CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

129
1 CITY OF GREENFIELD Purchasing Department IFB 21-21 Four Corners Elementary School – Floor Tile Abatement Documents Available: Wednesday, May 19, 2021 @ 10:00 AM Bid Due: Thursday, June 3, 2021 by 11:00 AM

Transcript of CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Page 1: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

1

CITY OF GREENFIELD Purchasing Department

IFB 21-21

Four Corners Elementary School – Floor Tile Abatement

Documents Available: Wednesday, May 19, 2021 @ 10:00 AM Bid Due: Thursday, June 3, 2021 by 11:00 AM

Page 2: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

2

TABLE OF CONTENTS ADVERTISEMENT FOR BIDDERS ....................................................................................................... 3 INFORMATION FOR BIDDERS ............................................................................................................ 5

FORMS FOR BID .................................................................................................................................... 12

PROPOSAL FORM ............................................................................................................................... 13 CERTIFICATE OF NON-COLLUSION ............................................................................................... 14 TAX COMPLIANCE CERTIFICATION .............................................................................................. 15 DEBARMENT STATEMENT .............................................................................................................. 16 CONTRACTOR’S CERTIFICATION................................................................................................... 17 SUB-CONTRACTOR’S CERTIFICATION.......................................................................................... 18 OSHA TRAINING CERTIFICATION .................................................................................................. 19

AGREEMENT .......................................................................................................................................... 20 OWNER-CONTACTOR AGREEMENT .............................................................................................. 21

NOTICE TO PROCEED: ........................................................................................................................ 23 BONDS ....................................................................................................................................................... 24 LABOR & MATERIALS (PAYMENT) BOND .................................................................................... 25 SPECIAL CONDITIONS ........................................................................................................................ 29 GENERAL CONDITIONS ...................................................................................................................... 31 MA PREVAILING WAGE RATES ....................................................................................................... 47

SPECIFICATIONS DIVISION 1- GENERAL REQUIREMENTS Section 010100 - Summary of WorkSection 010400 - Existing ConditionsSection 010500 - Conduct of the WorkSection 012500 - Or Equals - Product Substition ProceduresSection 013000 - SubmittalsSection 015000 - Temporary FacilitiesSection 015100 - ProtectionSection 015200 - Clean Up DIVISION 2 - SITE WORK Section 020700 - Selective DemolitionSection 020800 - Asbestos AbatementSection 020810 - Disturbance of Lead, Cadmium and Chromium Materials DIVISION 9 - FINISHES Section 096519 - Resilient Flooring DRAWINGS: T-000 Title Sheet And General InformationD-100 Abatement/Demolition PlansA-100 Finish Floor PLans

Page 3: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

3

ADVERTISEMENT FOR BIDDERS

City of Greenfield 14 Court Square

Greenfield, MA 01301

The City of Greenfield in partnership with the Greenfield Public Schools invites contractors to submit a bid proposal for asbestos abatement and flooring replacement at Four Corners Elementary School located in Greenfield, Massachusetts. Sealed Bids must be endorsed “IFB 21-21 Four Corners School – Floor Tile Abatement” and will be accepted until 11:00 a.m. on Thursday, June 3, 2021, at which time said bids will be publicly opened and read aloud in the Community Meeting Room 203 on the second floor of the City Hall.

Sealed bids must be mailed or hand delivered to:

Laura Phelps Purchasing Department 14 Court Square, 2nd Floor Greenfield, MA 01301

A secure drop box is available outside of City Hall for receiving all Municipal Mail. For more information please refer to: https://greenfield-ma.gov/p/16/City-Clerks-Office. Electronic submissions will not be considered.

The work includes:

● Asbestos abatement and replacement of flooring in the Kitchen, Cafeteria, and Nurses Bathrooms.

Plans, specifications and proposal forms may be obtained starting @ 10:00 a.m. on Wednesday, May 19, 2021 from the City of Greenfield’s website at www.greenfield-ma.gov under “Departments”, “Procurement Dept”, “FY21 IFB/RFP/RFQ/RFS” or by contacting Laura Phelps email: [email protected] , Phone: 413-772-1569 . The Bid Security from the Contractor in the form of cash, certified check, treasurer’s check, or cashier’s check, drawn upon a responsible bank in the Commonwealth of Massachusetts, or a bid bond in the amount of five percent (5%) of the bid, shall be made payable to the City of Greenfield, MA and shall be enclosed with the bid.

A 50% Payment Bond will be required of the successful bidder.

Attention is called to the following:

A. Bids for this project are subject to the provisions of the Massachusetts General Laws

Chapter 149, Section 29C.

Page 4: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

4

B. Wages are subject to Massachusetts minimum wage rates as per M.G.L. Chapter 149, Section 26 to 27H inclusive.

C. Prospective contractors shall be a qualified and hold applicable State of Massachusetts licenses to perform removal and reinstallation of the flooring materials specified under the Contractor Documents.

D. All pertinent regulations ordinances and statutes of the City of Greenfield and the State of

Massachusetts will be rigidly enforced.

E. The successful bidder must comply with Chapter 151B as amended, of the Massachusetts General Laws and with the provisions of Executive Order No. 74, as amended by Executive Order No. 116 dated May 1, 1975 pertaining to Equal Opportunity Anti-Discrimination and Affirmative Action.

A pre-bid site visit is scheduled for Tuesday, May 25, 2021 at 3:30 p.m. at Four Corners Elementary School located at 21 Ferrante Avenue in Greenfield, Massachusetts.

The responsive and responsible bidder offering the lowest price shall be awarded the project subject to the availability of funding. The City of Greenfield reserves the right to reject any or all bids or to waive any informality in the bidding.

The Contract/Bid/Proposal awarding authority is:

Greenfield Public School 195 Federal St, Suite 100

Greenfield, MA 01301

Page 5: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

5

INFORMATION FOR BIDDERS

IFB 21-21 Four Corners Elementary School – Floor Tile Abatement The City of Greenfield invites qualified contractors to submit a bid proposal for Four Corners Elementary School – Floor Tile Abatement.

INFORMATION FOR BIDDERS Location and work to be done: The work herein specified to be done (herein sometimes referred to as the “Work”) consists of removal and replacement of the flooring located in the Kitchen, Cafeteria and Nurses Bathrooms at the site. Asbestos abatement of the existing flooring will also be required to be performed by a Massachusetts licensed Asbestos Contractor as part of the Contract. The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies, and all other items necessary to do all the work required for the completion of the Work, as specified. The Work to be done and paid for shall not be limited to the extent mentioned or described by the Contract Documents, but shall include all incidental work necessary or customarily done for the completion of the work. Questions Regarding Drawings and Documents. In general, no answers will be given to prospective bidders in reply to an oral question during the Pre-Bid Meeting if the question involves an interpretation of the Contract Documents, or the equality or use of products or methods other than those designated or described in the specifications. Any information given to bidders other than by means of the Contract Documents, including Addenda, as described below, is given informally, for information and the convenience of the bidder only and is not guaranteed. The bidder agrees that such information shall not be used as the basis of, nor shall the giving of, any such information entitle the bidder to assert any claim or demand against the owner or the engineer on account thereof. To receive consideration, such questions shall be submitted in writing to the City on or before Thursday, May 27, 2021 by 2:00 PM to Purchasing at [email protected]. If the question involves the equality or use of products or methods it must be accompanied by drawings, specifications or other data in sufficient detail to enable the City to determine the equality or suitability of the product or method. In general, the City will neither approve nor disapprove particular products prior to the opening of Bids; such products will be considered when offered by the Contractor for incorporation into the Work. The City will set forth as Addenda, which shall become a part of the Contract Documents, such questions received as above provided as in his or her sole judgment are appropriate or necessary and his or her decision regarding each. At least three days prior to the receipt of Bids, he/she will send a copy of these Addenda to those prospective bidders known to have taken out sets of the Drawings and other Contract Documents.

Page 6: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

6

The Contractor agrees to use the products and methods designated or described in the Specifications as amended by the Addenda. Bidders to Investigate. Bidders are required to submit their Bids upon the following express conditions which shall apply to and be deemed a part of every Bid received, specifically: Bidders must satisfy themselves by personal examinations of the site of the work and by such other means as they may wish, as to the actual conditions there existing, the character and requirements of the Work, the difficulties attendant upon its execution, and the accuracy of all estimated quantities stated in the Bid. An pre-bid site visit will be scheduled on Tuesday, May 25, 2021 at 3:30 p.m. at the Four Corners Elementary School located at 21 Ferrante Avenue in Greenfield, Massachusetts. No claim for extra compensation or extension of time will be allowed when caused by the Contractor’s failure to properly estimate the quantities, locations, access opportunities, and measurements of all items required to complete the work which could be discerned from visiting the site. 1.0 Information not Guaranteed. Existing Building: Documentation of existing conditions is approximate and intended for reference purposes only. It is the responsibility of the Contractors to visit the site and familiarize themselves with the areas to be renovated. Before performing any work or ordering any materials, verify all measurements and existing building conditions and be responsible for the correctness of same. No extra charge or compensation will be allowed on account of differences between actual dimensions and the measurements indicated on the drawings or specifications; any difference which may be found shall be submitted to the Consultant in writing for consideration before proceeding with the work. It is agreed further and understood that no bidder or contractor shall use or be entitled to use any of the information made available to him or her, or obtained in any examination made by him or her in any manner as a basis of or ground for any claim or demand against the City, arising from or by reason of any variance which may exist between the information made available and the actual conditions at the site or encountered during the construction work, except as may otherwise by expressly provided for in the Contract Documents. 1.1 Submitting Bids. All Bids must be upon the blank form for Bid annexed hereto, state the proposed price of each item of the Work, both in words and in figures, and be signed by the Bidder with his or her business address and place of residence. Bidders shall not remove and submit the Bid pages separate from the volume of Contract Documents, but shall submit their Bids bound with the complete volume of attached Contract Documents, including all pages correctly assembled. Each bid shall be submitted to the City in a sealed envelope. On the outside of the envelope shall be written the bidder’s name and address and the name of the project for which the Bid is submitted; “21-21 Four Corners Elementary School – Floor Tile Abatement”.

Page 7: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

7

If forwarded by mail, the sealed envelope containing the Bid and marked as directed above, must be enclosed in another envelope addressed to the City. The City will not be responsible for misdirected mail not received by the closing due date and time for bids. Sealed Bids will be accepted until 11:00 a.m. on Thursday, June 3, 2021, at which time said bids will be publicly opened and read aloud in the Community Meeting Room 203 on the second floor of the City Hall. A secure drop box is available outside of City Hall for receiving all Municipal Mail. For more information please refer to: https://greenfield-ma.gov/p/16/City-Clerks-Office. NOTE: Electronic submissions will not be accepted. 1.2 Time for Completion. The successful bidder will be required to substantially complete the Work within twenty (21) consecutive calendar days from the Notice to Proceed. Substantial completion is the stage of a construction project that is sufficiently complete in accordance with the contract for the owner to occupy and/or utilize it for its intended use, without undue interference. It is the intention of the City of Greenfield to complete this work at the soonest possible date, therefore; the successful contractor will be required to execute the contract within ten (10) days of award. A preconstruction meeting will be scheduled thereafter, a notice to proceed will be given; and the contractor is to start the Work immediately. 1.3 Withdrawal of Bids. Except as hereinafter in this subsection otherwise expressly provided, once his or her Bid is submitted and received by the City for consideration and comparison with other bid similarly submitted, the bidder agrees that he/she may not and will not withdraw it within 30 (thirty) consecutive calendar days after the actual date of the opening of Bids. Upon proper written request and identifications, Bids may be withdrawn as follows:

• At any time prior to the designated time for the opening of Bids. • Provided the Bid has not therefore been accepted by the City at any time subsequent to

the expiration of the period during which the bidder has agreed not to withdraw his or her Bid.

Unless a Bid is withdrawn as provided above, the Bidder agrees that it shall be deemed open for acceptance until the City notifies a Bidder in writing that his or her Bid is rejected or that the City does not intend to accept it. Notice of acceptance of a Bid shall not constitute rejection of any Bid. 1.4 Ability and Experience of Bidder. No award will be made to any Bidder who cannot satisfy the City that he or she has sufficient ability and experience in this class of work and sufficient capital and plant to enable him or her to

Page 8: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

8

prosecute and complete the Work successfully within the time named. The City decision or judgment on these matters shall be final, conclusive, and binding.

• Bidders must have a minimum of 5 years’ experience in asbestos abatement and flooring installation projects of a similar size and scope.

• The Bidder must submit a list of comparable projects completed within the last five (5) years with contact information.

• Bidder must submit a list of current projects (within the past year) with the contact information.

The City may make such investigations as it deems necessary, and the Bidder shall furnish to the City, under oath if so required, all such information, and data for this purpose as the City may request. 1.5 Bids. The City may reject Bids which in its sole judgment are incomplete, conditional, obscure, or not responsive, or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities, or the City may waive such omissions, conditions or irregularities.

