Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
INVITATION FOR BID (IFB)
TENNIS COURT RECONSTRUCTION
TOWN OF LONGMEADOW
MASSACHUSETTS
August 17, 2011
1
LEGAL NOTICE:
INVITATION FOR BID (IFB):
TENNIS COURT RECONSTRUCTION
TOWN OF LONGMEADOW, MASSACHUSETTS
The Town of Longmeadow, MA, is accepting sealed bids for the reconstruction of Blinn Tennis Courts.
Complete specifications and bid packet is available from the Town of Longmeadow, Attn: Chad
Thompson-Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106, Phone:
413-565-4136. Bid documents are available during standard business hours, Monday-Thursday, 8am to
4:30pm; and 8am to noon on Fridays. Bid documents may also be obtained at no charge at
www.longmeadow.org , select ‘Government’, then select ‘Department’, then ‘Purchasing’, then select the
link labeled ‘Bid & RFP Finder’, select the bid documents by title. Bidders are encouraged to contact
Chad Thompson to get on the bid list, others will be responsible for monitoring the website for the
issuance if notices and addenda.
Sealed bids will be accepted at the office of the Longmeadow Procurement Manager until the bid
deadline of: Wednesday, August 31, 2011 at 11:00am. Sealed bid submissions should be labeled “IFB:
Tennis Court Reconstruction”. Late bids will be rejected. Bids will be opened immediately following the
bid deadline in the Community House auditorium. There will be an ‘Optional’ Pre-Bid Conference on
Wednesday, August 24, 2011 beginning at 10:00am at the court location at the following address: Bliss
Court, Longmeadow, MA 01106.
All bidders shall furnish with their bid a mandatory bid guarantee in the form of a bid bond, certified
check, treasurer’s check or cashier’s check issued by a responsible bank or trust company in the amount
of 5% of the total amount of the Base Bid made payable to the Town of Longmeadow. Wages are subject
to Massachusetts minimum wage rates as per M.G.L. C.149, Section 26 to 27H, inclusive. Upon contract
award, a 50% Payment bond will be required of the successful bidder.
All bids received will be evaluated and awarded in accordance with the provisions established under
Massachusetts General Law Chapter 30, 39M. The Town of Longmeadow, acting through the Town
Manager, the Awarding Authority reserves the right to reject any or all bids, waive informalities, and to
award in the contract in the best interest of the Town
2
I. GENERAL INFORMATION AND BID SUBMISSION REQUIREMENTS
The Town of Longmeadow on behalf of the Longmeadow Parks and Recreation
Department is soliciting sealed bids for the Reconstruction of four tennis courts (court
No: 9,10,11 and 12) which abut Bliss Road, the Base Bid. These courts are located off of
Bliss Court between the Longmeadow High School and the back side of Big Y grocery
store. The general scope of work involves pulverizing and reclaiming the existing
asphalt (or saw cutting and removing), removing old tennis posts, preparing the ground
and materials, installing new asphalt, installing new tennis posts, installation of a new
asphalt tennis court surface with surface preparations. Reference the attached
specifications for complete specifications. The installation of new fencing is not part of
this project. Any fencing that is required to be removed for the resurfacing project will
only be temporarily removed and will require reinstallation.
Complete specifications and bid packet is available from the Town of Longmeadow,
Attn: Chad Thompson-Procurement Manager, 735 Longmeadow Street, Suite 101,
Longmeadow, MA 01106, Phone: 413-565-4136. Bid documents are available during
standard business hours, Monday-Thursday, 8am to 4:30pm; and 8am to noon on Fridays.
Bid documents may also be obtained at no charge at www.longmeadow.org , select
‘Government’, then select ‘Department’, then ‘Purchasing’, then select the link labeled
‘Bid & RFP Finder’, select the bid documents by title. Bidders are encouraged to contact
Chad Thompson to get on the bid list, others will be responsible for monitoring the
website for the issuance if notices and addenda.
Sealed bids will be accepted at the office of the Longmeadow Procurement Manager until
the bid deadline of: Wednesday, August 31, 2011 at 11:00am. Sealed bid submissions
should be labeled “IFB: Tennis Court Reconstruction”. Late bids will be rejected. Bids
will be opened immediately following the bid deadline in the Community House
auditorium. There will be an ‘Optional’ Pre-Bid Conference on Wednesday, August 24,
2011 beginning at 10:00am at the court location at the following address: Bliss Court,
Longmeadow, MA 01106.
All bidders shall furnish with their bid a mandatory bid guarantee in the form of a bid
bond, certified check, treasurer’s check or cashier’s check issued by a responsible bank or
trust company in the amount of 5% of the total amount of the bid made payable to the
Town of Longmeadow. Wages are subject to Massachusetts minimum wage rates as per
M.G.L. C.149, Section 26 to 27H, inclusive. Upon contract award, a 50% Payment bond
will be required of the successful bidder.
All bids received will be evaluated and awarded in accordance with the provisions
established under Massachusetts General Law Chapter 30, 39M. The Town of
Longmeadow, acting through the Town Manager, the Awarding Authority reserves the
right to reject any or all bids, waive informalities, and to award in the contract in the best
interest of the Town
3
A. CONTRACT TERM
The contract award will be for a contract term of one year. The contract will consist of a
Base Bid for the reconstruction of courts No. 9,10,11 and 12 per specifications. There is
also an Alternate for the future reconstruction of additional four court sections (sections
1-4, and sections 5-8) of the tennis facility, pending the future appropriation of funds.
B. ADDENDA
If any changes are made to this IFB, an addendum will be issued. Addenda will be
mailed, faxed, or e-mailed to all parties on record as having picked up the IFB.
Bidders that download bid documents through the town website are encouraged to
register with Chad Thompson-Procurement Manager. All Addenda will be posted online
at minimum two days before the bid deadline. Bidders are required to monitor the
posting of issued addenda. All Addenda can be accessed online at
www.longmeadow.org, select ‘Government’ from the tool bar, then selects ‘Department’,
then ‘Purchasing’, then select the link labeled: ’Bid & RFP Finder’. Select bid
documents with the following by IFB title: ‘IFB: Tennis Court Reconstruction’.
C. QUESTIONS
Questions concerning this IFB must be submitted in writing to the: Town of
Longmeadow, Attn: Chad Thompson-Procurement Manager, 735 Longmeadow Street,
Suite 101, Longmeadow, MA 01106. Questions can also be submitted by fax or email:
Fax: 413-565-4372, [email protected] . All questions must be received no
later than one hundred twenty hours (5 days) before the date set herein for bid deadline.
No further response to questions or consideration will be given after the bid deadline for
questions.
D. CORRECTIONS, MODIFICATIONS
A bidder may correct, modify, or withdraw a bid by written notice received by the Town,
prior to the time and date set for receipt of Bids. Bid modifications must be submitted in
a sealed envelope, clearly labeled "Modification No.__ ". Each modification must be
numbered in sequence, and must reference the original IFB. After the receipt of bids, a
bidder may not change any provision of the bid in a manner prejudicial to the interests of
the Town or fair competition. Minor informalities will be waived or the bidder will be
allowed to correct them. If a mistake and the intended price are clearly evident on the
face of the bid price, the mistake will be corrected to reflect the intended correct bid
price. In the event that there is an interpretation issue with determining the price
documented, the written words will prevail in determining the bid price.
4
E. RIGHT TO CANCEL OR REJECT
The Town may cancel this IFB, or reject in whole or in part any and all bids, if the Town
determines that cancellation or rejection serves the best interests of the Town.
F. UNEXPECTED CLOSURE
If, at the time of the scheduled receipt of proposals, Community House is closed due to
uncontrolled events such as fire, snow, ice, wind, or building evacuation, the receipt of
bids will be postponed until 11:00am, on the next normal business day at the office of the
Longmeadow Procurement Manager.
G. PRICES IN BID FORM
All prices submitted in bid must remain firm for one year (365 days).
BASE BID:
The Base Bid reconstruction of courts 9,10,11 and 12 will occur immediately following
the bid deadline and must be completed within the Summer and Fall of 2011. Bid
pricing will be firm, there will be no price adjustment clause allowed since bids received
will be for work which will immediately follow the bid deadline and contract award.
