood joint construction. 2.2 HARDWARE A. Provide the following hardware for each screen door. 1. Push plate and pull. 2. 1'/2 pair five knuckle mortise hinges. 3. Safety chain guard for sudden wind gusts. 4. Heavy duty closer, adjustable to regulate closing speed. B. Finish: Operating trim shall be bright brass. All other hardware shall have black finish. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous Work, and existing conditions. 3.2 INSTALLATION: Install doors plumb, level, square, true to line, and without warp or rack. Install exterior doors to be weathertight in closed position. 3.3 ADJUSTING, REPAIR, AND PROTECTION A. Repair: Repair minor damages to finish in accordance with manufacturer's instructions and as approved by Architect. Remove and replace damaged components that cannot be successfully repaired as determined by Architect. Wood Screen Doors 08.14.66-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 B. Adjusting: Adjust doors, hinges, and closers for smooth operation without binding. C. Protection: Protect installed doors to ensure that doors will be without damage or deterioration until final finishes are applied. END OF SECTION Wood Screen Doors 08.14.66-3 Stevens Estate Window Replacement North Andover, MA SECTION 08.52.00 WOOD WINDOWS 1.0 PART 1: GENERAL 1.1 GENERAL REQUIREMENTS Kang Associates, Inc. October 17, 2012 A. All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the work of this Section. 1.2 DESCRIPTION OF WORK A. The Work of this section includes the furnishing of all materials, labor, tools, and equipment required to furnish and install wood window units as shown on the Drawings and as specified. B. The Work of this Section includes, but is not limited to: 1. Wood windows. 2. Custom fabricated bowed windows, including bowed frames, sash, and insulating glass. 3. Related components and accessories required in this section include, but are not limited to: treated wood blocking; glass and glazing accessories; and wood closures and trim. C. Intent: The intent of the Work of this Section is to provide complete weathertight and finished window assemblies to fit existing masonry and rough openings. Drawings and details are intended to show basic design, profiles, sight lines, alignment, pattern, and other visual information. Specifications are intended to define specific performance criteria. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the work of this Section include, but are not limited to: 1. Selective Demolition (Section 02.14.19). 2. Asbestos Remediation (Section 02.82.00). 3. Rough Carpentry (Section 06.10.00). 4. Finish Carpentry (Section 06.20.00). 5. Joint Sealants (07.92.00). 6. Painting (Section 09.90.00). 1.4 TESTS AND PERFORMANCE A. Test Units shall be glazed, completely assembled windows, constructed in accordance with the Contract Documents. Wood Windows 08.52.00-1 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 B. Test Sizes: Test unit sizes shall be at least as large as the windows required for this Project and in no case smaller than: T-0" X 5'-0". C. Test Sequence: Tests shall be performed in the following sequence: 1. Air Infiltration 2. Water Penetration 3. Structural Testing 4. Forced Entry Resistance D. Air Infiltration: With window sash closed and locked, test unit in accordance with ASTM E283 at design pressure of static air pressure difference of 1.57 psf. Maximum air leakage shall not exceed 0.30 cfm per square foot of frame. E. Water Penetration: With window sash closed and locked, test unit in accordance with ASTM E547 at static air pressure difference 5.25 psf. There shall be no water leakage as defined in ASTM E547 at the specified static air pressure difference to meet the performance requirement. Uniform Load Structural Test: With window sash closed and locked, test unit in accordance with ASTM E 330 at a static air pressure difference of 52.5 psf with high pressure applied first on one side of the unit then on the other side. At the conclusion of test, there shall be no glass breakage, permanent damage to fasteners, hardware parts, support arms or actuating mechanisms, nor any other damage which could cause the window to be inoperable. Residual deformation of any frame or sash member shall not exceed 0.4% of its span. G. Forced Entry Resistance: With window sash closed and locked, test unit in accordance with ASTM F588 to FER level of 10. H. Operating Force: 45 pounds maximum. I. Field Tests: The Owner reserves the right to employ an independent testing agency to perform in-place air and water tests. Contractor shall cooperate fully and pay all costs for remedial work, original testing, and retesting required because of failures. The Owner shall pay the cost of original testing if results are satisfactory. 1.5 QUALITY ASSURANCE A. Standards: Comply with the following reference standards. Where reference standards conflict with other reference standards or with requirements of the Contract Documents or with requirements of the authorities having jurisdiction, the most restrictive provision is required. All recommendations or suggestions made in reference standards are required as mandatory under this Contract. 1. ANSI/AAMA/NWWDA 101/I.S. 2-97 Voluntary Specifications for Aluminum, Vinyl (PVC), and Wood Windows and Glass Doors. 2. ANSI/AAMA/NWWDA 101/I.S.2/NAFS-02 Voluntary Performance Specifications for Windows, Skylights, and Glass Doors. Wood Windows 08.52.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 3. NWWDA I.S.4 Industry Standard for Water -Repellent Preservative Treatment for Millwork. 4. WMDA 101/I.S.2 Hallmark Certification Program. 5. AAMA 502 Voluntary Specification for Field Testing of Windows and Sliding Doors. 6. NFRC 101 Procedure for Determining Fenestration Product Thermal Properties. 7. ANSI -SMA -1004 Aluminum Tubular Framing Screens for Windows. 1.6 SUBMITTALS A. Product Data: For each product used, submit manufacturer's product data, including installation instructions, use limitations, and recommended maintenance procedures. B. Test Results: For each window type and size, provide certified test results, from a NWWDA accredited independent testing laboratory, to verify compliance with performance tests listed in 1.4 above. C. Shop Drawings: Submit dimensioned shop drawings for fabrication and complete installation, including window and door schedules showing locations, wall elevations, unit elevations, and large scale details of window and door sections installed in each different existing condition. Drawings shall show anchors, hardware, operators, glazing details, sealants, finishes, and accessory items. D. Samples 1. Submit full size sample window unit to show fabrication, workmanship, hardware design, glass, and other exposed items. 2. Provide in-place samples to determine acceptability of installation methods. Provide one sample each of a typical composite unit. Approved sample can be incorporated into the Work and will serve as minimum quality standard for the remainder of the Work. E. Warranties Windows: Windows shall be warranted to be free from defects in manufacturing, materials, and workmanship for a period of ten (10) years from date of Substantial Completion. 2. Glass: Insulating glass shall be warranted against visible obstruction through the glass caused by a failure of the insulating glass air seal for a period of twenty (20) years from the date of Substantial Completion. 1.7 DELIVERY AND STORAGE A. Delivery: Deliver materials in manufacturer's or distributor's packaging undamaged, complete with installation instructions. Materials shall be packed, loaded, shipped, unloaded, stored and protected in a manner which will avoid abuse, damage, and defacement. Wood Windows 08.52.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 B. Storage: Store windows and doors off ground, under cover, protected from weather and construction activities. 2.0 PART 2: PRODUCTS 2.1 MANUFACTURER A. Provide wood windows of one manufacturer. Secondary materials must be acceptable to the manufacturer of the primary materials. B. Acceptable Manufacturer. Provide standard products manufactured by one of the following: 1. Marvin Windows. 2. Jeld-wen Windows. 3. Pella Windows. 4. Or approved equal. C. Custom Windows: Replacement windows in curved bays shall be custom fabricated with curved frames, sashes, and glass to fit existing window frames and masonry openings. All materials, profiles, sightlines, construction, and features shall match manufactured windows exactly. 2.2 WINDOW PRODUCTS AND MATERIALS A. Performance: Provide high performance wood windows which meet or exceed the requirements of this Specifications. Performance criteria shall be met by Rating HC35 as defined by ANSI/AAMA/NWWDA 101/I.S.2-97 and 101/I.S. 2/NAFS-02. B. Types and Operation: Windows shall be double hung, awning, and fixed types. C. Profiles and Appearance: Windows shall match profiles and appearance shown on the Drawings. D. Frame: Provide manufacturer's standard profiles milled from clear Western Ponderosa pine. Wood shall be kiln -dried to a moisture content of 6-12% at time of fabrication. All wood components shall be water repellent preservative treated, after machining, in accordance with the latest revision of NWWDA Industry Standard I.S.4. Frame members shall be of sizes and thicknesses designed and engineered to support required loads, minimally %" thick and 5" wide. E. Sashes: Provide manufacturer's standard profiles milled from clear Western Ponderosa pine, kiln -dried to a moisture content of 6-12% at time of fabrication. All wood components shall be water repellent preservative treated, after machining, in accordance with the latest revision of NWWDA Industry Standard I.S.4. Corners shall be joined with mortise and tenon. Composite sash thickness shall be no less than 1-5/16". F. Hardware: Provide block -and -tackle balances connected to sash with polyester cord and concealed with the frame. Provide two sash locks and lifts for each sash. Finish shall be baked enamel, champagne. Wood Windows 08.52.00-4 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 G. Weatherstripping: Provide dual weatherstripping. Provide continuous, flexible polyvinyl chloride material in dual durometer design with welded corners, compressed between frame and sash for positive seal on all four sides. Secondary polyvinyl chloride leaf -type weatherstrip between edge of sash and frame. 2.3 FINISHES: All exterior and interior wood surfaces and components shall be clear pine, ready for painting or staining. 2.4 GLASS AND GLAZING A. Insulating Glass: Provide factory assembled, hermetically dual sealed units with a dehydrated air space. Glass units shall be %" thick with two panes of 3mm clear float or tempered glass and 1/8" air space. Inner surface of outer pane of class shall be low -E coated. Edges of glass units shall be dark in color. Glass units shall meet ASTM E774 Class A and SIGMA 65-7-2. Units shall be permanently labeled with certification of either the Insulating Glass Certification Council or Associated Laboratories, Inc. Clear Float Glass: Provide 3mm thick, Type I - transparent, flat, Class 1 - clear, Quality q3 for use in non -hazardous conditions. 2. Tempered Glass: Provide 3mm thick, heat strengthened clear tempered glass, conforming with ASTM C1048, Condition A, Type I, Class 1, Quality q3, kind FT, for use in hazardous conditions as defined by the Massachusetts Building Code. 3. Low E Argon -Filled: Provide clear, non -reflective transparent metallic coating on multiple layers of insulating glass. 4. Obscure Glass: Provide 1/4" glass sandblasted to a uniform milky white translucent appearance for both panes of insulating glass. B. Muntins Windows: Insulating glass shall contain foam or aluminum spacer muntin grid between the two panes of glass, adhered to glass. Width of solid muntin bars shall be best match to existing muntins, as determined by the Architect. They shall be clear pine ready for staining on the interior and extruded aluminum on the exterior. Bars shall be adhered on both sides of insulating glass with VHB acrylic adhesive tape and aligned with the foam grid. Exterior surfaces shall be finished to match window cladding. 2.5 MISCELLANEOUS ITEMS A. Insect Screens: For all operable window units, provide 18X16 charcoal aluminum mesh secured to heavy gage formed or extruded aluminum frame with reusable vinyl spline. Frame dimensions shall be a minimum of 3/8" X 3/". Screen frame finish shall match windows. Screen shall be held in place with friction springs. B. Anchors and Fasteners: Provide complete anchorage system as required for proper installation of window system and to achieve required structural performance and suitable to each existing condition. Wood Windows 08.52.00-5 Stevens Estate Window Replacement Kang Associates, Inc. - 1 North Andover, MA October 17, 2012 ` f 1. Masonry Anchors: All items in contact with masonry shall be hot -dip galvanized in accordance with ASTM A-153. Where work is indicated to be attached to existing masonry, provide Hilti "Hit -Reno" epoxy set bolts. 2. Wood Fasteners: Provide stainless steel fasteners, warranted by manufacturer to be non -corrosive. Reinforce members less than 0.125" thick with grommet nuts or additional plate. Conceal fasteners to the greatest extent possible. For exposed conditions, provide Phillips flat head screws which exactly match color of windows or window hardware. C. Custom Pieces: Provide custom formed pieces as required to create a uniform appearance and weathertight assembly, including, but not limited to subsills, frame expanders and expander receptors, interior and exterior mullion covers, and mullion reinforcement. D. Gap Insulation: Provide foam -in-place insulation for filling gaps between existing masonry openings and new windows. Provide Intra -Seal by Insta-Foam Product, Inc., Poly -Cel by W. R. Grace, or equal. 2.6 FABRICATION: Fabricate and assemble frame and sash members into windows and window systems in accordance with Contract Documents and approved shop drawings. Windows shall be true, straight, and square within tolerances permitted by referenced standards. Joints shall be uniform, tight, and free from sharp edges. 2.7 COORDINATION: Advise the Owner of accessory items required for proper installation and compatible with window products. Accessory items include, but are not limited to the following: A. Sealants: Where exposed, provide low modulus silicone sealant, color matching window finish. Where concealed, provide polyisobutylene sealant or equal. B. Treated Wood Blocking: Provide continuous and intermittent preservative pressure treated wood blocking and as required for proper installation of window system. C. Flashings: Provide minimum 40 mils thick, self -adhering, composite bituminous sheet flashing for concealed locations. D. Insulation and Vapor Retarder: Provide fiberglass insulation and vapor retarder for installation between window perimeter and adjacent construction to assure thermal continuity. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Field Dimensions: Field measure and verify existing masonry openings and coordinate with existing substrates and conditions and other related and adjacent work before ordering windows. Wood Windows 08.52.00-6 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 B. Manufacturer's Instructions: Conduct on-site pre -installation meeting with the Owner to review manufacturer's instructions and recommendations. Instruct Owner on installation of in-place sample. C. Coordination: Coordinate installation with Owner. Advise and instruct Owner on proper installation methods for existing conditions. 3.2 INSTALLATION A. Windows: Prepare openings to receive new window assembly. Provide preservative pressure treated wood blocking as needed to properly attach and support new window. Plumb and align window faces in a single plane for each wall plane and erect windows and materials square and true. Adequately anchor to maintain positions permanently when subjected to normal thermal and building movement and specified wind loads. B. Sealants: Apply sealants to provide a weathertight installation at all joints and intersections and at opening perimeters. Clean and prime joints in accordance with sealant manufacturer's recommendations. Sealants shall only be applied within the temperature range recommended by the manufacturer. Provide joint backing in all joints where there is no suitable backstop to receive sealant. Pack joints with joint backing to provide a depth equal to half of joint width. Joint width shall not be less than %" and more than 1/2" unless otherwise recommended by the manufacturer. C. Trim: Apply interior trims and exterior custom pieces and trim as required to achieve finished weathertight assembly. 3.3 ADJUSTING, REPAIR, AND CLEANING A. Adjustment: Adjust windows for proper operation after installation. B. Repair: Touch-up damaged coatings and finishes and repair minor damage to eliminate all evidence of repair. Remove and replace Work that cannot be successfully repaired. C. Cleaning: Clean all exposed surfaces using materials and methods recommended by window manufacturer. Remove labels. Remove and replace Work that cannot be successfully cleaned. Provide temporary protection to ensure Work is not damaged or deteriorated at the time of final acceptance. Remove protection and re -clean as necessary immediately before final acceptance. END OF SECTION AND DIVISION 08 Wood Windows 08.52.00-7 Stevens Estate Window Replacement North Andover, MA DIVISION 09 - FINISHES SECTION 09.90.00 PAINTING 1.0 PART 1: GENERAL Kang Associates, Inc. October 17, 2012 1.1 GENERAL REQUIREMENTS: All Contract Documents, including General and Supplementary Conditions, General Requirements (Division 01), and Drawings, apply to the Work in this Section. 1.2 DESCRIPTION OF WORK A. The Work of this Section includes all labor, materials, tools, and equipment needed to complete painting as shown on the Drawings and as specified. B. The Work includes, but is not limited to: 1. Surface preparation and protection. 2. Priming and painting of all previously painted exterior surfaces. 3. Priming and painting of all new exterior surfaces, except those specifically excluded. 4. Priming and painting of all new interior surfaces. C. Excluded Work. The Work does not include painting of: 1. Concealed surfaces. 2. Surfaces which retain a factory finish. 3. Exterior brick and stone surfaces. 4. Exterior lead, lead -coated copper, and copper surfaces. D. Intent 1. A major intent of the exterior re -painting Work is to eliminate any evidence of previous paint. 2. A major intent of the interior painting Work is to match finish and color of surrounding surfaces. 1.3 RELATED WORK A. Carefully examine all the Contract Documents for requirements which affect the Work of this Section. B. Other Work which directly relate to the Work of this Section include, but are not limited to: 1. Asbestos Remediation (Section 02.82.00). 2. Finish Carpentry (Section 06.20.00). 3. Joint Sealants (Section 07.92.00). 4. Wood Screen Doors (Section 08.14.66). 5. Wood Windows (Section 08.52.00). Painting 09.90.00-1 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 1.4 QUALITY ASSURANCE: For each type of primary material required for the Work of this Section, provide first quality products from one manufacturer. Provide secondary materials which are acceptable to the manufacturers of the primary products. 1.5 TESTS: The Owner reserves the right to test any materials and Work by an independent testing agency to verify conformity to Contract Documents. The cost of failed tests shall be borne by the Contractor and corrective work shall be performed at no additional cost to the Owner. 