• The cost of the preparation and delivery of bid documents is considered a part of the cost of doing business and as such will not be reimbursed, regardless of circumstances.

• If, at the time of the scheduled bid opening, City Hall is closed due to uncontrolled events such as fire, snow, ice, wind, or building evacuation, the bid opening will be

postponed until 11:00 a.m. on the next normal business day. Bids will be accepted until that date and time. 1.6 Right to Reject Bids. The City reserves the right to reject any or all Bids, or alternative Bid Items should the City deem it to be in the public interest to do so. 1.7 Execution of Agreement. The Bidder whose bid is accepted will be required, and agrees, to duly execute the AGREEMENT, after notification that the AGREEMENT is ready for signature. 1.8 Insurance Certificates. The Contractor will not be permitted to start any construction work until he or she has submitted certificates covering all insurance called for, and has obtained approval in writing of such certificates from the City. Before starting, and until completion of the guarantee period, the Contractor shall procure, deposit, and maintain with the City, insurance satisfactory to the City as follows: Workmen’s Compensation and Employer’s Liability Insurance as required by the Workmen’s Compensation Laws of the Commonwealth of Massachusetts.

Page 9: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

9

Comprehensive Commercial Liability Insurance covering Bodily Injury and Property Damage (Broad Form) as follows: Limits of Liability $5,000,000 each occurrence $10,000,000 aggregate The Comprehensive Commercial Liability Policy shall also provide insurance for the Contractor for Bodily Injury and Property Damage to third persons arising out of:

• Work performed by the Contractor himself/herself with his or her own employees, called “premises operations.”

• Work performed by his or her subcontractors, called “sublet work” or Independent

Contractors (this is referred to as Contractor’s Protective Liability). The Contractor’s liability assumed under this contract is called “Hold Harmless” clauses or indemnity agreement. (This is referred to as Contractual Liability Insurance). Products liability coverage covering the completed building or installation or products furnished. (This is called Products Liability Insurance for the manufacturer and Complete Operations Liability Insurance for the Contractor).

• The Contractor shall also include $5 million per occurrence umbrella coverage for pollution liability written in "true occurrence basis" without a sunset clause. The pollution exclusion shall be amended to add back coverage for all pollution claims and shall be maintained for 2 years after completion of the project.

Comprehensive Automobile Liability Insurance covering Bodily Injury and Property Damage, as follows: Limits of Liability Bodily Injury $500,000 each person $1,000,000 each accident Property Damage $1,000,000 each accident This insurance is to apply with respect to all owned or hired vehicles of the Contractor and non-ownership protection for all employees of the Contractor engaged in the performance of this contract. All policies shall be so written that the City will be notified of cancellation or restrictive amendment at least 30 days prior to the effective date of such cancellation or amendment. Certificates from the insurance carrier stating the limits of liability and expiration date shall be filed in duplicate with the City before operations are begun. Such certificates not only shall name the types of policy provided, but shall also refer specifically to this Contract and article and the above paragraphs in accordance with which insurance is being furnished and shall state that such insurance is as required by such paragraphs of this Contract and shall be sufficiently comprehensive as to permit the owner to determine that the required insurance coverage has been provided without the necessity of examining the individual insurance policies.

Page 10: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

10

If the initial insurance expires prior to completion of the Work, renewal certificates shall be furnished by the date of expiration. The Contractor shall require each of his or her sub-contractors to procure and maintain until the completion of that sub-contractor’s work, insurance of the types and to the limits specified in 1.8 Insurance Certificates, above. It shall be the responsibility of the Contractor to insure that all his or her sub-contractors comply with all of the insurance requirements contained herein relating to such sub-contractors. No insurances required or furnished hereunder shall, in any way, relieve the contractor of, or diminish any of his or her responsibilities, obligations and liabilities under the Contract. 1.9 Comparison of Bids Bids will be compared on the basis of lump-sum stated in the BID. In the event that there is a discrepancy in the Bid between the lump-sum written in words and figures, the prices written in words shall govern. The City agrees to examine and consider each Bid submitted in consideration of the Bidder’s agreements, as hereinabove set forth and as set forth in the BID. 1.10 Bid Security The Bid Security from the contractor in the form of cash, certified check or treasurer’s or cashier’s check drawn upon a responsible bank in the Commonwealth of Massachusetts or a bid bond in the amount of five percent (5%) of the bid shall be made payable to the City of Greenfield, Massachusetts and shall be enclosed with the bid. Bid security shall include any and all alternates that may be listed.

Each such check may be held by the City as security for the fulfillment the bidder’s agreements as hereinabove set forth and as set forth in the BID. Should the bidder fail to fulfill such agreements, their bid check shall become the property of the City as liquidated damages; otherwise, the bid check shall be returned to the bidder as hereinafter provided. Bid checks will be returned to all except the three lowest bidders within three days, Sundays and legal holidays excluded, after the owner and the accepted bidder have executed the AGREEMENT. In the event that the AGREEMENT has not been executed by both the accepted bidder and the owner within 40 consecutive calendar days after the opening of bids, the bid check will be returned promptly upon demand of any bidder who has not been notified of the acceptance of their bid.

None of the three lowest bids shall be deemed rejected, notwithstanding acceptance of any bid, until the AGREEMENT has been executed by both the City and the accepted bidder.

The bid deposit must be enclosed in the sealed envelope containing the bid. 1.11 Disputes.

Page 11: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

11

In the event of a dispute as to any of the terms and conditions of this contract, it shall be determined in accord with the laws of the Commonwealth of Massachusetts and the Courts of the Commonwealth of Massachusetts shall have exclusive jurisdiction of the same. 1.12 Addenda. This bid may include an addenda number/numbers (To be identified on the Bid Form by the Bidder) 1.13 Minimum Wage Rates. In the employment of mechanics, teamsters, chauffeurs, and laborers in the construction of the public work projects, the Minimum Wage rates shall be paid as issued by the Commissioner of Labor and Industries of Massachusetts, in accordance with Sections 26 and 27 of Chapter 149, of the General Laws, as amended, and as included in Appendix D Massachusetts Prevailing Wage Rates, and Appendix A or Federal Wage rates as included in Appendix C, whichever pays more. 1.14 Equal Employment Opportunity Anti-Discrimination and Affirmative Action.

The successful bidder must comply with Chapter 151B as amended, of the Massachusetts General Laws and with the provisions of Executive Order No. 74, as amended by Executive Order No. 116 dated May 1, 1975 pertaining to Equal Opportunity Anti- Discrimination and Affirmative Action. 1.15 Notice to Proceed and Pre-Construction Conference: A written Notice to Proceed shall be issued to the Contractor after receipt of proof of required insurance, bonds and execution of the Contract. No work shall be performed by the Contractor until he has received the Notice to Proceed. Prior to the start of the work, the Contractor, all subcontractors, the project manager, Consultants, Engineers, and the owner shall attend a pre-construction conference. The conference will serve to acquaint the participants with the general plan of contract administration and requirements under which the construction operation is to proceed. The date, time, and place of the conference will be furnished to the Contractor by the project manager or Chief Procurement Officer. 1.16 Bonds A 50% Payment Bond is required.

Page 12: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

12

FORM FOR GENERAL BID

Page 13: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

13

FORM FOR GENERAL BID TO THE AWARDING AUTHORITY A. The undersigned proposes to furnish all labor and materials required for Four Corners

Elementary School – Floor Tile Abatement located in Greenfield, Massachusetts in accordance with the Contract Documents for the contract price specified below, subject to additions and deductions according to the terms of the specifications.

B. This bid includes addenda number(s) _______________. C. The proposed contract price is dollars $ ______________________.

D. The undersigned agrees that, if selected as general contractor, we 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 labor and materials or payment bond, of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority, in one half 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.

E. The undersigned hereby certifies that they are able to furnish labor that can work in harmony

with all other elements of labor employed or to be employed on the work and that they will comply fully with all laws and regulations applicable to awards made subject to M.G.L. c.149 sec.44A-J.

F. 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. The undersigned further certifies under the 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. As used in this subsection the work "person" shall mean natural person, joint venture, partnership, corporation or other business or legal entity.

Signature

Name of General Bidder

Page 14: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

14

Date:

Signature + Title of Person Signing Bid

Business Address

City and State

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 any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. ________________________________________ Signature of individual submitting bid or proposal ________________________________________ Name of Business

Page 15: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

15

TAX COMPLIANCE CERTIFICATION Pursuant to M.G.L. Ch. 62C, Sec. 49A, I certify under the penalties of perjury that I, to the best of my knowledge and belief, am in compliance with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. ________________________________________ Signature of individual submitting bid or proposal ________________________________________ Name of business

Page 16: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

16

DEBARMENT STATEMENT (to be used for any public construction project)

Any person or corporation that fails to date, sign with original signature, and submit the following statement shall not be awarded this contract. DEBARMENT (Chapter 550, Acts of 1991) The undersigned certifies under penalties of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth of Massachusetts under the provisions of Section 29F of Chapter 29 of the General Laws, or any other applicable debarment provisions of any other Chapter of the General Laws, or any Rule or Regulation promulgated thereunder. DATE:_____________________________ _______________________________________________ Typed or Printed Name of Person Signing _______________________________________________ Authorized Official's Signature _______________________________________________ Company or Corporation

Page 17: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

17

Contractor’s Certification A contractor will not be eligible for award of a contract unless such contractor has submitted the following certification, which is deemed a part of the resulting contract:

CONTRACTOR’S CERTIFICATION certified that: it tends to use the following listed construction trades in the work under the contract and will comply with the minority manpower ration and specific affirmative action steps required by law, and will obtain from each of its Sub-Contractors and submit to the contracting or administering agency prior to the award of any Sub-Contract under this contract the Sub-Contractor certification required by these bid conditions. Signature of authorized representative of Contractor.

Page 18: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

18

Sub-Contractor’s Certification Prior to the award of any sub-contract, regardless of tier, the prospective sub-contractor must execute and submit to the prime contractor the following certification, which will be deemed a part of the resulting sub-contract:

SUB-CONTRACTOR’S CERTIFICATION certifies that: it tends to use the following listed construction trades in the work under the sub-contract and; will comply with the minority manpower ration and specific affirmative action steps required by law; and will obtain from each of the sub-contractors prior to the award of any sub-contract under this sub-contractor certification required by these bid conditions. Signature of Authorized Representative In order to ensure that the said sub-contractor’s certification becomes a part of all sub-contractors under the prime contract, no sub-contract shall be executed until an authorized representative of the City agency (or agencies) administering this project has determined, in writing, that the said certification has been incorporated in such sub-contract, regardless of tier. Any sub-contract executed without such written approval shall be void.

Page 19: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

19

OSHA TRAINING CERTIFICATION Pursuant to M.G.L. Ch. 30, Sec. 39S(A), I certify under the penalties of perjury to the following: that I am able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at 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 all employees to be employed in the work subject to this contract 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. ________________________________________ (Signature of authorized representative of Bidder) ________________________________________ (Name of authorized representative of Bidder) ________________________________________ (Name of business)

Page 20: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

20

AGREEMENT

Page 21: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

21

OWNER-CONTACTOR AGREEMENT

This Agreement made the ____ day of ___________, 2021____, by and between the City of Greenfield, hereinafter called the "Owner", and hereinafter called the "Contractor". Witnesseth, that the Owner and the Contractor, for the consideration herein under named, agree as follows: Article 1. Scope of Work: The Contractor shall perform all Work required by the Contract Documents for the 21-21 Four Corners Elementary School – Floor Tile Abatement. Article 2. Time of Completion: The Contractor shall commence work under this Contract on the date specified in the written "Notice to Proceed" and shall bring the Work to Substantial Completion within 21 calendar days of said date. Liquidated Damages for in the amount of $500/per day shall be applicable for each and every day required to complete the project beyond the substantial completion date. Article 3. Contract Sum: The Owner shall pay the Contractor, in current funds, for the performance of the Work, subject to additions and deductions by Change Order, of the Contract Sum of dollars ($____________________). Article 4. The Contract Documents: The following, together with this Agreement, form the Contract and all are as fully a part of the contract as if attached to this Agreement or repeated herein: The Bidding Documents, Contract Forms, Specifications as enumerated in the Table of Contents, the drawings, if applicable, and all Modifications issued after execution of the Contract. Article 5. REAP Certification: Pursuant to M.G.L. c.62(c), sec.49 (a), the individual signing this Contract on behalf of the Contractor, hereby certifies, under the penalties of perjury, that to the best of their knowledge and belief the Contractor has complied with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Article 6. Validation: This Contract will not be valid until signed by the City Accountant for the City of Greenfield. 1 Contractor Awarding Authority Name of Contractor Judy Houle- Greenfield Public Schools Address Signature By: Signature and Seal Title Witness: Approved as to Appropriation: 1 If a Corporation, attach a notarized copy of Corporate Vote authorizing signatory to sign City Accountant contract.