ALTERNATE A:
Alternate A will be the pricing for the reconstruction of other four court sections of
the tennis facility at Blinn courts. The Alternate A sections of the tens court will consist
of: tennis courts 1,2,3 and 4 on the opposite end of the tennis facility (the four courts
abutting Williams Street), and/or the middle sections of the tennis courts consisting of
courts: 5,6,7 and 8. The award of Alternate A will be pending the availability of funds
and will be at the sole discretion of the Town. The square footage, court layout, scope of
work and specifications of each four court section outlined in Alternate A is an identical
replica of the Base Bid (courts 1 through 4). Pending the authorization and appropriation
of capital funds at the May 2012 Annual Town Meeting, the Town may exercise the
option of issuing a contract change order to accepting Alternate A at the sole discretion
of the Town. Alternate A will be for reconstruction work that will not be able to proceed
until on or after July 1, 2012. The pricing and terms and conditions for Alternate A
will be the same as the pricing submitted by the Bidder in their Base Bid. Since the
pricing for Alternate A will be a duplication of the pricing submitted by the bidder
for the Base Bid, the bidder is not required to submit pricing for Alternate A as it is
the same as the base bid for each four court section. For Alternate A the only
change in price that will be allowed will be a special provision allowing a price
adjustment for asphalt products so the successful Contractor may be reimbursed
for additional asphalt expenses in the event the price of asphalt increases.
5
The following formula will be utilized in determining a price adjustment for asphalt
products for Alternate A only:
MONTHLY PRICE ADJUSTMENT FOR HOT MIX ASPHALT (HMA)
MIXTURES (ENGLISH UNITS)
The price Adjustment will be based on the variance in price for the liquid asphalt
component only from the Base Price to the Period Price. It shall not include
transportation or other charges. This Price Adjustment will occur on a monthly
basis.
BASE PRICE:
The Base Price of liquid asphalt on a project as listed in the bid documents is a
fixed price determined at the time of bid by the Department by using the same
method as for the determination of the Period Price detailing below.
PERIOD PRICE:
Please note that starting December 15, 2008, two sets of period prices will be
posted each month on the MassHighway website at
HTTP://WWW.MHD.STATE.MA.US/. They will be labeled “New Asphalt
Period Price Method” and “Old Asphalt Period Price Method”. This contract will
utilize the “New Asphalt Period Price Method”.
The “New Asphalt Period Price Method” is for contracts bid after December 15,
2008 and will show the Period Price for liquid asphalt for each monthly period as
determined by MassHighway using the average selling period per standard ton of
PG64-28 paving grade (Primary binder classification) asphalt, FOB
manufacturer’s terminal, as listed under the “East Coast Market-New England,
Boston, Massachusetts area” section of the Poten & Partners, Inc. “Asphalt
Weekly Monitor”. This average selling price is listed in the issue having a
publication date of the second Friday of the month and will be posted as the
Period Price for that month. MassHighway will post this Price Period on this
website within two (2) business days following the receipt of the relevant issue of
the “Asphalt Weekly Monitor”. Poten and Partners has granted MassHighway the
right to publish this specific asphalt price information sourced from the Asphalt
Weekly Monitor.
The Contract price of the hot mix asphalt mixture will be paid under the
respective item in the Contract. The price adjustment, as herein provided,
upwards or downwards, will be made after the work has been performed, using
the monthly period price for the month during which the work was performed.
The Price Adjustment applies only to the actual virgin liquid asphalt content in
the mixture placed on the job in accordance with the Standard Specifications for
Highways and Bridges, Division III, Section Mc.11.03.
The Price Adjustment will be a separate payment item. It will be determined by
multiplying the number of tons of hot mix asphalt mixtures placed during each
monthly period times the liquid asphalt content percentage times the variance in
price between Base Price and Period Price of liquid asphalt.
6
This Price Adjustment will be paid only if the variance from the Base Price is 5%
or more of the monthly period. The complete adjustment will be paid in all cases
with no deduction of the 5% from either upward or downward adjustments.
No Price Adjustment will be allowed beyond the Completion Date of this
Contract, unless there is a Department approved extension of time.
The Town reserves the right to reject any and all bids if it is in the public interest to do
so. The contract shall be subject to the availability of appropriated funds. The Town will
not pay for additional expenses including mileage, commuting expenses, fuel sir charges,
or other expenses, charges or fees.
In the event of a discrepancy in determining the Unit Price, the written words shall
prevail in establishing the unit pricing. It is mandatory that bidders supply a single bid
price on the Bid Submission Forms for the Base Bid. Failure to not supply a single unit
price for Base Bid and/or the supply of conditional pricing, will result in a bid rejection.
H. WITHDRAWAL
No bidder may withdraw his/her bid for a period of thirty (30) days, excluding Saturdays,
Sundays, and legal holidays, after the actual date of the receipt thereof.
I. PROPOSAL OWNERSHIP
All bids, including attachments, supplementary materials, rendering sketches, addenda,
etc. shall become upon submission, the property of the Town and will not be returned to
the submitting consultant.
J. RULE OF AWARD
The contract will be awarded to the responsive and responsible bidder that meets the
specified Minimum Requirements and offers the lowest bid price for the Base Bid. Bids
received that do not meet the Minimum Requirements will be rejected as non-responsive.
Supporting documentation requested regarding the Minimum Requirements shall be
submitted with the bid.
MINIMUM REQUIREMENT:
Bidder’s shall supply with their bid a list of all newly constructed public asphalt tennis
courts that have been installed by the bidder within the past three years (Surface repair
and maintenance will not be considered as construction). References contacts shall be
from all municipal, school, public or state institution for which tennis court construction
has been completed within the past three years. Provide a description of each new tennis
facility, name of the owning organization, contact name and phone number of the
owner’s custodian of the tennis facility. The Bidder must have completed installation of
at minimum one (1) newly constructed tennis court facility within the past 3 years to be
7
considered for a contract award. Bidders are required to be in the business of installing
asphalt tennis court surfaces. The Town reserves the right to contact any and all
references to determine if the bidder is responsible. Any unfavorable references may be
grounds for the rejection of a bid at the sole discretion of the town.
A contract award will require that the awarded contractor provide the Town with a
Certificate of Insurance naming the Town as insured for $1,000,000 aggregate.
Reference the sample contract for specific coverage requirements.
In evaluating Bids, discrepancies between words and figures will be resolved in favor of
words. Discrepancies in the multiplication of units of Work and unit prices will be
resolved in favor of the unit prices. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum.
In the event that there is a low bid tie between responsive and responsible bidders, both
bidders will be contacted and given a follow up bid deadline date and time to resubmit for
a follow-up bid submission to break any tied bid pricing.
K. PREVAILING WAGE
Prevailing wage does apply to the classification of Public Works Construction per
Massachusetts General Law, 30, 39M, or MGL 149, the Prevailing Wage Rates as
determined by the Commissioner under the provisions of the Massachusetts General
laws, chapter 149, Section 26 to 27H shall be applicable to services. The prevailing wage
rates are supplied within this IFB document.