1.6 SUBMITTALS A. Product Data: Submit manufacturer's product data, including product analysis, application instructions, and recommend uses for each material used. B. Verification Samples: Before painting in-place samples, submit samples, with a minimal size of 144 square inches, for each type of finish and color selected by the Architect. Samples shall show the full range of color and finish variations expected. C. In-place Samples: Before beginning Work, provide in-place samples, with a minimal size of 100 square feet, for each type of substrate to be painted or stained. D. Warranty: All workmanship and materials shall be guaranteed for a period of one year. 1.7 DELIVERY, STORAGE, AND HANDLING A. Products and materials shall be delivered and stored in their unopened factory containers �..' with labels intact. Store and handle in accordance with manufacturer's directions to prevent damage. B. Maintain and leave storage and work areas free from fire hazards related to improperly stored rags, solvents, or thinners. 1.8 MAINTENANCE STOCK: Provide one gallon of each color and type of finish coating used, in labeled unopened factory containers. 1.9 PROJECT CONDITIONS A. Interior Conditions: Ensure a minimum interior temperature of 65° F is maintained throughout application and drying time. Paint shall not be applied at temperatures above 90° F. Adequate ventilation, in accordance with manufacturer's recommendations, shall be maintained at all times. B. Exterior Conditions: No exterior painting shall be undertaken if air or surface temperature is below 50°F, nor immediately following rain or until frost, dew, or condensation has evaporated. Surfaces shall always be tested with moisture meter before proceeding. C. Humidity: Paint shall not be applied at humidities above 85% RH. D. Hazardous Materials: All existing exterior paint is assumed to contain lead. Refer to Existing Conditions (Section 02.01.00) and Asbestos and Lead Survey of the Steven's Painting 09.90.00-2 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 Estate. Demolition of items with lead paint shall be performed as part of the Work of this Section. Take all necessary precautions to ensure the safety of all persons engaged in removing lead-based paint and dispose of all residues generated from lead-based paint stripping in a legal manner in accordance with all local, state, and federal codes and guidelines. Carefully follow the guidelines, procedures, and recommendations as described in the Asbestos and Lead Survey of the Steven's Estate as appended to Existing Conditions (Section 02.01.00). 2.0 PART 2: PRODUCTS 2.1 COATINGS A. Acceptable Manufacturers: Manufacturer's product numbers are included to facilitate product identification. In cases where a discrepancy exists between the name and number of the product, the name takes precedence. 1. Non-ferrous Surfaces: Paint products specified are manufactured by Benjamin Moore and Co. except as otherwise noted. Other acceptable paint manufacturers are Sherwin Williams, Pratt and Lambert, and Pittsburgh Paints. Products of these alternate acceptable manufacturers shall meet or exceed all requirements specified. 2. Exterior Ferrous Surfaces: Paint products specified are manufactured by Tnemic. B. Accessory Materials: Provide accessory and secondary products in accordance with recommendations by the paint manufacturer and compatible with paint systems specified. C. Colors: Colors as selected by the Architect, shall be strictly adhered to. 1. Non-ferrous Surfaces: Colors shall be selected from Benjamin Moore's Custom Color System. Paint provided by alternate manufacturers must be mixed to exactly match selected colors. Several colors shall be selected. 2. Exterior Ferrous Surfaces: Colors shall be selected from Tnemic's standard colors. 2.2 PRIMERS A. Colors: All primers and undercoats shall be tinted to the approximate shade of the selected finish coat. Provide appropriate Deep Color Base Primers as manufactured by Benjamin Moore, or equal, under deeptone or vivid colors and to cover existing deeptone or vivid colors. B. Stain -sealing Primer. Provide solvent -thinned stain -sealing primer for sealing water stains and other surface defacements. Provide one of the following products: 1. Benjamin Moore's Speedy Primer Sealer (340). 2. Benjamin Moore's QD 30 (202). 3. Or equal. Painting 09.90.00-3 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 17, 2012 2.3 PAINT STRIPPER A. Chemical Stripping Agent: Methylene chloride based, thixotropic stripper. B. Acceptable Products: Subject to compliance with requirements, provide Prosoco Sure Klean 509 Paint Stripper or approved equal C. Equipment: Provide low temperature heat gun or heat plate, no open flame. 3.0 PART 3: EXECUTION 3.1 GENERAL A. Execute all Work in accordance with manufacturer's recommendations and instructions except where the Specifications call for more restrictive requirements. B. Inspection: Inspect and verify all existing conditions and previous Work before beginning this Work. Beginning Work means that the Installer accepts substrates, previous work, and existing conditions. C. Coordination 1. Coordinate scraping out of old sealants and re -caulking around window frames and trims with Asbestos Remediation (Section 02.82.00) and Joint Sealers and Fillers (Section 07.90.00). 2. Coordinate scraping, painting, and repair of existing exterior wood window components and trims with Finish Carpentry (Section 06.20.00). 3.2 PROTECTION A. Remove finish hardware, fixtures, switch plate covers, and similar items before painting, store carefully, and replace after painting is complete. B. Protect pre -finished items and in-place construction not to be painted with masking tape, canvas drop cloths, polyethylene sheets, or other suitable means as approved by the Architect. C. Provide temporary signs to protect newly painted surfaces. 3.3 SURFACE PREPARATION A. General 1. Thoroughly clean all substances from substrates which may interfere with proper paint adhesion. 2. Vacuum all surfaces to remove dust and dirt to prevent raising of dust during the painting process. Painting J 09.90.00-4 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 3. Prime surfaces within 8 hours after cleaning to prevent contamination of clean substrates. B. Lead Containing Paint: Assume all existing paint contains hazardous levels of lead until test results show otherwise. Scrape, sand, and strip existing lead containing paint in strict compliance with OSHA and all applicable environmental regulations governing lead removal. Paint scrapings shall be tested for EP toxicity in accordance with 310 CMR 30. Materials found to exceed the allowable toxicity limit of 5.0 milligrams/liter shall be disposed of as hazardous waste in strict compliance with 310 CMR 30 and U.S. Department of Transportation regulations 49CFR Parts 170 through 179 inclusive. C. New Interior Surfaces 1. Wood to Receive Painted Finish: All surfaces shall be dry and sanded smooth, free of loose dirt, dust, and oil. Putty all nail holes, cracks, and blemishes and seal knots. Backprime all woodwork before installation. 2. Wood Surface to Receive Transparent Finish: All surfaces shall be dry and sanded smooth, free of loose dirt, dust, or grit. Fill joints, cracks, nail holes with paste wood filler, color to match wood, and allowed to dry for 24 hours. D. New Exterior Wood Surfaces: Remove dirt, oil, and grease by washing with a detergent solution. Flush with clean water and let dry. Remove mildew by scrubbing with commercial mildew wash. Smooth planed lumber shall be sanded thoroughly to break the "mill glaze". E. Existing and Previously Painted Surfaces 1. Cleaning: Clean all surfaces to remove dirt, oil, grease, wax, mildew, rust, water soluble materials, and other contaminating substances. All surfaces shall be washed with a mild detergent solution and clean water rinse and dry before painting. 2. Scraping and Stripping: Scrape or strip off all loose, peeling, or scaling existing paint; sand thoroughly to feather edges smooth with adjacent surfaces; and spot prime. 3. Glossy surfaces: Dull glossy surfaces by sanding to ensure proper paint adhesion. Do not use liquid deglossers. 4. Repair and Patching: Repair holes, cracks, and blemished areas with appropriate patching compound; sand flush with adjacent surfaces; and then spot prime. 5. Stains and Marks: Wash all surfaces that have bee defaced with marking pens, crayons, or lipsticks with solvents and then sealed to control residual bleeding. Seal water stains. 3.4 APPLICATION A. Mixing: Thoroughly mix coatings by hand or mechanical means before using. Let mechanically agitated latex container stand for an hour or until the air bubbles are no longer visible, whichever is longer. Stir coatings before and occasionally during use. Painting 09.90.00-5 Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. October 17, 2012 J Intermix contents of multiple containers of each color to avoid color differences. Thinning must be approved by the Architect and in accordance with the manufacturer's directions. B. Workmanship: All materials shall be applied free from runs, sags, wrinkles, streaks, shiners, and brush marks. Apply all materials uniformly. Maintain clean, sharp edges at boundaries between different colors and materials. C. First Coats: Apply first coat shortly after surface preparation to prevent contamination of the substrate. D. Finishes: Final finishes shall be uniform and match approved verification and in-place samples. Finish top and bottoms of doors in the same manner as door facings. Do not cover Underwriters Label on doors and frames. E. Unpainted Surfaces: Previously unpainted surfaces shall receive a minimum of 1 prime coat and 2 finish coats. Apply additional finish coats as required to achieve proper coverage. F. Factory Primed Surfaces: Factory primed surfaces shall be spot primed as required and receive a minimum of 2 finish coats. In the case of existing deep colors, primers shall be applied completely over entire surface. Apply additional finish coats as required to achieve proper coverage. G. Previously Painted Surfaces: Previously painted surfaces shall be spot primed as required and receive a minimum of 2 finish coats. In the case of existing deep colors, primers shall be applied completely over entire surface. Apply additional finish coats as required to achieve proper coverage. H. Transparent Wood Finish: Stir thoroughly and apply as received in the factory sealed container with a good quality synthetic or bristle brush, a short nap roller, or an application pad. Allow first coat to dry overnight and then sand lightly, rubbing with the wood grain, before applying second coat. 3.5 ADJUSTING AND CLEANING A. Restoration: Re -install and re -position items previously removed and stored for safety and protection. B. Touch up: Touch up damaged coatings without showing evidence of repair. C. Cleaning: Clean finished surfaces and remove all splatters from adjacent work. D. Remove all drop cloths and maskings, equipment and materials, and debris. Re -clean and touch-up as necessary immediately before final acceptance. 3.6 SCHEDULE OF COATING MATERIALS A. Transparent Finished Stained Wood 1. Low -Lustre Polyurethane System: a. Primer: Moore's Interior Wood Finishes Penetrating Stain (241) b. Finish: Benwood Polyurethane Finish (435) Painting 09.90.00-6 Stevens Estate Window Replacement North Andover, MA B. Interior Painted Wood Kang Associates, Inc. October 17, 2012 1. Semi -Gloss Vinyl Acrylic Latex System: a. Primer: Latex Enamel Underbody (345). b. Finish: Regal AquaGlo (333). C. Exterior Painted Wood 1. Soft Gloss Alkyd/Acrylic Latex System: a. Primer: Moorwhite Primer (100). b. Finish: MoorGlo Latex House & Trim Paint (096). D. Exterior Ferrous Metals 1. Semi -Gloss Epoxy/Polyurethane System: a. Primer: Tnemic Series 161 Tneme-Fascure. b. Finish: Tnemic Series 73 Endura -Shield. END OF SECTION AND DIVISION 09 Painting 09.90.00-7 Distributed by BdDocs ONLINE/ P.O. Box 51 Groton, MA 01450 Phone (978) 888-3350 Fax (978) 449-0469 www.biddocsonline.com © Copyright 2012, BidDocs ONLINE Inc. All rights reserved THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $40.84 $10.00 $12.65 0.00 $63.49 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.00 $12.65 0.00 $64.89 12/01/2013 Unemployment $10.00 CHAIN SAW OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 r apprentice rates see "Apprentice- LABORER" CLAM SHELLS/SLURRY BUCKETSMEADING MACHINES OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 06/01/2012 $40.84 $10.00 $12.65 0.00 $63.49 12/01/2012 $41.46 $10.00 $12.65 0.00 $64.11 06/01/2013 $42.24 $10.00 $12.65 0.00 $64.89 12/01/2013 $43.02 $10.00 $12.65 0.00 $65.67 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 07/01/2012 $44.51 $7.80 $15.10 0.00 $67.41 01/01/2013 $45.01 $7.80 $15.60 0.00 $68.41 Tbic wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 9 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE.GOry DSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H SecretaHEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGESITANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 $0.00 $30.06 2 55 $24.48 $7.80 3.38 $0.00 $35.66 3 60 $26.71 $7.80 3.69 $0.00 $38.20 4 65 $28.93 $7.80 4.00 $0.00 $40.73 5 70 $31.16 $7.80 13.26 $0.00 $52.22 6 75 $33.38 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 - .- - - - - - - - - - - - - - - - - - - - - - - - - - - -, (Notes: Steps are 750 hrs. ----___.-____._._.---------- - Apprentice to Journeyworker Ratio: 1:1 - - - - - This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 10 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE e etary EIN Govcmor Y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DEMO: ADZEMAN 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 $7.10 $12.45 0.00 $52.35 LABORERS - ZONE 2 ror apprentice rates see "Apprentice- LABORER" 10: JACKHAMMER OPERATOR 12/01/2011 $32.55 $7.10 $12.45 0.00 $52.10 LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 DIVER TENDER 08/01/2012 $54.88 $9.80 $17.67 0.00 $82.35 PILEDRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 0.00 $88.65 Thi,; wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 11 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DIVER TENDER (EFFLUENT) 08/01/2012 $58.80 $9.80 $17.67 0.00 $86.27 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $61.05 $9.80 $17.67 0.00 $88.52 08/01/2014 $63.30 $9.80 $17.67 0.00 $90.77 08/01/2015 $65.55 $9.80 $17.67 0.00 $93.02 DIVER/SLURRY (EFFLUENT) 08/01/2012 $82.32 $9.80 $17.67 0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 0.00 $119.24 ELECTRICIAN 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 ti 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 i 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 12 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOry Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ELECTRICIAN- Local 103 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.12 $13.00 0.51 $0.00 $30.63 2 40 $17.12 $13.00 0.51 $0.00 $30.63 3 45 $19.26 $13.00 10.52 $0.00 $42.78 4 45 $19.26 $13.00 10.52 $0.00 $42.78 5 50 $21.41 $13.00 10.84 $0.00 $45.25 6 55 $23.55 $13.00 11.18 $0.00 $47.73 7 60 $25.69 $13.00 11.50 $0.00 $50.19 8 65 $27.83 $13.00 11.84 $0.00 $52.67 9 70 $29.97 $13.00 12.16 $0.00 $55.13 10 75 $32.11 $13.00 12.49 $0.00 $57.60 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.41 $13.00 0.52 $0.00 $30.93 2 40 $17.41 $13.00 0.52 $0.00 $30.93 3 45 $19.58 $13.00 10.53 $0.00 $43.11 4 45 $19.58 $13.00 10.53 $0.00 $43.11 5 50 $21.76 $13.00 10.85 $0.00 $45.61 6 55 $23.94 $13.00 11.19 $0.00 $48.13 7 60 $26.11 $13.00 11.51 $0.00 $50.62 8 65 $28.29 $13.00 11.85 $0.00 $53.14 9 70 $30.46 $13.00 12.17 $0.00 $55.63 10 75 $32.64 $13.00 12.51 $0.00 $58.15 T'- q wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. ii-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 13 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment -----____.._....-..._._--____---------._......._.______- Notes:: App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 F.._... - - - - - - _.__ - - - - - - - __._ ___...._... - Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $52.45 $8.78 $6.96 0.00 $68.19 Apprentice- ELEVATOR CONSTRUCTOR -Local 4 Effective Date - 01/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.23 $8.78 0.00 $0.00 $35.01 2 55 $28.85 $8.78 6.96 $0.00 $44.59 3 65 $34.09 $8.78 6.96 $0.00 $49.83 4 70 $36.72 $8.78 6.96 $0.00 $52.46 5 80 $41.96 $8.78 6.96 $0.00 $57.70 --__._+...._...._...--.-----..__...---.------..._---- (Notes: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year --------------------------- Apprentice ____Apprentice to Journeyworker Ratio: 1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $38.59 $8.78 $6.96 0.00 $54.33 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 14 of 68 t DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE S F. GOry DSTEIN cretaMassachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street FENCE & GUARD RAIL ERECTOR LABORERS-ZONE2 )r apprentice rates see "Apprentice- LABORER" nr,LD ENG.INST.PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 05/01/2012 $37.90 $10.00 $12.40 0.00 $60.30 11/01/2012 $38.51 $10.00 $12.40 0.00 $60.91 05/01/2013 $39.12 $10.00 $12.40 0.00 $61.52 11/01/2013 $39.88 $10.00 $12.40 0.00 $62.28 05/01/2014 $40.65 $10.00 $12.40 0.00 $63.05 FIELD ENGYARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2012 $39.29 $10.00 $12.40 0.00 $61.69 OPERATING ENGINEERS LOCAL 4 11/01/2012 $39.91 $10.00 $12.40 0.00 $62.31 05/01/2013 $40.53 $10.00 $12.40 0.00 $62.93 11/01/2013 $41.30 $10.00 $12.40 0.00 $63.70 05/01/2014 $42.07 $10.00 $12.40 0.00 $64.47 FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 05/01/2012 $21.07 $10.00 $12.40 0.00 $43.47 11/01/2012 $21.43 $10.00 $12.40 0.00 $43.83 05/01/2013 $21.79 $10.00 $12.40 0.00 $44.19 11/01/2013 $22.25 $10.00 $12.40 0.00 $44.65 05/01/2014 $22.70 $10.00 $12.40 0.00 $45.10 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. x-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 15 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKAs determined by the Director under the provisions of the JOANNE Secretary EIN Govemor See creetary Massachusetts General Laws, Chapter 149, Sections 26 to 27H Lt. Governor TIMOTHY P. HEATHER E. ROWE or Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FIRE ALARM INSTALLER 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINTENANCE 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 l COMMISSIONINGELECTRICIANs f \ LOCAL 103 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15,�� 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) 06/01/2012 $33.45 $10.00 $12.65 0.00 $56.10 OPERATING ENGINEERSLOCAL4 12/01/2012 $33.98 $10.00 $12.65 0.00 $56.63 06/01/2013 $34.63 $10.00 $12.65 0.00 $57.28 12/01/2013 $35.29 $10.00 $12.65 0.00 $57.94 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 16 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Sry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FLAGGER & SIGNALER 06/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 LABORERS-ZONE2 12/01/2012 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2013 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2014 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2015 $20.50 $7.10 $11.55 0.00 $39.15 06/01/2016 $20.50 $7.10 $11.55 0.00 $39.15 12/01/2016 $20.50 $7.10 $11.55 0.00 $39.15 :)r apprentice rates see "Apprentice- LABORER" r,.vORCOVERER FLOORCOVERERS LOCAL 2168 ZONE I 03/01/2012 $37.20 $9.80 $16.61 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ►yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $63.61 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 17 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Governor ., TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- FLOORCOVERER -Local 2168 Zone I Effective Date - 03/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.60 $9.80 1.79 $0.00 $30.19 2 55 $20.46 $9.80 1.79 $0.00 $32.05 3 60 $22.32 $9.80 11.24 $0.00 $43.36 4 65 $24.18 $9.80 11.24 $0.00 $45.22 5 70 $26.04 $9.80 13.03 $0.00 $48.87 1 6 75 $27.90 $9.80 13.03 $0.00 $50.73 J 7 80 $29.76 $9.80 14.82 $0.00 $54.38 8 85 $31.62 $9.80 14.82 $0.00 $56.24 - - - .