Page 22: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

22

Certificate of Acknowledgment of Contractor if a Corporation

For AGREEMENT

State of ) SS: County of ) On this day of , 20 , Before me personally appeared To me known, who being by me duly sworn, did depose and say as follows: That he/she resides at and is the of the corporation described in and which executed the foregoing instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed y order of the Board of Directors of said corporation; and that by the like order he/she signed thereto his/her name and official designation. Signature of Notary Public (Seal) Printed Typed Name of Notary Public My commission expires:

Page 23: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

23

NOTICE TO PROCEED: Date: Project: 21-21 Four Corners Elementary School – Floor Tile Abatement Owner: City of Greenfield, MA Owner’s Contract No.: 21-21 Contract: Four Corners Elementary School – Floor Tile Abatement Contractor: Contractor’s Address:

You are notified that the Contract Times under the above contract will commence to run on . On or before that date, you are to start performing your obligations under the Contract Documents and must be substantially complete within 21 consecutive calendar days. Before Contractor may start any Work at the Site, Contractor must provide certificates of insurance required to be purchased and maintained in accordance with the Contract Documents. Owner Given by: Authorized Signature Title Date Copy to Engineer

Page 24: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

24

BONDS

Page 25: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

25

LABOR & MATERIALS (PAYMENT) BOND

KNOW ALL MEN BY THESE PRESENTS: That we, (an individual, a partnership, a corporation) duly organized under the Laws of the State (or Commonwealth) of , and having a usual place of business at , as Principal, and , a corporation duly organized under the Laws of the State (or Commonwealth) of , and having a usual place of business at , as Surety, are holding and stand firmly bound and obligated unto the City of Greenfield, Massachusetts, as obligee, in the sum of , lawful money of the United States of America to and for the true payment whereof we bind ourselves and, each of us, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal, by means of a written AGREEMENT (which together with the Contract Documents in said AGREEMENT referred to are collectively sometimes referred to as the “Contract”) dated . Has entered into a contract with the said obligee for a copy of which AGREEMENT is attached hereto and by reference made a part hereof. NOW, THEREFORE, THE CONDITION of this obligation is such that if the Principal shall promptly make payments to all claimants as hereinafter defined, for all labor performed or furnished and for all materials and equipment furnished for or used or in connection with the Work called for by said AGREEMENT and/or Contract and any modifications thereof, including lumber used, but not incorporated in said Work, and for the rental or hire of vehicles, tools and other appliances and equipment furnished for or used in connection with said Work, this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:

Page 26: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

26

1. A claimant is defined as one having a direct contract with the Principal or with a

subcontractor of the Principal for labor, materials, and/or equipment used or reasonably required for use in the performance of the said Work, labor and materials, being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the said AGREEMENT and/or Contract and any modifications thereof.

2. The above named Principal and Surety hereby jointly and severally agree with the City that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant’s work or labor was done or performed, or materials or equipment were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The City shall not be liable for the payment of any costs or expenses of any such suit.

3. No suit or action shall be commenced hereunder by a claimant,

a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, the City or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials or equipment for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials or equipment were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, City, or Surety at any place where an office is regularly maintained for the transaction of business, or served in the state in which the said Work is located, save that such service need not be made by a public officer;

b. After the expiration of one (1) year following the date on which the Principal ceased work on said AGREEMENT and/or Contract and any modifications thereof, it being understood, however, that if any limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.

c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the said Work, or any part thereof, is situated, or in the United States District Court for the district in which the said Work, or any part thereof, is situated, and not elsewhere.

4. The amount of this bond shall be reduced by and to the extent of any payment or payments

made in good faith hereunder, inclusive of the payment by Surety of mechanics liens which may be filed of record against said AGREEMENT and/or Contract or said Work, whether or not claim for the amount of such lien be presented under and against this bond.

The Surety, for value received, agrees further that no changes in, omissions from, or alterations, modifications or additions to the terms and provisions of said AGREEMENT and/or Contract or

Page 27: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

27

the Work to be performed there under, and that no extensions of time given or changes made in the manner or time of making payments there under, shall in any way affect the Surety’s obligations on this Bond, and the Surety hereby waives notice of any such changes, omissions, alterations, modifications, additions or extensions. IN WITNESS WHEREOF, we have hereunto set our hands and seals to counterparts of this Bond, this day of_____________________, 20 ______________________(Seal) (NOTE: Principal If the Principal (Contractor) is a partnership, the Bond should be signed by each of the ______________________(Seal) partners. Principal If the Principal (Contractor) is a corporation, the Bond ______________________(Seal) should be signed in its Principal corporate name by its duly authorized officer or officers. ______________________(Seal) If this Bond is signed on Surety behalf of the Surety by an attorney-in-fact, there should be attached to it a duly certi- ______________________(Seal) fied copy of their power of Surety attorney showing their authority to sign such Bonds. ______________________(Seal) There should be executed an Surety appropriate number of counter- parts of the Bond corresponding to the number of counterparts of the AGREEMENT.)

Page 28: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

28

Certificate of Acknowledgment of Contractor if a Corporation For CONTRACT BONDS

State of ) SS: County of ) On this day of , 20 , Before me personally appeared To me known, who being by me duly sworn, did depose and say as follows: That he/she resides at and is the of the corporation described in and which executed the foregoing instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to the foregoing instrument is such corporate seal and it was so affixed y order of the Board of Directors of said corporation; and that by the like order he/she signed thereto his/her name and official designation. Signature of Notary Public (Seal) Printed Typed Name of Notary Public My commission expires:

Page 29: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

29

SPECIAL CONDITIONS

Page 30: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

30

SPECIAL CONDITIONS

TITLE

1.1 Conflict or Inconsistency 1.2 Percentage of Progress Payments to be Retained 1.3 Liquidated Damages

1.1 Conflict or Inconsistency. If there be any conflict or inconsistency between the provisions of the SPECIAL CONDITIONS and the provisions of the other Contract Documents, the provision of the SPECIAL CONDITIONS shall prevail. If there be any conflict or inconsistency between the provisions of the AGREEMENT and the provisions of any of the Contract Documents other than the SPECIAL CONDITIONS, the provisions of the AGREEMENT shall prevail.

1.2 Percentage of Progress Payments to be Retained. The percentage of value to be retained under that Subsection of the GENERAL CONDITIONS, entitled “Progress Payments”, shall be five (5) percent. 1.3 Liquidated Damages. The Contractor and Owner recognize that time is of the essence and that the Owner will suffer financial loss if the Work is not completed within the times specified. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceedings the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), the Contractor shall pay the Owner $500 for each day that expires after the time specified.

Page 31: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

31

GENERAL CONDITIONS

Page 32: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

32

GENERAL CONDITIONS

TITLE 1.1 Definitions 1.2 The Contract Documents 1.3 Obligation and Liability of Contractor 1.4 Supervision of Work 1.5 Patents 1.6 Compliance with Laws 1.7 Provisions Required by Law Deemed Inserted 1.8 Permits 1.9 Not to Sublet or Assign 1.10 Delay by City 1.11 Time for Completion 1.12 Liquidated Damages 1.13 Employ Sufficient Labor and Equipment 1.14 Intoxicating Liquors 1.15 Access to Work 1.16 Examination and Inspection of Work 1.17 Defective Work, Etc. 1.18 Protection Against Water and Storm 1.19 Right to Materials 1.20 Changes 1.21 Extra Work 1.22 Extension of Time on Account of Extra Work 1.23 Change Not to Affect Bonds 1.24 Claims for Damages 1.25 Abandonment of Work or Other Default 1.26 Prices for Work 1.27 Monies May Be Retained 1.28 Formal Acceptance 1.29 Progress Estimates 1.30 Partial Acceptance 1.31 Final Estimate and Payment 1.32 Liens 1.33 Claims 1.34 Application of Monies Retained 1.35 No Waiver 1.36 Liability of City 1.37 Guarantee 1.38 Retain Money for Repairs 1.39 Cleaning Up 1.40 Legal Address of Contractor 1.41 Modification of Termination

Page 33: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

33

1.1 Definitions. Wherever the words hereinafter defined or pronouns used in their stead occur in the Contract Documents, they shall have the following meanings: The word “Owner” shall mean the City of Greenfield. The word “Contractor” shall mean the party of the second part above designated. The word “Specifications” when used herein shall be deemed to refer to both the General and Detail Specifications. The words “herein,” “hereinafter,” “hereunder,” and words of like import shall be deemed to refer to the Contract Documents.

1.2 The Contract Documents. The AGREEMENT, the INFORMATION FOR BIDDERS, the Contractor’s BID as accepted by the City, the SPECIAL

CONDITIONS, the GENERAL CONDITIONS, the TECHNICAL SPECIFICATIONS, the DRAWINGS, and all ADDENDA and AMENDMENTS to any of the foregoing collectively constitute the Contract Documents, and are sometimes herein referred to as the “Contract.”

The Contract Documents are complementary, and what is called for by anyone

shall be as binding as if called for by all. In the event of any conflict or inconsistency between the provisions of the SPECIAL CONDITIONS and the provisions of any of the other Contract Documents, the provisions of the SPECIAL CONDITIONS shall prevail. In the event of conflict or inconsistency between the provisions of the GENERAL CONDITIONS and the provisions of the Contract Documents other than the SPECIAL CONDITIONS, the provisions of the GENERAL CONDITIONS shall prevail.

1.3 Obligations and Liability of Contractor. The Contractor shall do all work

and perform and furnish all the labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies and all other things (except as otherwise expressly provided herein) necessary and as herein specified for the proper performance and completion of the Work in the manner and within the time hereinafter specified, in strict accordance with the Drawings, Specifications and other Contract Documents, in conformity with the directions and to the satisfaction of the City, and at prices herein agreed upon.

All parts of the Work and all fixtures, equipment, apparatus and other items

indicated on the Drawings and not mentioned in the Specifications, or vice versa, and all work and material usual and necessary to make the work complete in all its parts, including all incidental work necessary to make it complete and satisfactory and ready for use and operation, whether or not they are indicated on the Drawings or mentioned in the Specifications, shall be furnished and executed the same as if they were called for both by the Drawings and by the Specifications.

Page 34: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

34

The Contractor shall coordinate their operations with those of any other consultants, engineers, and contractors who may be employed on other work of the City, shall avoid interference therewith, and shall cooperate in the arrangements for storage of materials and equipment.

The Contractor shall conduct their work so as to interfere as little as possible

with private business and public travel. Wherever and whenever necessary or required, they shall maintain fences, furnish watchmen, maintain lights, and take such other precautions as may be necessary to protect life and property.

The Contractor shall indemnify and hold harmless the City, MassDOT, Pan

Am, and their officers, agents, servants, and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, cost and expenses, including attorneys’ fees, on account of bodily injury, sickness, disease or death sustained by any person or persons or injury or damage to or destruction of any property, directly or indirectly arising out of, relating to or in connection with the Work, whether or not due or claimed to be due in whole or in part to the active, passive or concurrent negligence or fault of the Contractor, their officers, agents, servants or employees, any of their subcontractors, the City or any of its respective officers, agents, servants or employees and/or any other person or persons, and whether or not such claims, demands, suits or proceedings are just, unjust, groundless, false or fraudulent; and the Contractor shall and does hereby assume and agrees to pay for the defense of all such claims, demands, suit and proceedings.

The Contractor shall have complete responsibility for the Work and the

protection thereof, and for preventing injuries to persons and damage to the Work and property and utilities on or about the Work, until final completion and final acceptance thereof. they shall, in no way, be relieved of their responsibility by any right of the City to give permission or directions relating to any part of the Work, by any such permission or directions given, or by failure of the City to give such permission or directions. The Contractor shall bear all costs, expenses, losses and damages on account of the quantity or character of the Work or the nature of the land (including but not limited to subsurface conditions) in or under or on which the Work is done being different from the indicated or shown in the Contract Documents or from what was estimated or expected, or on account of the weather, elements, or other causes.

The Contractor shall conduct their operations so as not to damage existing

structures or work installed either by them or by other contractors. In case of any such damage resulting from their operations, they shall repair and make good as new the damaged portions at their own expense with the consent of the damaged party. In the event that consent is not given, the Contractor shall continue liable for the damage caused.

The Contractor shall be as fully responsible to the City for the acts and

omissions of their subcontractors, their officers, agents, servants and employees as they is for their own acts and omissions and those of their own officers, agents, servants and employees.

Page 35: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

35

Should the Contractor sustain any loss, damage or delay through any act or

omission of any other contractor or any subcontractor of any such other contractor, the Contractor shall have no claim against the City therefore, other than for any extension of time, but shall have recourse solely to such other contractor or subcontractor. If any other contractor or any subcontractor of any such other contractor shall suffer or claim to have suffered loss, damage or delay by reason of the acts or omissions of the contractor or of any of their subcontractors, the Contractor agrees to assume the defense against any such claim and to reimburse such other contractor or subcontractor for such loss or damage. The Contractor agrees to and does hereby indemnify and save harmless the City from and against any and all claims by such other contractors or subcontractors alleging such loss, damage or delay and from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, cost and expenses, including attorneys’ fees, arising out of, relating to or resulting for such claims.