8
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
Construction(2 AXLE) DRIVER - EQUIPMENT $45.020 08/01/2011 $45.680 12/01/2011 $45.980 06/01/2012
$46.330 08/01/2012 $47.360 12/01/2012
(3 AXLE) DRIVER - EQUIPMENT $45.090 08/01/2011 $45.750 12/01/2011 $46.050 06/01/2012
$46.400 08/01/2012 $47.430 12/01/2012
(4 & 5 AXLE) DRIVER - EQUIPMENT $45.210 08/01/2011 $45.870 12/01/2011 $46.170 06/01/2012
$46.520 08/01/2012 $47.710 12/01/2012
ADS/SUBMERSIBLE PILOT $107.800 08/01/2011
AIR TRACK OPERATOR $42.590 06/06/2011 $43.140 12/05/2011 $44.140 06/04/2012
$45.090 12/03/2012
AIR TRACK OPERATOR (HEAVY & HIGHWAY) $42.720 06/01/2011 $43.970 12/01/2011
ASBESTOS WORKER (PIPES & TANKS) $40.250 12/01/2009
ASPHALT RAKER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
ASPHALT RAKER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
AUTOMATIC GRADER-EXCAVATOR (RECLAIMER) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
BARCO-TYPE JUMPING TAMPER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
BATCH/CEMENT PLANT - ON SITE $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
BLOCK PAVER, RAMMER / CURB SETTER $42.590 06/06/2011 $43.140 12/05/2011 $44.140 06/04/2012
$45.090 12/03/2012
BLOCK PAVER, RAMMER / CURB SETTER (HEAVY &
HIGHWAY)
$42.720 06/01/2011 $43.970 12/01/2011
BOILER MAKER $55.850 01/01/2010
BOILERMAKER - Local 29APPRENTICE:
Ratio Step
1:5 %
1
65.00
2
65.00
3
70.00
4
75.00
5
80.00
6
85.00
7
90.00
8
95.00
Apprentice wages shall be no less than the following:
Step 1$42.66/2$42.66/3$44.54/4$46.43/5$48.31/6$50.20/7$52.08/8$53.97
BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY
WATERPROOFING)
$57.900 08/01/2011 $59.250 09/05/2011 $60.650 03/05/2012
BRICK/PLASTER/CEMENT MASON - Local 1 Springfield/PittsfieldAPPRENTICE:
Ratio Step
1:5 %
1
50.00
2
60.00
3
70.00
4
80.00
5
90.00
6
95.00
Apprentice wages shall be no less than the following:
Step 1$40.88/2$44.28/3$47.69/4$51.09/5$54.50/6$56.20
BULLDOZER/POWER SHOVEL/TREE SHREDDER
/CLAM SHELL
$47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
CAISSON & UNDERPINNING BOTTOM MAN $51.250 06/01/2011 $52.500 12/01/2011
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 1 of 1120110811-0409
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
CAISSON & UNDERPINNING LABORER $50.100 06/01/2011 $51.350 12/01/2011
CAISSON & UNDERPINNING TOP MAN $50.100 06/01/2011 $51.350 12/01/2011
CARBIDE CORE DRILL OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
CARPENTER $48.900 04/04/2011 $49.650 10/03/2011
CARPENTER - Local 108 Hampden HampshireAPPRENTICE:
Ratio Step
** %
1
50.00
2
60.00
3
70.00
4
75.00
5
80.00
6
80.00
7
90.00
8
90.00
Pre-6/09 Step1$22.39/2$23.83/3$34.04/4$36.92/5$40.91/6$42.35 ** 1: 1-5/2: 6-8/3:9-11/Steps: 6 mos (600 hrs)/rates by step
7$44.91/8$46.34Post-6/09:1$22.39/2$25.26/3$36.92/4$38.365&6$40.91/7&8$44.91
CEMENT MASONRY/PLASTERING $58.050 08/01/2011 $59.360 09/05/2011 $60.720 03/05/2012
CHAIN SAW OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
COMPRESSOR OPERATOR $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
CRANE/BACKHOE/FRONT-END LOADER OPERATOR $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
DELEADER (BRIDGE) $65.410 07/01/2011 $66.410 01/01/2012 $67.410 07/01/2012
$68.410 01/01/2013
PAINTER Local 35 - BRIDGES/TANKSAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.
Step 1$29.31/2$34.57/3$37.00/4$39.43/5$50.35/6$52.75/7$55.18/8$60.05
DEMO: ADZEMAN $50.100 06/01/2011 $51.350 12/01/2011
DEMO: BACKHOE/LOADER/HAMMER OPERATOR $51.100 06/01/2011 $52.350 12/01/2011
LABORER Demo Backhoe/Loader/Hammer OperatorAPPRENTICE:
Ratio Step
1:5 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice wages shall be no less than the following:
Step 1$38.28/2$41.49/3$44.69/4$47.90
DEMO: BURNERS $50.850 06/01/2011 $52.100 12/01/2011
LABORER Demo BurnersAPPRENTICE:
Ratio Step
1:5 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice Wages shall be no less than the following:
Step 1$38.13/2$41.31/3$44.49/4$47.67
DEMO: CONCRETE CUTTER/SAWYER $51.100 06/01/2011 $52.350 12/01/2011
DEMO: JACKHAMMER OPERATOR $50.850 06/01/2011 $52.100 12/01/2011
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 2 of 1120110811-04010
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
DEMO: WRECKING LABORER $50.100 06/01/2011 $51.350 12/01/2011
LABORER Demo Wrecking LaborerAPPRENTICE:
Ratio Step
1:5 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice wages shall be no less than the following:
Step 1$37.68/2$40.79/3$43.89/4$47.00
DIVER $80.270 08/01/2011
DIVER TENDER $65.320 08/01/2011
DIVER TENDER (EFFLUENT) $85.380 08/01/2011
DIVER/SLURRY (EFFLUENT) $107.800 08/01/2011
ELECTRICIAN $51.330 06/27/2011 $51.830 01/01/2012 $53.080 07/02/2012
$53.580 12/31/2012 $54.580 07/01/2013 $55.080 12/30/2013
ELECTRICIAN - Local 7APPRENTICE:
Ratio Step
2:3**** %
1
40.00
2
45.00
3
50.00
4
55.00
5
65.00
6
70.00
Pre-5/31/11 1$25.62/2$27.37/3$33.78/4$35.54/5$39.74/6$41.67 Steps 1-2 are 1000 hrs; Steps 3-6 are 1500 hrs.
Post-5/31/11 1$18.05/2$19.81/3$30.27/4$32.02/5$36.54/6$39.30
ELEVATOR CONSTRUCTOR $61.610 01/01/2011 $63.110 01/01/2012
ELEVATOR CONSTRUCTOR - Local 41APPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
65.00
4
70.00
5
80.00
Apprentice wages shall be no less than the following: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year
Step 1$38.68/2$40.97/3$45.56/4$47.85/5$52.44
ELEVATOR CONSTRUCTOR HELPER $47.850 01/01/2011 $48.900 01/01/2012
FENCE & GUARD RAIL ERECTOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
FIELD ENG - PARTY CHIEF (BLDG, SITE, HVY CONST) $30.230 06/01/1999
FIELD ENG-CHIEF OF SURVEY(BLDG, SITE, HVY CONST) $31.230 06/01/1999
FIELD ENG-INST./ROD PERSON(BLDG, SITE, HVY CONST) $27.740 06/01/1999
FIRE ALARM INSTALLER $51.330 06/27/2011 $51.830 01/01/2012 $53.080 07/02/2012
$53.580 12/31/2012 $54.580 07/01/2013 $55.080 12/30/2013
FIRE ALARM REPAIR / MAINTENANCE
/ COMMISSIONING
$42.550 06/27/2011 $46.550 01/02/2012 $52.830 07/02/2012
$53.330 12/31/2012 $54.330 07/01/2013 $54.830 12/30/2013
FIREMAN $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
OPERATING ENG. - Local 98 Class 3APPRENTICE:
Ratio Step
1:6 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice wages shall be no less than the following: Steps 1-2 are 1000 hrs.; Steps 3-4 are 2000 hrs.
Step 1$35.25/2$38.19/3$41.12/4$44.06
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 3 of 1120110811-04011
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
FLAGGER & SIGNALER (HEAVY & HIGHWAY) $36.780 06/01/2011 $36.780 12/01/2011
FLOORCOVERER $50.330 03/01/2011 $51.580 09/01/2011
FLOORCOVERER - Local 2168 Zone IIIAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
85.00
Apprentice rates shall be no less than the following: Steps are 750 hrs.