__....._............. __._ - - - Notes: - - - - - - - - ___. - _.._ - - - - ___. - ___. Steps are 750 hrs. i I _ _ _ _ Apprentice to Journeyworker Ratio:1:1 FORKLIFT/CHERRY PICKER 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 OPERATING ENGINEERS LOCAL 4 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 18 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemnr y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Direc[ar Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 07/01/2012 $34.51 $7.80 $14.60 0.00 $56.91 SYSTEMS) 01/01/2013 $35.51 $7.80 $14.60 0.00 $57.91 GLAZIERS LOCAL 35 (ZONE 2) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ►yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. _ iec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 19 of 68 THE COMMONWEALTH OF MASSACHUSETTS W EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Govemor As determined by the Director under the provisions of the Secretary t J Massachusetts General Laws, Chapter 149, Sections 26 to 27H !-/ TIMOTHY P. HURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25.06 2 55 $18.98 $7.80 3.25 $0.00 $30.03 3 60 $20.71 $7.80 3.54 $0.00 $32.05 4 65 $22.43 $7.80 3.84 $0.00 $34.07 5 70 $24.16 $7.80 12.83 $0.00 $44.79 6 75 $25.88 $7.80 13.13 $0.00 $46.81 7 80 $27.61 $7.80 13.42 $0.00 $48.83 8 90 $31.06 $7.80 14.01 $0.00 $52.87 Effective Date- 01/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $17.76 $7.80 0.00 $0.00 $25.56 2 55 $19.53 $7.80 3.25 $0.00 $30.58 3 60 $21.31 $7.80 3.54 $0.00 $32.65 4 65 $23.08 $7.80 3.84 $0.00 $34.72 5 70 $24.86 $7.80 12.83 $0.00 $45.49 6 75 $26.63 $7.80 13.13 $0.00 $47.56 7 80 $28.41 $7.80 13.42 $0.00 $49.63 8 90 $31.96 $7.80 14.01 $0.00 $53.77 - - ____ __.. - - - - - - - - - - - - - - - - - - - - ____ ___- - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio.1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 20 of 68 THE COMMONWEALTH OF MASSACHUSETTS W, EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS , Prevailing Wage Rates DEVAGo .PATRICK As determined by the Director under the provisions of the JOANNE F. GO DSTEIN Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HOISTING ENGINEER/CRANES/GRADALLS 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 21 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOrLDSTEIN Governor Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- OPERATING ENGINEERS -Local 4 Effective Date - 06/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $21.91 $10.00 0.00 $0.00 $31.91 2 60 $23.90 $10.00 12.65 $0.00 $46.55 3 65 $25.90 $10.00 12.65 $0.00 $48.55 4 70 $27.89 $10.00 12.65 $0.00 $50.54 5 75 $29.88 $10.00 12.65 $0.00 $52.53 6 80 $31.87 $10.00 12.65 $0.00 $54.52 7 85 $33.86 $10.00 12.65 $0.00 $56.51 8 90 $35.86 $10.00 12.65 $0.00 $58.51 Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.25 $10.00 0.00 $0.00 $32.25 2 60 $24.28 $10.00 12.65 $0.00 $46.93 3 65 $26.30 $10.00 12.65 $0.00 $48.95 4 70 $28.32 $10.00 12.65 $0.00 $50.97 5 75 $30.35 $10.00 12.65 $0.00 $53.00 6 80 $32.37 $10.00 12.65 $0.00 $55.02 7 85 $34.39 $10.00 12.65 $0.00 $57.04 8 90 $36.41 $10.00 12.65 $0.00 $59.06 ._-- - - ___. ___. ___. _._.._.._ - - - --- -... - - _ - _ - _._. _ - - - ._._.--- Notes: -.._-.,....Notes: f L- - - _ - ___. _ - ____ _____ - - - __._ - _ - _.. _ - - ___. -_._ -- Apprentice -Apprentice to Journeyworker Ratio: 1:6 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 22 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNEF. GOLDSTEIN Go -mor S ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Dir for Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HVAC (DUCTWORK) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) 09/01/2012 $42.81 $13.00 $14.13 0.00 $69.94 ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN" HVAC (TESTING AND BALANCING - AIR) 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPEFITTERS LOCAL 537 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPEFITTERS LOCAL 537 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" T"'- wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 14,, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 23 of 68 THE COMMONWEALTH OF MASSACHUSETTS sl EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor ry, TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HYDRAULIC DRILLS 06/01/2012 $30.10 $7.10 $11.55 0.00 $48.75 LABORERS - ZONE 2 12/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 06/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 0.00 $53.25 For apprentice rates see "Apprentice- LABORER" INSULATOR (PIPES & TANKS) 09/01/2012 $41.46 $10.65 $11.50 0.00 $63.61 ASBESTOS WORKERS LOCAL 6 (BOSTON) 09/01/2013 $43.06 $10.65 $11.50 0.00 $65.21 09/01/2014 $45.06 $10.65 $11.50 0.00 $67.21 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 24 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) -Local 6 Boston Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.73 $10.65 8.60 $0.00 $39.98 2 60 $24.88 $10.65 9.18 $0.00 $44.71 3 70 $29.02 $10.65 9.76 $0.00 $49.43 4 80 $33.17 $10.65 10.34 $0.00 $54.16 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.53 $10.65 8.60 $0.00 $40.78 2 60 $25.84 $10.65 9.18 $0.00 $45.67 3 70 $30.14 $10.65 9.76 $0.00 $50.55 4 80 $34.45 $10.65 10.34 $0.00 $55.44 ._---_-__..------------------.___--._...._-_.., Notes: Steps are 1 year -___.-__.-------...._...-------_..._-_....,._ Apprentice to Journeyworker Ratio:1:4 ..............._.__....-- IRONWORKER/WELDER IRONWORKERS LOCAL 7 (LAWRENCE AREA) 04/02/2012 $33.58 $7.70 $18.35 0.00 $59.63 09/16/2012 $34.58 $7.70 $18.35 0.00 $60.63 03/16/2013 $35.83 $7.70 $18.35 0.00 $61.88 7-- wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the tyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 14y, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 25 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNEs . GOry Secretary Gavcrnor Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. GoveroOT Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- IRONWORKER -Local 7 Lawrence Effective Date - 04/02/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $20.15 $7.70 18.35 $0.00 $46.20 2 70 $23.51 $7.70 18.35 $0.00 $49.56 3 75 $25.19 $7.70 18.35 $0.00 $51.24 4 80 $26.86 $7.70 18.35 $0.00 $52.91 5 85 $28.54 $7.70 18.35 $0.00 $54.59 6 90 $30.22 $7.70 18.35 $0.00 $56.27 Effective Date - 09/16/2012 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 60 $20.75 $7.70 18.35 $0.00 $46.80 2 70 $24.21 $7.70 18.35 $0.00 $50.26 3 75 $25.94 $7.70 18.35 $0.00 $51.99 4 80 $27.66 $7.70 18.35 $0.00 $53.71 5 85 $29.39 $7.70 18.35 $0.00 $55.44 6 90 $31.12 $7.70 18.35 $0.00 $57.17 Notes: Structural 1:6; Ornamental 1:4 Apprentice to Journeyworker Ratio: This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 26 of 68 THE COMMONWEALTH OF MASSACHUSETTS . EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $48.75 12/01/2013 Unemployment $7.10 JACKHAMMER & PAVING BREAKER OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 12/01/2015 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 $33.10 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $7.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 Ir apprentice rates see "Apprentice- LABORER" Lru30RER LABORERS - ZONE 2 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 TI -Q wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. It-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 27 of 68 t DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates F. GOLDSTEIN / As determined by the Director under the provisions of the JOANNE secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E.Secretary RowE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Apprentice - LABORER - Zone 2 Effective Date - 06/01/2012 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.61 $7.10 11.55 $0.00 $36.26 2 70 $20.55 $7.10 11.55 $0.00 $39.20 3 80 $23.48 $7.10 11.55 $0.00 $42.13 4 90 $26.42 $7.10 11.55 $0.00 $45.07 Effective Date - 12/01/2012 f 1 Supplemental I Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.76 $7.10 11.55 $0.00 $36.41 2 70 $20.72 $7.10 11.55 $0.00 $39.37 3 80 $23.68 $7.10 11.55 $0.00 $42.33 4 90 $26.64 $7.10 11.55 $0.00 $45.29 ------------------_._......._._..-_.._......._._..._._...._. (Notes: ---- - Tice Apprentice to Journeyworker Ratio:1:5 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 28 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL v PATRICK As determined b the Director under the provisions of the JOANNE F. etaty EIN Covcmor Y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Covemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $7.10 $11.55 0.00 $48.75 12/01/2013 Unemployment $7.10 LABORER: CARPENTER TENDER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2015 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 $33.10 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 $7.10 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 )r apprentice rates see "Apprentice- LABORER" LABORER: CEMENT FINISHER TENDER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 12/01/2011 $29.35 $7.10 $11.55 0.00 Tl --c wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ►yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. i,., sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $48.00 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 29 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. GOVCrner Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate LABORER: MASON TENDER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 \ For apprentice rates see "Apprentice- LABORER" LABORER: MULTI -TRADE TENDER 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 For apprentice rates see "Apprentice- LABORER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 30 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNEO DSTEIN $ecretary F. G Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street LABORER: TREE REMOVER LABORERS-ZONE2 Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 his classification applies to the wholesale removal ,f standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines. For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. it,., sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 31 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Town of North Andover JOANNE F. GOLDSTEIN Secretary + \ HEATHER E. ROWE Director City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE Effective Date Base Wage Health 08/01/2012 $36.20 $10.18 02/01/2013 $36.67 $10.18 08/01/2013 $37.38 $10.18 02/01/2014 $37.83 $10.18 08/01/2014 $38.54 $10.18 02/01/2015 $38.99 $10.18 08/01/2015 $39.70 $10.18 02/01/2016 $40.15 $10.18 08/01/2016 $40.85 $10.18 02/01/2017 $41.31 $10.18 Pension Supplemental Total Rate $16.04 0.00 $16.04 0.00 $16.11 0.00 $16.11 0.00 $16.18 0.00 $16.18 0.00 $16.25 0.00 $16.25 0.00 $16.33 0.00 $16.33 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $62.42 $62.89 $63.67 $64.12 $64.90 $65.35 $66.13 $66.58 $67.36 $67.82 f Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 32 of 68 a� DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNESF. GOLDSTEIN ry Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE & TILE FINISHER -Local 3 Marble & Tile $10.18 16.04 $0.00 $44.56 Effective Date - 08/01/2012 $22.00 $10.18 16.04 Supplemental $48.22 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.10 $10.18 16.04 $0.00 $44.32 2 60 $21.72 $10.18 16.04 $0.00 $47.94 3 70 $25.34 $10.18 16.04 $0.00 $51.56 4 80 $28.96 $10.18 16.04 $0.00 $55.18 5 90 $32.58 $10.18 16.04 $0.00 $58.80 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.34 $10.18 16.04 $0.00 $44.56 2 60 $22.00 $10.18 16.04 $0.00 $48.22 3 70 $25.67 $10.18 16.04 $0.00 $51.89 4 80 $29.34 $10.18 16.04 $0.00 $55.56 5 90 $33.00 $10.18 16.04 $0.00 $59.22 ------ ------___.--------___.-___------- Notes: f Steps are 800 hrs. I ----------------------- Apprentice ._...-__._------------__---._....-._._..-___.._-__Apprentice to Journeyworker Ratio: 1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. Y-._, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 33 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE J Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE Effective Date Base Wage Health 08/01/2012 $47.45 $10.18 02/01/2013 $48.03 $10.18 08/01/2013 $48.93 $10.18 02/01/2014 $49.49 $10.18 08/01/2014 $50.39 $10.18 02/01/2015 $50.95 $10.18 08/01/2015 $51.85 $10.18 02/01/2016 $52.42 $10.18 08/01/2016 $53.32 $10.18 02/01/2017 $53.89 $10.18 Pension Supplemental Total Rate $17.25 0.00 $17.25 0.00 $17.32 0.00 $17.32 0.00 $17.39 0.00 $17.39 0.00 $17.46 0.00 $17.46 0.00 $17.54 0.00 $17.54 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $74.88 $75.46 $76.43 $76.99 $77.96 $78.52 $79.49 $80.06 $81.04 $81.61 r r� Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 34 of 68 THE COMMONWEALTH OF MASSACHUSETTS fz EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $39.47 $10.00 $12.65 0.00 $62.12 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 06/01/2013 $40.86 $10.00 $12.65 Unemployment Apprentice- MARBLE -TILE -TERRAZZO MECHANIC -Local 3 Marble & Tile $10.00 $12.65 0.00 Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.73 $10.18 17.25 $0.00 $51.16 2 60 $28.47 $10.18 17.25 $0.00 $55.90 3 70 $33.22 $10.18 17.25 $0.00 $60.65 4 80 $37.96 $10.18 17.25 $0.00 $65.39 5 90 $42.71 $10.18 17.25 $0.00 $70.14 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.02 $10.18 17.25 $0.00 $51.45 2 60 $28.82 $10.18 17.25 $0.00 $56.25 3 70 $33.62 $10.18 17.25 $0.00 $61.05 4 80 $38.42 $10.18 17.25 $0.00 $65.85 5 90 $43.23 $10.18 17.25 $0.00 $70.66 -.._......_...__._._.-.._..-.._....--------------------- (Notes: _ �_......._.------------------ Apprentice to Journeyworker Ratio:1:3 MECH. SWEEPER OPERATOR (ON CONST. SITES) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 Tl -;,z wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. i-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 35 of 68 _--_..__.-__..-___..__....._......-__.._-_...._^--_...._-_._...._-_._....__ !Notes: t----- _......___ _..____._._._._..____________ _ Apprentice to Journeyworker Ratio: 1:5 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 36 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK Governor As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment MECHANICS MAINTENANCE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 2) 04/01/2011 $31.71 $8.67 $15.61 0.00 $55.99 MILLWRIGHTS LOCAL 1121- Zone 2 Apprentice- MILLWRIGHT -Local 1121 Zone 2 Effective Date - 04/01/2011 Supplemental / i Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $15.86 $8.67 11.64 $0.00 $36.17 2 55 $17.44 $8.67 11.64 $0.00 $37.75 3 60 $19.03 $8.67 13.23 $0.00 $40.93 4 65 $20.61 $8.67 13.23 $0.00 $42.51 5 70 $22.20 $8.67 14.02 $0.00 $44.89 6 75 $23.78 $8.67 14.02 $0.00 $46.47 7 80 $25.37 $8.67 14.82 $0.00 $48.86 8 85 $26.95 $8.67 14.82 $0.00 $50.44 _--_..__.-__..-___..__....._......-__.._-_...._^--_...._-_._...._-_._....__ !Notes: t----- _......___ _..____._._._._..____________ _ Apprentice to Journeyworker Ratio: 1:5 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 36 of 68 THE COMMONWEALTH OF MASSACHUSETTS if EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Goveroor Y p Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street $21.31 $10.00 $12.65 0.00 $43.96 12/01/2012 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.00 $12.65 0.00 $44.72 12/01/2013 Unemployment $10.00 MORTAR MIXER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 r apprentice rates see "Apprentice- LABORER" Oi.uER (OTHER THAN TRUCK CRANES,GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - ZONE 2 06/01/2012 $21.31 $10.00 $12.65 0.00 $43.96 12/01/2012 $21.65 $10.00 $12.65 0.00 $44.30 06/01/2013 $22.07 $10.00 $12.65 0.00 $44.72 12/01/2013 $22.49 $10.00 $12.65 0.00 $45.14 06/01/2012 $24.60 $10.00 $12.65 0.00 $47.25 12/01/2012 $24.99 $10.00 $12.65 0.00 $47.64 06/01/2013 $25.47 $10.00 $12.65 0.00 $48.12 12/01/2013 $25.96 $10.00 $12.65 0.00 $48.61 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 07/01/2012 $44.51 $7.80 $15.10 0.00 01/01/2013 $45.01 $7.80 $15.60 0.00 Thiq wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. i-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $67.41 $68.41 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 37 of 68 DEVAL L. PATRICK Govemor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE S F. GOry DSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 0.00 $0.00 $30.06 2 55 $24.48 $7.80 3.38 $0.00 $35.66 3 60 $26.71 $7.80 3.69 $0.00 $38.20 4 65 $28.93 $7.80 4.00 $0.00 $40.73 5 70 $31.16 $7.80 13.26 $0.00 $52.22 6 75 $33.38 $7.80 13.56 $0.00 $54.74 7 80 $35.61 $7.80 13.87 $0.00 $57.28 8 90 $40.06 $7.80 14.49 $0.00 $62.35 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 0.00 $0.00 $30.31 2 55 $24.76 $7.80 3.52 $0.00 $36.08 3 60 $27.01 $7.80 3.84 $0.00 $38.65 4 65 $29.26 $7.80 4.16 $0.00 $41.22 5 70 $31.51 $7.80 13.68 $0.00 $52.99 6 75 $33.76 $7.80 14.00 $0.00 $55.56 7 80 $36.01 $7.80 14.32 $0.00 $58.13 8 90 $40.51 $7.80 14.96 $0.00 $63.27 _._ - - - _.. - - ...._........_ _ - - - - - - - - - - - -.-._.._..._._......_..._........_. (Notes: fSteps are 750 hrs. - - - - - - _ - _____ - - - - - - - - - - - - - .,_ ._....._ - Apprentice to Journeyworker Ratio:1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 38 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by provisions the Director under the of the JOANNE F. GOLDSTEIN Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, NEW) * 07/01/2012 $35.41 $7.80 $15.10 0.00 $58.31 * If 30% or more of surfaces to be painted are new construction, 01/01/2013 $35.91 $7.80 $15.60 0.00 $59.31 NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2 Thic wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. -,, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 39 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates r� DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govcmor Y P Secretary / Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - New Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.71 $7.80 0.00 $0.00 $25.51 2 55 $19.48 $7.80 3.38 $0.00 $30.66 3 60 $21.25 $7.80 3.69 $0.00 $32.74 4 65 $23.02 $7.80 4.00 $0.00 $34.82 5 70 $24.79 $7.80 13.26 $0.00 $45.85 6 75 $26.56 $7.80 13.56 $0.00 $47.92 7 80 $28.33 $7.80 13.87 $0.00 $50.00 8 90 $31.87 $7.80 14.49 $0.00 $54.16 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.96 $7.80 0.00 $0.00 $25.76 2 55 $19.75 $7.80 3.52 $0.00 $31.07 3 60 $21.55 $7.80 3.84 $0.00 $33.19 4 65 $23.34 $7.80 4.16 $0.00 $35.30 5 70 $25.14 $7.80 13.68 $0.00 $46.62 6 75 $26.93 $7.80 14.00 $0.00 $48.73 7 80 $28.73 $7.80 14.32 $0.00 $50.85 8 90 $32.32 $7.80 14.96 $0.00 $55.08 - _._. - - - - ___. - - - - - - - ___. - - - - - - - - ____ - ____ ____ --- Notes: y -__._..........._..._._...,...._-------........-....._..__------_....___.-- Apprentice __-Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 40 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE S F. GOLDSTEIN Governor ry TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town-owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (SPRAY OR SANDBLAST, REPAINT) 07/01/2012 $33.47 $7.80 $15.10 0.00 $56.37 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $33.97 $7.80 $15.60 0.00 $57.37 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 41 of 68 THE COMMONWEALTH OF MASSACHUSETTS ik EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE S F. GOLDSTEIN Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.74 $7.80 0.00 $0.00 $24.54 2 55 $18.41 $7.80 3.38 $0.00 $29.59 3 60 $20.08 $7.80 3.69 $0.00 $31.57 4 65 $21.76 $7.80 4.00 $0.00 $33.56 5 70 $23.43 $7.80 13.26 $0.00 $44.49 6 75 $25.10 $7.80 13.56 $0.00 $46.46 7 80 $26.78 $7.80 13.87 $0.00 $48.45 8 90 $30.12 $7.80 14.49 $0.00 $52.41 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.99 $7.80 0.00 $0.00 $24.79 2 55 $18.68 $7.80 3.52 $0.00 $30.00 3 60 $20.38 $7.80 3.84 $0.00 $32.02 4 65 $22.08 $7.80 4.16 $0.00 $34.04 5 70 $23.78 $7.80 13.68 $0.00 $45.26 6 75 $25.48 $7.80 14.00 $0.00 $47.28 7 80 $27.18 $7.80 14.32 $0.00 $49.30 8 90 $30.57 $7.80 14.96 $0.00 $53.33 .