The Contractor shall promptly pay all federal, state and local taxes which may

be assessed against them in connection with the Work or their operations under the Contract, including, but not limited to, taxes attributable to the purchase of material and equipment, to the performance of services, and the employment of persons in the prosecution of the Work.

1.4 Supervision of Work. The Contractor shall be solely responsible for

supervision of the Work, shall give the Work the constant attention necessary to ensure the expeditious and orderly progress thereof, and shall cooperate with the City, asbestos consultant, structural engineer, MassDOT, and the railroad, in every possible way.

At all times, the Contractor shall have as their agent on the Work a competent

superintendent capable of reading and thoroughly understanding the Drawings and Specifications, with full authority to execute the directions of the City, without delay, and to supply promptly such labor, services, materials, equipment, plant, apparatus, appliances, tools, supplies and other items as may be required. Such superintendent shall not be removed from the Work without the prior written consent of the City. If, in the opinion of the City, the superintendent or any successor proves incompetent, the contractor shall replace them with another person approved by the City; such approval, however, shall, in no way, relieve or diminish the contractor’s responsibility for supervision of Work.

Whenever the Contractor of their agent or superintendent is not present on any

part of the Work where it may be necessary to give directions or instructions with respect to such work, such directions or instruction may be given by the City to, and shall be received and obeyed by, the foreman or any other person in charge of the particular work involved.

Page 36: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

36

1.5 Patents. The Contractor shall indemnify and save harmless the City and all persons acting for or on behalf of the City from all claims and liability of any nature or kind, and all damages, cost and expenses, including attorneys’ fees arising from or occasioned by an infringement or alleged infringement of any patents or patent rights on any invention, process, material, equipment, article or apparatus, or any part thereof, furnished and installed by the contractor, or arising from or occasioned by the use or manufacture thereof, including their use by the City.

1.6 Compliance with Laws. The Contractor shall keep fully informed of all existing

and future federal, state, and local laws, ordinances, rules, and regulations affecting those engaged or employed on the Work, the materials and equipment used in the Work or the conduct of the Work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or other Contract Documents in relation to any such law, ordinance rule, regulation, order, decree, or other requirement, the Contractor shall forthwith report the same to the City in writing. The Contractor shall, at all times, observe and comply with, and cause all their agents, servants, employees and subcontractors to observe and comply with all such existing and future laws, ordinances, rules, regulations, orders, decrees and other requirements, and they shall protect, indemnify and save harmless the City, its officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, penalties, losses, damages, costs and expenses, including attorneys’ fees, arising from or based upon any violation or claimed violation of any such law, ordinance, rule, regulation, order, decree or other requirement, whether committed by the Contractor or any of their agents, servants, employees or subcontractors.

1.7 Provisions Required by Law Deemed Inserted. Each and every provision of

law and clause required by law to be inserted in the Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as though they were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall forthwith be physically amended to make such insertion.

1.8 Permits. The Contractor shall take out and maintain all necessary permits from

the county, municipal, or other public authorities; shall give all notices required by law; and shall post all bonds and pay all fees and charges incident to the due and lawful prosecution of the Work.

1.9 Not to Sublet or Assign. The Contractor shall constantly give their personal

attention to the faithful execution of the Work, shall keep the same under their personal control, shall not assign the Contract or sublet the work or any part thereof without the previous written consent of the City, and shall not assign any of the monies payable under the Contract, or their claim thereto, unless by and with the like written consent of the City and the Surety on the Contract Bonds. Any assignment or subletting in violation hereof shall be void and unenforceable.

Page 37: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

37

1.10 Delays by City. The City may delay the beginning of the Work or any part

thereof if the necessary lands or rights of way for such work shall not have been obtained. The Contractor shall have no claim for additional compensation or damages on account of such delay, but shall be entitled only to an extension of time as hereinafter provided.

1.11 Time for Completion. The rate of progress shall be such that the Work shall be

performed and completed in accordance with the Contract before the expiration of the time limit stipulated under INFORMATION FOR BIDDERS, except as otherwise expressly provided herein.

It is agreed that the rate of progress herein required has been purposely made

low enough to allow for the ordinary and foreseeable delays incident to construction work of this character. No extension of time will be given for ordinary or foreseeable delays, inclement weather, or accidents and the occurrence of such will not relieve the Contractor from the necessity of maintaining this rate of progress and completing the Work within the stipulated time limit.

If delays are caused by acts of God, acts of Government, unavoidable strikes,

extra work, or other causes or contingencies clearly beyond the control or responsibility of the Contractor, the Contractor may be entitled to additional time to perform and complete the Work, be entitled to additional time to perform and complete the Work, provided that the Contractor shall, within ten (10) days from the beginning of such delay notify the City, in writing, of the cause and particulars of the delay. Upon receipt of such notification, the City shall review and evaluate the cause and extent of the delay. If, under the terms of the GENERAL CONDITIONS, the delays properly excusable, the City will, in writing, appropriately extend the time for completion of the Work. The Contractor agrees that they shall not have or assert any claim for nor shall they be entitled to any additional compensation or damages on account of such delays. The time in which the Work is to be performed and completed is of the essence of this Contract.

1.12 Liquidated Damages. In case the Contractor fails to complete the Work

satisfactorily on or before the date of completion fixed herein or as duly extended as hereinbefore provided, the Contractor agrees that the City shall deduct from the payments due the Contractor each month, the sum set forth under the SPECIAL CONDITIONS for each calendar day of delay, which sum is agreed upon not as a penalty but as fixed and liquidated damages for each day of such delay. If the payments due the Contractor are less than the amount of such liquidated damages, said damages shall be deducted from any other monies due or to become due the Contractor, and, in case such damages shall exceed the amount of all monies due or to become due the Contractor, the Contractor or their Surety shall pay the balance to the Owner.

Page 38: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

38

1.13 Employ Sufficient Labor and Equipment. If, in the sole judgment of the City, the Contractor is not employing sufficient labor, plant, equipment or other means to complete the Work within the time specified, the City may, after giving written notice, require the Contractor to employ such additional labor, plant, equipment and other means as the City deems necessary to enable the Work to progress properly.

1.14 Intoxicating Liquors. The Contractor shall not sell and shall neither permit nor

suffer the introduction or use of intoxicating liquors upon or about the Work. 1.15 Access to Work. The City and its officers, agents, servants and employees may

at any and all times and for any and all purposes, enter upon the Work and the site thereof and the premises used by the Contractor, and the Contractor shall at all times provide safe and proper facilities therefore.

1.16 Examination and Inspection of Work. The City and the contracted

geotechnical engineer shall be furnished by the Contractor with every reasonable facility for examining and inspecting the Work and for ascertaining that the Work is being performed in accordance with the requirements and intent of the Contract, even to the extent of requiring the uncovering or taking down portions of finished work by the Contractor.

Should the Work thus uncovered or taken down prove satisfactory, the cost of

uncovering or taking down and the replacement thereof shall be considered as extra work unless the original work was done in violation of the Contract in point of time or in the absence of the Engineer or their inspector and without their written authorization, in which case said cost shall be borne by the Contractor. Should the work uncovered or taken down prove unsatisfactory, said cost shall likewise be borne by the Contractor.

Examination or inspection of the Work shall not relieve the Contractor of any of

their obligations to perform and complete the Work as required by the Contract. 1.17 Defective Work, Etc. Until acceptance and during the applicable guarantee

period thereafter, the Contractor shall promptly, without charge, repair, correct or replace work, equipment, materials, apparatus or parts thereof which are defective, damaged or unsuitable or which in any way fail to comply with or be in strict accordance with the provisions and requirements of the Contract or applicable guarantee and shall pay to the City all resulting costs, expenses, losses, or damages suffered by the City.

If any material, equipment, apparatus or other items brought upon the site for

use or incorporation in the Work or selected for the same, is rejected by the City as unsuitable or not in conformity with the Specifications or any of the other contract Documents, the Contractor shall forthwith remove such materials, equipment, apparatus and other items from the site of the Work and shall at their own cost and expense make good and replace the same.

Page 39: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

39

1.18 Protection Against Water and Storm. The Contractor shall take all precautions necessary to prevent damage to the Work by storms or by water entering the site of the Work directly or through the ground. In case of damage by storm or water, the Contractor shall at their own cost and expense make such repairs or replacements or rebuild such parts of the Work as the City may require in order that the finished Work may be completed as required by the Contract.

1.19 Right to Materials. Nothing in the Contract shall be construed as vesting in the

Contractor any right of property in the materials, equipment, apparatus and other items furnished after they have been installed or incorporated in or attached or affixed to the Work or the site, but all such materials, equipment, apparatus and other items shall, upon being so installed, incorporated, attached or affixed, become the property of the City. Nothing in this subsection shall relieve the Contractor of their duty to protect and maintain all such materials, equipment, apparatus and other items.

1.20 Changes. The City may make changes in the Work and in the Drawings and

Specifications by making alterations therein, additions thereto or omissions there from. All work resulting from such changes shall be performed and furnished under and pursuant to the terms and conditions of the Contract. If such changes result in an increase or decrease in the Work to be done hereunder, or increase or decrease the quantities thereof, adjustment in compensation shall be made therefore at the unit prices stipulated in the Contract for such work, except that if unit prices are not stipulated for such work, compensation for additional or increased work shall be made as provided hereinafter under the subsection titled “Extra Work;” and for eliminated or decreased work the Contractor shall allow the owner a reasonable credit.

The Contractor agrees that they shall neither have nor assert any claim for or be

entitled to any additional compensation for damages or for loss of anticipated profits on work that is eliminated.

1.21 Extra Work. The Contractor shall perform any extra work (work in connection

with the Contract but not provided for herein) when and as ordered in writing by the City, at the unit prices stipulated in the Contract for such work or, if none are so stipulated, either (a) at the price agreed upon before such work is commenced and named in the written order for such work, or (b) if the City so elects, for the actual cost of such work, as determined by the Contractor and approved by the City, plus a percentage of such cost, as set forth below. No extra work shall be paid unless specifically ordered as such in writing by the City.

The cost of extra work done under (b) above shall include the actual cost to the

Contractor of materials used and equipment installed, common and skilled labor, and foremen, and the fair rental of all machinery and equipment used on the extra work for the period of such use. At the request of the City, the Contractor shall furnish an itemized statement of the cost of the extra work

Page 40: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

40

ordered as above and give the City access to all records, accounts, bills and vouchers and correspondence relating thereto.

The Contractor may include in the cost of extra work the amounts of additional

premiums, if any, (other than premiums on bonds) paid on the required insurance on account of such extra work, of Social Security or other direct assessments upon the Contractor’s payroll by Federal or other properly authorized public agencies, and of other approved assessments when such assessments are not normally included in payments made by the Contractor directly to their employees, but in fact, are, and are customarily recognized as, part of the cost of doing work.

The fair rental for all machinery and equipment shall be based upon the most

recent edition of “Compilation of Rental Rates for Construction Equipment,” published by the Associated Equipment Distributors, or a similar publication approved by the City. Rental for machinery and equipment shall be based upon an appropriate fraction of the approved monthly rate schedule. If said extra work requires the use of machinery or equipment not already on the site of the Work, the cost of transportation, not exceeding a distance of 100 miles, of such machinery or equipment to and from the Work shall be added to the fair monthly rental; provided however, that this shall not apply to machinery or equipment already required to be furnished under the terms of the Contract.

The Contractor shall not include in the cost of extra work any cost or rental of

small tools, building, or any portion of the time of the Contractor, their superintendent, or their office and engineering staff.

To the cost of extra work done by the Contractor’s own forces under (b) above

(determined as stated above), the Contractor shall add 15 percent (15%) to cover their overhead, use of capital, the premium on the Bonds as assessed upon the amount of this extra work, and profit.

In the case of extra work done under (b) above by a subcontractor, the

subcontractor shall compute, as above, their cost for the extra work, to which they shall add 15 percent (15%) as in the case of the Contractor, and the Contractor shall be allowed an additional 15 percent (15%) of the subcontractor’s cost for the extra work to cover the costs of the Contractor’s overhead, use of capital, the premium on the Bonds as assessed upon the amount of this extra work, and profit. Said subcontractor’s cost must be reasonable and approved by the City.

If extra work is done under (b) above, the Contractor and/or subcontractor shall

keep daily records of such extra work. The daily record of such extra work shall include the names of men employed, the nature of the work performed, and hours worked, materials and equipment incorporated, and machinery or equipment used, if any, in the prosecution of such extra work. This daily record, to constitute verification that the work was done, must signed both the Contractor’s authorized representative and by the City. A separate daily record shall be submitted for each Extra Work Order.