Step 1$23.99/2$25.41/3$35.61/4$37.03/5$39.57/6$40.99/7$43.53/8$44.95
FORK LIFT $47.210 06/01/2011 $48.080 12/01/2011 $49.030 06/01/2012
$49.980 12/01/2012
GENERATORS/LIGHTING PLANTS $43.760 06/01/2011 $44.630 12/01/2011 $45.580 06/01/2012
$46.530 12/01/2012
GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) $48.380 06/01/2011 $49.930 06/01/2012
GLAZIER - Local 1333APPRENTICE:
Ratio Step
1:1 %
1
50.00
2
56.25
3
62.50
4
68.75
5
75.00
6
81.25
7
87.50
8
93.75
Apprentice wages shall be no less than the following:
Step 1$25.77/2$27.81/3$30.36/4$32.40/5$34.95/6$36.99/7$44.29/8$46.33
GRADER/TRENCHING MACHINE/DERRICK $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
HVAC (DUCTWORK) $50.950 01/01/2011
HVAC (ELECTRICAL CONTROLS) $51.330 06/27/2011 $51.830 01/01/2012 $53.080 07/02/2012
$53.580 12/31/2012 $54.580 07/01/2013 $55.080 12/30/2013
HVAC (TESTING AND BALANCING - AIR) $50.950 01/01/2011
HVAC (TESTING AND BALANCING -WATER) $55.460 03/17/2011 $55.860 09/17/2011 $56.360 03/17/2012
$57.110 09/17/2012 $57.860 03/17/2013
HVAC MECHANIC $55.460 03/17/2011 $55.860 09/17/2011 $56.360 03/17/2012
$57.110 09/17/2012 $57.860 03/17/2013
HYDRAULIC DRILLS (HEAVY & HIGHWAY) $42.720 06/01/2011 $43.970 12/01/2011
INSULATOR (PIPES & TANKS) $52.980 09/01/2010
ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 SpringfieldAPPRENTICE:
Ratio Step
1:4 %
1
50.00
2
60.00
3
70.00
4
80.00
Apprentice wages shall be no less than the following: Steps are 1 year
Step 1$33.00/2$36.99/3$40.99/4$44.98
IRONWORKER/WELDER $52.750 09/16/2010
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 4 of 1120110811-04012
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
IRONWORKER - Local 7 SpringfieldAPPRENTICE:
Ratio Step
%
1
60.00
2
70.00
3
75.00
4
80.00
5
85.00
6
90.00
Apprentice wages shall be no less than the following: Structural 1:6; Ornamental 1:4
Step 1$41.91/2$44.62/3$45.98/4$47.33/5$48.69/6$50.04
JACKHAMMER & PAVING BREAKER OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
LABORER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012
$44.340 12/03/2012
LABORER - Zone 3 Building & SiteAPPRENTICE:
Ratio Step
1:5 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice wages shall be no less than the following:
Step 1$31.56/2$34.13/3$36.70/4$39.27
LABORER (HEAVY & HIGHWAY) $41.970 06/01/2011 $43.220 12/01/2011
LABORER - Zone 3 Heavy & HighwayAPPRENTICE:
Ratio Step
1:5 %
1
60.00
2
70.00
3
80.00
4
90.00
Apprentice wages shall be no less than the following:
Step 1$31.69/2$34.26/3$36.83/4$39.40
LABORER: CARPENTER TENDER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012
$44.340 12/03/2012
LABORER: CEMENT FINISHER TENDER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012
$44.340 12/03/2012
LABORER: MASON TENDER $42.840 06/06/2011 $43.390 12/05/2011 $44.390 06/04/2012
$45.340 12/03/2012
LABORER: MASON TENDER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
LABORER: MULTI-TRADE TENDER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012
$44.340 12/03/2012
LABORER: TREE REMOVER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012
$44.340 12/03/2012
This classification applies to the wholesale removal
of 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.
LASER BEAM OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
LASER BEAM OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
MARBLE & TILE FINISHERS $50.980 08/01/2011 $52.330 09/05/2011 $53.480 03/05/2012
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 5 of 1120110811-04013
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
MARBLE-TILE-TERRAZZO FINISHER-Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:
Ratio Step
1:3 %
1
50.00
2
60.00
3
70.00
4
80.00
5
90.00
6
95.00
Apprentice wages shall be no less than the following: Steps are 800 hours
Step 1$37.27/2$40.01/3$42.75/4$45.50/5$48.24/6$49.61
MARBLE MASONS,TILELAYERS & TERRAZZO MECH $57.900 08/01/2011 $59.250 09/05/2011 $60.650 03/05/2012
MARBLE-TILE-TERRAZZO MECH - Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:
Ratio Step
1:5 %
1
50.00
2
60.00
3
70.00
4
80.00
5
90.00
6
95.00
Apprentice wages shall be no less than the following;
Step 1$40.88/2$44.28/3$47.69/4$51.09/5$54.50/6$56.20
MECH. SWEEPER OPERATOR (NON-CONSTRUCTION) $30.290 07/01/2011
MECH. SWEEPER OPERATOR (ON CONST. SITES) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
MECHANIC/WELDER/BOOM TRUCK $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
MILLWRIGHT (Zone 3) $54.530 04/01/2011
MILLWRIGHT - Local 1121 Zone 3APPRENTICE:
Ratio Step
1:5 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
85.00
Apprentice wages shall be no less than the following:
Step 1$35.44/2$36.95/3$40.05/4$41.56/5$43.87/6$45.38/7$47.69/8$49.20
MORTAR MIXER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
OILER $42.680 06/01/2011 $43.550 12/01/2011 $44.500 06/01/2012
$45.450 12/01/2012
OTHER POWER DRIVEN EQUIPMENT - CLASS VI $40.700 06/01/2011 $41.570 12/01/2011 $42.520 06/01/2012
$43.470 12/01/2012
PAINTER (BRIDGES/TANKS) $65.410 07/01/2011 $66.410 01/01/2012 $67.410 07/01/2012
$68.410 01/01/2013
PAINTER Local 35 - BRIDGES/TANKSAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.
Step 1$29.31/2$34.57/3$37.00/4$39.43/5$50.35/6$52.75/7$55.18/8$60.05
PAINTER (SPRAY OR SANDBLAST, NEW) *
* If 30% or more of surfaces to be painted are new construction,
NEW paint rate shall be used.
$45.480 07/01/2011 $46.480 01/01/2012 $47.480 07/01/2012
$48.480 01/01/2013
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 6 of 1120110811-04014
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
PAINTER Local 35 Zone 3 - Spray/Sandblast - NewAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following:
Step 1$21.24/2$23.60/3$25.04/4$26.47/5$36.37/6$37.80/7$39.23/8$42.11
PAINTER (SPRAY OR SANDBLAST, REPAINT) $42.800 07/01/2011 $43.800 01/01/2012 $44.800 07/01/2012
$45.800 01/01/2013
PAINTER Local 35 Zone 3 - Spray/Sandblast - RepaintAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following:
Step 1$19.90/2$22.13/3$23.43/4$24.73/5$34.49/6$35.79/7$37.09/8$39.70
PAINTER (TRAFFIC MARKINGS) $41.970 06/01/2011 $43.220 12/01/2011
PAINTER / TAPER (BRUSH, NEW) *
* If 30% or more of surfaces to be painted are new construction, NEW
paint rate shall be used.
$44.080 07/01/2011 $45.080 01/01/2012 $46.080 07/01/2012
$47.080 01/01/2013
PAINTER - Local 35 Zone 3 - BRUSH NEWAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.
Step 1$20.54/2$22.83/3$24.20/4$25.56/5$35.39/6$36.75/7$38.11/8$40.85
PAINTER / TAPER (BRUSH, REPAINT) $41.400 07/01/2011 $42.400 01/01/2012 $43.400 07/01/2012
$44.400 01/01/2013
PAINTER Local 35 Zone 3 - BRUSH REPAINTAPPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
90.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.
Step 1$19.20/2$21.36/3$22.59/4$23.82/5$33.51/6$34.74/7$35.97/8$38.44
PANEL & PICKUP TRUCKS DRIVER $44.850 08/01/2011 $45.510 12/01/2011 $45.810 06/01/2012
$45.860 08/01/2012 $47.350 12/01/2012
PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND
DECK)
$60.210 08/01/2011
PILE DRIVER $60.210 08/01/2011
PILE DRIVER - Local 56 Zone 3APPRENTICE:
Ratio Step
1:3 %
1
60.00
2
65.00
3
70.00
4
75.00
5
80.00
6
85.00
7
90.00
8
95.00
Apprentice wages shall be no less than the following: Apprentice wages shall be no less than those set in Zone 1
Step 1$49.27/2$51.28/3$53.28/4$55.29/5$57.30/6$59.30/7$61.31/8$63.31
PIPELAYER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 7 of 1120110811-04015
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
PIPELAYER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
PLUMBER & PIPEFITTER $55.460 03/17/2011 $55.860 09/17/2011 $56.360 03/17/2012
$57.110 09/17/2012 $57.860 03/17/2013
PLUMBER/PIPEFITTER - Local 104APPRENTICE:
Ratio Step
1:5 %
1
45.00
2
50.00
3
60.00
4
70.00
5
80.00
Apprentice wages shall be no less than the following: Steps are 2000 hrs.