-.._....___.---....._.--_.,-_._._._.-- _._.----- --------- (Notes: ---...._--___..-..._..........--._.-_._..-..__..- - - - - - Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 42 of 68 THE COMMONWEALTH OF MASSACHUSETTS 3I EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER (TRAFFIC MARKINGS) 06/01/2012 $29.35 $7.10 $11.55 0.00 $48.00 LABORERS - ZONE 2 12/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 06/01/2013 $30.10 $7.10 $11.55 0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 0.00 $52.50 or Apprentice rates see "Apprentice- LABORER" rrs1NTER / TAPER (BRUSH, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.PA1NTERSLOCAL 35 - ZONE 2 07/01/2012 $34.01 $7.80 $15.10 0.00 01/01/2013 $34.51 $7.80 $15.60 0.00 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $56.91 $57.91 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 43 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Govemnr As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Secretary ~�1 TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER -Local 35 Zone 2 - BRUSHNEW Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.01 $7.80 0.00 $0.00 $24.81 2 55 $18.71 $7.80 3.38 $0.00 $29.89 3 60 $20.41 $7.80 3.69 $0.00 $31.90 4 65 $22.11 $7.80 4.00 $0.00 $33.91 5 70 $23.81 $7.80 13.26 $0.00 $44.87 6 75 $25.51 $7.80 13.56 $0.00 $46.87 7 80 $27.21 $7.80 13.87 $0.00 $48.88 8 90 $30.61 $7.80 14.49 $0.00 $52.90 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 0.00 $0.00 $25.06 2 55 $18.98 $7.80 3.52 $0.00 $30.30 3 60 $20.71 $7.80 3.84 $0.00 $32.35 4 65 $22.43 $7.80 4.16 $0.00 $34.39 5 70 $24.16 $7.80 13.68 $0.00 $45.64 6 75 $25.88 $7.80 14.00 $0.00 $47.68 7 80 $27.61 $7.80 14.32 $0.00 $49.73 8 90 $31.06 $7.80 14.96 $0.00 $53.82 _-. - - ___.._.._ - - ____ _ ___. _.. - ___ - ___ - __._ ___. ___. __-. _._. ___. - ___. _._._. - - _ , Notes: Steps are 750 hrs. L. __.. - ____ - - _ - - - - _ _. - - _ - - - ____ _... _.__ - - - ___. -- Apprentice _......_Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 44 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y p secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER / TAPER (BRUSH, REPAINT) 07/01/2012 $32.07 $7.80 $15.10 0.00 $54.97 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $32.57 $7.80 $15.60 0.00 $55.97 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch.149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. i—, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 45 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F.GOry DSTEINSecretaf Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWS Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2 -BRUSH REPAINT Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.04 $7.80 0.00 $0.00 $23.84 2 55 $17.64 $7.80 3.38 $0.00 $28.82 3 60 $19.24 $7.80 3.69 $0.00 $30.73 4 65 $20.85 $7.80 4.00 $0.00 $32.65 5 70 $22.45 $7.80 13.26 $0.00 $43.51 6 75 $24.05 $7.80 13.56 $0.00 $45.41 / 7 80 $25.66 $7.80 13.87 $0.00 $47.33 8 90 $28.86 $7.80 14.49 $0.00 $51.15 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.29 $7.80 0.00 $0.00 $24.09 2 55 $17.91 $7.80 3.52 $0.00 $29.23 3 60 $19.54 $7.80 3.84 $0.00 $31.18 4 65 $21.17 $7.80 4.16 $0.00 $33.13 5 70 $22.80 $7.80 13.68 $0.00 $44.28 6 75 $24.43 $7.80 14.00 $0.00 $46.23 7 80 $26.06 $7.80 14.32 $0.00 $48.18 8 90 $29.31 $7.80 14.96 $0.00 $52.07 .._......_.-_.-..._._.._._._ - - - , - - - ___ - - - __._ - T - __-. - - - -- - _.._ -.. (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio: 1:1 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 46 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Govercor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PANEL & PICKUP TRUCKS DRIVER 08/01/2012 $29.68 $8.91 $7.27 0.00 $45.86 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.28 $9.07 $8.00 0.00 $47.35 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 DECK) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 0.00 $71.17 PILE DRIVER 08/01/2012 $39.20 $9.80 $17.67 0.00 $66.67 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $40.70 $9.80 $17.67 0.00 $68.17 08/01/2014 $42.20 $9.80 $17.67 0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 0.00 $71.17 Tl --c wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. i-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 47 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the Secretary , TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Dircctor Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PILE DRIVER - Effective Date - 08/01/2012 Step percent Local 56 Zone I Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $19.60 $9.80 17.67 $0.00 $47.07 2 60 $23.52 $9.80 17.67 $0.00 $50.99 3 70 $27.44 $9.80 17.67 $0.00 $54.91 4 75 $29.40 $9.80 17.67 $0.00 $56.87 5 80 $31.36 $9.80 17.67 $0.00 $58.83 i 1 6 80 $31.36 $9.80 17.67 $0.00 $58.83 7 90 $35.28 $9.80 17.67 $0.00 $62.75 8 90 $35.28 $9.80 17.67 $0.00 $62.75 Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.35 $9.80 17.67 $0.00 $47.82 2 60 $24.42 $9.80 17.67 $0.00 $51.89 3 70 $28.49 $9.80 17.67 $0.00 $55.96 4 75 $30.53 $9.80 17.67 $0.00 $58.00 5 80 $32.56 $9.80 17.67 $0.00 $60.03 6 80 $32.56 $9.80 17.67 $0.00 $60.03 7 90 $36.63 $9.80 17.67 $0.00 $64.10 8 90 $36.63 $9.80 17.67 $0.00 $64.10 - - - - ..........._...._...... - - - - - - - - - - - - - - - ._._.._._. _.._.._._...._........_. Notes: L- ___ � - - - - - - - - ___. - ____ - ___. - - ___. - ____ __ Apprentice to Journeyworker Ratio:1:3 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 48 of 68 THE COMMONWEALTH OF MASSACHUSETTS sl EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Govemor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PIPEFITTER & STEAMFITTER 09/01/2012 $45.76 $8.75 $12.39 0.00 $66.90 PIPEFITTERS LOCAL 537 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 0.00 $68.15 Apprentice- PIPEFITTER Local 537 (Local 138) Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.30 $8.75 4.50 $0.00 $31.55 2 45 $20.59 $8.75 12.39 $0.00 $41.73 3 60 $27.46 $8.75 12.39 $0.00 $48.60 4 70 $32.03 $8.75 12.39 $0.00 $53.17 5 80 $36.61 $8.75 12.39 $0.00 $57.75 Effective Date - 03/01/2013 Supplements] Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.80 $8.75 4.50 $0.00 $32.05 2 45 $21.15 $8.75 12.39 $0.00 $42.29 3 60 $28.21 $8.75 12.39 $0.00 $49.35 4 70 $32.91 $8.75 12.39 $0.00 $54.05 5 80 $37.61 $8.75 12.39 $0.00 $58.75 ----........_...---__...-._._..._..--------.-_._.-_...--........... Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. ` Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) i - - ___. - - _....._.._ _....__....._._ - - _. - _.-. -___ - .- - --- _____ ._-.._......_. - - _.. - - Apprentice to Journeyworker Ratio:** wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. ly,, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 49 of 68 THE COMMONWEALTH OF MASSACHUSETTS sl EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK JOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the Secretary . Massachusetts General Laws, Chapter 149, Sections 26 to 27H / TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PIPELAYER 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 i For apprentice rates see "Apprentice- LABORER" PLUMBER PLUMBERS & GASFI7TERS LOCAL 12 (Local 138) 09/01/2012 $43.98 $9.32 $13.29 0.00 $66.59 03/01/2013 $45.23 $9.32 $13.29 0.00 $67.84 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 50 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEM Govemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PLUMBERIGASFITTER -Local 12 (Local 138) $15.83 $9.32 4.97 $0.00 Effective Date - 09/01/2012 2 40 $18.09 $9.32 Supplemental $0.00 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.39 $9.32 4.97 $0.00 $29.68 2 40 $17.59 $9.32 5.61 $0.00 $32.52 3 55 $24.19 $9.32 7.53 $0.00 $41.04 4 65 $28.59 $9.32 8.81 $0.00 $46.72 5 75 $32.99 $9.32 10.09 $0.00 $52.40 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.83 $9.32 4.97 $0.00 $30.12 2 40 $18.09 $9.32 5.61 $0.00 $33.02 3 55 $24.88 $9.32 7.53 $0.00 $41.73 4 65 $29.40 $9.32 8.81 $0.00 $47.53 5 75 $33.92 $9.32 10.09 $0.00 $53.33 -_....,--...._--_..._.____....._.-___.-----------------, Notes: C Steps are 1 yr Step 4 with lic$50.43 Steps with lic$56.22 - -._.,.--------__._--____---- Apprentice to Journeyworker Ratio:1:5 PNEUMATIC CONTROLS (TEMP.) PIPEFITTERS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 09/01/2012 $45.76 $8.75 $12.39 0.00 03/01/2013 $47.01 $8.75 $12.39 0.00 ThN wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch.149, sec. 27. Failure of the oyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. L-, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: $66.90 $68.15 Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 51 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN covcrnor As determined by the Director under the provisions of the secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H �J TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Goventor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate $30.60 $7.10 $11.55 0.00 $49.25 Unemployment $31.10 PNEUMATIC DRILL/TOOL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 0.00 $50.25 06/01/2014 $32.10 $7.10 $11.55 0.00 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 $51.25 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2015 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 $34.10 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 $7.10 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 1 For apprentice rates see "Apprentice- LABORER" , POWDERMAN & BLASTER LABORERS-ZONE2 For apprentice rates see "Apprentice- LABORER" POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2012 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2012 $30.60 $7.10 $11.55 0.00 $49.25 06/01/2013 $31.10 $7.10 $11.55 0.00 $49.75 12/01/2013 $31.60 $7.10 $11.55 0.00 $50.25 06/01/2014 $32.10 $7.10 $11.55 0.00 $50.75 12/01/2014 $32.60 $7.10 $11.55 0.00 $51.25 06/01/2015 $33.10 $7.10 $11.55 0.00 $51.75 12/01/2015 $33.60 $7.10 $11.55 0.00 $52.25 06/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 12/01/2016 $34.85 $7.10 $11.55 0.00 $53.50 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 52 of 68 THE COMMONWEALTH OF MASSACHUSETTS ft . EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOry DSTEIN Governor TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PUMP OPERATOR (CONCRETE) 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING, OTHER) 06/01/2012 $28.09 $10.00 $12.65 0.00 $50.74 OPERATING ENGINEERS LOCAL 4 12/01/2012 $28.54 $10.00 $12.65 0.00 $51.19 06/01/2013 $29.09 $10.00 $12.65 0.00 $51.74 12/01/2013 $29.64 $10.00 $12.65 0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DY -MIX CONCRETE DRIVER 04/30/2009 $25.80 $5.96 $5.34 0.00 $37.10 STERS LOCAL 42 RECLAIMERS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" RESIDENTIAL WOOD FRAME (All Other Work) 04/01/2011 $24.24 $8.67 $15.51 0.00 $48.42 CARPENTERS -ZONE 2 (Residential Wood) RESIDENTIAL WOOD FRAME CARPENTER ** 05/01/2011 $24.24 $6.34 $6.23 0.00 $36.81 ** The Residential Wood Frame Carpenter classification applies only to the construction of new, wood frame residences that do not exceed four stories including the basement. CARPENTERS -ZONE 2 (Residential Wood) As of 9/1/09 Carpentry work on wood -frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate. TI -is wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the ►yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. iL,,, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 53 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS W Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor ry / Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. HURRAY HEATHER E. ROWS Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate OPERATING ENGINEERS LOCAL 4 Unemployment RIDE -ON MOTORIZED BUGGY OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 ROOFERS LOCAL 33 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" i ROLLER/SPREADER/MULCHING MACHINE 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 08/01/2012 $36.41 $10.50 $10.70 0.00 $57.61 ROOFERS LOCAL 33 02/01/2013 $37.41 $10.50 $10.70 0.00 $58.61 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 54 of 68 �. dN t� DEVAL L. PATRICK Governm TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN ry Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Apprentice - ROOFER - Local 33 Effective Date - 08/01/2012 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.21 $10.50 3.38 $0.00 $32.09 2 60 $21.85 $10.50 10.70 $0.00 $43.05 3 65 $23.67 $10.50 10.70 $0.00 $44.87 4 75 $27.31 $10.50 10.70 $0.00 $48.51 5 85 $30.95 $10.50 10.70 $0.00 $52.15 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.71 $10.50 3.38 $0.00 $32.59 2 60 $22.45 $10.50 10.70 $0.00 $43.65 3 65 $24.32 $10.50 10.70 $0.00 $45.52 4 75 $28.06 $10.50 10.70 $0.00 $49.26 5 85 $31.80 $10.50 10.70 $0.00 $53.00 ---------------------------- ----_.__._.-__-_---_-_---.._.-.._..-._.-.-.__....----_-_..----Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Notes: $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. i L----------------------__,-__-._._. Apprentice to Journeyworker Ratio:** 02/01/2013 $42.35 $9.82 ----- 2.11 ROOFER SLATE / TILE / PRECAST CONCRETE 08/01/2012 $36.66 $10.50 $10.70 0.00 $57.86 ROOFERS LOCAL 33 02/01/2013 $37.66 $10.50 $10.70 0.00 $58.86 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER 08/01/2012 $41.10 $9.82 $18.24 2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2013 $42.35 $9.82 $18.24 2.11 $72.52 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the )yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. pec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 55 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT Q) DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor l As determined by the Director under the provisions of the secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- SHEET METALWORKER -Local 17-A Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.44 $9.82 4.00 $0.00 $30.26 2 40 $16.44 $9.82 4.00 $0.00 $30.26 3 45 $18.50 $9.82 8.00 $1.09 $37.41 4 45 $18.50 $9.82 8.00 $1.09 $37.41 5 50 $20.55 $9.82 8.75 $1.17 $40.29 6 50 $20.55 $9.82 9.00 $1.18 $40.55 7 60 $24.66 $9.82 10.24 $1.34 $46.06 8 65 $26.72 $9.82 10.99 $1.43 $48.96 9 75 $30.83 $9.82 12.49 $1.59 $54.73 10 85 $34.94 $9.82 13.49 $1.75 $60.00 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.94 $9.82 4.00 $0.00 $30.76 2 40 $16.94 $9.82 4.00 $0.00 $30.76 3 45 $19.06 $9.82 8.00 $1.11 $37.99 4 45 $19.06 $9.82 8.00 $1.11 $37.99 5 50 $21.18 $9.82 8.75 $1.19 $40.94 6 50 $21.18 $9.82 9.00 $1.20 $41.20 7 60 $25.41 $9.82 10.24 $1.36 $46.83 8 65 $27.53 $9.82 10.99 $1.45 $49.79 9 75 $31.76 $9.82 12.49 $1.62 $55.69 10 85 $36.00 $9.82 13.49 $1.78 $61.09 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 56 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment _ _ — _ — _ ._.._....-... ___.._........_......_. — — — — — — — _. _.._ _. — — _.. Notes: Steps are 6 mos. ------._ ---------------_...-- _ 1 Apprentice to Journeyworker Ratio: 1:4 SIGN ERECTOR 06/01/2012 $25.37 $6.82 $6.85 0.00 $39.04 PAINTERS LOCAL 35 - ZONE 2 06/01/2013 $25.81 $7.07 $7.05 0.00 $39.93 Th-; wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. It,,, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 57 of 68 THE COMMONWEALTH OF MASSACHUSETTS sI EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Govemor As determined by the Director under the provisions of the Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWS Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- SIGNERECTOR -Local 35 Zone 2 Effective Date - 06/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.69 $6.82 0.00 $0.00 $19.51 2 55 $13.95 $6.82 2.35 $0.00 $23.12 3 60 $15.22 $6.82 2.35 $0.00 $24.39 4 65 $16.49 $6.82 2.35 $0.00 $25.66 5 70 $17.76 $6.82 6.85 $0.00 $31.43 6 75 $19.03 $6.82 6.85 $0.00 $32.70 7 80 $20.30 $6.82 6.85 $0.00 $33.97 8 85 $21.56 $6.82 6.85 $0.00 $35.23 9 90 $22.83 $6.82 6.85 $0.00 $36.50 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 0.00 $0.00 $19.98 2 55 $14.20 $7.07 2.45 $0.00 $23.72 3 60 $15.49 $7.07 2.45 $0.00 $25.01 4 65 $16.78 $7.07 2.45 $0.00 $26.30 5 70 $18.07 $7.07 7.05 $0.00 $32.19 6 75 $19.36 $7.07 7.05 $0.00 $33.48 7 80 $20.65 $7.07 7.05 $0.00 $34.77 8 85 $21.94 $7.07 7.05 $0.00 $36.06 9 90 $23.23 $7.07 7.05 $0.00 $37.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 58 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Govemor Y P secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment _ - - __- - _.. - ._.-....._...._._...._. ____ _......___. ___......._. _._....W.... _._....._..._...... - - - (Notes: Steps are 4 mos. Apprentice to Journeyworker Ratio: 1:1 SPECIALIZED EARTH MOVING EQUIP < 35 TONS 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 SPECIALIZED EARTH MOVING EQUIP > 35 TONS 08/01/2012 $30.73 $8.91 $7.27 0.00 $46.91 TEAMSTERSJOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.03 $8.91 $8.00 0.00 $47.94 SPRINKLER FITTER 09/01/2012 $47.28 $8.42 $12.45 0.00 $68.15 SPRINKLER FITTERS LOCAL 550 - (Section B) 03/01/2013 $48.28 $8.42 $12.45 0.00 $69.15 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Dyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 59 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor y P Secretary I Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - SPRINKLER FITTER - Local 550 (Section B) Effective Date - 09/01/2012 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 35 $16.55 $8.42 7.85 $0.00 $32.82 2 40 $18.91 $8.42 7.85 $0.00 $35.18 3 45 $21.28 $8.42 7.85 $0.00 $37.55 4 50 $23.64 $8.42 7.85 $0.00 $39.91 5 55 $26.00 $8.42 7.85 $0.00 $42.27 6 60 $28.37 $8.42 7.85 $0.00 $44.64 7 65 $30.73 $8.42 7.85 $0.00 $47.00 8 70 $33.10 $8.42 7.85 $0.00 $49.37 9 75 $35.46 $8.42 7.85 $0.00 $51.73 10 80 $37.82 $8.42 7.85 $0.00 $54.09 Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.90 $8.42 7.85 $0.00 $33.17 2 40 $19.31 $8.42 7.85 $0.00 $35.58 3 45 $21.73 $8.42 7.85 $0.00 $38.00 4 50 $24.14 $8.42 7.85 $0.00 $40.41 5 55 $26.55 $8.42 7.85 $0.00 $42.82 6 60 $28.97 $8.42 7.85 $0.00 $45.24 7 65 $31.38 $8.42 7.85 $0.00 $47.65 8 70 $33.80 $8.42 7.85 $0.00 $50.07 9 75 $36.21 $8.42 7.85 $0.00 $52.48 10 80 $38.62 $8.42 7.85 $0.00 $54.89 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 60 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F.GOLDSTEIN Govcmor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govcmor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment ._.._._.-----_.--------__._.-_._.-�........_,.------_, 'Notes: �� Steps are 850 hours (I --- ----____-_.._-----__._____.-___.---__..--_.__.-___..