Page 41: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

41

1.22 Extension of Time on Account of Extra Work. When extra work is ordered

near the completion of the Contract or at any time during the progress of the Work, which unavoidably increases the time for the completion of the Work, an extension of time shall be granted as hereinbefore provided.

1.23 Changes Not to Affect Bonds. It is distinctly agreed and understood that any

changes made in the Work or the drawings or specifications therefore (whether such changes increase or decrease the amount thereof or the time require for its performance) or any changes in the manner or time of payments made by the City to the Contractor, or any other modifications of the Contract, shall in no way annul, release, diminish or affect the liability of the Surety on the CONTRACT BONDS given by the contractor, it being the intent hereof that notwithstanding such changes the liability of the Surety on said bonds continue and remain in full force and effect.

1.24 Claims for Damages. If the Contractor makes claim for any damages alleged to

have been sustained by breach of contract or otherwise, they shall, within ten (10) days after occurrence of the alleged breach or within ten (10) days after such damages are alleged to have been sustained, whichever date is the earlier, file with the City a written, itemized statement in triplicate of the alleged damages. The Contractor agrees that unless such statement is made and filed as so required, their claim for damages shall be deemed waived, invalid and unenforceable and that they shall not be entitle to any compensation for any such alleged damages.

1.25 Abandonment of Work or Other Default. If the Work shall be abandoned, or

any part thereof shall be sublet without previous written consent of the City, or the Contract or any moneys payable hereunder shall be assigned otherwise than as herein specified, that the conditions herein specified as to rate of progress are not being complied with, or that the Work or any part thereof is being violate or is in default under any of the provisions of the Contract, or if the Contractor becomes bankrupt or insolvent or goes or is put into liquidation or dissolution, either voluntarily or involuntarily, or petitions for an arrangement or reorganization under the Bankruptcy Act, or makes a general assignment for the benefit of creditors or otherwise acknowledges insolvency, the happening of any of which shall be and constitute a default under the Contract, the City may notify the Contractor in writing, with a copy of such notice mailed to the Surety, to discontinue such Work or such part thereof as the City may designate; and the City may, upon giving such notice by contract or otherwise as it may determine, complete the Work or such part thereof and charge the entire cost and expense of so completing the Work or such part thereof to the Contractor. In addition to the said entire cost and expense of completing the Work, the City shall be entitled to reimbursement from the Contractor and the Contractor agrees to pay to the City any losses, damages, costs and expenses, including attorneys’ fees, sustained or incurred by the City by reason of any of the foregoing causes. For the purposes of such completion, the City may, for itself, or for any contractors employed by the City, takes possession of an dues or cause to be used any and all materials, equipment, plant, machinery, appliances,

Page 42: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

42

tools, supplies and such other items of every description that may be found or located at the site of the Work.

All costs, expenses, losses, damages, attorneys’ fees and any and all other

charges incurred by the City under this subsection shall be charged against the Contractor and deducted and/or paid by the City out of any moneys due or payable or to become due or payable under the Contract to the Contractor; in computing the amounts chargeable to the Contractor, the City shall not be held to a basis of the lowest prices for which the completion of the Work or any part thereof might have been accomplished, but all sums actually paid or obligated therefore to effect its prompt completion shall be charged to and against the account of the Contractor. In case the costs, expenses, losses, damages, attorneys’ fees and other charges together with all payments therefore made to or for the account of the Contractor are less than the sum which would have been payable under the Contract if the Work had been properly performed an completed by the Contractor, the Contractor shall be entitled to receive the difference, and, in case such costs, expenses, losses, damages, attorneys’ fees and other charges, together with all payments therefore made to or for the account of the Contractor, shall exceed the said sum, the Contractor shall pay the amount of the excess to the City.

1.26 Prices For Work. The City shall pay and the Contractor shall receive the prices

stipulated in the BID made a part hereof as full compensation for everything performed and furnished and for all risks and obligations undertaken by the Contractor under and as required by the Contract.

1.27 Monies May Be Retained. The City may at any time refrain from any monies

which would otherwise be payable hereunder so much thereof as the City may deem necessary to complete the Work hereunder and to reimburse it for all costs, expenses, losses, damages and damages chargeable to the Contractor hereunder.

1.28 Formal Acceptance. The Contract Documents constitute an entire contract for

one whole and complete Work or result. Fixing of the date of completion and acceptance of the Work or a specified part thereof shall only be effective when accomplished by a writing specifically so stating and signed by the City.

1.29 Progress Estimates. Once a month, except as hereinafter provided, the City

shall make an estimate in writing of the total amount and value of the work done to the first of the month by the Contractor. The City shall retain a percentage of such estimated value, as set forth under SPECIAL CONDITIONS, as part security for fulfillment of the Contract by the Contractor and shall deduct from the balance all previous payments made to the Contractor, all sums chargeable against the Contractor and all sums to be retained under the provisions of the Contract. The City shall pay monthly to the Contractor the balance not deducted and/or retained as aforesaid, except that payment may be withheld at any time, if in the judgment of the City, the work is not proceeding in accordance with the Contract. If the City deems it expedient to do so, it may cause estimates and payments to be made more frequently than once in each

Page 43: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

43

month. No progress estimate or payment need be made when in the judgment of the City, the total value of the work done since the last estimate amounts to less than the amount set forth under SPECIAL CONDITIONS.

Estimates of lump-sum items shall be based on a schedule dividing each such

item into its appropriate component part, together with a quantity and a unit price for each part so that the sum of the products of prices and quantities will equal the Contract price for the item. This schedule shall be submitted by the Contractor for and must have the approval of the City before the first estimate becomes due.

If the City determines that the progress of the Work will be benefited by the

delivery to the site of certain materials and equipment, when available, in advance of actual requirement therefore and if such materials and equipment are delivered and properly stored and protected, the cost to the contractor or subcontractor as established by invoices or other suitable vouchers satisfactory to the City, less the retained percentages as above provided, may be included in the progress estimates; provided always that there be duel executed and delivered by the contractor to the City at the same time a Bill of Sale in form satisfactory to the City, transferring and assigning to the City full ownership and title to such materials or equipment.

1.30 Partial Acceptance. The City may, at any time, in a written order to the

contractor (1) declare that they intends to use a specified part of the Work which, in their opinion, is sufficiently complete, in accordance with the Contract Documents, to permit its use; (2) enclose a tentative list of items remaining to be completed or corrected, and (3) fix the date of acceptance of that specified part of the Work.

Within forty-five (45) days after acceptance under this subsection, the City shall

make an estimate, in writing, of the amount and value of the part of the Work, so accepted and shall pay said amount to the Contractor after deducting all previous payments, all charges against the Contractor as provided for hereunder, and all amounts to be retained under the provisions of the Contract, said payment to be made at the time of the next monthly progress estimate.

Acceptance by the City under this subsection shall not relieve the Contractor of

any obligations under the Contract Documents except to the extent agreed upon in writing between the City and the Contractor.

The City shall have the right to exclude the Contractor from any part of the

Work which has been accepted, but the City will allow the Contractor reasonable access thereto to complete or correct items on the tentative lists.

1.31 Final Estimate and Payment. As soon as practicable (but not more than sixty-

five (65) days) after final completion of the Work, the City shall make a final estimate, in writing, of the quantity of Work done under the Contract and the amount earned by the Contractor.

Page 44: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

44

The City shall pay to the Contractor the entire amount found to be earned and due hereunder after deducting there from all previous payments, all charges against the Contractor as provided for hereunder, and all amounts to be retained under the provisions of the Contract. Except as in this subsection otherwise provided such payment shall be made not later than fifteen (15) days after, but in no event before, the expiration of the time within which claims for labor performed or materials or equipment furnished must be filed under the applicable Lien Law, or, if such time is not specified by law, the expiration of thirty (30) days after the completion of the Engineer’s final estimate.

All quantities shown on progress estimates and all prior payments shall be

subject to correction in the final estimate and payment. 1.32 Liens. If, at any time, any notices of lien are filed for labor performed or

materials or equipment manufactured, furnished, or delivered to or for the Work, the Contractor shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition, the City shall have the right to retain from any moneys payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys’ fees, of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof.

1.33 Claims. If, at any time, there be any evidence of any claims for which the

Contractor is or may be liable or responsible hereunder, the Contractor shall promptly settle or otherwise dispose of the same, and until such claims are settled or disposed of, the City may retain from any moneys which would otherwise be payable hereunder so much thereof as, in its sole judgment, it may deem necessary to settle or otherwise dispose of such claims and to pay the costs and expenses, including attorneys’ fees, of defending any actions brought to enforce such claims, or incurred in connection therewith or be reason thereof.

1.34 Application of Monies Retained. The City may apply any moneys retained

hereunder to reimburse itself for any and all costs, expenses, losses, damage and damages liabilities, suits, judgments and awards incurred, suffered or sustained by the City and chargeable to the Contractor hereunder or as determined hereunder.

1.35 No Waiver. Neither the inspection by the City, nor any order, measurement,

approval, determination, decision of certificate by the City for the payment of money; nor any payment for or use, occupancy, possession or acceptance of the whole or any part of the Work by the City, nor any extension of time, nor any other act or omission of the City shall constitute or be deemed to be an acceptance of any defective or improper work, materials, or equipment nor operate as a waiver of any requirement or provision of the Contract, nor of any remedy, power or right of or herein reserved to the City, nor of any right to damages for breach of contract. Any and all rights and/or remedies provided for in the Contract are intended and shall be construed to be cumulative; and, in addition to each and every other right and remedy provided for herein or by law,

Page 45: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

45

the City shall be entitled as of right to a writ of injunction against any breach or threatened breach of the Contract by the Contractor, by their subcontractors or by any other person or persons.

1.36 Liability of City. No person, firm or corporation, other than the Contractor who

signed this Contract as such, shall have any interest herein or right hereunder. No claim shall be made or be valid either against the City or any agent of the City and neither the City nor any agent of the City shall be liable for or be held to any money, except as herein provided. The acceptance by the Contractor of the payment as fixed in the final estimate shall operate as and shall be a full and complete release of the City and of very agent of the City of and from any and all claims, demands, damages and liabilities of, by or to the Contractor for anything done or furnished for or arising out of or relating to or by reason of the Work or on account of any act or neglect of the City or of any agent of the City or of any other person, arising out of, relating to or by reason of the Work, except the claim against the City for the unpaid balance, if any there be, of the amounts retained as herein provided.

1.37 Guarantee. The Contractor guarantees that the Work and services to be

performed under the Contract, and all workmanship, materials and equipment performed, furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, Specifications, and other Contract Documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the Work as stated in the final estimate. If part of the Work is accepted in accordance with that subsection titled “Partial Acceptance,” the guarantee for that part of the Work shall be for a period of one year from the date fixed for such acceptance.

1.38 Retain Money for Repairs. The City may retain out of the moneys otherwise

payable to the Contractor hereunder a percentage of the amount thereof as set forth under SPECIAL CONDITIONS, and may expend the same, in the manner hereinafter provided in making such repairs, corrections or replacements in the Work as the City, in its sole judgment, may deem necessary.

If, at any time within the said period of guarantee, any part of the Work requires

repairing, correction or replacement, the City may notify the Contractor in writing to make the required repairs, correction replacements. If the Contractor neglects to commence making such repairs, correction, or replacements to the satisfaction of the City within three (3) days from the date of receipt of such notice, or having commenced fails to prosecute such work with diligence, the City may employ other persons to make the same. The City shall pay the cost and expense of the same out of the amounts retained for that purpose. Upon the expiration of the said period of guarantee, provided that the Work at that time is in good order the Contractor will be entitled to receive the whole or such part of the sum last aforesaid, if any, as may remain after the cost and expense of

Page 46: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

46

making said repairs, correction or replacements, in the manner aforesaid, have been paid there from.

1.39 Cleaning Up. The Contractor, at all times, shall keep the site of the Work free

from rubbish and debris caused by their operations under the contract. When the Work has been completed, the Contractor shall remove from the site of the Work all of their plant, machinery, tools, construction equipment, temporary work and surplus materials so as to leave the Work and the site clean and ready for use.

1.40 Legal Address of Contractor. The Contractor’s business address and their

office at or near the site of the work are both hereby designated at places to which communications in a postpaid wrapper directed to the contractor’s business address in a post office box regularly maintained by the Post Office Department or the delivery at either designated address of any letter, notice, or other communication by mail or otherwise shall be deemed sufficient service thereof upon the contractor, and the date of such service shall be the date of receipt. The first-named address may be changed at any time by an instrument, in writing, executed and acknowledged by the contractor and delivered to the City. Service of any notice, letter or other communication upon the contractor personally shall likewise be deemed sufficient service.

1.41 Modification or Termination. Except as otherwise expressly provided herein,

the contract may not be modified or terminated except in writing signed by the parties hereto. The cost of the preparation of bid documents is considered a part of the cost of doing business and as such will not be reimbursed, regardless of circumstances.