Step 1$31.42/2$33.16/3$36.62/4$40.08/5$48.54
PNEUMATIC CONTROLS (TEMP.) $55.460 03/17/2011 $55.860 09/17/2011 $56.360 03/17/2012
$57.110 09/17/2012 $57.860 03/17/2013
PNEUMATIC DRILL/TOOL OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
POWDERMAN & BLASTER $42.840 06/06/2011 $43.390 12/05/2011 $44.390 06/04/2012
$45.340 12/03/2012
POWDERMAN & BLASTER (HEAVY & HIGHWAY) $42.970 06/01/2011 $44.220 12/01/2011
PUMP OPERATOR (CONCRETE) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012
$50.290 12/01/2012
PUMP OPERATOR (DEWATERING, OTHER) $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
READY-MIX CONCRETE DRIVER $30.870 05/01/2008
RESIDENTIAL WOOD FRAME CARPENTER **
** 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.
$32.140 04/01/2010
As of 9/1/09 Carpentry work on wood-frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate.
CARPENTER (Residential Wood Frame) - Local 108APPRENTICE:
Ratio Step
** %
1
60.00
2
60.00
3
65.00
4
70.00
5
75.00
6
80.00
7
85.00
8
90.00
Apprentice Wages Shall be no less than the following: ** 1: 1-5, 2: 6-8, 3: 9-11
Step 1$18.92/2$23.92/2$24.95/4$25.98/5$27.01/6$28.03/7$29.06/8$30.09
RIDE-ON MOTORIZED BUGGY OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
ROLLER OPERATOR $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012
$49.150 12/01/2012
ROOFER (Coal tar pitch) $46.500 07/16/2011 $46.750 01/01/2012 $47.250 07/16/2012
$47.500 01/01/2013
ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) $45.500 07/16/2011 $45.750 01/01/2012 $46.250 07/16/2012
$46.500 01/01/2013
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 8 of 1120110811-04016
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
ROOFER - Local 248APPRENTICE:
Ratio Step
1:3 %
1
60.00
2
65.00
3
70.00
4
75.00
5
80.00
6
85.00
7
90.00
8
95.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.Roofer(Tear Off)1:1; Same as above
Step 1$23.84/2$36.44/3$37.73/4$39.03/5$40.32/6$41.62/7$42.91/8$44.21
ROOFER SLATE / TILE / PRECAST CONCRETE $46.500 07/16/2011 $46.750 01/01/2012 $47.250 07/16/2012
$47.500 01/01/2013
ROOFER (Slate/Tile/Precast Concrete) - Local 248APPRENTICE:
Ratio Step
1:3 %
1
60.00
2
65.00
3
70.00
4
75.00
5
80.00
6
85.00
7
90.00
8
95.00
Apprentice wages shall be no less than the following: Steps are 750 hrs.
Step 1$24.14/2$37.26/3$38.58/4$39.90/5$41.22/6$42.54/7$43.86/8$45.18
SCRAPER $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012
$49.760 12/01/2012
SELF-POWERED ROLLERS AND COMPACTORS (TAMPERS) $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012
$49.150 12/01/2012
SELF-PROPELLED POWER BROOM $43.760 06/01/2011 $44.630 12/01/2011 $45.580 06/01/2012
$46.530 12/01/2012
SHEETMETAL WORKER $50.950 01/01/2011
SHEET METAL WORKER - Local 63APPRENTICE:
Ratio Step
1:3 %
1
45.00
2
50.00
3
55.00
4
60.00
5
65.00
6
70.00
7
75.00
8
80.00
9
85.00
10
90.00
Apprentice wages shall be no less than the following Steps:
1$17.64/2$19.60/3$25.11/4$27.39/5$29.69/6$31.97/7$34.24/8$40.76/9$43.31/10$45.86
SIGN ERECTOR $37.780 06/01/2009
SIGN ERECTOR - Local 35 Zone 3APPRENTICE:
Ratio Step
1:1 %
1
50.00
2
55.00
3
60.00
4
65.00
5
70.00
6
75.00
7
80.00
8
85.00
9
90.00
Apprentice wages shall be no less than the following: Steps are 4 mos.
Step 1$19.48/2$23.12/3$24.36/4$25.60/5$30.34/6$31.58/7$32.82/8$34.06/9$35.30
SPECIALIZED EARTH MOVING EQUIP < 35 TONS $45.310 08/01/2011 $45.970 12/01/2011 $46.270 06/01/2012
$46.620 08/01/2012 $47.650 12/01/2012
SPECIALIZED EARTH MOVING EQUIP > 35 TONS $45.600 08/01/2011 $46.260 12/01/2011 $46.560 06/01/2012
$46.910 08/01/2012 $47.940 12/01/2012
SPRINKLER FITTER $56.700 01/01/2010
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 9 of 1120110811-04017
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
SPRINKLER FITTER - Local 676APPRENTICE:
Ratio Step
1:1 %
1
40.00
2
45.00
3
50.00
4
55.00
5
60.00
6
65.00
7
70.00
8
75.00
9
80.00
10
85.00
Apprentice wages shall be no less than the following Steps:
1$32.40/2$34.43/3$36.45/4$38.48/5$40.50/6$42.53/7$44.55/8$46.58/9$48.60/10$50.63
TELECOMMUNICATION TECHNICIAN $42.550 06/27/2011 $46.550 01/02/2012 $52.830 07/02/2012
$53.330 12/31/2012 $54.330 07/01/2013 $54.830 12/30/2013
TELECOMMUNICATION TECHNICIAN - Local 7APPRENTICE:
Ratio Step
1:1 %
1
40.00
2
45.00
3
50.00
4
55.00
5
65.00
6
70.00
Pre-5/31/11 1$29.37/2$30.69/3$32.01/4$33.33/5$34.64/6$35.96 Steps are 800 hours
Post-5/31/11 1$14.54/2$15.86/3$25.87/4$27.19/5$30.83/6$33.15
TERRAZZO FINISHERS $50.980 08/01/2011 $52.330 09/05/2011 $53.480 03/05/2012
MARBLE-TILE-TERRAZZO FINISHER-Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:
Ratio Step
1:3 %
1
50.00
2
60.00
3
70.00
4
80.00
5
90.00
6
95.00
Apprentice wages shall be no less than the following: Steps are 800 hours
Step 1$37.27/2$40.01/3$42.75/4$45.50/5$48.24/6$49.61
TEST BORING DRILLER $51.500 06/01/2011 $52.750 12/01/2011
TEST BORING DRILLER HELPER $50.220 06/01/2011 $51.470 12/01/2011
TEST BORING LABORER $50.100 06/01/2011 $51.350 12/01/2011
TRACTORS $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012
$49.150 12/01/2012
TRAILERS FOR EARTH MOVING EQUIPMENT $45.890 08/01/2011 $46.550 12/01/2011 $46.850 06/01/2012
$47.200 08/01/2012 $48.230 12/01/2012
TUNNEL WORK - COMPRESSED AIR $62.930 06/01/2011 $64.180 12/01/2011
TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) $64.930 06/01/2011 $66.180 12/01/2011
TUNNEL WORK - FREE AIR $55.000 06/01/2011 $56.250 12/01/2011
TUNNEL WORK - FREE AIR (HAZ. WASTE) $57.000 06/01/2011 $58.250 12/01/2011
VAC-HAUL $45.310 08/01/2011 $45.970 12/01/2011 $46.270 06/01/2012
$46.620 08/01/2012 $47.650 12/01/2012
WAGON DRILL OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012
$44.590 12/03/2012
WAGON DRILL OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011
WATER METER INSTALLER $55.460 03/17/2011 $55.860 09/17/2011 $56.360 03/17/2012
$57.110 09/17/2012 $57.860 03/17/2013
This wage schedule must be posted 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 10 of 1120110811-04018
Effective Dates and Total RatesClassification
Job Location:
Description of Work:
Contract Number: City/Town:
Awarding Authority:
Lt. GovernorTIMOTHY P. MURRAY
As determined by the Commissioner under the provisions of the
Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor
DEVAL L. PATRICK
Prevailing Wage Rates
DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT
THE COMMONWEALTH OF MASSACHUSETTS
LONGMEADOW
TENNIS COURT RECONSTRUCTION WORKS - RESURFACING AND RECONSTRUCTION OF TENNIS
COURTS
BLINN TENNIS COURTS, BLISS COURT
Town of Longmeadow
Secretary
HEATHER E. ROWEDirector
JOANNE F. GOLDSTEIN
Additional Apprentice Information:
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-11L.
All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-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 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 minimum wage rates listed above, on public works projects is a
violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the
Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.