-_ _- Apprentice to Journeyworker Ratio:l:l STEAM BOILER OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 103 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 09/01/2012 $32.11 $13.00 $12.49 0.00 $57.60 03/01/2013 $32.64 $13.00 $12.51 0.00 $58.15 09/01/2013 $33.15 $13.00 $12.52 0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 0.00 $61.79 Thi, wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 61 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Govemor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the JOANNEF. Secretary GOLDSTEIN Massachusetts General Laws, Chapter 149, Sections 26 to 27H J HEATHER E. ROWE Director Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TELECOMMUNICATION TECHNICIAN- Local 103 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $12.84 $13.00 0.39 $0.00 $26.23 2 40 $12.84 $13.00 0.39 $0.00 $26.23 3 45 $14.45 $13.00 9.77 $0.00 $37.22 4 45 $14.45 $13.00 9.77 $0.00 $37.22 5 50 $16.06 $13.00 10.02 $0.00 $39.08 6 55 $17.66 $13.00 10.27 $0.00 $40.93 7 60 $19.27 $13.00 10.52 $0.00 $42.79 8 65 $20.87 $13.00 10.77 $0.00 $44.64 9 70 $22.48 $13.00 11.02 $0.00 $46.50 10 75 $24.08 $13.00 11.26 $0.00 $48.34 Effective Date - 03/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 40 $13.06 $13.00 0.39 $0.00 $26.45 2 40 $13.06 $13.00 0.39 $0.00 $26.45 3 45 $14.69 $13.00 9.78 $0.00 $37.47 4 45 $14.69 $13.00 9.78 $0.00 $37.47 5 50 $16.32 $13.00 10.03 $0.00 $39.35 6 55 $17.95 $13.00 10.28 $0.00 $41.23 7 60 $19.58 $13.00 10.53 $0.00 $43.11 8 65 $21.22 $13.00 10.78 $0.00 $45.00 9 70 $22.85 $13.00 11.03 $0.00 $46.88 10 75 $24.48 $13.00 11.28 $0.00 $48.76 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 62 of 68 THE COMMONWEALTH OF MASSACHUSETTS t EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL v PATRICK As determined by the Director under the provisions of the ]oANNESecretary EIN Gov- Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment - - - - ____ - - - - - - - - - __._ - __-_ _... _.__ - ____.......... - ._......_.. - ____ _. Notes: { 4 -- __.. __.. -- __._ .._._...._._ .-._ - ._-..._.._.. - - - - - ____ - - - __.. - r...._._. - -- Apprentice ._._-Apprentice to Journeyworker Ratio:l:l TERRAZZO FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2012 $46.35 $10.18 $17.25 0.00 $73.78 02/01/2013 $46.93 $10.18 $17.25 0.00 $74.36 08/01/2013 $47.83 $10.18 $17.32 0.00 $75.33 02/01/2014 $48.39 $10.18 $17.32 0.00 $75.89 08/01/2014 $49.29 $10.18 $17.39 0.00 $76.86 02/01/2015 $49.85 $10.18 $17.39 0.00 $77.42 08/01/2015 $50.75 $10.18 $17.46 0.00 $78.39 02/01/2016 $51.32 $10.18 $17.46 0.00 $78.96 08/01/2016 $52.22 $10.18 $17.54 0.00 $79.94 02/01/2017 $52.79 $10.18 $17.54 0.00 $80.51 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 63 of 68 I W, DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates F. GOLDSTEIN As determined by the Director under the provisions of the JOANNE secretary J Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Dircetor Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - TERRAZZO FINISHER - Local 3 Marble & Tile Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.18 $10.18 17.25 $0.00 $50.61 2 60 $27.81 $10.18 17.25 $0.00 $55.24 3 70 $32.45 $10.18 17.25 $0.00 $59.88 4 80 $37.08 $10.18 17.25 $0.00 $64.51 5 90 $41.72 $10.18 17.25 $0.00 $69.15 -._._-..._ -------__..----....._..-_.._------.. (Notes: - ----r Steps are 800 hrs. J Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.47 $10.18 17.25 $0.00 $50.90 2 60 $28.16 $10.18 17.25 $0.00 $55.59 3 70 $32.85 $10.18 17.25 $0.00 $60.28 4 80 $37.54 $10.18 17.25 $0.00 $64.97 5 90 $42.24 $10.18 17.25 $0.00 $69.67 -._._-..._ -------__..----....._..-_.._------.. (Notes: - ----r Steps are 800 hrs. Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER LABORERS -FOUNDATION AND MARINE 12/01/2011 $33.05 $7.10 $12.60 0.00 $52.75 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 64 of 68 THE COMMONWEALTH OF MASSACHUSETTS y EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNEse�etary EIN Governor secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Govemor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TEST BORING DRILLER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $19.83 $7.10 12.60 $0.00 $39.53 2 70 $23.14 $7.10 12.60 $0.00 $42.84 3 80 $26.44 $7.10 12.60 $0.00 $46.14 4 90 $29.75 $7.10 12.60 $0.00 $49.45 _ - _ - - _ - _ .__- - e Notes: - -__- - __-- - - - -__. - __-- ._.,- ....r - ._.._. _ - - _-_, i L---------------------------- _ __ --,--_..-____.__._..._...-_,_.-__.____Apprentice to Journeyworker Ratio: 1:3 Apprentice TEST BORING DRILLER HELPER 12/01/2011 $31.77 $7.10 $12.60 0.00 $51.47 LABORERS - FOUNDATION AND MARINE TEST BORING LABORER LABORERS -FOUNDATION AND MARINE 12/01/2011 $31.65 $7.10 $12.60 0.00 $51.35 This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the Iyer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 65 of 68 DEVAL L. PATRICK Governor TIMOTHY P. MURRAY Lt. Governor Awarding Authority: Contract Number: Description of Work: Job Location: Classification THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H Town of North Andover City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TEST BORING LABORER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.99 JOANNE F. GOLDSTEIN 12.60 Secretary it HEATHER E. ROWE 2 70 Director $7.10 City/Town: NORTH ANDOVER Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. 723 Osgood Street Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TEST BORING LABORER (Laborers Foundation & Marine) Effective Date - 12/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.99 $7.10 12.60 $0.00 $38.69 $47.20 2 70 $22.16 $7.10 12.60 $0.00 $41.86 3 80 $25.32 $7.10 12.60 $0.00 $45.02 $48.23 4 90 $28.49 $7.10 12.60 $0.00 $48.19 $64.18 Notes: -_ - -._.- ---- _.... -- -- --------- -.-.__._ -- �....-._® \ TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 12/01/2011 $46.08 $7.10 $13.00 0.00 $66.18 Apprentice to Journeyworker Ratio: 1:3 I TRACTORS/PORTABLE STEAM GENERATORS 06/01/2012 $39.47 $10.00 $12.65 0.00 $62.12 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.09 $10.00 $12.65 0.00 $62.74 06/01/2013 $40.86 $10.00 $12.65 0.00 $63.51 12/01/2013 $41.64 $10.00 $12.65 0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 08/01/2012 $31.02 $8.91 $7.27 0.00 $47.20 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $31.32 $8.91 $8.00 0.00 $48.23 TUNNEL WORK - COMPRESSED AIR 12/01/2011 $44.08 $7.10 $13.00 0.00 $64.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 12/01/2011 $46.08 $7.10 $13.00 0.00 $66.18 LABORERS (COMPRESSED AIR) TUNNEL WORK - FREE AIR 12/01/2011 $36.15 $7.10 $13.00 0.00 $56.25 LABORERS (FREE AIR TUNNEL) TUNNEL WORK - FREE AIR (HAZ. WASTE) 12/01/2011 $38.15 $7.10 $13.00 0.00 $58.25 LABORERS (FREE AIR TUNNEL) This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 66 of 68 THE COMMONWEALTH OF MASSACHUSETTS fk EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined b the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Y P Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment VAC -HAUL 08/01/2012 $30.44 $8.91 $7.27 0.00 $46.62 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B 12/01/2012 $30.74 $8.91 $8.00 0.00 $47.65 WAGON DRILL OPERATOR 06/01/2012 $29.60 $7.10 $11.55 0.00 $48.25 LABORERS - ZONE 2 12/01/2012 $29.85 $7.10 $11.55 0.00 $48.50 06/01/2013 $30.35 $7.10 $11.55 0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 0.00 $52.75 For apprentice rates see "Apprentice- LABORER" WASTE WATER PUMP OPERATOR 06/01/2012 $39.84 $10.00 $12.65 0.00 $62.49 OPERATING ENGINEERS LOCAL 4 12/01/2012 $40.46 $10.00 $12.65 0.00 $63.11 06/01/2013 $41.24 $10.00 $12.65 0.00 $63.89 12/01/2013 $42.02 $10.00 $12.65 0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" WATER METER INSTALLER 09/01/2012 $43.98 $9.32 $13.29 0.00 $66.59 PLUMBERS & GASFITTERS LOCAL 12 (Local 138) 03/01/2013 $45.23 $9.32 $13.29 0.00 $67.84 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the -)yer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 67 of 68 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICKJOANNE F. GOLDSTEIN Governor As determined by the Director under the provisions of the Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE ` J Lt. Goveraor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Stevens Estate Window Replacement Works - Asbestos abatement, window replacement, painting of windows, repair and painting of exterior trims and wood components at historical town -owned building. Job Location: 723 Osgood Street Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Additional Apprentice Infonnation: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre -determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. 11E-1 I L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. I IE -11L. All steps are six months (1000 hours) unless otherwise specified. * Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. This wage schedule must be posted by the contractor at the work site in accordance with M.G.L. ch. 149, sec. 27. Failure of the l � employer to pay "prevailing wage rates," which are the "total rates" listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at www.mass.gov/dols or at 617-626-6952. Employees not receiving such rates should report the violation to the Fair Labor Division of the Office of the Attorney General, 100 Cambridge Street, Boston, MA 02108; Tel: Issue Date: 09/11/2012 Wage Request Number: 20120911-034 Page 68 of 68 Stevens Estate Window Replacement Kang Associates, Inc. North Andover, MA October 29, 2012 ADDENDUM #1 The following changes are made to the Bid Documents dated October 17, 2012 for the project Stevens Window Replacement, North Andover, MA: GENERAL ITEMS 1. The date General Bids are due is changed to November 5, 2012. The time and place General Bids are due remain unchanged. Receipt of Addendum #1 must be recognized on paragraph "B" of the Form of General Bid. Failure to do so may result in the rejection of your bid. END OF ADDENDUM #1 ADDENDUM #1 1 of 1 www.eagletribune.com THE EAGLE -TRIBUNE Wednesday, September 19, 2012 19 REACH VIORiz THAN 350,000 READER,& classi'f ed m t The Eagle -Tribune, Gloucester Daily Times, The Salem News, Daily News of Newburyporl Monday ar, ace',,) y ...... ............**6pm Friday The.F*Ji e -T '1i me -,"The Salem News AG1666esterDaityTimes DAILY NEws Tuesday -Saturday ........Bpm day prior Sunday paper ............6pm Friday CALL. 800.927.9200 ONLINE: ClassifiedsNorth.com. Carriage Towne News: 12pm Friday MON.-FRI. 8AM-6PM FAX: 978.685.1588 Andover Townsman, Derry News & ' POLICIES/ADJUSTMENTS: Advertisers must check insertions and report errors immediately. Billing adjustments are made for only one incorrect insertion and Haverhill Gazette: bpm Tuesday then only for the incorrect portion. We are not responsible for failure to publish and reserve the right to reject, edit or cancel any ad. Ads are subject to credit CancellatioNehange deadlines: approval unless paid for prior to publication. cattle aS biicafion deadlines > SA & METHUEN - Come take a look at this wonderful colonial! 3 br, 1.5 bath, attached, over sized garage. For detailed info text 139631 to 35620. - $289,900 ERA Home & Family 978-470-1999 ERAHomeandfamily.com Middleton MA: Very charming early Cape, 2 bedroom, eat -in kitchen, large private grounds, old bam, Masco schools $285,000 call Pat RIVER VALLEY RE 800-773-9990 Newbury, Me: Basin Waterfront 180 degree views, 75" private waterside frontage, 28" deck. Last house on short way. 3 bedrooms, 2 full baths, open concept, Rum Island year- round home! $529,000 Call Joanie Purinton RIVER VALLEY REAL ESTATE 978-462-6898 Newbury MA: New listing! Charming/unique two level 2000+sf cottage with upper Park River views. 2 fireplces, 2 bedrooms, 2 bath, eat -in kitchen. $325,000 Call Pat Skibbee RIVER VALLEY REAL ESTATE 97BA65-8851 NEWTON, NH:3 bedroom Capes, from $260,000 New Construction, 11 Zoe Lane $459,900 603-382-1669; 603-234-1458 NORTH ANDOVER - New Price! Room for every- one! Large colonial w/ 2 car gar. Great location for home office. For detailed info text 209243 to 35620. - $314,900 ERA Home & Family 97BA70-1999 ERAHomeani family.com Peabody, MA - Contemporary in desired loca- tion. Lots of natural light, great floor plan, 8 rooms, 4 bedrooms, 3.5 baths. $371,250 TACHE RE, (978) 745-2004 Revere, MA - Unique 6 room bungalow on cor- ner lot with open floor plan, galley kitchen, fireplaced living room, front porch. $169,900 TACHE RE, (978) 745-2004 Salem, MA - 3 bedroom, 2 bath ranch with many great features. Finished family room, walk -out basement, 1 car garage. $299,900 TACHE RE, (978) 745-2004 SANDOWN NH- Oversized ranch! Rreplaced family room, Deck with Hot tub! ......$239,900 CLASSIC HOMES RE 603-382-0360 SUMMERVIEW R.E. www.sresre.com WE GET RESULTS! Homes / Land /Retail / Commercial -------------------------- HOMES & FORECLOSURES 3 bedroom /3 bath Salem NH. 1700 sf.. $ 219K 3 bedroom, 3 bath, 3 acres $274,900 Water view Home Laconia NH $249,000 House on 9 acres, horses ok $299,000 4 bedroom 3 bath. Lake Front $389,000 3 bedroom 2 bath remodeled $189,000 Derry Hoodkroft Commons spacious & pristine 2 bedroom garden style condo for only $79,900 House Raymond NH $169,000 4-3Home $254K Condos from... $39,000 Southern NH Mobile Homes from $39,000 FORECLOSURES and SHORT SALES: 3 bedroom_... Short Sale $169,000 2 bedroom Townhouse...... Foreclosure 2 bedroom Condex on 1/2 acre..... Short Sale 3 bedroom, in ground pool Short Sale 4 bedroom, 1.05 acres Short Sale $149,900 Townhouse, Dracut Mass... ..Short Sale ----------------------------- `Call Derry & Mass (603) 432-5453 'Call Nashua/Hudson (603)881-8500* Join our Company it Make $$$ in 2012 Swampscott, MA - Ranch near Eisemans Beach. Hardwood, family room, dining room, fireplace, deck, yard, 2 car garage. $575,000 TACHE RE, (978) 745-2004 TEWKSBURY - Beautiful new construction by Katie Estates Builders! 4 br, 2.5 baths, 2 car gar. For details text 139630 to 35620 - $599,900 ERA Home & Family 978-470-1999 ERAHomeandfamily.com West Newbury, MA: New paint, new price! Country site, 2.88 acres on flat lot, 2 car gar- age with huge workshop, 3 bedrooms, screened porch, excellent curb appeal. $525,000 Call Joanie Purinton RIVER VALLEY REAL ESTATE 978-462-6898 • 0 r SALEM, NH: Brookwood Park, like new, very cute, 1 bedroom, GE appliances, central A/C, shed, washer/dryer .... $36,000 2000 Skyline 14 X 56' 2 bedroom 1 bath, fresh paint throughout, new carpet/driveway, great commuter location, broker interest $39,000 Coles MH Village Nice resale, 2 bedroom, 2 baths, central air, 3 season room, large trex deck, 2 sheds, small dog ok $65,000 Salem Manufactured Homes 603 898-2144 SALEM, NH - Just renovated 2 bedroom in co-op park. $26,000 of best offer. Cal! (603) 852-1511 DERRY, NH Fieldstone Terrace. Near Pinketon, 2 bedroom, 2nd floor, 1000 sq. ft., pool, balcony, A/C, laundry. $109,900 Call 978.766-0423 SALEM, MA- Great buy! Half of duplex with low condo fee. Bright and sunny rooms, 3 bed- rooms, walk-up attic, patio, yard. $124,900 TACHE RE, (978) 745-2004 *Salem, MA - So. Salem location. Nice unit with updated kitchen, bath, wood floors, private rear porch. Great starter. $139,900 TACHE RE, (978) 745-2004 Salem, MA - Wonderful and inviting 1 st floor condo with wood floors, eat in kitchen, porch, shared yard. Great location. $154,900 TACHE RE, (978) 745-2004 qgN SUMMER BLOWOUT SALE! Country Condo living at it's best! Each of these 4 unit buildings is located on an 8 acre cul-de-- sac lot in Danville, NH within easy commuting distance to Lawrence, Haverhill, Salem & Derry. These unique designs have no common living walls for maximum privacy & are at- tached only by the 2 car garages on each unit. Fireplaced living room, open concept country kitchens, sliders to private deck & yard, full basement, gas heat & numerous custom up- grades! Immediate Occupancy Only 2 Left Townhouse $174,900 Ranch $208,100 Webber Associates 603-432-5148 TEWKSBURY - Beautiful & convenient 2 br, 1.5 bath,1 car gar., finished lower level at Quail Run! For detailed info text 116821 to 35620. $279,900 ERA Home & Family 978-470-1999 ERAHomeandfamily.com 1 Gloucester, MA - Features views of Annis- quam River, access to a private community dock. Lot is grandfathered buildable to R5 zon- ing and land is surveyed ready to go. $179,000 Rick Petralia (978) 239-6207 J Barrett Realty ♦ + bp SUMMERVIEW R. E. neat and netCaus7837576741000/month Homes/Land/Retail/Commercial Wulti-Unit Buildings p HAVERHILLMA © Bright, cheery newly renovated 2 bedroom on busline. Large deck. Gloucester, MA - Ocean view buildable lot. SALISBURY BEACH, MA Furnished 1 & 2 Bed - Fully conforms to zoning laws, Sewer, water, room units. NOW - June 1st. Starting at and all utilities at the street. Level terrain. $750/Month. Tom Saab RE 978-465-5116 Quiet and desirable neighborhood. $295,000 r Rick Petralia (978) 239-6207 J Barrett Realty Gloucester, MA - Two Lots in one with 110 feet HAVERHILL/ BRADFORD/ METHUEN, MA of road frontage! Nearby access to river, dock Great Areas, Updated 2, 3, 4 bedrooms and city sewer. Close to public transport, high- $130041800/mo. 603-819-1992 way, shopping and beaches. $175,000 Rick Petralia, (978) 239-6207 J Barrett Realty NEWBURY, MA /Plum Isl. Home, steps from NH AGENTS WANTED! Generous commission beach, Writer Rental, furnished, 2-3 bedroom, Oct 1 st- June. Laundry, $1550 978-465-1073 HAVERHILL, NIA Vale Street, 22.7 Acres, priced reduced, OPEN HOUSE Sept 23, t0am-spm Owner 978-373-4662 PEABODYAynn,line, Browns Pond, 3 BEDROOM ALL UTILITIES INCLUDED RANCH washer/dryer hookup, appliances, full cellar with big back yard $1600 month Salem, MA - Land for sale. Almost wilderness living and close to everything. No water or (978) 977-0022 sewer costs, excellent possibilities. $79,500 $900+ up. No dogs. 603-893-5726. TACHE RE, (978) 745-2004 Large apartment complex in Amesbury, MA wwwfonent.corrV elmcrestestates Amesbury, MA: AT LOVELY LONVALE GARDENS Country setting at its finest! SUMMERVIEW R. E. Homes / Land /Retail / Commercial / Office Amentities include: Re -modeled kitchens, Smart Card laundry, sparkling pool, Land Southern NH.: lush landscape & picnic area 6.24 ac. of $750,000 Owner Finance Bid Easy access to seacoast, 1-95 and 495. 40,000 ft Next to all the Franchises Deny NH Starting at $680-$930. - smaller lots from $250,000 Call for details to view our model. for rent furnished or unfurnished. Utilities included. W'di & laundry available. No smok- 978-388-1745 Rent 1.5 ac to Walmart Lease $1,000/mo 1 st yr AMESBURY, MA -Lake View 1 & 2 Bedrooms, 7.2 Ac Hampstead $109k Horses OK appv'd 4-3 $ Sen Disc - Quiet country setting. Senior Discounts. 978-687-6856.. _ 5.9 Ac. Industrial lot apprv'd 13k ft, Londonderry www.gardnedakevillage.com BEAUTIFUL LOCATION SALISBURY BEACH www.sresre.com Derry & Mass (603) 432-5453 ON THE OCEAN, Monthly or anytime Pa Nashua/Hudson (603) 881 -8500 included, $1100 + 978-975-4001 BRADFORD, MA 2 Bedroom, Near Zion College, METHUEN, MA: 2500 SF ideal for profession- hardwood floors, off street parking, yard, lookups, storage, No Pets. $1150/month plus als, 7 separate rooms plus lunch room, cable utilities. Call 978-685.4493 and intemet available no NNN off 1-93 BRADFORD, MA: 2 bedroom, renovated, appli- deck, coin laundry, parking NO PETS ances,Methuen, $995 plus Call 9am-7pm. 978-372-9199 978-804-3331/702-400-4781 MA: Office building in Loop location with long tem tenants. Great income BRADFORD, MA Beautifully remodeled 2 bed- $2,975,000 First Choice Realty rooms, new kitchens, new baths, appliances, 978-689-8006 masher/dryer hookup; 2 978-37 credit required $ 0 3176 BRADFORD. MA t North Andover, MA: 8000 sf building in prime location steps to route 495. Many potential uses. Rental income 9,900 First Choice Realty 978-68-689-6006 ✓�'�Jr We Weer PLAISTOW, NH Used Car Sales/Service 30 Cars Lot Great location just off Rte 125 with 140 Come join our friendly community Feet of Frontage, 2,200 Showroom/Office only and stay warm for the winterl $2,350 Month plus Utilities *FREE heat, hot water, gas *FREE storage bin N0. ANDOVER, MA - Rte 125 -5,800 SF Retaill Visit us 28 Forest Acres Or M -F 8:30 to 4:30, Warehouse Space, Parking, Excellent Traffic Sat 10-2 movetoforestacres.corn Join Butcher Boy, China Blossom, Giant Glass BRADFORD, MA Elegant 1 bedroom overlooking and others only $10.00 NNN Ask for Steve DeSisto common cathedral ceiling exposed brick walls HAVERHILL, MA - Office/Retail Condo. Great vis- & beams No pets. $895+. 