Page 47: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

47

MASSACHUSETTS PREVAILING WAGE RATES

Page 48: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

THE COMMONWEALTH OF MASSACHUSETTS

DEPARTMENT OF LABOR STANDARDS

As determined by the Director under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27H

EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

Prevailing Wage RatesCHARLES D. BAKER ROSALIN ACOSTA

SecretaryGovernor

MICHAEL FLANAGAN

21-21 Four Corners School Floor Tile Abatement - Removal and replacement of floor tiles

Director

Awarding Authority: Town of Greenfield

City/Town:Contract Number: GREENFIELD

Description of Work:

Job Location: 21 Ferrante Ave, Greenfield MA 01301

Information about Prevailing Wage Schedules for Awarding Authorities and Contractors

• This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the

“Wage Request Number” on all pages of this schedule.

• An Awarding Authority must request an updated wage schedule from the Department of Labor Standards (“DLS”) if it has

not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects

(bid pursuant to G.L. c.149A), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first

construction scope of work must be within 90-days of the wage schedule issuance date.

• The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149,

§ 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a

conspicuous place at the work site for the life of the project in accordance with M.G.L. c. 149 § 27. The wages listed on the

wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime

contractor, a filed sub-bidder, or any sub-contractor.

• All apprentices working on the project are required to be registered with the Massachusetts Department of Labor

Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on

his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice

wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS

regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the

journeyworker's rate for the trade.

• The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction

projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule.

Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the

contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding

authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a)

the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of

construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than

these rates to covered workers. The annual update requirement is not applicable to 27F “rental of equipment” contracts.

• Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll

reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years.

Each weekly payroll report must contain: the employee’s name, address, occupational classification, hours worked, and wages

paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at

http://www.mass.gov/dols/pw.

• Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative

obligation to inquire with DLS at (617) 626-6953.

• Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor

Division of the office of the Attorney General at (617) 727-3465.

• Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who

perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and

criminal penalties.

KARYN E. POLITO

Lt. Governor

Page 49: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

Construction

(2 AXLE) DRIVER - EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$62.88 12/01/2020 $12.91 $0.00 $35.15 $14.82

$63.68 06/01/2021 $12.91 $0.00 $35.95 $14.82

$64.18 08/01/2021 $13.41 $0.00 $35.95 $14.82

$65.37 12/01/2021 $13.41 $0.00 $35.95 $16.01

(3 AXLE) DRIVER - EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$62.95 12/01/2020 $12.91 $0.00 $35.22 $14.82

$63.75 06/01/2021 $12.91 $0.00 $36.02 $14.82

$64.25 08/01/2021 $13.41 $0.00 $36.02 $14.82

$65.44 12/01/2021 $13.41 $0.00 $36.02 $16.01

(4 & 5 AXLE) DRIVER - EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.07 12/01/2020 $12.91 $0.00 $35.34 $14.82

$63.87 06/01/2021 $12.91 $0.00 $36.14 $14.82

$64.37 08/01/2021 $13.41 $0.00 $36.14 $14.82

$65.56 12/01/2021 $13.41 $0.00 $36.14 $16.01

ADS/SUBMERSIBLE PILOTPILE DRIVER LOCAL 56 (ZONE 3)

$135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

AIR TRACK OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.75 12/01/2020 $8.60 $0.00 $32.65 $15.50

$57.59 06/01/2021 $8.60 $0.00 $33.49 $15.50

$58.42 12/01/2021 $8.60 $0.00 $34.32 $15.50

$59.04 06/01/2022 $8.60 $0.00 $34.94 $15.50

$59.67 12/01/2022 $8.60 $0.00 $35.57 $15.50

$60.29 06/01/2023 $8.60 $0.00 $36.19 $15.50

$60.92 12/01/2023 $8.60 $0.00 $36.82 $15.50For apprentice rates see "Apprentice- LABORER"

AIR TRACK OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.69 12/01/2020 $8.60 $0.00 $32.65 $13.44

$55.53 06/01/2021 $8.60 $0.00 $33.49 $13.44

$56.36 12/01/2021 $8.60 $0.00 $34.32 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

ASBESTOS WORKER (PIPES & TANKS)HEAT & FROST INSULATORS LOCAL 6 (SPRINGFIELD)

$56.04 12/01/2020 $12.80 $0.00 $34.29 $8.95

ASPHALT RAKERLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

ASPHALT RAKER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

Issue Date: Wage Request Number:04/29/2021 Page 2 of 3520210429-063

Page 50: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

AUTOMATIC GRADER-EXCAVATOR (RECLAIMER)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BACKHOE/FRONT-END LOADER OPERATOROPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BARCO-TYPE JUMPING TAMPERLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

BATCH/CEMENT PLANT - ON SITEOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BLOCK PAVER, RAMMER / CURB SETTERLABORERS - ZONE 3 (BUILDING & SITE)

$56.75 12/01/2020 $8.60 $0.00 $32.65 $15.50

$57.59 06/01/2021 $8.60 $0.00 $33.49 $15.50

$58.42 12/01/2021 $8.60 $0.00 $34.32 $15.50

$59.04 06/01/2022 $8.60 $0.00 $34.94 $15.50

$59.67 12/01/2022 $8.60 $0.00 $35.57 $15.50

$60.29 06/01/2023 $8.60 $0.00 $36.19 $15.50

$60.92 12/01/2023 $8.60 $0.00 $36.82 $15.50For apprentice rates see "Apprentice- LABORER"

BLOCK PAVER, RAMMER / CURB SETTER (HEAVY &

HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.69 12/01/2020 $8.60 $0.00 $32.65 $13.44

$55.53 06/01/2021 $8.60 $0.00 $33.49 $13.44

$56.36 12/01/2021 $8.60 $0.00 $34.32 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

BOILER MAKERBOILERMAKERS LOCAL 29

$71.15 01/01/2020 $7.07 $0.00 $46.10 $17.98

Issue Date: Wage Request Number:04/29/2021 Page 3 of 3520210429-063

Page 51: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BOILERMAKER - Local 29Apprentice -

01/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $29.97 $7.07 $11.69 $0.00 $48.73 65

2 $29.97 $7.07 $11.69 $0.00 $48.73 65

3 $32.27 $7.07 $12.59 $0.00 $51.93 70

4 $34.58 $7.07 $13.49 $0.00 $55.14 75

5 $36.88 $7.07 $14.38 $0.00 $58.33 80

6 $39.19 $7.07 $15.29 $0.00 $61.55 85

7 $41.49 $7.07 $16.18 $0.00 $64.74 90

8 $43.80 $7.07 $17.09 $0.00 $67.96 95

Notes:

Apprentice to Journeyworker Ratio:1:4

BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY

WATERPROOFING)BRICKLAYERS LOCAL 3 (SPRINGFIELD/PITTSFIELD)

$75.57 02/01/2021 $11.39 $0.00 $44.16 $20.02

$77.13 08/01/2021 $11.39 $0.00 $45.56 $20.18

$77.66 02/01/2022 $11.39 $0.00 $46.09 $20.18

BRICK/PLASTER/CEMENT MASON - Local 3 Springfield/PittsfieldApprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.08 $11.39 $20.02 $0.00 $53.49 50

2 $26.50 $11.39 $20.02 $0.00 $57.91 60

3 $30.91 $11.39 $20.02 $0.00 $62.32 70

4 $35.33 $11.39 $20.02 $0.00 $66.74 80

5 $39.74 $11.39 $20.02 $0.00 $71.15 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.78 $11.39 $20.18 $0.00 $54.35 50

2 $27.34 $11.39 $20.18 $0.00 $58.91 60

3 $31.89 $11.39 $20.18 $0.00 $63.46 70

4 $36.45 $11.39 $20.18 $0.00 $68.02 80

5 $41.00 $11.39 $20.18 $0.00 $72.57 90

Notes:

Apprentice to Journeyworker Ratio:1:5

Issue Date: Wage Request Number:04/29/2021 Page 4 of 3520210429-063

Page 52: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BULLDOZER/POWER SHOVEL/TREE SHREDDER

/CLAM SHELLOPERATING

ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CAISSON & UNDERPINNING BOTTOM MANLABORERS - FOUNDATION AND MARINE

$67.12 12/01/2020 $8.60 $0.00 $41.05 $17.47

$68.14 06/01/2021 $8.60 $0.00 $42.07 $17.47

$69.15 12/01/2021 $8.60 $0.00 $43.08 $17.47For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING LABORERLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING TOP MANLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

CARBIDE CORE DRILL OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

CARPENTERCARPENTERS LOCAL 336 - HAMPDEN HAMPSHIRE FRANKLIN

$63.59 03/01/2021 $7.84 $0.00 $38.48 $17.27

$64.09 09/01/2021 $7.84 $0.00 $38.98 $17.27

$64.59 03/01/2022 $7.84 $0.00 $39.48 $17.27

$65.09 09/01/2022 $7.84 $0.00 $39.98 $17.27

$65.59 03/01/2023 $7.84 $0.00 $40.48 $17.27

Issue Date: Wage Request Number:04/29/2021 Page 5 of 3520210429-063

Page 53: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTER - Local 336 Hampden Hampshire FranklinApprentice -

03/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.24 $7.84 $1.40 $0.00 $28.48 50

2 $23.09 $7.84 $1.40 $0.00 $32.33 60

3 $26.94 $7.84 $13.07 $0.00 $47.85 70

4 $28.86 $7.84 $13.07 $0.00 $49.77 75

5 $30.78 $7.84 $14.47 $0.00 $53.09 80

6 $30.78 $7.84 $14.47 $0.00 $53.09 80

7 $34.63 $7.84 $15.87 $0.00 $58.34 90

8 $34.63 $7.84 $15.87 $0.00 $58.34 90

09/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.49 $7.84 $1.40 $0.00 $28.73 50

2 $23.39 $7.84 $1.40 $0.00 $32.63 60

3 $27.29 $7.84 $13.07 $0.00 $48.20 70

4 $29.24 $7.84 $13.07 $0.00 $50.15 75

5 $31.18 $7.84 $14.47 $0.00 $53.49 80

6 $31.18 $7.84 $14.47 $0.00 $53.49 80

7 $35.08 $7.84 $15.87 $0.00 $58.79 90

8 $35.08 $7.84 $15.87 $0.00 $58.79 90

Notes:

% Indentured After 10/1/17; 45/45/55/55/70/70/80/80

Step 1&2 $26.54/ 3&4 $31.76/ 5&6 $49.23/ 7&8 $54.48

Apprentice to Journeyworker Ratio:1:5

CARPENTER WOOD FRAMECARPENTERS-ZONE 3 (Wood Frame)

$35.17 04/01/2021 $7.21 $0.00 $23.16 $4.80

$35.67 04/01/2022 $7.21 $0.00 $23.66 $4.80

$36.17 04/01/2023 $7.21 $0.00 $24.16 $4.80All Aspects of New Wood Frame Work

Issue Date: Wage Request Number:04/29/2021 Page 6 of 3520210429-063

Page 54: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTER (Wood Frame) - Zone 3Apprentice -

04/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $13.90 $7.21 $0.00 $0.00 $21.11 60

2 $13.90 $7.21 $0.00 $0.00 $21.11 60

3 $15.05 $7.21 $0.00 $0.00 $22.26 65

4 $16.21 $7.21 $0.00 $0.00 $23.42 70

5 $17.37 $7.21 $3.80 $0.00 $28.38 75

6 $18.53 $7.21 $3.80 $0.00 $29.54 80

7 $19.69 $7.21 $3.80 $0.00 $30.70 85

8 $20.84 $7.21 $3.80 $0.00 $31.85 90

04/01/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $14.20 $7.21 $0.00 $0.00 $21.41 60

2 $14.20 $7.21 $0.00 $0.00 $21.41 60

3 $15.38 $7.21 $0.00 $0.00 $22.59 65

4 $16.56 $7.21 $0.00 $0.00 $23.77 70

5 $17.75 $7.21 $3.80 $0.00 $28.76 75

6 $18.93 $7.21 $3.80 $0.00 $29.94 80

7 $20.11 $7.21 $3.80 $0.00 $31.12 85

8 $21.29 $7.21 $3.80 $0.00 $32.30 90

Notes:

% Indentured After 10/1/17; 45/45/55/55/70/70/80/80

Step 1&2 $17.63/ 3&4 $19.95/ 5&6 $27.22/ 7&8 $29.54

Apprentice to Journeyworker Ratio:1:5

CEMENT MASONRY/PLASTERINGBRICKLAYERS LOCAL 3 (SPRINGFIELD/PITTSFIELD)

$72.90 01/01/2020 $12.70 $0.62 $41.94 $17.64

CEMENT MASONRY/PLASTERING - Springfield/PittsfieldApprentice -

01/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.97 $12.70 $15.41 $0.00 $49.08 50

2 $25.16 $12.70 $17.64 $0.62 $56.12 60

3 $27.26 $12.70 $17.64 $0.62 $58.22 65

4 $29.36 $12.70 $17.64 $0.62 $60.32 70

5 $31.46 $12.70 $17.64 $0.62 $62.42 75

6 $33.55 $12.70 $17.64 $0.62 $64.51 80

7 $37.75 $12.70 $17.64 $0.62 $68.71 90

Notes:

Steps 3,4 are 500 hrs. All other steps are 1,000 hrs.