Issue Date: Wage Request Number:08/12/2011 Page 11 of 1120110811-04019
CONTRACT FOR THE PROCUREMENT
OF
TENNIS COURT RECONSTRUCTION
VENDOR:
(Good/Service Description)
August 31, 2011
Town of Longmeadow
20 Williams Street
Longmeadow, Massachusetts 01106
H: CONTRACT-STANDARD CONTRACT
20
TOWN OF LONGMEADOW, MASSACHUSETTS
Contract Documents for the Procurement of Goods and Services
TABLE OF CONTENTS
Page Number
Agreement 1-5
Certificates of Vote 6
Certificate of Insurance 7
Certificate of Non-Collusion 8
Longmeadow Invitation for Bid- IFB: Tennis Court Reconstruction Attachment A
Bid Submission Forms Price Proposal submitted by:_______ Attachment B
21
AGREEMENT
The following provisions shall constitute an Agreement between the Town of Longmeadow, acting by and through its
Town Manager and/or Select Board, hereinafter referred to as “Town”, and
with an address of hereinafter referred to as “Contractor”, effective as of the day
of , 2011. In consideration of the mutual covenants contained herein, the parties agree as follows:
ARTICLE 1: SCOPE OF WORK: The Contractor shall perform all work in accordance with the specifications contained in Attachment A - Scope of
Services: Longmeadow Invitation for Bid- IFB: Tennis Court Reconstruction
ARTICLE 2: TIME OF PERFORMANCE: The contractor shall complete all work and services required on or before November 1, 2011 for the Base Bid, and
August 31, 2012 for Alternate A. If completion is not achieved by said date, the Contractor shall be liable to the
Town for liquidated damages in the amount of $100.00 per calendar day.
ARTICLE 3: COMPENSATION:
The Town shall pay the Contractor for the performance of the work outlined in Article 1 above, the contract sum of
in accordance with the provisions of the specifications, or as set forth in an
attachment hereto in Attachment B, the price proposal.
ARTICLE 4; CONTRACT DOCUMENTS: The following documents form the Contract and all are as fully a part of the Contract as if attached to this Agreement
herein:
1. This Agreement.
2. Amendments, or other changes mutually agreed upon between the parties.
3. All attachments to the Agreement.
In the event of conflicting provisions, those provisions most favorable to the Town shall govern.
ARTICLE 5: CONTRACT TERMINATION: The Town may suspend or terminate this agreement by providing the Contractor with ten 10) days written notice for
the reasons outlined as follows:
1. Failure of the Contractor, for any reason, to fulfill in a timely and proper manner its obligations under this
Agreement
2. Violation of any of the provisions of this Agreement by the Contractor.
3. A determination by the Town that the Contractor has engaged in fraud, waste, mismanagement, misuse of funds,
or criminal activity with any funds provided by this Agreement.
ARTICLE 6: INDEMNIFICATION: The Contractor shall, to the maximum extent permitted by law, indemnify and save harmless the Town of
Longmeadow, its officers, agents and employees from and against any and all damages, liabilities, actions, suits,
proceedings, claims, demands, losses, costs and expenses (including reasonable attorneys’ fees) that may arise out of
or in connection with the work and/or service being performed or to be performed by the Contractor, its employees,
agents, or subcontractors. The existence of insurance shall in no way limit the scope of this indemnification. The
Contractor further agrees to reimburse the Town of Longmeadow for damage to its property caused by the contractor,
its employees, agents, subcontractors or materials. Contractor shall be solely responsible for all local taxes or
22
contributions imposed or required under the Social Security, Workers Compensation, and income tax laws. Further,
the Contractor shall indemnify and hold harmless the Town with respect to any damages, expenses, or claims arising
from or in connection with any of the work performed or to be performed under this Agreement.
1
ARTICLE 7: AVAILABILITY OF FUNDS:
The compensation provided by this Agreement is subject to the availability and appropriation of funds. The contractor
shall be obligated to provide services hereunder, only to the extent that said funds are available.
ARTICLE 8: APPLICABLE LAW: The Contractor agrees to comply with all applicable local, state and federal laws, regulations and orders relating to the
completion of this Agreement. This Agreement shall be governed by and construed in accordance with the law of the
Commonwealth of Massachusetts.
ARTICLE 9: ASSIGNMENT:
The Contractor shall not make any assignment of this Agreement without the prior written approval of the Town.
ARTICLE 10: AMENDMENTS: All amendments or any changes to the provisions specified in this Contract can only occur when mutually agreed upon
by the Town and Contractor. Further, such amendments or changes shall be in writing and signed by officials with
authority to bind the Town. Additionally, all amendments and changes shall be approved by the Town Accountant
prior to execution by the awarding authority. No amendment or change to the contract provisions shall be made until
after the written execution of the amendment or change to the Contract by both parties.
ARTICLE 11: INSURANCE: The Contractor shall be responsible to the Town or any third party for any property damage or bodily injury caused by
it, any of its subcontractors, employees or agents in the performance of, or as a result of, the work under this
Agreement. The Contractor and any subcontractors used hereby certify that they are insured for workers
compensation, property damage, personal and product liability. The Contractor and any subcontractor it uses shall
purchase, furnish copies of, and maintain in full force and effect insurance policies in the amounts here indicated.
General Liability
Bodily Injury Liability: $1,000,000 per occurrence
Property Damage Liability $1,000,000 per occurrence
(or combined single limit) $1,000,000 per occurrence
Automobile Liability Bodily Injury Liability: $1,000,000 per occurrence
Property Damage Liability $1,000,000 per occurrence
(or combined single limit) $1,000,000 per occurrence
Workers’ Compensation Insurance
Coverage for all employees in accordance with Massachusetts General Laws
Prior to commencement of any work under this Agreement, the Contractor shall provide the Town with Certificates of
Insurance which include the Town as an additional named insured and which include a thirty day notice of
cancellation to the Town.
ARTICLE 12: PREVAILING WAGE RATES
23
Prevailing Wage Rates as determined by the Commissioner of the Department of Labor and Workforce Development
under the provisions of Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this
project. It is the responsibility of the Contractor to provide the Town with certified payrolls and to comply with all
requirements of the above-cited statutes. The schedules of prevailing wage rates are included in the Contract
Documents.
2
ARTICLE 13: SAFETY AND PROTECTION
Protection of the Work and Owner’s Property: The Contractor shall at all times safely guard the Owner’s property
from injury or loss in connection with this Agreement. The contractor shall at all times safely guard and protect their
own work, and that of adjacent property from damage. The Contractor shall replace or make good any such damage,
loss or injury. The Contractor shall clean the work area and restore it to its original condition upon the completion of
the work.
The Contractor shall comply with all applicable OSHA, State and municipal regulations and requirements for services
and facilities in the performance of all requirements of this contract. OSHA safety requirements and training
certification shall be adhered to for all personnel working on Town property.
ARTICLE 14: ENGINEER / ARCHITECT
The Project has a designated engineer: Yes X or; No . If yes, the designated engineer is Yem Lip, the Town
Engineer for the Town of Longmeadow, Massachusetts. who is hereinafter called ENGINEER. ENGINEER will act
as the Town’s representative, assuming all duties and responsibilities, rights and authority assigned to ENGINEER in
the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents.
ARTICLE 15: PROGRESS PAYMENTS
Applications for Payment shall be processed in accordance with the General Conditions and in accordance with
Massachusetts General Law. The Town shall make progress payments on account of the Contract Price on the basis
of processed Applications for Payment monthly during construction. All progress payments will be measured by the
schedule of values as specified in the General Conditions. The Town shall retain from progress payments five (5)
percent of the value of Work completed.
ARTICLE 16: CONTRACTOR’S REPRESENTATIONS
CONTRACTOR makes the following representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data
identified in the Bidding Documents.
B. CONTRACTOR has visited the site and become familiar with and is satisfied as to the general, local, and
Site conditions that may affect cost, progress, and performance of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning
conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect
cost, progress, or performance of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including
applying the specific means, methods, techniques, sequences, and procedures of construction, if any,
expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions
and programs incident thereto.
24
E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract
Times, and in accordance with the other terms and conditions of the Contract Documents.
F. CONTRACTOR is aware of the general nature of Work to be performed by Town and others at the Site
that relates to the Work as indicated in the Contract Documents.
3
G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations
obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all
additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents.