978-373-2253. ibility on Rt.125 close to 1-495 and the Plais- tow lio. Over 25,000 cars per day. Excellent condition. Presently used as Beauty Salon. hot water, hardwood, storage, deck, parking, 746 SF plus basement. Only $158,800. pool. No pets. $1200/mo. 508-284-0100 new p HAVERHILLMA - Retail / Office Space for lease. Located in busy strip mall close to 2,000 on Space available from 1,000 to 2,000 SF MOVE $15.0 $15.00 SF NNN. Ask for Charlie Coco RIGHT RIGHT IN! Coldwell Banker Commercial WIT 978-373-3897 Hampton Beach, NH Marina Area PLAISTOW Currently utilized as a function facil- Year round/ New HeatiSystern/Newy ity however possibilities are endless!$995,000 Renovated 2 + Bedrooms?,150 per month CLASSIC HOMES RE Proof ofEmploymentis required 603-382-0360 Call 3itory Rockport, MA - Three -unit mixed use building HAVERHILLMA-1st floor 2 bedroom, fenced in central business district. Highly visible yard, washer/dryer, no smoking $1000 electric storefront with foot traffic. Residential unit. included, 1st & last Ready 10/1 978-994-2331 above. Security system and storage. $525,000 Rick Petralia (978) 239-6207 J Barrett Realty, HAVERHILL, MA 2 bedroom, 3rd floor, newly renovated, new appliances, hardwood antile, SUMMERVIEW R. E. neat and netCaus7837576741000/month Homes/Land/Retail/Commercial Wulti-Unit Buildings p HAVERHILLMA © Bright, cheery newly renovated 2 bedroom on busline. Large deck. 6.24 Ac. near Walmart, Owner Finance Must see! $750/mo. Call 978-372-0592 3 Unit, Central NH $234,000 21 Units So. NH $1,595,000 30 Units No. NH $830,000 9 Warehouses. So NH... $1.4M HAVERHILL MA - Cozy 2nd floor 1 bedroom, modern kitchen & bath, wood floors, parking. $750 no utilities. No dogs. 978-618-4112 HAVERHILL, MA: Landlord Occupied quiet build - in , small 3rd floor attic , 2 bedroom, no pets, 7501 st month + security 978-374-9860 13 Commercial Office Bldg... $789,000 14 ! Strip So.NH....$1 ,1 95,000 7 Units Mixed Use, So. NH $449,000 6 unit office building & 2 ac $879k 5 Apartments, So. NH $279,000 7 Apartments! Garages $679,000 8 Unit Apartment Bldg... $424,000 HAVERHILLMA: Long or short term furnished 1 bedroom apartment all utilities, parking, no pets, $675 6 $795 refs req. 978-373-0887 7 unit Victorian... Under Agreement 26 Apt. Reduced Me. 4 Bldgs. $1,195 HAVERHILL, MA: Northside Condo. 2 bedroom, $1075 includes heat & hot water, coin faun- --------------- - - Join our Company and make $$$ in 2012 dry.1 st/last required. Call 978-373-3024 x12 LAWRENCE, MA 3 bedroom, completely remodeled with garage. 84 Osgood Street $1100/month Call Castillo RE 404-539-7221 Call Derry & Mass (603) 432-5453 Call Nashua / Hudson (603) 881-8500 Visit our web www.sresre.com •+ LAWRENCE, MA +, .................................... Modem 1 & 2 bedroom apartments. Parking on Buy?? Sell?? site. Rents start Studios @ $645; 1 bedroom $745; 2 bedroom includes heat/hot Expand?? Lease?? watec$975+. 978-970-2300 of experience serving, Massachusetts and LAWRENCE, MA SOUTH J. Barrett & Company Heat & Hot Water Included Make the Right Decision Newly remodeled 1 bedroom apartment with Call for a FREE Consultation updated appliances, Starting at $800 monthly. No pets. Call 978-682-4891. Rick Petralia, Real Estate METHUEN, MA - Birchwood Rd. Newly renovated 3 bedroom, garage, $1200 Sales Consultant METHUEN, MA 15 2 bedroom $725+- 875+. of experience serving, Massachusetts and Free mo w/yr lease. Near ctr, well maintained J. Barrett & Company complex, laundry on-site, no pets 978-794-5356 .............978-239-6207....................... METHUEN, MA 2 Bedroom, Newly remodeled BEAUTIFUL LOCATION SALISBURY BEACH, MA: ON THE OCEAN Winter Rental, 2-3 bedrooms, parking, $1100+ monthly. Call 978-975-4001 Gloucester, MA- Updated two-bedroom boasts energy-efficient furnace, replacement win- dows, laundry room, storage, wood deck. Of- fice space option with separate entrance. Rick Petralia (978) 239-6207 J. Barrett Realty METHUEN, MA - MOVE IN NOW & Receive September rent FREE! 2 bedroom 2 bathroom includes gas heat and hot water, modem kitchen, unique loft style apts. Pet friendly. *Ask about our no security deposit program! Call 978-208-2386 EHO Rockport- 2 Bedroom apartment in modem complex with parking and amanities. located, near front 6 rear beach, downtown & train station. $985/month includes Hot water. Rick Petralia 978-865-1203 J .Barrett Realty ' METHUEN, MA OPEN HOUSE Sun 9/23,12-2 8 Elsmere Ave, Newly renovated, 2/3 beds, 1 st floor, No Smoking, Cats OK, $1200/month, 1 st & security Call 978-420-5071/5070 NO. ANDOVER, MA: 2 6 3 bedrooms, hard- wood floors, downtown. Convenient location. From $1000 to $1300.978-683-0472 Rockport -1 bedroom in well managed com- plex, parking, pool, laundry, a/c, modern kitchen, large closets, security, w/d, near beaches, downtown & train $850/month Rick Petralia 978-865-1203 J. Barrett Realty Gloucester, MA - Updated three-bedroom with energy efficient heating & windows, read- ing room, laundry room, extra storage and open wood deck.. Near center, 128 and more. Rick Petralia (978) 239-6207 J Barrett Realty SALEM, MA: 1 BEDROOM, $695, near college, clean, modem, Available September._ coin -op 508-954-8445 SALEM, MA Renovated bam, end of dead end street, 2nd floor, 2 bedroom unit, fully app!i- anced.kitchen, central air, washer dryer, sepa- rate entrance. Plenty of parking. 1 mile to train. No pets, no smoking. Refs. Avail. imme- diatelv.$1250mo.+ubls & sec. 978-502-4457. 1 with updated appliances. $930/Month newly applianced, washer/dryer, $1500/mo. Call 978-682-4891 NEEDED!! EXPERIENCED AGENTS METHUEN, MA - Birchwood Rd. Newly renovated 3 bedroom, garage, $1200 Extremely Busy Real Estate firm with 30 years mo. no utilities. 1 st & last. Call 978-771-1288 of experience serving, Massachusetts and METHUEN, MA Cute 2 bedroom in 2 family, South New Hampshire Seeks successful full time, Experienced agents for corporate new appliances, off street parking, very large Relocation, REO, Commercial and Residential backyard. Large basement, private storage. sales. Experienced agents only Laundry hookups. Hickory Hill area. $1025 no Call 978-689-8006 First Choice Realty Group utilities. 1st & security. No smoking. Small "Where Service Is Our Foundation" dog/cat ok. Available now. 978-768-7380 NH AGENTS WANTED! Generous commission METHUEN, MA splits/no franchise/desk fees. Karen Riddle ELM CREST ESTATES LoPilato confidentially 603-553-4334. ALL UTILITIES INCLUDED CLASSIC HOMES RE 2Bedroom-$1,100 monthly CLOSE TO MA/NH border, Rtes. 95/495,Maintenance 1 Bedroom - $910 monthly Newly remodeled apartments with updated One & Two bedroom condos. Clean and quiet! $900+ up. No dogs. 603-893-5726. appliances. No pets. For more info go to Large apartment complex in Amesbury, MA wwwfonent.corrV elmcrestestates WLLOWS PARK or call 978-682-4891. BEAUTIFUL LOCATION SALISBURY BEACH, MA: ON THE OCEAN Winter Rental, 2-3 bedrooms, parking, $1100+ monthly. Call 978-975-4001 Gloucester, MA- Updated two-bedroom boasts energy-efficient furnace, replacement win- dows, laundry room, storage, wood deck. Of- fice space option with separate entrance. Rick Petralia (978) 239-6207 J. Barrett Realty METHUEN, MA - MOVE IN NOW & Receive September rent FREE! 2 bedroom 2 bathroom includes gas heat and hot water, modem kitchen, unique loft style apts. Pet friendly. *Ask about our no security deposit program! Call 978-208-2386 EHO Rockport- 2 Bedroom apartment in modem complex with parking and amanities. located, near front 6 rear beach, downtown & train station. $985/month includes Hot water. Rick Petralia 978-865-1203 J .Barrett Realty ' METHUEN, MA OPEN HOUSE Sun 9/23,12-2 8 Elsmere Ave, Newly renovated, 2/3 beds, 1 st floor, No Smoking, Cats OK, $1200/month, 1 st & security Call 978-420-5071/5070 NO. ANDOVER, MA: 2 6 3 bedrooms, hard- wood floors, downtown. Convenient location. From $1000 to $1300.978-683-0472 Rockport -1 bedroom in well managed com- plex, parking, pool, laundry, a/c, modern kitchen, large closets, security, w/d, near beaches, downtown & train $850/month Rick Petralia 978-865-1203 J. Barrett Realty Gloucester, MA - Updated three-bedroom with energy efficient heating & windows, read- ing room, laundry room, extra storage and open wood deck.. Near center, 128 and more. Rick Petralia (978) 239-6207 J Barrett Realty SALEM, MA: 1 BEDROOM, $695, near college, clean, modem, Available September._ coin -op 508-954-8445 SALEM, MA Renovated bam, end of dead end street, 2nd floor, 2 bedroom unit, fully app!i- anced.kitchen, central air, washer dryer, sepa- rate entrance. Plenty of parking. 1 mile to train. No pets, no smoking. Refs. Avail. imme- diatelv.$1250mo.+ubls & sec. 978-502-4457. 1 SALISBURY BEACH, MA - 2nd floor, 3 bedroom, e c can a room con o. rent includes heat/ hot water, parking 6 laundry on newly applianced, washer/dryer, $1500/mo. premises. $350/mo. lst/sec./credit check tyr No deposit required. 978-834-6040 lease. No smokers or Pets Call 603-318-0103 r��8AIlir AN& HAVERHILL, MA: Share House $550/mo., + 1/2 SALEM, NH: 4 room, 2 bedroom. Includes BEVERLY, MA. Shared living home. Woman CLEANING HELP: needed part time, could lead all utilities & cable. $1100. No smoking, no with mild learning challenges is seeking to full time, for work in Merr. Valley & No. pets, Sec. deposit req. 603-893-1420 9am-7pm individual or couple who knows how to make a house a home. Favorable rent situation & stipend h exchange for your support, pres- Shore. Own car required. Call 978-475-3370 SALEM, NH Best Location! 2 & 3 bedrooms $1,050 -$1,400; includes heat / hot water; 2 DRIVER CDL VOCALISTS for 60'S Bandbaths, ig shared family/social time. you feel it's -A bedroom deluxe with balcony. Very clean, full Y ry Y applianced. No dogs. 603-458-1884 the the right fit for you and you have an open a 3-5 yrs experience. Physical work. Boston area. Weds 6 Sunday nights. Most for fun & some heart, respond to Ishinerock@gmail.co. Early hours, good pay Call 603-748-1134 SALEM NH - Near 93: CLOSE TO MA/NH border, Rtes. 95/495,Maintenance FT Person One & Two bedroom condos. Clean and quiet! $900+ up. No dogs. 603-893-5726. share large house. No pets. Heat, electric, washer/dryer included. $545. Large apartment complex in Amesbury, MA SALEM, NH - WLLOWS PARK NON-SMOKER Call 603-394-7336; or 978-807-0569 seeks experience maintenance technician. Duties include painting, light plumbing and HEAT & HOT WATER INCLUDED electrical. On call required Call 978-388-1745 2 Bedroom - $990 monthly. or send resume to 978-388-4392 1 Bedroom - $880 monthly DANVERS, MA- Available 10/1, Bedroom &bath GIANT GLASS is Hiring! Newly remodeled apartments with updated ap- pliances. No pets. for rent furnished or unfurnished. Utilities included. W'di & laundry available. No smok- For more info go to ing, no pets. $650, 1 st & last. 978-317-8303 Customer Service Reps. Please contact Donna wwwfonent.cornwillowparknh Richmond at: drichmond@giantglass.com DERRY NH Sha 1 2 b d d or call 603-894A631 SALISBURY BEACH, MA - 2nd floor, 3 bedroom, e c can a room con o. rent includes heat/ hot water, parking 6 laundry on newly applianced, washer/dryer, $1500/mo. premises. $350/mo. lst/sec./credit check tyr No deposit required. 978-834-6040 lease. No smokers or Pets Call 603-318-0103 r��8AIlir AN& HAVERHILL, MA: Share House $550/mo., + 1/2 SEABROOK BEACH, NH Rt 286 & Rt 1A Ocean- deposit everything included, nice location, front, 1 bedroom, furnished, $795/utilities/N, close to 495, must like dogs (978) 265-0934 available for next 10 months. 978-475-3884 LEM, NH KINGSTON, NH - NEWTON/KINGSTON LINE to Getting Divorced? Live at the Salisbury NO Andover MA NEW SPACE Jefferson Park share home, no smoking $150 per week, in - cludes utilities except propane, 603-944-3493 Rt 114. Full service individual offices. $495 -up VOCALISTS for 60'S Bandbaths, Lawrence, MA - Responsible person wanted to 978-685-5440 www.officesuftes.com PLAISTOW NH commercialindustrial space 9 offices / common / conference MORE!! 5820 sq.ft.$10.00 sq.ft. + NNN.4900 sq.ft. storage $2.00 sq.ft.+ NNN CLASSIC HOMES RE 603-382-0360 Rockport, MA - Centered in business district of shops and restaurants is this charming two-st- ory retail landmark Currently, a year-round res- taurant with on-site parking. $425,000 Rick Petralia (978) 239-6207J Barrett Realty, SUMMERVIEW R.E. COMMERCIAL RENTALS *RETAIL: Southern NH Offices from $250/mo, includes utilities 5 room Doctors Office....$1295/mo all utilities 1,20011. Retail Warehouse $1295 1,000ft. Center Hudson NH... $995 7,000ft. Bldg., Chester NH... $2500 1350ft. Hooksett NH... $1495 'WAREHOUSE: Southern NH 4,000 sq.ft. also Retail & Warehouse 2000 sq.ft. Derry & Mezz $1195 Spaces from 700 - 40,000 ft. 1500 sq.ft. door $1250 800410,000 sq.ft. some Docks OFFICES: Southern NH 1 room, utilities included, Derry $300 20x24 Utilities included, Derry $495 Mill Space parking from 100 - 400 cars, 300-5,000sf www.sresre.com Derry 6 Mass (603) 432-5453 Nashua/Hudson (603) 881 -8500 WAKEFIELD MA 1,000 sf No fee 1st month free bakery/catering/florist or other business. Plus basement storage $1095/mo. 617-875-0594 share 2 bedroom possibly first floor area by 12/3/12 Move in. $700/mo+ 508-982-1368 Lawrence, MA - Responsible person wanted to share 2 bedroom possibly first floor in law area by 12/3/12 Move in . $700 month plus until 508-982-1368 wNUUlvutfty, IVH.- Large sunny nome to snare with responsible professional non smoker f emale. Off Rte, 93, Washer/dyer, garage, large backyard and porch in friendly neighborhood near Lake Massabesic 6 Ottudobon $700, in rh mac titilitias $100 extra if with nate 603-425-2804 MAGNOLIA, MA: Share large Victorian near ocean. No pets. No smoking. From $125 per week includes utilities. (978) 774-4704 PEABODY, MA close to highways, furnished, cleaning person, off street parking, laundry hook-up, all utilities included, 1st & last. $600/mo. (978) 977-0022 PEABODY MA: West, House to share, $650/mo, central air, parking, close to major highways, no smoking, no pets call Joe 978-729-4597 SALEM, MA: Female seeking same to share 2 bedroom apartment in large house, with park- ing. I have a cat. Near ocean & Salem State $750 includes utilities (781) 254-3056 SALEM, NH female seeks same, master bed- Newspaper Home Delivery room, private bath, washer/ dryer, all utilities, PCF, Inc. is seeking Delivery Service Providers intemet, $695. No pets. 603-475-4494. (DSPs) for newspaper home delivery routes. DSPs are independently contracted. Most SALEM, NH Professional gay friendly male routes are 7 days per week, 2-3 hours daily, seeks same, 2 bedroom Condo, fully furnished, starting around 3AM. $400-$500/bi-weekly. ht/ ht watr/ ltic/cblildd, $600 Routes in Gloucester, Essex, Andover and Pea- eaoeeecrae ncue No pets 1st & security. 603-571-3776. body. No $$ collections. Must be 18 or older. r Call: 1-800-515-8000 Ifih.0 /Fire DERRY, NH 6 Windham Road, 2 bedrooms, stove, fridge, dishwasher & laundry hookups, $1045/month. 603-635-7847/978-815-7580 Homeless Shelter Care Staff (Haverhill, MA). Immediate FT+ PT Openings, 11 PM - BAM Shift. No experience necessary. PAID TRAINING! Benefits Available and Com- petitive Wages. Fill out an application at: www.AdvancedSecurityServices.net Women Are Encouraged to Apply'*" IMMEDIATE OPENING! KENNEL HELP Part-time kennel help wanted for busy dog/cat boarding kennel. Holiday/weekends a must! Must love dogs. Be dependable with own vehicle. Cross training on our front service desk. Good customer skills. Daily duties include walk- ing, feeding, daily cleaning, and disinfecting of the runs/play areas. Apply in person, Aintree Kennel Washington Street, West Boxford, MA 978-352-6442 METAL FABRICATOR Ipswich Bay Glass Co. Inc..is the largest com- mercial glazing contractor in New England. We are located in a three building complex in Rowley, MA. approximately thirty minutes North of Boston. Ipswich Bay Glass Co, Inc. currently has imme- diate openings for metal fabricators. This posi- tion consists of assembling various types of aluminum curtain \Valls and window framing, as well as installing glass. Candidates must be mechanically inclined and have experience reading and working with blueprints. Experi- enced individuals from related trades such as carpentry, millwork or sheet metal are encour- aged to apply. Benefits include paid health insurance, pension and annuity plans, holidays and vacation. Hourly wage is based on experience of the candidate. Overtime is available. Ipswich Bay Glass Co., Inc. is an equal opportunity em- ployer. Please forward all inquiries via email to cjanvrin@ibglass.com or via fax at 978-948-2903. SALISBURY, MA - One mile from beach, de- pendable quiet, person to share house { kitchen / utilities, washer/dryer, cable. Parking. Large yard, deck. Ng pets. Smokers welcome. $650. Call Sandy 978-465-2209 Tiff ANA SALEM, NH 2 bedroom, washer/dryer hookup, 1.5 baths, $1200/month plus security. No smoking / no pets. Call 603-893-1726 CFO A CLEAN quiet, safe bldg next to YWCA, YMCA, Employment City Hall. Lowest rents. Near public trans. 4 hr move -in. Lawrence, 978-975-5103 Hampton Beach, NH 1 Bedroom Condos, Featur- ing FREE Internet, hot tub spa, fitness room, NOTICE elevator service, 1 block from beach and Some advertisements running in this boardwalk. No lease required. Starting at $200/week -$550 month. Call 603-929-0685 category may require an investment LAWRENCE MA best rooming house 59 Tremont 978-689-8924, 362 Essex ' 978-682-9078 Saba RE 978-687-8706 LAWRENCE, MA FINEST ROOMING HOUSE, Sober/ Drug Free, 200 Parker St. (978) 683-6682 LAWRENCE, MA - Furnished room ATTENTION CAREGIVERS! If you are a PCA, CNA, Nurse or offer personal care services please go to the business and service directory and check out the category for Adult Care. Yours services are needed! starting at $120/wk. Drug-free Transport special needs students. P/C split shift, $11/hr. Save on Gas! Use company van for your commute. For details, 978-794-3039 • • • SALISBURY MA, furnished cabin with private ltyGrop 184 Pleasant Valley St., bath, kitchenette, parking, all utilities, $180/ Suite 1-102 F]RSTCHOICE Methuen, 978-689-8MA 00 0001044 week. week. Call (978)465-3392 Experienced TOW TRUCK DRIVER needed APPLY WITHIN - No Phone Calls! 1608 Main St, Tewksbury MA 01876 14 A-1 RENTALS LEM, NH ' Getting Divorced? Live at the Salisbury 7d Licensed Van Drivers NOW HIRING ALL POSITIONS APPLY AT 55 Newbury St., Peabody, MA 220 Main St., Wilmington, MA Mgrs. pis. fax resumes 781-623-7959 RESTAURANT JOBS! No Resume! No Problem! Monster Match assigns a professional to hand -match each job seeker with each employer! This is a FREE service! Simply create your profile by phone or online and, for the next 90 -days, our professionals will match your profile to employees. CREATE YOUR PROFILE NOW BY PHONE OR BY WEB FREE Call today or any day! Use Job Code 37! 1-866-321-8985 or northofboston.com/monster No Resume Needed Call the automated phone profiling system or use our convenient Online form today so our professionals can get started matching ybu with employers that are hiring - NOW! Choose from one of the following positions to enter your information: • Cooks, Chefs, & Bakers *Sandwich -Salad -Coffee • Prep. •Waitstaff *Cashier •Management •Bus Person & Barf3ack •Dishwasher •Host-Hostess/Makre De •Bartender The Governor's Academy Dining Services Part Time Evening Dining Room Assistant posi- tion. Please view our job posting and applica- tion instructions at www.govsacademy.org . EOE. Inn. From $175week. 978465-5584 Transport special needs students. P/C split shift, $11/hr. Save on Gas! Use company van for your commute. through Friday, • • • 8 a.m. to 6 p.m. ltyGrop 184 Pleasant Valley St., Help with 71) license available Suite 1-102 F]RSTCHOICE Methuen, 978-689-8MA 00 0001044 , �Is carol@nrtbus.com 978-291-0351 Fax:1.877.927.9400 NASHUA, NH: LEM, NH ' Cannongate 2 bedroom 1.5 bath Townhouse Condo, m Luxury Apartments 7H& ab ne,freshng&carpets,ne VOCALISTS for 60'S Bandbaths, OT WATER INCLUDED entchen fresh paint. Gas heat, central air. Finished family room with slider. One Singer for 60's Rock N' Roll Band. Practice for availability Pool, tennis, 2 car parkng. Weds 6 Sunday nights. Most for fun & some -470-2929 Convenient to highway 6 shopping gigs. Newton, NH area, Leo 603-365-6804 $1350/mo., no utilities, security required. Scott Commercial & Industrial Call 603-493-5055 Real Estate, LLC 00 • rr (Warehouse space from 2,000 to 30,000sf. Lease from $5.00nnn. Commercial condos, office & whse/mfg, lease or purchase. 