Apprentice to Journeyworker Ratio:1:3

Issue Date: Wage Request Number:04/29/2021 Page 7 of 3520210429-063

Page 55: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CHAIN SAW OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

COMPRESSOR OPERATOROPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CRANE OPERATOROPERATING ENGINEERS LOCAL 98

$66.69 12/01/2020 $12.47 $0.00 $39.72 $14.50

$67.51 06/01/2021 $12.47 $0.00 $40.54 $14.50

$68.34 12/01/2021 $12.47 $0.00 $41.37 $14.50

$69.21 06/01/2022 $12.47 $0.00 $42.24 $14.50

$70.09 12/01/2022 $12.47 $0.00 $43.12 $14.50

$71.04 06/01/2023 $12.47 $0.00 $44.07 $14.50

$71.99 12/01/2023 $12.47 $0.00 $45.02 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DELEADER (BRIDGE)PAINTERS LOCAL 35 - ZONE 3

$83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.03 $8.25 $0.00 $0.00 $34.28 50

2 $28.63 $8.25 $6.16 $0.00 $43.04 55

3 $31.24 $8.25 $6.72 $0.00 $46.21 60

4 $33.84 $8.25 $7.28 $0.00 $49.37 65

5 $36.44 $8.25 $19.39 $0.00 $64.08 70

6 $39.05 $8.25 $19.95 $0.00 $67.25 75

7 $41.65 $8.25 $20.51 $0.00 $70.41 80

8 $46.85 $8.25 $21.63 $0.00 $76.73 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

Issue Date: Wage Request Number:04/29/2021 Page 8 of 3520210429-063

Page 56: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

DEMO: ADZEMANLABORERS - ZONE 3 (BUILDING & SITE)

$65.97 12/01/2020 $8.60 $0.00 $40.05 $17.32

$66.99 06/01/2021 $8.60 $0.00 $41.07 $17.32

$68.00 12/01/2021 $8.60 $0.00 $42.08 $17.32

$69.00 06/01/2022 $8.60 $0.00 $43.08 $17.32

$70.00 12/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 06/01/2023 $8.60 $0.00 $45.08 $17.32

$72.25 12/01/2023 $8.60 $0.00 $46.33 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: BACKHOE/LOADER/HAMMER OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$66.97 12/01/2020 $8.60 $0.00 $41.05 $17.32

$67.99 06/01/2021 $8.60 $0.00 $42.07 $17.32

$69.00 12/01/2021 $8.60 $0.00 $43.08 $17.32

$70.00 06/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 12/01/2022 $8.60 $0.00 $45.08 $17.32

$72.00 06/01/2023 $8.60 $0.00 $46.08 $17.32

$73.25 12/01/2023 $8.60 $0.00 $47.33 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: BURNERSLABORERS - ZONE 3 (BUILDING & SITE)

$66.72 12/01/2020 $8.60 $0.00 $40.80 $17.32

$67.74 06/01/2021 $8.60 $0.00 $41.82 $17.32

$68.75 12/01/2021 $8.60 $0.00 $42.83 $17.32

$69.75 06/01/2022 $8.60 $0.00 $43.83 $17.32

$70.75 12/01/2022 $8.60 $0.00 $44.83 $17.32

$71.75 06/01/2023 $8.60 $0.00 $45.83 $17.32

$73.00 12/01/2023 $8.60 $0.00 $47.08 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: CONCRETE CUTTER/SAWYERLABORERS - ZONE 3 (BUILDING & SITE)

$66.97 12/01/2020 $8.60 $0.00 $41.05 $17.32

$67.99 06/01/2021 $8.60 $0.00 $42.07 $17.32

$69.00 12/01/2021 $8.60 $0.00 $43.08 $17.32

$70.00 06/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 12/01/2022 $8.60 $0.00 $45.08 $17.32

$72.00 06/01/2023 $8.60 $0.00 $46.08 $17.32

$73.25 12/01/2023 $8.60 $0.00 $47.33 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: JACKHAMMER OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$66.72 12/01/2020 $8.60 $0.00 $40.80 $17.32

$67.74 06/01/2021 $8.60 $0.00 $41.82 $17.32

$68.75 12/01/2021 $8.60 $0.00 $42.83 $17.32

$69.75 06/01/2022 $8.60 $0.00 $43.83 $17.32

$70.75 12/01/2022 $8.60 $0.00 $44.83 $17.32

$71.75 06/01/2023 $8.60 $0.00 $45.83 $17.32

$73.00 12/01/2023 $8.60 $0.00 $47.08 $17.32For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:04/29/2021 Page 9 of 3520210429-063

Page 57: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

DEMO: WRECKING LABORERLABORERS - ZONE 3 (BUILDING & SITE)

$65.97 12/01/2020 $8.60 $0.00 $40.05 $17.32

$66.99 06/01/2021 $8.60 $0.00 $41.07 $17.32

$68.00 12/01/2021 $8.60 $0.00 $42.08 $17.32

$69.00 06/01/2022 $8.60 $0.00 $43.08 $17.32

$70.00 12/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 06/01/2023 $8.60 $0.00 $45.08 $17.32

$72.25 12/01/2023 $8.60 $0.00 $46.33 $17.32For apprentice rates see "Apprentice- LABORER"

DIVERPILE DRIVER LOCAL 56 (ZONE 3)

$101.22 08/01/2020 $9.40 $0.00 $68.70 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDERPILE DRIVER LOCAL 56 (ZONE 3)

$81.59 08/01/2020 $9.40 $0.00 $49.07 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDER (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 3)

$106.12 08/01/2020 $9.40 $0.00 $73.60 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER/SLURRY (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 3)

$135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DRAWBRIDGE OPERATOR (Construction)DRAWBRIDGE - SEIU LOCAL 888

$37.53 07/01/2020 $6.67 $0.16 $26.77 $3.93

ELECTRICIAN (Including Core Drilling)ELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96

Issue Date: Wage Request Number:04/29/2021 Page 10 of 3520210429-063

Page 58: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ELECTRICIAN - Local 7Apprentice -

01/03/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.84 $6.90 $0.54 $0.00 $25.28 40

2 $20.07 $6.90 $0.60 $0.00 $27.57 45

3 $22.31 $11.50 $7.02 $0.00 $40.83 50

4 $24.54 $11.50 $7.09 $0.00 $43.13 55

5 $29.00 $11.50 $8.81 $0.00 $49.31 65

6 $31.23 $11.50 $9.94 $0.00 $52.67 70

06/27/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.08 $7.05 $0.54 $0.00 $25.67 40

2 $20.34 $7.05 $0.61 $0.00 $28.00 45

3 $22.61 $11.75 $7.08 $0.00 $41.44 50

4 $24.87 $11.75 $7.15 $0.00 $43.77 55

5 $29.39 $11.75 $8.93 $0.00 $50.07 65

6 $31.65 $11.75 $10.10 $0.00 $53.50 70

Notes:

Steps 1-2 are 1000 hrs; Steps 3-6 are 1500 hrs.

Apprentice to Journeyworker Ratio:2:3****

ELEVATOR CONSTRUCTORELEVATOR CONSTRUCTORS LOCAL 41

$91.88 01/01/2021 $15.88 $0.00 $56.69 $19.31

$94.86 01/01/2022 $16.03 $0.00 $58.62 $20.21

Issue Date: Wage Request Number:04/29/2021 Page 11 of 3520210429-063

Page 59: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ELEVATOR CONSTRUCTOR - Local 41Apprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.35 $15.88 $0.00 $0.00 $44.23 50

2 $31.18 $15.88 $19.31 $0.00 $66.37 55

3 $36.85 $15.88 $19.31 $0.00 $72.04 65

4 $39.68 $15.88 $19.31 $0.00 $74.87 70

5 $45.35 $15.88 $19.31 $0.00 $80.54 80

01/01/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $29.31 $16.03 $0.00 $0.00 $45.34 50

2 $32.24 $16.03 $20.21 $0.00 $68.48 55

3 $38.10 $16.03 $20.21 $0.00 $74.34 65

4 $41.03 $16.03 $20.21 $0.00 $77.27 70

5 $46.90 $16.03 $20.21 $0.00 $83.14 80

Notes:

Steps 1-2 are 6 mos.; Steps 3-5 are 1 year

Apprentice to Journeyworker Ratio:1:1

ELEVATOR CONSTRUCTOR HELPERELEVATOR CONSTRUCTORS LOCAL 41

$74.87 01/01/2021 $15.88 $0.00 $39.68 $19.31

$77.27 01/01/2022 $16.03 $0.00 $41.03 $20.21For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR"

FENCE & GUARD RAIL ERECTOR (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

FIELD ENG.INST/ROD-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$27.74 06/01/1999 $4.80 $0.00 $18.84 $4.10

FIELD ENG.PARTY CHIEF:BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$30.23 06/01/1999 $4.80 $0.00 $21.33 $4.10

FIELD ENG.SURVEY CHIEF-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$31.23 06/01/1999 $4.80 $0.00 $22.33 $4.10

FIRE ALARM INSTALLERELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- ELECTRICIAN"

FIRE ALARM REPAIR / MAINTENANCE

/ COMMISSIONINGELECTRICIANS

LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN"

Issue Date: Wage Request Number:04/29/2021 Page 12 of 3520210429-063

Page 60: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FIREMANOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50

OPERATING ENGINEERS - Local 98 Class 3Apprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.41 $12.47 $14.50 $0.00 $48.38 60

2 $24.98 $12.47 $14.50 $0.00 $51.95 70

3 $28.55 $12.47 $14.50 $0.00 $55.52 80

4 $32.12 $12.47 $14.50 $0.00 $59.09 90

06/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.91 $12.47 $14.50 $0.00 $48.88 60

2 $25.56 $12.47 $14.50 $0.00 $52.53 70

3 $29.21 $12.47 $14.50 $0.00 $56.18 80

4 $32.86 $12.47 $14.50 $0.00 $59.83 90

Notes:

Steps 1-2 are 1000 hrs.; Steps 3-4 are 2000 hrs.

Apprentice to Journeyworker Ratio:1:6

FLAGGER & SIGNALER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$46.54 12/01/2020 $8.60 $0.00 $24.50 $13.44

$46.54 06/01/2021 $8.60 $0.00 $24.50 $13.44

$46.54 12/01/2021 $8.60 $0.00 $24.50 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

FLOORCOVERERFLOORCOVERERS LOCAL 2168 ZONE III

$62.99 09/01/2020 $7.84 $0.00 $37.88 $17.27

Issue Date: Wage Request Number:04/29/2021 Page 13 of 3520210429-063

Page 61: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FLOORCOVERER - Local 2168 Zone IIIApprentice -

09/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.94 $7.84 $1.40 $0.00 $28.18 50

2 $20.83 $7.84 $1.40 $0.00 $30.07 55

3 $22.73 $7.84 $13.07 $0.00 $43.64 60

4 $24.62 $7.84 $13.07 $0.00 $45.53 65

5 $26.52 $7.84 $14.47 $0.00 $48.83 70

6 $28.41 $7.84 $14.47 $0.00 $50.72 75

7 $30.30 $7.84 $15.87 $0.00 $54.01 80

8 $32.20 $7.84 $15.87 $0.00 $55.91 85

Notes: Steps are 750 hrs.