H. CONTRACTOR has given Town written notice of all conflicts, errors, ambiguities, or discrepancies that
CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by Town is
acceptable to CONTRACTOR.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and
conditions for performance and furnishing of the Work.
25
4
CERTIFICATION AS TO PAYMENT OF STATE TAXES
Pursuant to M.G.L.v.62C, S49A, I certify under the penalties of perjury that the Contractor has complied with all laws
of the Commonwealth of Massachusetts relating to taxes.
_____________________________ _____________________________
Social Security Number or Signature of Individual or
Federal Identification Number Corporate Name
By: _____________________________
Corporate Officer
(If applicable)
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the day and year first
above written.
CONTRACTOR TOWN of LONGMEADOW
by Awarding Authority Authorization:
____________________________
_______________________________
____________________________ by its Town Manager, Robin Crosbie
Printed Name and Title
and/or by its Select Board:
____________________________
TOWN OF LONGMEADOW ____________________________
Department Authorization: ____________________________
____________________________ ____________________________
Department Org/Object for Appropriation
____________________________
____________________________
by its Department Head 26
Procurement Compliance:
___________________________
by its Procurement Manager
Certification as to Availability of Funds:
_________________________________
by its Town Accountant 5
CERTIFICATE OF VOTE
(Corporations only should complete this form)
At a duly authorized meeting of the Board of Directors of the
____________________________ held on ___________________________it was VOTED that
(Name of Corporation) (Date)
_________________________ _________________________
(Name) (Officer)
of this company, be and hereby is authorized to execute contracts and bonds in
the name and on behalf of said company, and affix its corporate seal hereto;
and such execution of any contract or obligation in this company’s name on its
behalf by such officer under seal of the company, shall be valid and binding
upon this company.
I hereby certify that I am the clerk of the above named corporation and that _________________________ is
the duly elected officer as above of said company, 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 (Clerk)
Corporate
Seal 27
6
CERTIFICATE OF INSURANCE
(PROVIDE AN INSURANCE CERTIFICATE NAMING THE TOWN AS INSURED UNDER THE POLICY)
This is to certify that the ________________________________(Company) has issued the policies listed below, that
these policies are written in accordance with the Company's standard policies and endorsements, except as indicated
below or as noted in the attachments hereto, which policies and endorsements will be made available to OWNER upon
request, that they provide coverage and limits of liability shown with respect to the insurance indicated, that they are
in force on this date, that all deductible amounts are indicated below, and that this Certificate is furnished in
accordance with and for the purpose of satisfying the requirements of OWNER in connection with the award and
performance of a contract or agreement between the Town of _____________ (OWNER) and
1. Name of Insured __________________________________________________________
2. Address of Insured _______________________________________________________
3. Location and Description of Work _________________________________________
_________________________________________ Project Contract No. ___________
_________________________________________________________________________________
Coverage and Limits of Liability
(at least as shown below)
________________________________________
Bodily Injury Property Damage
Liability Liability
__________________________________________________________________________________
Policy Effective Expiration Each Each
Number Date Date Occurrence Aggregate Occurrence Aggregate
__________________________________________________________________________________
A. Owners Protective Liability has been issued at the expense of Above Insured
to ___________________________________________________________________ (Owner)
_________ ________ _________ $1,000,000 $1,000,000 $1,000,000 $1,000,000
__________________________________________________________________________________
B. Comprehensive General Liability
_________ ________ _________ $1,000,000 $1,000,000 $1,000,000 $1,000,000
Including: 1. Operations/Premises 2. XCU 3. Products/Completed Operations
4. Contractual as Below 5. Independent Contractors
6. Broad Form Property Damage 7. Personal Injury
__________________________________________________________________________________
C. Auto Liability Each Each Each
Including: 1. All Owned Person Accident Accident
28
2. Hired $1,000,000 $1,000,000 $1,000,000
3. Non-owned
_________ ________ _________
_________________________________________________________________________________
D. Workman's Compensation
Compensation Statutory State(s)
_________ ________ _________ Coverage B Limit $1,000,000 if Applicable
_________________________________________________________________________________
E. Umbrella Liability
_________ ________ _________ $_________________ Aggregate
_________________________________________________________________________________
F. Builder's Risk Insurance - "All Risk" Completed Value Form
$_________________
_________ ________ _________ As Specified in Contract or Agreement
_______________________________________________________________________________
7
29
CERTIFICATE OF NON-COLLUSION
The undersigned certifies under the 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 any natural person, business,
partnership, corporation, union, committee, club, or other organization, entity, or group of
individuals.
_____________________________________________________
(Signature of person signing bid or proposal)
_____________________________________________________
(Name of Business)
_____________________________________________________
(Date)
8
30
1 GENERAL
a. Supply all labor, equipment, material and insurance to reconstruct four (4) All Weather
Tennis Courts. These are the 4 courts to the farthest northern location of the tennis
facility that are closest to and abut Bliss Road. These labeled courts are: 9, 10, 11 and 12
(the Base Bid). All materials used and design involved in this project shall be in
accordance with American Sports Builders Association (A.S.B.A) guide specifications
b. Alternate A will be for the reconstruction of the other four court sections of the tennis
facility at the Blinn Courts, pending the availability of funds. Each four court section in
Alternate A is a replication of the square footage, court layout, scope of work and
specifications of the Base Bid. Reference Section G- Pricing for Bid Form for additional
detail.
BASE BID:
2 DEMOLITION
a. Remove all four pairs of net posts with footings and dispose of off-site at the Contractors
expense.
b. Temporarily remove the mesh fencing that divides the two pairs of tennis courts. The
fence posts are to remain and the existing mesh fencing shall be reinstalled to the existing
posts after the completion of the single tennis court surface (with four courts) has been
completed.
c. Set up and install temporary construction fencing around construction area.
3 SIZE OF COURTS
a. The newly reconstructed courts are to emulate the older existing court’s design, layout
and dimensions. There are other courts at the Bliss Tennis Court facility that are not part
of this project which can be referenced as the project construction is underway to ensure
consistence with the court standards that already exists at the Bliss Tennis Court facility.
4 INSTALLATION OF COURTS
a. The courts are to be excavated to a depth matching the grave depth of the existing courts.
The depth of the proposed gravel not to exceed 12 inches.
b. Pulverize/reclaim the existing asphalt surface and grave base, to a depth of 8 inches. Any
large or unusable materials to be removed and disposed of off-site at the Contractor’s
expense. Remove material as necessary to allow for the installation of 3” of process
gravel. A proposed grading plan will be developed by the contractor and submitted for
approval. The newly pulverized sub-base will be brought to a 1% rough grade. The
newly pulverized sub-base shall be compacted with a ten-ton vibratory roller, to 95% of
maximum density and be field tested by use of a Nuclear Gauge or other suitable method.
All testing shall be documented.
c. The town will consider an alternative method for the Contractor to remove the existing
asphalt by saw cutting and removing the existing concrete off site at the contractor’s
expense, if it is a viable alternative to the town.
d. Supply and install 3 inches of processed aggregate over the pulverized sub-base. The
processed aggregate will be fine graded to an 84% grade in order to ensure proper pitch
for water drainage. The processed aggregate shall be compacted with a ten-ton vibratory
roller, to 95% of maximum density and be field tested by use of a Nuclear Gauge or other
31
suitable method. All testing shall be documented. All posts, must be installed prior to
paving. Existing fence posts shall remain and exterior surrounding fence shall remain.
The furnish and install of two lifts of Tennis Court Mix (1st lift is a Binder Course and 2
nd
is a Surface Course) compacted to a minimum 3” depth over entire new court area-
Approximately 2,880 SY.
e. Supply and install one, 1-1/2 inch layer of Class 1 asphalt using a laser guided asphalt
paver. Asphalt shall be compacted with a ten-ton roller (back rolling can be complete
with smaller rollers to remove any lines or blemishes) to 93% of maximum density and
be field tested by use of a Nuclear Gauge or other suitable method. All testing shall be
documented.
f. Supply and install one 1-1/2 inch layer of Class II asphalt using a laser guided paver.
Asphalt shall be compacted with a ten-ton roller (back rolling can be completed with
smaller rollers to remove any lines or blemishes) to 93% of maximum density and be
field tested by use of a Nuclear Gauge or other suitable method. All testing to be
documented.