0 Rentals, Retail, Office, Warehouse, Homes. can sell LWe ur business! 1 To Be Included in this Directory Call classified marketplace: Monday David Guselll through Friday, `` First 8 a.m. to 6 p.m. ltyGrop 184 Pleasant Valley St., Tel. 1.800.927.9200 Suite 1-102 F]RSTCHOICE Methuen, 978-689-8MA 00 0001044 i� �t 6 REALTY daveg®firstchoicerg.com Fax:1.877.927.9400 Ir 20 Wednesday, September 19, 2012 THE EAGLE -TRIBUNE On Site Trash Removal North Andover area Must have own pickup truck. 7 days a week Call mike 781-771-6090 OFFICE SUPPORT/ RECORDS SUPPORT Lawrence, MA Entry-level position involves verifying insurance information, opening clinical files, filing charts, answering phones, forwarding calls, greeting clients and other functions as needed. You must be able to utilize computers, work inde- pendently, respect confidentiality and pay a close attention to detail. We provide excellent training, opportunities for career advancement and a competitive benefits package. South Bay is committed to diversity and welcomes bilingual and multi cul- tural applicants. Come bring your strengths and skills into play as a member of our dedi- cated team of professionals. Write to: Recruiting, South Bay Mental Health Center 1115 West Chestnut Street Brockton, MA 02301 Fax to: 508-580-5162 or email at: jobs@southbaymentalhealth.com www.southbaymentalhealth.com Personal Lines Customer Service Rep Experienced Only Auto 8 Home Insurance. Bilingual. Fax resume to 978-794-8583 or email to joanne@JKMillsins.com The Governor's Academy Advancement Office FT Annual Fund Admin. Coord. position Please view our job posting and application instructions at www.govsacademy.org. EOE. NOTICE OF PUBLIC MEETING Notice is hereby given that the Lawrence Planning Board will hold a public meeting on October 3, 2012 at 7:00 PM in the City Coun- cil Chambers, City Hall, 200 Com- mon St., Lawrence, MA to all par- ties interested in the application by Cesar Chaco, 2 Museum Square, Lawrence, MA for modifications to a previously approved site plan in ac- cordance with Section 29-27 for the expansion of the proposed structure and building a second floor. The property known as 135-137 Park St. is located in a B-2 zoning district. By order of the Lawrence Planning Bd. Norman Nimmo, Chairman ET - 9/19, 9/26/12 NOTICE OF PUBLIC MEETING Notice is hereby given that the Lawrence Planning Board will hold a public meeting on October 3, 2012 at 7:00 PM in the City Council Chambers, City Hall, 200 Common St., Lawrence, MA to all parties in- terested in the application by North- east Environmental Proc., LLC, 30 Water St., Lawrence, MA for approv- al of a site plan in accordance with Section 29-27 for new construction of a new steel frame building to be used for processing on property known as 30 Water St. which is lo- cated in an 1-2 zoning district. By order of the Lawrence Plan- ning Bd. Norman Nimmo, Chairman ET - 9/19, 9/26/12 PUBLIC NOTICE of Site View and Merrimack Valley Planning Commission Adjudicatory Board Meeting At 1:00 p.m. on Thursday, Sep- tember 27, 2012, there will be a Site View at the location of the pro- posed discontinuance of a section of County Road layout at 15 Haver- hill Road (Route 110) in Amesbury, MA. The Site View will be followed at 2:00 p.m. by a meeting of the Mer- rimack Valley Planning Commission Adjudicatory Board, which will be held in the Mayor's Office at Ames- bury City Hall, 62 Pleasant Street. The Adjudicatory Board will be hear- ing comments on the proposed right of way discontinuance and taking action. Please contact Anthony Komor- nick at the Merrimack Valley Plan- ning Commission at 978-394-0519 if you have any questions. ET - 9/19/12 Ads In This Classification Are WORK WANTED NOT HELP WANTED IMMEDIATE OPENING! IF YOU ARE LOOKING FOR A POSITION AS A CARE GIVER PLEASE CHECK OUT THE ADULT CARE SECTION IN THE BUSINESS AND SERV- ICE DIRECTORY. PEOPLE LOOKING FOR PCAS, HEALTH AIDES, CNAS HAVE ADS RUNN- ING AND COULD USE YOUR HELP NURSING JOBS! . No Resume? No Problem! Monster Match assigns a professional to hand -match each job seeker with each employer! This is a FREE service! . Simply create your profile .by phone or online and, for the next 90 -days, our professionals will match your profile to employers who are hiring right now! CREATE YOUR PROFILE NOW BY PHONE OR WEB FREEI Call Today Sunday, or any dayl1 Use Job Code 521 1-866-321-8985 or northofboston.com/monster No Resume Needed! Call the automated phone profiling system or use our convenient Online form today so our professionals can get started matching you with employers that are hiring - NOW Choose from one of the following positions to enter your information: • Licensed Practical Nurse • Staff Registered Nurse • Nurse Practitioner 0 Clinical Educator • Case Management CLASSIFIED MARKETPLACE ATTENTION CAREGIVERS! If you are a PCA, CNA, Nurse or offer personal care services please go to the business and service directory and check out the category for Adult Care. Yours services are needed! RN or LPN Part Time - for busy Andover / Salem NH Dermatology office. Must have ex- cellent communication skills. Office experience helpful, but not required. Fax resume to Office Manager at 978-474-4537 RNs'/LPNs' Busy North Shore pediatric practice seeking experienced Pediatric Triage Nurses. F/T 8 P/T positions available, competitive salary, excellent benefits Fax resume to: Lorene - 978-535-2907 OR Email resume to: Idunnigan@partners. org 1:1 113 I r Assistant Regional Education Coordinator Seeking highly qualified educational leader to assist Northeast MA Regional leadership in re- alizing the promise of education for youth placed in the care and custody of DYS. The ideal candidate will be an ambitious, ener- getic, and collaborative school leader, prefera- bly with vocational and/or blended learning ex- perience, who is dedicated to education, so- cialjustice, and developing great teachers. We will screen for 1-3 years supervisory and/or instructional coaching experience; teaching experience at secondary level, best in diverse urban setting; exemplary project management skills; and the ability to commu- nicate effectively with a widely diverse stake- holders. Travel is required. Job description at collaborative.orglobs • Apply with cover letter, resume and educator license number to jobs@collaborative.org or the Collaborative for Educational Services/DYS 97 Hawley Street, Northampton, MA 01060. We welcome ALL qualified applicants. EOE/AA/A MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Theresa DeRepentigny to Mortgage Electronic Regis- tration Systems, Inc. as nominee for, First Eastern Mortgage Corporation, its successors and assigns, dated September 30, 2009 and recorded with the Essex County (Northern District) Registry of Deeds at Book 11785, Page 31 of which the Mortgage the undersigned is the present holder by assignment for breach of the conditions of said Mortgage and for the pur- pose of foreclosing same will be sold at Public Auction at 12:00 PM on September 26, 2012 at 45 Christopher Drive; Unit #108, Methuen, MA, all and singular the premises described in said Mortgage, to wit: Unit 108 (the "Unit") in Heritage Heights, a Condominium located in Methuen, Essex County, Massachusetts, created by Master Deed dated November 13, 1985 and recorded with Essex North Registry of Deeds on November 15, 1985 in Book 2080; Page 226, together with .0071995% un- divided interest in the common areas and facilities of the Condominium, and subject to and with the benefit of the Master Deed and any amend- ments thereo. The Unit is conveyed with the benefit of and subject to: (a) the provisions of Massachusetts General Laws Chapter 183A, as the same may now or hereafter be amended, (b) the Master Deed and any amendments thereo, and all matters of record stated or referred to therrein, as completely as R each were set forth herein, including, but not limited to, the phasing rights and easements reserved to the Grantor in the Master Deed, (c) the terms and conditions of Heritage Heights Homeowners Association, the By- Laws contained therein adn any rules and regulations promulgated pursuant thereo, (d) a taking by the Town of Methuen recorded with.said Registry of Deeds in Book 558, Page 420, (e) a right of way to the Town of Methuen to wit; Pitman Street recorded in said Registry of Deeds in Book 560, Page 184 and Book 559, Page 57 (f) an easement to Merrimack Essex Elec- tric Company, recorded in said Registry of Deeds in Book 881, Page 445, (g) an easement to Lawrence Gas and Electric Company recorded in said Registry of Deeds in Book 730, Page 55 (h) a special permit from the Town of Methuen, notice of whcih is recorded in said Registry of Deeds in Book 1864, Page 324 (i) an easement to Massachusetts Electric Company re- corded in said Registry of Deeds in Book 1965, Page 304 U) an easement to New England Telephone & Telegraph Company recorded in said Reg- istry of Deeds in Book 1986, Page 15 (k) Boundary and Utility Easement recorded in said Registry of Deeds in Book 2254, Page 309 (1) subject to real estate taxes attributable to the Unit for the current year whcih are not now due and payable. For Grantor's title see Deed recorded herewith. The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, liens, attorneys fees and costs pursuant to M.G.L.Ch.183A, unpaid taxes, tax titles, water bills, mu- nicipal liens and assessments, rights of tenants and parties in possession. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms if any, to be announced at the sale. First Federal Savings Bank of Boston Present Holder of said Mortgage, By Its Attorneys, Orlans Moran PLLC P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET - 9/5, 9/12, 9/19/12 MORTGAGEE'S SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain mortgage given by Lori A. Goodhue and Jason S. Goodhue to River Bank n/k/a People's United Bank dated October 26, 2006 and recorded with Essex South District Registry of Deeds in Book 26236, Page 554 of which' mortgage the undersigned is the present holder, for breach of the conditions contained in said mortgage and for the purpose of foreclosing, the same will be sold at Public Auction at 12:00 p.m. Noon on Wednesday October 17, 2012, upon the mortgaged premises located at 57 Riverdale Avenue, Unit No. A-1, in the Riverdale Terrace Estates Condominium, Haverhill, Essex County, Massachusetts, being all and singular the premises described in said mortgage, To Wit: "The following premises in the Riverdale Terrace Estates Condominium in Haverhill, Essex County, Massachu- setts; created by Master Deed dated May 13, 1986, and recorded on May 13, 1986, with Essex South Registry of Deeds, Book 8255, Page 307, being Unit No. A-1 and 57 Riverdale Avenue, Haverhill, Massachusetts together with an undivided 9.0% interest (incorrectly referenced as 0.900 in Exhibit D of the Master Deed) appertaining to Unit in the common Areas and Facilities of said Condominium, all as shown on plans filed simultaneously with the said Master Deed and Phasing Amendments hereinabove mentioned, and subject to and with the benefits of the provisions of said Master Deed. Said Master Deed being Amended to add Phase II and Phase III by a Phasing Amendment dated September 18, 1986 in Book 8524, Page 57. Said Master Deed being amended to add Phase IV and Phase V by a Phasing Amendment dated July 1, 1987 and recorded in Book 8524, Page 57. The said premises are conveyed with the benefit of and subject to (a) the provisions of Massachusetts General Laws, Chapter 183A as the same may now or hereafter be amended, (b) the Master Deed with amendments there, (c) Riverdale Terrace Estates Condominium Trust filed with Registry District as in Book 8225, Page 323, any amendments to the same, and any by-laws and rules and regulations from time to time adopted thereunder, and all matters of record stated or referred to in said Master Deed as completely as if each were fully set forth herein, (d) further subject to real estate taxes attributable to said unit for the current year not due and payable. The Unit is conveyed together with the exclusive right and easement to those portions of the common areas appOrtenant to the Unit as provided in the above -referenced Master Deed as amended. For Grantor's title see deed of Ronald Deschamp and Patricia Deschamp dated November 1, 1999 and re- corded at the South Essex Registry of Deeds at Book 16030, Page 552. Note that the aforesaid Ronald Deschamp is incorrectly referenced as "Ronald Deshamp" as a result of a scrivener's error in the aforesaid deed. See also deed of Lori A. Goodhue to Jason S. Goodhue and Lori A. Goodhue dated September 21, 2001 and recorded at the Essex South Registry of Deeds at Book 17687, Page 342." Together with all improvements now erected on the above described premises and all appurtenances, mineral, oil and gas rights and profits, water, water rights, and water stock, and all fixtures now attached to the above- described premises, all of which include replacements and additions thereto. Also together with the personal property and fixtures of every kind and description now owned by Lori A. Good- hue and Jason S. Goodhue and situated upon the premises or as an improvement thereon, together with any renewals, replacements or additions thereto or substitutions therefore, and now located at, or used in connection with the operation of the premises or the improvements, as same may be covered by said Mortgage. Said premises will be sold subject to and/or with the benefit of any and all restrictions, easements, improve- ments, covenants, municipal or zoning regulations or requirements, outstanding tax titles, municipal or other public taxes, assessments, liens or claims in the nature of liens, including Condominium fees and assessments, and existing encumbrances of record created prior to the mortgage, if any there be, and the rights of tenants and occupants of the mortgaged premises, if any there be. No representation is made as to the status of any improve- ments at the mortgaged premises and the Buyer purchases subject to all requirements related thereto. The parcel is being sold with the express acknowledgment that the Mortgagee makes no representation or warranty as to the presence or absence of any wetlands or environmental issue at all, or related to.the septic or well systems, if any, or as to any contaminants or other substances, as noted under Mass. Gen. Laws 21 E, or otherwise. If a violation of MGLA c.21 E or any other Massachusetts Statute, Code or Regulation does exist, the correction thereof will be at the Buyer's sole cost and expense, and shall be separate from the purchase price. The Buyer shall indemnify and hold harmless the Mortgagee from any and all costs, expenses or liability related to any of the aforesaid. TERMS OF SALE: TEN THOUSAND ($10,000.00) DOLLARS shall be paid in cash or by certified or bank cashier's check by the Buyer at the time and place of sale, and the balance to be paid in cash or by certified or bank cashier's check within thirty (30) days thereafter to Attorney Laura A. Mann, 221 East Main Street, Suite 205, Milford, MA 01757. The successful bidder shall be required to sign a Memorandum of Terms of Sale containing the above terms at the Auction sale. As an additional condition and term of the sale, in the event the successful bidder refuses to sign the Memo- randum of Sale or fails to complete the purchase in accordance with the terms and conditions of said foreclosure sale, the Mortgagee reserves the right to sell the mortgaged premises to the next highest bidder ("Second Bid- der") and to accept all bids upon the condition that the Second Bidder shall deposit with mortgagee's attorney the amount of the required deposit as set forth herein within three (3) business days after written notice of default of the previous highest bidder. Upon deposit of the $10,000.00 earnest money by the Second Bidder, the Second Bidder shall become the Buyer for purposes of the foregoing paragraphs and completion of the sale. In addition, in the event of default by the successful Bidder and the Second Bidder, Mortgagee reserves the right to assume the Second highest bid and proceed with the purchase of the property in accordance with the Memorandum of Sale. - This sale may be postponed or adjourned from time to time, if necessary, by the Mortgagee at the scheduled time and place of sale. The description of the premises contained in said mortgage shall control in the event of a typographical error in this publication. Other terms, if any, to be announced at the sale. . People's United Bank f/k/a River Bank Present Holder of Said Mortgage By Its Attorney, Lau?a A. Mann 221 East Main Street, Suite 205 Milford, MA 01757 (508) 478-7765 The Zekos Group Auctioneers Paul Zekos, Auctioneer MA License No. 104 (508)842-6400 ET - 9/19, 9/26, 10/3/12 AVON P Start Online Today! avonnh@aol.com 1-800-258-1815 SALES JOBS! No Resume? No Problem! Monster Match assigns a professional to hand -match each job seeker with each em- ployer! This is a FREE service! Simply create your profile by, phone or online and, for the next 90 -days, our professionals will match your profile to employers who are hiring right now! CREATE YOUR PROFILE NOW BY PHONE OR WEB FREE! Call Today Sunday, or any dayl I Use Job Code 391 1-866.321-8985 or northofboston.com/monster No Resume Needed! Call the automated phone profiling system or use our convenient Online form today so our professionals can get started matching you with employers that are hiring - NOW! Choose from one of the following positions to enter your information: 0 Inside Sales 6 Telemarketing 0 Outside / Direct Sales 0 Manufacturers Rep. 0 Wholesale Sales 0 Automotive Sales 0 Sales Engineer 0 Sales Manager 0 Marketing e Marketing Manager nlll�! ll Attention Forklift Technicians! USED EQUIPMENT MANAGER Are you considered one 0 the better technicians in your dealership? Do you have good paperwork, computer and communication skills? If so, its time to advance your career! NTTCO is looking for a Used Equipment Manager and you could be a perfect fit. Please call 978-203-2185 to speak to Jeff about a great opportunity! WANT YOUR AQ HRV CALL 978.946.2300 ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you sending them back the difference. Also be- ware when responding to classified ads that ask you to send shipping cost. Possible scam! Maclaren Stroller, $75. Graco-pedic car seat, $50. Alfa -Omega Elite car seat, $50. Call 978-685-1417, North Andover, MA PURITAN LAWN - Peabody Ma 2 lots, (four spaces). Call for details. (761) 944-0403 eves. Samsung 17", Flat screen Hi Def TV, $90. Cam- bridge Sounds Works, 3 piece Audio system, includes sub woofer and 2 satellite speakers, $90. Teac VCR, $10. Call 978-469-0979 r�r r• ADS in this category must show prices by cubic feet. Half a cord is 64 cu. ft. and a cord is 128 cu. ft. DRY! DRY! DRY! SEASONED SPLIT 16" OAK $295 SEASONED 2yr. old $345. Same Day Delivery M. Kovalchuk 978-204-9483 FIREWOOD: Cords 128 cu. ft $300, Fully sea- soned and dried, all hardwood, hand loaded, no debris. Free Qelivery within 8 miles of Haverhill, MA Call 978-360-5792 FIREWOOD FOR SALE: KD Firewood, lawful stacked measurement, delivered and stacked. www.firewoodguy.com or 603-437-0940 HARMAN MARK II , wood/coal stove $650. Vermont Castings Resolute Wood Stove $500 both stoves in GREAT SHAPE! Call (603) 642-5154 SEASONED FIREWOOD Free Local Delivery - BUY EARLY 8 $AVE !! Call 978-304-3116 or 978 -927 -WOOD MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain Mortgage given by Wade Willwerth to Mortgage Electronic Registration Systems, Inc. as nominee for, Homecomings Financial Network, Inc., fts successors and assigns, dated November 10, 2004 and recorded with the Essex County (Northern District) Registry of Deeds at Book 9185, Page 262 of which the Mortgage the undersigned is the present holder by assign- ment for Breach of the conditions of said Mortgage and for the purpose of - foreclosing same will be sold at Public Auction at 09:00 AM on September 26, 2012 at 73 Elm Street, Lawrence, MA, all and singular the premises described in said Mortgage, to wit: The land in Lawrence, having an address of 73 Elm Street, Lawrence, Essex'County, Massachusetts, and being more particularly described as Lot 97-3-1 on a plan of land entitled "Plan of Land in Lawrence, Mass., prepared for Mario A. lannuccillo Jr, dated November 9, 2001, James J. Curran, PLS, and recorded in the North Essex Registry of Deeds on April 29 , 2002 as Plan #14259 to which plan reference may be had for a more particular de- scription. Said Lot contains 1,944 square feet, more or less, as shown on said plan. Reference is made to two decisions of the Lawrence Zoning Board of Appeals,t he first one dated September 12, 2001 adn recorded on April 25, 2002 as Instrument #18147 and the second dated January 3, 2002 and recorded on April 25, 2002 as Instrument #18148. Subject to easements of record as shown on a plan of land entitled, "Plan of Land, location, 71-73 Elm St. , 11 1-1 17 Jackson St. and 117-119 Jackson St. Lawrence MA prepared for Mario I. lannuccillo Jr., Scott L. Giles and Frank S. Giles, Surveying, dated July 11, 2001 and recorded on April 29, 2002 as Plan #14258. Subject to an access easement as shown on the above referenced Plan #14259. Subject to any encumbrances of record. For title reference, see deed recorded at Book 6835, Page 52 The premises are to be sold subject to and with the benefit of all ease- ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water bills, municipal liens and assessments, rights of tenants and parties in pos- session. TERMS OF SALE: A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00) in the form of a certified check or bank treasurer's check will be required to be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paid within thirty (30) days from the sale date in the form of a certified check, bank treasurer's check or other check satisfactory to Mortgagee's attorney. The Mortgagee reserves the right to bid at the sale, to reject any and all bids, to continue the sale and to amend the terms of the sale by written or oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The description of the premises contained in said mortgage shall control in the event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms if any, to be announced at the sale. Deutsche Bank Trust Company Americas as Trustee for RALI 2004QS16 Present Holder of said Mortgage, By Its Attorneys, Orlans Moran PLLC . P.O. Box 962169 Boston, MA 02196 Phone: (617) 502-4100 ET - 9/5, 9/12, 9/19/12 NOTICE OF MORTGAGEE'S SALE OF REAL ESTATE 4111110" By virtue and in execution of the Power of Sale contained in a certain mortgage given by Jeff J. Akstin to Mortgage Electronic Registration Sys- tems, Inc., as nominee for VIP Mortgage Corp. dated March 29, 2007, re- corded with the Essex County (Southern District) Registry of Deeds in Book 26688, Page 438 of which mortgage the undersigned is the present holder for breach of conditions of said mortgage and for the purpose of foreclosing the same will be sold at PUBLIC AUCTION at 01:00 PM on September 27, 2012, on the mortgaged premises. The entire mortgaged premises, all and singular, the premises as described in said mortgage: A certain parcel of land with the buildings thereon, situate on the west- erly side of South Chestnut Street in the Bradford District of said Haverhill, bounded and described as follows: Beginning at the southeasterly corner thereof on said South Chestnut Street at land formerly of Albert Kimball and now or formerly of Herbert W. Kimball; thence running Westerly by said Kimball land fifty-four (54) feet and four (4) inches; thence Southerly still by said Kimball land about eighteen (1 8) feet to land formerly of Jacob Kimball and now or formerly of Dudley W. Gage; thence again Westerly by said land of Gage about twenty-five (25) feet to land formerly of J. M. Gould, and now or formerly of Grace A. Anthony; thence Northerly by said land of Anthony about sixty-six (66) feet to South Green Street; thence Southerly by said South Green Street about eighty-one (81) feet to South Chestnut Street; thence Southerly by said South Chestnut Street fifty (50) feet, more or less, to the point of beginning. Containing 4,450 square feet, more or less. Subject to and with the benefit of easements, reservation, restrictions, and taking of record, if any, insofar as the same are now in force and ap- plicable. In the event of any typographical error set forth herein in the legal de- scription of the premises, the description as set forth and contained in the mortgage shall control by reference. This property has the address of 49 South Chestnut Street, Haverhill, MA 01835. Together with all the improvements now or hereafter erected on the prop- erty and all easements, rights, appurtenances, rents, royalties, mineral, oil and gas rights and profits, water rights and stock and all fixtures now or hereafter a part of the property. All replacements and additions shall also be covered by this sale. Terms of Sale: Said premises will be sold subject to any and all unpaid taxes and assessments, tax sales, tax titles and other municipal liens and water or sewer liens and State or County transfer fees, if any there are, and TEN THOUSAND DOLLARS ($10,000.00) in cashier's or certified check will be required to be paid by the purchaser at the time and place of the sale as a deposit and the balance in cashier's or certified check will be due in thirty (30) days, at the offices of Doonan, Graves & Longoria, LLC, 100 Cummings Center, Suite 225D, Beverly, MA 01915, time being of the essence. The Mortgagee reserves the right to postpone the sale to a later date by public proclamation at the time and date appointed for the sale and to further postpone at any adjourned sale -date by public proclamation at the time and date appointed for the adjourned sale date. The premises is to be sold subject to and with the benefit of all ease- ments, restrictions, leases, tenancies, and rights of possession, building and zoning laws, encumbrances, condominium liens, if any and all other claim in the nature of liens, if any there be, In the event that the successful bidder at the foreclosure sale shall default in purchasing the within described -property according to the terms of this Notice of Sale and/or the terms of the Memorandum of Sale executed at the time of foreclosure, the Mortgagee reserves the right to sell the property by foreclosure deed to the second highest bidder, providing that said sec- ond highest bidder shall deposit with the Mortgagee's attorneys, DOONAN, GRAVES, & LONGORIA LLC, 100 Cummings Center, Suite 225D, Beverly, MA 01915, the amount of the required deposit as set forth herein within three (3) business days after written notice of the default of the previous highest bidder and title shall be conveyed to the said second highest bidder within thirty (30) days of said written notice. If the second highest bidder declines to purchase the within described property, the Mortgagee reserves the right to purchase the within described property at the amount bid by the -second highest bidder. The foreclosure deed and the consideration paid by the successful bid- der shall be held in escrow by DOONAN, GRAVES, & LONGORIA LLC, (hereinafter called the "Escrow Agent") until the deed shall ba released from escrow to the successful bidder at the same time as the consideration is released to the Mortgagee, thirty (30) days after the date of sale, whereupon all obligations of the Escrow Agent shall be deemed to have been properly fulfilled and the Escrow Agent shall be discharged. Other terms to be announced at the sale. Dated: August 28, 2012, New York Community Bank, By: Reneau Longo- ria, Esq., DOONAN, GRAVES, & LONGORIA LLC, 100 Cummings Center, Suite 225D, Beverly, MA 01915, 978-921-2670, www.dgandl.com (1473.67)(Akstin)(09-05-12, 09-12-12, 09-19-12)(292509) ET - 9/5, 9/12, 9/19/12 CHRISTMAS TREES Come and cut yourself! 8' and 12' tall. Call 603-382-4437 FREE 2 White Overstuffed Livingroom Chairs just come and get them (978) 281-3448 FREE FIREWOOD 108 Commercial St., Gloucester, MA You pick up no charge ask for Sam (978) 283-0286 FREE Upright Piano, by Hardman, pristine con- dition, with bench. Very attractive. Take it away. Rockport, (978) 546-7708, leave msg. yyyy1�y ATTENTION FUEL CONSUMERS: All ads in this classification run in our 10 paper "Classified Connection' that covers the North Shore, Merrimack Valley and Southern New Hampshire. Ads appearing in this section may or may not deliver to this entire market. Prices may reflect a "Local" delivery area only and may be higher for an extended delivery area. TTTTTT BEDROOM SET, 7pc solid chem/wood, sleigh. New in (foxes. Sacrifice $895. Call 603-235-1773 Brand New RNiner! Never used, medium brown color, $250. Call 603-327-5585/603-890-5756 BRAND NEW WRITING DESK can be used as computer/table or TV stand combo. Asking $100 or best offet Call 978-927-1933 Camelback Sofa, blue and white checkered, purchase general Etock store, 72" Long, $200 Call 978-685-1411 North Andover, MA CHANGING TABLE/DOUBLE DRESSER, crib which converts to junior bed, assorted toyt, $400.978-374-8586 DINING ROOM TABLE, 4 chairs, and china cabinet $400 97B-374-8586 Dry Sink, good condition, $50 Hutch, large, good condition, $125 Call 978-468-7778 S. Hamilton, MA King bed set, prise condition, pine, bureau - 2 tall, 1 with :,head board, night stand, Contemporary Strfe, $900 Call 781-234-0149 e Kitchen/Dining rooms set Beautiful 48" butcher block pedestal table solid maple w/ - cherry stain, 2-12" leaves extend to 72" 2 arm chairs 8 4 side chats new $3000 sell $875 •Dining Room Set 721 x 44" W Beautiful Ma- hogany/walnut veneer top, 2-19" ext. leaves, 2 arm chairs 8 6 sidd chairs cost new $4500 sell $975 MOVING 9784,681-7526 No. Andover COMMONWEALTH OF MASSACHUSETTS THE TRIAL COURT PROBATE AND FAMILY COURT Essex Probate and Family Court 36 Federal Street Salem, MA 01970 Docket No. ES12D2092DR DIVORCE SUMMONS BY PUBLICATION AND MAILING Deyardra Nunez VS. Torib!o E Vazquez To the Defendant: The Plaintiff has filed a Complaint for Divorce requesting that the Court grant a divorce for UTTER DESERTION The Complaint is on file at the Court. An Automatic Restraining Or- der has been entered in this matter preventing you from taking any ac- tion which would negatively impact the current financial status of either party. SEE Supplemental Probate Court Rule 411. You are hereby summoned and required to serve upon: Deyanire Nunez 536 Hadley West Dr. Haverhill+ MA 01832 your answer, i1 any, on or before 01/28/2013. If you fail to do so, the court will proceed to the hearing and adjudication of this action. You are also required to file a copy of your answer, if any, in the office of the Register of this Court. WITNESS, Hon. Mary Anne Sa- hagian, First Justice of this Court. Date: September 13, 2012 Pamela Casey O'Brien Register of Probate ET - 9/19/12 s Stevens Estate Window Replacement North Andover, MA Kang Associates, Inc. September 19, 2012 INVITATION TO BID The Town of North Andover, the Awarding Authority, invites sealed bids from general contractors for the construction of the Stevens Estate Window Replacement in North Andover, Massachusetts, in accor- dance with the documents prepared by Kang Associates, Inc. The project consists of asbestos abatement, window replacement, painting of windows, and repair and painting of exterior trims and wood components. The work is estimated to cost $200,000. . General bidders must be certi- fied by the Division of Capital Asset Management in the following cate- gory of work: Doors and Windows. Bids are subject to M.G.L. c. 149 §44A -J and to minimum wage rates as required by M.G.L. c.149 §§26 to 27H inclusive. General Bids will be received un- til 2:OOPM on October 3, 2012 at the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North Andover, MA and publicly opened, forthwith. There are no Filed Sub -Bids. Mailed bids should be sent to the North Andover Town Hall, 120 Main Street, Office of the Town Manager, North . Andover, MA 01845 and received no later than the date and time specified above. General bids shall be accom- panied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering alternates) and made payable to the • Town of North Andover. Bid forms and Contract Docu- ments will be available for pick-up at Nashoba Blue, 433 Main Street, Hudson, MA or electronically at BidDocsOnline.COm starting Sep- tember 19, 2012. A deposit is re- quired in the amount of $50,00 per - set, payable to BidDocsOnline, in the form of a certified or cashier's check or a money order. This de- posit will be refundeejdd for up to two sets for general bidders upon return of the sets in good condition within thirty days of receipt of the general bids. Otherwise the deposit shall be the property of the Awarding Au- thority. Additional sets may be pur- chased for $50.00. Bidders requesting Contract Documents to be mailed to them shall include a separate check for $40.00 per set for regular mail and $65.00 per set for next day delivery, payable to the BIdDocsOnline, to cover mail handling costs. A pre-bid conference will be held at the Stevens Estate, 723 Osgood Street, North Andoq-ver, MA, on Sept. 26, 2012 at 2:00121M. Bidders will be held responsible for thor- + oughly familiarizing themselves with z all existing conditionsf An Town of North clover September 19, 2012 ` ET - 9/19/12 PAINT WD SOFFITS, CORNICE TRIMS, � MOLDINGS @ PAINT ALL EXTERIOR REMOVE ASBESTOS EXPOSED SPRINKLER PIPING DOORS (TYP) CAULKING, RE -CAULK, PAINT ALL BASEMENT EAST ELEVATION WINDOWS (TYP) PARTIAL WEST ELEVATION KEY TO ELEVATIONS REPAIR 100% OF EXISTING WD WINDOW SILLS W/ EPDXY, FOR 80% OF WINDOWS, REPAIR BOT G" OF JAMB MOLDINGS W/ EPDXY RE -FASTEN TO M.O. OR R.O. FOR 20% OF WINDOWS, REPLACE JAMB MOLDINGS W/ NEW CUSTOM CEDAR MOLDINGS TO MATCH EXIST'G ®PAINT PREVIOUSLY PAINTED WOOD COMPONENTS PAINT ALL EXTERIOR V ^ " - SHOWN FOR CLARITY ALL BASEMENI DOORS (TYP) SIM TO DET I I/A2 WINDOWS INCL UNIT NOT SHOWN ON NORTH ELEVATION SIDE WALL (TYP) BEHIND ENTRY PORCH PAINT ALL BASEMENT � WEST ELEVATION WINDOWS (TYP) OA WINDOW TYPE UNDEK5IDE OF ENTRANCE :O, INC LUCING BUT NOT D TO WD GAG, ROOF NG, WOOIJ -TRIMS, ED SPRINKLER PIPING 50UTI-1 ELEVATION EXPOSED SPRINKLER PIPING � 0 GENERAL NOTES: I . DWGS. ARE NOT TO BE SCALED. U� 2. DWGS. SHOW DESIGN INTENT ONLY. z�� CONTRACTOR IS RESPONSIBLE FOR PAINT UNDERSIDE OF ENTRANCE MEANS, METHODS, AND SEQUENCES co PORTICO, INCLUDING BUT NOT OF CONSTRUCTION. LIMITED TO WD CLG, ROOF Qoc) FRAMING, WOOD TRIMS, �EXPOSED 3. ALL CONSTRUCTION TO CONFORM SPRINKLER PIPING TO STATE AND LOCAL BLDG. CODES AND ORDINANCES. mm 4. FIELD VERIFY ALL EXISTG �C)rV1't CONDITIONS AND DIMENSIONS. REMOVE ASBESTOS RE -FINISH EXIST'G U�CD CAULKING, RE -CAULK, FRONT DOORS zmoo>In * PAINT EXIST'G PROVIDE NEW STAINED GL WINDOW SCREEN DOORS FRAME * TRIMS PARTIAL NORTH ELEVATION 50UTI-1 ELEVATION EXPOSED SPRINKLER PIPING ,ANGASSOCINI TS w w w � w o z Q wa�o W ryw 0 W�po �!1 Q o N DATE: 10/ 17/12 SCALE: 1/8" = P-0" BUILDING ELEVATIONS rx U� z�� (n co Qoc) OC) mm �C)rV1't U�CD zmoo>In ,ANGASSOCINI TS w w w � w o z Q wa�o W ryw 0 W�po �!1 Q o N DATE: 10/ 17/12 SCALE: 1/8" = P-0" BUILDING ELEVATIONS rx PARTIAL L15T OF ABBREVIATIONS: @ AT # NUMBER ACT ACOU5TIC TILE AFF ABOVE FINISHED FLOOR ALUM ALUMINUM AWC ACOUSTIC WALL CARPETING BD BOARD BET BETWEEN BLDG BUILDING BOT BOTTOM CAB CABINET CLG CEILING COL COLUMN CONC CONCRETE CONT CONTINUOUS CG CORNER GUARD CPT CARPET CT CERAMIC TILE DEMO DEMOLISH DET DETAIL DWG DRAWING DWR DRAWER EA EACH EL ELELEVATION ELEC ELECTRICAL EQ EQUAL EXI57G, EX EXISTING FL, FLR FLOOR GWB GYPSUM WALLBOARD HGHT HEIGHT HM HOLLOW METAL JT JOINT LEV LEVEL MAT'L MATERIAL MAX MAXIMUM MECH MECHANICAL MIN MINIMUM M.O. MASONRY OPENING MTD MOUNTED NIC NOT IN CONTRACT O.C. ON CENTER OPEN'G OPENING PLAM PLA5TIC LAMINATE PT PRESSURE TREATED PLYWD PLYWOOD REQ'D REQUIRED RM ROOM R.O. ROUGH OPENING RUB RUBBER 51M 51MILAR 5TL STEEL TYP TYPICAL U.N.O. UNLE55 OTHERWISE NOTED VEN PLA5, VP VENEER PLASTER V.I.F. VERIFY IN FIELD VIN VINYL VT VINYL TILE WN5CT WAIN5COT WD WOOD woomm 5TEVEN5 WINDOW REPLACEMENT 723 05GOOD STREET, NORTH ANODOVER, MA DATE: OCTOBER 17, 2012 ARCHITECT KANG A550CIATE5, INC. 339 805TO N P05T LOAD SUDBURY, MA 01 77G LIST OF DRAWINGS: COVER SHEET A I BUILDING ELEVATIONS A2 WINDOW TYPES * DETAILS RIGID IN5UL PLYWD WOOD PVC 5YM BO L5: 1 DWG# A4 SECTION SHEET# WINDOW TYPE DOUBLE HUNG TYPES 3'-3"± 3'-3"± 3'-3"± 2 2 _,. 2 21-G"± 2 3 -2 3 2 3'-3"± 2 SIM 2 3 2'-8"± 2 — SIM 2+I +I 3 2 3 6 2 3 2 p +I 3 HLLJ o o +I 3 3 SIM 3 3 0 +1 3 I` +I U +I +1 3 SIM +I +I V +I +I Z O �i +I +I ct O 3 +I Q Ln 3 _ th th N� IT b L-1 LL Li V J m O i-- O o co CL15TOM FABRICATEDA E F G H J K M N P OO O BOW D WD WINDOW YO BOWED WD WINDOW OO 50WED WD WINDOW CU5TOM FABRICATEDQ Q u m O O O O O O O O O O O O O 00 In 7- 10" EX15TG MTL - REMOVE V.I.F. ^ cn %- M.O. g FROM EXISTG WINDOW v 1 L I I STATIONARY OR AWNING TYPES O + 7 OPENT * REINSTALL IN co (� I'-3"± NEW INSUL WD PANELfR V 5 41-2't± 2'-g"EM Z m 4 IM 4 5'-9't± o +I �o u_ v 1 �' LL 4 4 INSUL. 1 > +I +I i i EXIST'G STONE WD' O O /� . �\\\ i \�� c i +I - PROFILE 10 PANEL (V i ♦\ N � � N i iIn 8 OSTATIONARY O STATIONARY T AWNING O AWNING O AWNING O STATIONARY O INSUL. WD. PANEL WOOD SCREEN DOORS, OBSCURE GL TYP. @ 2 LOCATIONS T2 STATIONARY VERIFY DIMS. IN FIELD WINDOW TYPES i NSU L. PANEL TYPE DOOf� TYPES ��r4�4t,,.;c�I,�'= `�� NOTES: I 1 . DIMENSIONS INDICATED ARE 2. PAINT OR STAIN INTERIOR -3. FILL ALL GAPS BET NEW 4. PAINT EXTERIOR OF ALL = I'-0" APPROX. R.O.'S � M.O.'S - SURFACES OF NEW WINDOWS WINDOWS * EXISTG M.O.'S W/ WINDOWS, DOOR5, AND FIELD MEASURE ALL TO MATCH EXISTING WINDOW FOAM INSULATION - ENSURE PANELS, INC. NEW DIMENSIONS BEFORE FRAMES * SURROUNDING INSULATION DOES NOT WINDOWS/DOORS/PANELS FABRICATION CASINGS INTERFERE W/ JT CAULKING TRIMS AND EXISTING FRAMES TRIMS. EXISTING SASH OPG. —BLOCK SHIM AS REQ'D I X WD. TRIM — FINISH TO KEY TO DETAILS MATCH EXIST'G INTERIOR DATE: 10-1 7-1 2 TRIM EXIST'G CONSTRUCTION EXISTING WD. TRIM i _FULL SIZE CHARCOAL TO REMAIN SCALE: AS NOTED 114" CAULK JT �� I ALUM MESH SCREEN AT OPERABLE WINDOWS — NEW ORSTATIONARYOW WOODAWNINGING INDOW FIN15HME FIN15tl O MATCH WIN DOW WINDOW i EXIST'G INTERIOR TRIM TYPES � � EX157G TO REMAIN. NEW SI LI-5DETAILS EX157G INTERIOR STOOL GENERAL NOTES: APRON. 1. DWGS. ARE NOT TO BE SCALED. EX157G WD. SILL BLOCKING SHIM AS REQ'D 2. DWGS. SHOW DESIGN INTENT ONLY. CONTRACTOR IS RESPONSIBLE FOR MEANS, METHODS, AND SEQUENCES AWN I N G/STAT I O N A(�Y S I LL/i�i EAD D ETAi L OF CONSTRUCTION. 4 I"= —0" (JAMB SIM TO HEAD 3. ALL CONSTRUCTION TO CONFORM z } TO STATE AND LOCAL BLDG. CODES AND ORDINANCES. A2 4. FIELD VERIFY ALL EX157G CONDITIONS AND DIMENSIONS.