5 COURT SURFACING
a. MATERIAL
i. 100 percent premium blend acrylic color finish system to include the following
and to be obtained from one supplier:
1. Patching material (acrylic)
2. Resurface
3. Color coating
4. Line paint
ii. Acceptable manufacturers (or other Town approved ‘equal’) are:
1. Novacrylic by Noval Sports U.S.A (phone number 508-473-6540)
2. Plexipave Sport Surfacing (phone 978-623-9980)
3. DecoColor by Deco Turf (phone number 800-332-6178)
iii. Court coating shall consist of two colors to match the existing color scheme used
throughout the courts (one for inbound area and one for outbound area), plus
white line paint. Colors will be determined by owner.
b. EXECUTION
i. General: Follow manufacturer’s instructions regarding installation of base coats,
finish coats, and all final curing duration.
ii. Flooding and Patching: After surface course of bituminous concrete is placed and
rolled, the surface of the entire court(s) shall be flooded with water. Low areas
with sanding water of 1.8 inch or greater shall be marked with chalk. The
Contractor shall contact the Owner’s Representative to inspect the court during
the flooding process. Low areas shall then be coated with tack and patching
mixture shall then be applied to these areas. Asphalt-based emulsion patching
material shall not be used. Low Spot-Birdbath Identification- the entire court
surface shall be flooded with clean potable water. Allow 1 hour of favorable
drying conditions, then check for birdbaths using a U.S. Nickel. Any areas
where water covers the nickel should be patched with Latexite Acrylic Patch
Binder (or Town approved ‘equal’ prior to the coating.
32
iii. Resurface Coats: After bituminous concrete has cured for at least 14 days, two
resurface coats shall be applied over the bituminous concrete surface such as
Plushtex or town approved ‘equal’ . One coat shall be applied lengthwise of the
court(s) and the second coat shall be applied crosswise.
iv. Color Coats: After resurface coating, two coats of color shall be applied except
for high traffic area three feet behind baseline to service line which shall receive
one initial extra coat.
v. Line Striping:
1. Sweep and clean surface to eliminate loose material and dust.
2. Paint lines as noted and specified. Use mechanical aid so that lines are
true and straight. Hand brushed painting is not permitted. Apply three
(3) coats at manufacturer’s recommendations.
3. Must be painted in accordance with the guidelines for “Quick Start
Tennis” as depicted b USTA.
6 ACCESSORIES
a. NETS
i. The nets shall be weather resistant synthetic netting with 1 ¾” square mesh. The
tensile strength of the net twine shall not be less than 275lb. The top binding
shall be white mildew-resistant and ultraviolet-stabilized synthetic material, 2” –
2 ½” wide. The cable shall be fabricated from multi-stranded galvanized steel
wire rope, with a minimum core diameter of 5/32 inch, excluding coating, and
with a tensile strength of not less than 2,600 lbs. The center strap shall be no
greater than 2” wide, of a white mildew resistant and ultraviolet-stabilized
synthetic material. It shall include a height-adjusted non-corrosive buckle or
buckles that prevent slippage when fully stressed. At the bottom of the center
strap, a non-corrosive spring loaded hook shall be included, to attach the center
strap to the ground anchor pin. Side binding shall be fabricated of black abrasion
resistant ultraviolet-stabilized material. Bottom binding shall be made of black
abrasion-resistant ultraviolet-stabilized synthetic material. Tie strings shall be
made of black ultraviolet-stabilized, synthetic cord, not less than 60’ long, and
with a breaking strength of not less than 275lbs.
b. NET POSTS AND SLEEVES
i. Furnish and install four (4) sets of new Courtmaster 3” (or Town approved
‘equal’) O.D. Internal Wind Net Posts set in 2’x2’x3’ deep concrete footings.
Also install Center Anchors Posts foundations shall be not less than 18” in
diameter at the top, not less than 30” at the bottom, and not less than 48” in
depth. Foundations shall be so constructed as to provide a distance of 42’
measured from center of post to center of post. Concrete for foundations shall
use well-graded rock, gravel or stone mixed in rations attaining a compressive
strength of not less than 3,500 lbs. Per square inch at the 28th day after pouring.
The top of the concrete foundation shall be round to prevent radial cracking.
ii. Net posts may be galvanized steel or aluminum. They shall be installed in
sleeves to be removable. Tennis post ground sleeves shall be galvanized steel or
aluminum. Posts shall have an outside diameter of not less than 2-7/8”, nor
33
greater than 4”. The net post shall project no more than 1” above the top of the
net cord. Minimum yield strength is 1,100. lbs., with a minimum of 1,500 obs.
Tensive strength. Mechanical tensions devices (worn gear, ratchet reel, or screw-
type) are to be limited in the amount of force applied to the net post, not to
exceed ½ post yield strength.
Posts are post sleeves shall be set 42’ apart measured from the center of the post
to the center of the other. Posts shall be set plumb and true so as to support the
net at a height of 42” above the court surface.
c. NET ANCHORS:
i. The ground anchor of the center strap shall be made of a strong, non-corrosive
metal pipe not less than 10” in length, 1 5/8” OD minimum. A non-corrosive
¼”OD pine shall be centered through the pipe ¼” to 3/8” below the opening for
the purpose of attaching a center strap hook. A center strap anchor should be set
in concrete footing measuring 12” x 12” x 12”. The base of the footing should be
slightly larger (15”x15”) to avoid the possibility of heaving due to freeze/thaw
action. The top of the concrete footing should be rounded to minimize radial
cracking. The cross pin in the ground anchor shall be flush with the court and
parallel to the net.
7 OTHER
a. Any benches that are in the reconstruction area shall be relocated to other surrounding
courts during the construction process.
b. The Contractor will be responsible for cleaning up the work site area and removing any
and all work related debris from the site.
34
BID SUBMISSION FORM
IFB: TENNIS COURT RECONSTRUCTION
TOWN OF LONGMEADOW
COMPANY NAME: ______________________________________________
REFERENCES/ MINIMUM REQUIREMENTS: The Town of Longmeadow desires to select a service provider who has considerable experience carrying-
out the objectives of this. Please submit a listing of reference contacts for all municipal, school, public or
state institution for which tennis court constructioni has been completed within the past three years.
Minimum Requirement: The Bidder must have completed installation of at minimum one (1) newly
constructed tennis court facility within the past 3 years to be considered for a contract award. The Town
reserves the right to check any and all references. The Town reserves the right to reject a bid based on
any unfavorable references. The references supplied shall supply the following information:
Court description and when the court installation was completed
Owning Organization
Contact name of the custodian of the tennis court facility and their phone number
Have you provided the list of references as requested? YES__________, NO___________
Have you complete at minimum one (1) installation of a new tennis court facility within the past
three years: YES__________, NO___________
BIDDER INFORMATION:
Company Name:
Name of Proposer:
Address:
Town, State I Zip:
Telephone I Fax:
Email:
Signed by:
Signature:
Print Name and Title:
Date:
35
BID SUBMISSION FORM
IFB: TENNIS COURT RECONSTRUCTION
TOWN OF LONGMEADOW
BID PRICING:
BASE BID:
Price for the supply, labor and installation services required for the reconstruction
of new tennis courts per IFB specifications for four courts (Court no: 9,10,11 and
12):
$___________________________ BASE BID TOTAL
________________________________________________
(Base Bid Total written in words)
ALTERNATE A:
Same pricing as Base Bid with the following exception of the allowance of an
Asphalt Price Adjustment clause. Reference Section, G. ‘Prices in Bid Form’ for
additional detail. Do not provide additional pricing for Alternate A.
ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges the receipt of the following addenda (if any):
____ _____, ________, _________, _________, _________,
CERTIFICATE OF NON-COLLUSION: MANDATORY FORM The undersigned certifies under the penalties of perjury that this bid or bid 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 any natural person, business partnership, corporation,
union, committee, club or other organization, entity or group of individuals.
___________________________________ ____________________
Signature of person submitting proposal/contract Date
___________________________________
Name of Business
36
BID SUBMISSION FORM
IFB: TENNIS COURT RECONSTRUCTION
TOWN OF LONGMEADOW
CERTIFICATE OF TAX COMPLIANCE Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the
best of my knowledge and belief, I am in compliance with all laws of the Commonwealth
relating to taxes, reporting of employees and contractors, and withholding and remitting child
support.
_________________________ ___________________________
Social Security Number or Signature of Individual or
Federal Identification Number Corporate Name
____________________________
Corporate Officer
(if applicable)
37