% After 09/1/17; 45/45/55/55/70/70/80/80 (1500hr Steps)

Step 1&2 $26.29/ 3&4 $31.43/ 5&6 $48.83/ 7&8 $54.01

Apprentice to Journeyworker Ratio:1:1

FORK LIFTOPERATING ENGINEERS LOCAL 98

$62.88 12/01/2020 $12.47 $0.00 $35.91 $14.50

$63.70 06/01/2021 $12.47 $0.00 $36.73 $14.50

$64.53 12/01/2021 $12.47 $0.00 $37.56 $14.50

$65.40 06/01/2022 $12.47 $0.00 $38.43 $14.50

$66.28 12/01/2022 $12.47 $0.00 $39.31 $14.50

$67.23 06/01/2023 $12.47 $0.00 $40.26 $14.50

$68.18 12/01/2023 $12.47 $0.00 $41.21 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GENERATORS/LIGHTING PLANTSOPERATING ENGINEERS LOCAL 98

$59.43 12/01/2020 $12.47 $0.00 $32.46 $14.50

$60.25 06/01/2021 $12.47 $0.00 $33.28 $14.50

$61.08 12/01/2021 $12.47 $0.00 $34.11 $14.50

$61.95 06/01/2022 $12.47 $0.00 $34.98 $14.50

$62.83 12/01/2022 $12.47 $0.00 $35.86 $14.50

$63.78 06/01/2023 $12.47 $0.00 $36.81 $14.50

$64.73 12/01/2023 $12.47 $0.00 $37.76 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR

SYSTEMS)GLAZIERS LOCAL 1333

$60.43 06/01/2020 $10.80 $0.00 $39.18 $10.45

Issue Date: Wage Request Number:04/29/2021 Page 14 of 3520210429-063

Page 62: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

GLAZIER - Local 1333Apprentice -

06/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.59 $10.80 $1.80 $0.00 $32.19 50

2 $22.04 $10.80 $1.80 $0.00 $34.64 56

3 $24.49 $10.80 $2.45 $0.00 $37.74 63

4 $26.94 $10.80 $2.45 $0.00 $40.19 69

5 $29.39 $10.80 $3.15 $0.00 $43.34 75

6 $31.83 $10.80 $3.15 $0.00 $45.78 81

7 $34.28 $10.80 $10.45 $0.00 $55.53 88

8 $36.73 $10.80 $10.45 $0.00 $57.98 94

Notes:

Apprentice to Journeyworker Ratio:1:3

GRADER/TRENCHING MACHINE/DERRICKOPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

HVAC (DUCTWORK)SHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (ELECTRICAL CONTROLS)ELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- ELECTRICIAN"

HVAC (TESTING AND BALANCING - AIR)SHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (TESTING AND BALANCING -WATER)PLUMBERS & PIPEFITTERS LOCAL 104

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60

Issue Date: Wage Request Number:04/29/2021 Page 15 of 3520210429-063

Page 63: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HVAC MECHANICPLUMBERS & PIPEFITTERS LOCAL 104

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HYDRAULIC DRILLS (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.69 12/01/2020 $8.60 $0.00 $32.65 $13.44

$55.53 06/01/2021 $8.60 $0.00 $33.49 $13.44

$56.36 12/01/2021 $8.60 $0.00 $34.32 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

INSULATOR (PIPES & TANKS)HEAT & FROST INSULATORS LOCAL 6 (SPRINGFIELD)

$70.14 09/01/2020 $13.80 $0.00 $39.20 $17.14

$72.54 09/01/2021 $13.80 $0.00 $41.60 $17.14

$74.99 09/01/2022 $13.80 $0.00 $44.05 $17.14

ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 SpringfieldApprentice -

09/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.60 $13.80 $12.42 $0.00 $45.82 50

2 $23.52 $13.80 $13.36 $0.00 $50.68 60

3 $27.44 $13.80 $14.31 $0.00 $55.55 70

4 $31.36 $13.80 $15.25 $0.00 $60.41 80

09/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.80 $13.80 $12.42 $0.00 $47.02 50

2 $24.96 $13.80 $13.36 $0.00 $52.12 60

3 $29.12 $13.80 $14.31 $0.00 $57.23 70

4 $33.28 $13.80 $15.25 $0.00 $62.33 80

Notes:

Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

IRONWORKER/WELDERIRONWORKERS LOCAL 7 (SPRINGFIELD AREA)

$66.42 03/16/2021 $8.10 $0.00 $36.67 $21.65

Issue Date: Wage Request Number:04/29/2021 Page 16 of 3520210429-063

Page 64: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

IRONWORKER - Local 7 SpringfieldApprentice -

03/16/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.00 $8.10 $21.65 $0.00 $51.75 60

2 $25.67 $8.10 $21.65 $0.00 $55.42 70

3 $27.50 $8.10 $21.65 $0.00 $57.25 75

4 $29.34 $8.10 $21.65 $0.00 $59.09 80

5 $31.17 $8.10 $21.65 $0.00 $60.92 85

6 $33.00 $8.10 $21.65 $0.00 $62.75 90

Notes:

Structural 1:6; Ornamental 1:4

Apprentice to Journeyworker Ratio:

JACKHAMMER & PAVING BREAKER OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

LABORERLABORERS - ZONE 3 (BUILDING & SITE)

$56.00 12/01/2020 $8.60 $0.00 $31.90 $15.50

$56.84 06/01/2021 $8.60 $0.00 $32.74 $15.50

$57.67 12/01/2021 $8.60 $0.00 $33.57 $15.50

$58.29 06/01/2022 $8.60 $0.00 $34.19 $15.50

$58.92 12/01/2022 $8.60 $0.00 $34.82 $15.50

$59.54 06/01/2023 $8.60 $0.00 $35.44 $15.50

$60.17 12/01/2023 $8.60 $0.00 $36.07 $15.50

Issue Date: Wage Request Number:04/29/2021 Page 17 of 3520210429-063

Page 65: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER - Zone 3 Building & SiteApprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.14 $8.60 $15.50 $0.00 $43.24 60

2 $22.33 $8.60 $15.50 $0.00 $46.43 70

3 $25.52 $8.60 $15.50 $0.00 $49.62 80

4 $28.71 $8.60 $15.50 $0.00 $52.81 90

06/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.64 $8.60 $15.50 $0.00 $43.74 60

2 $22.92 $8.60 $15.50 $0.00 $47.02 70

3 $26.19 $8.60 $15.50 $0.00 $50.29 80

4 $29.47 $8.60 $15.50 $0.00 $53.57 90

Notes:

Apprentice to Journeyworker Ratio:1:5

LABORER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$53.94 12/01/2020 $8.60 $0.00 $31.90 $13.44

$54.78 06/01/2021 $8.60 $0.00 $32.74 $13.44

$55.61 12/01/2021 $8.60 $0.00 $33.57 $13.44

LABORER (Heavy & Highway) - Zone 3Apprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.14 $8.60 $13.44 $0.00 $41.18 60

2 $22.33 $8.60 $13.44 $0.00 $44.37 70

3 $25.52 $8.60 $13.44 $0.00 $47.56 80

4 $28.71 $8.60 $13.44 $0.00 $50.75 90

06/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.64 $8.60 $13.44 $0.00 $41.68 60

2 $22.92 $8.60 $13.44 $0.00 $44.96 70

3 $26.19 $8.60 $13.44 $0.00 $48.23 80

4 $29.47 $8.60 $13.44 $0.00 $51.51 90

Notes:

Apprentice to Journeyworker Ratio:1:5

Issue Date: Wage Request Number:04/29/2021 Page 18 of 3520210429-063

Page 66: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER: CARPENTER TENDERLABORERS - ZONE 3 (BUILDING & SITE)

$56.00 12/01/2020 $8.60 $0.00 $31.90 $15.50

$56.84 06/01/2021 $8.60 $0.00 $32.74 $15.50

$57.67 12/01/2021 $8.60 $0.00 $33.57 $15.50

$58.29 06/01/2022 $8.60 $0.00 $34.19 $15.50

$58.92 12/01/2022 $8.60 $0.00 $34.82 $15.50

$59.54 06/01/2023 $8.60 $0.00 $35.44 $15.50

$60.17 12/01/2023 $8.60 $0.00 $36.07 $15.50For apprentice rates see "Apprentice- LABORER"

LABORER: CEMENT FINISHER TENDERLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

LABORER: HAZARDOUS WASTE/ASBESTOS REMOVERLABORERS - ZONE 3 (BUILDING & SITE)

$56.10 12/01/2020 $8.60 $0.00 $32.00 $15.50

$56.94 06/01/2021 $8.60 $0.00 $32.84 $15.50

$57.77 12/01/2021 $8.60 $0.00 $33.67 $15.50

$58.39 06/01/2022 $8.60 $0.00 $34.29 $15.50

$59.02 12/01/2022 $8.60 $0.00 $34.92 $15.50

$59.64 06/01/2023 $8.60 $0.00 $35.54 $15.50

$60.27 12/01/2023 $8.60 $0.00 $36.17 $15.50For apprentice rates see "Apprentice- LABORER"

LABORER: MASON TENDERLABORERS - ZONE 3 (BUILDING & SITE)

$57.00 12/01/2020 $8.60 $0.00 $32.90 $15.50

$57.84 06/01/2021 $8.60 $0.00 $33.74 $15.50

$58.67 12/01/2021 $8.60 $0.00 $34.57 $15.50

$59.29 06/01/2022 $8.60 $0.00 $35.19 $15.50

$59.92 12/01/2022 $8.60 $0.00 $35.82 $15.50

$60.54 06/01/2023 $8.60 $0.00 $36.44 $15.50

$61.17 12/01/2023 $8.60 $0.00 $37.07 $15.50For apprentice rates see "Apprentice- LABORER"

LABORER: MASON TENDER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

LABORER: MULTI-TRADE TENDERLABORERS - ZONE 3 (BUILDING & SITE)

$56.00 12/01/2020 $8.60 $0.00 $31.90 $15.50

$56.84 06/01/2021 $8.60 $0.00 $32.74 $15.50

$57.67 12/01/2021 $8.60 $0.00 $33.57 $15.50

$58.29 06/01/2022 $8.60 $0.00 $34.19 $15.50

$58.92 12/01/2022 $8.60 $0.00 $34.82 $15.50

$59.54 06/01/2023 $8.60 $0.00 $35.44 $15.50

$60.17 12/01/2023 $8.60 $0.00 $36.07 $15.50For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:04/29/2021 Page 19 of 3520210429-063

Page 67: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER: TREE REMOVERLABORERS - ZONE 3 (BUILDING & SITE)

$56.00 12/01/2020 $8.60 $0.00 $31.90 $15.50

$56.84 06/01/2021 $8.60 $0.00 $32.74 $15.50

$57.67 12/01/2021 $8.60 $0.00 $33.57 $15.50

$58.29 06/01/2022 $8.60 $0.00 $34.19 $15.50

$58.92 12/01/2022 $8.60 $0.00 $34.82 $15.50

$59.54 06/01/2023 $8.60 $0.00 $35.44 $15.50

$60.17 12/01/2023 $8.60 $0.00 $36.07 $15.50This classification applies to the removal of standing trees, and the trimming and removal of branches and limbs when related to public works construction or site

clearance incidental to construction . For apprentice rates see "Apprentice- LABORER"

LASER BEAM OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

LASER BEAM OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

MARBLE & TILE FINISHERSBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$66.91 02/01/2021 $11.39 $0.00 $36.17 $19.35

$68.04 08/01/2021 $11.39 $0.00 $37.17 $19.48

$68.49 02/01/2022 $11.39 $0.00 $37.62 $19.48

MARBLE-TILE FINISHER-Local 3 Marble/Tile (Spr/Pitt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.09 $11.39 $19.35 $0.00 $48.83 50

2 $21.70 $11.39 $19.35 $0.00 $52.44 60

3 $25.32 $11.39 $19.35 $0.00 $56.06 70

4 $28.94 $11.39 $19.35 $0.00 $59.68 80

5 $32.55 $11.39 $19.35 $0.00 $63.29 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.59 $11.39 $19.48 $0.00 $49.46 50

2 $22.30 $11.39 $19.48 $0.00 $53.17 60

3 $26.02 $11.39 $19.48 $0.00 $56.89 70

4 $29.74 $11.39 $19.48 $0.00 $60.61 80

5 $33.45 $11.39 $19.48 $0.00 $64.32 90

Notes:

Apprentice to Journeyworker Ratio:1:5

Issue Date: Wage Request Number:04/29/2021 Page 20 of 3520210429-063

Page 68: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MARBLE MASON/TILE LAYER(SP/PT)SeeBrickBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

See "BRICK/STONE/ARTIFICIAL MASONRY(INCL.MASONRY WATERPROOFING)

MECH. SWEEPER OPERATOR (ON CONST. SITES)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MECHANIC/WELDER/BOOM TRUCKOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MILLWRIGHT (Zone 3)MILLWRIGHTS LOCAL 1121 - Zone 3

$67.81 01/04/2021 $9.40 $0.00 $37.96 $20.45

$69.06 01/03/2022 $9.40 $0.00 $39.21 $20.45

$70.31 01/02/2023 $9.40 $0.00 $40.46 $20.45

MILLWRIGHT - Local 1121 Zone 3Apprentice -

01/04/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.88 $9.40 $5.58 $0.00 $35.86 55

2 $24.67 $9.40 $16.90 $0.00 $50.97 65

3 $28.47 $9.40 $17.92 $0.00 $55.79 75

4 $32.27 $9.40 $18.93 $0.00 $60.60 85

01/03/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.57 $9.40 $5.58 $0.00 $36.55 55

2 $25.49 $9.40 $16.90 $0.00 $51.79 65

3 $29.41 $9.40 $17.92 $0.00 $56.73 75

4 $33.33 $9.40 $18.93 $0.00 $61.66 85

Notes: Step 1&2 Appr. indentured after 1/1/2020 receive no pension,

but do receive annuity. (Step 1 $5.58, Step 2 $6.50)

Steps are 2,000 hours

Apprentice to Journeyworker Ratio:1:5

Issue Date: Wage Request Number:04/29/2021 Page 21 of 3520210429-063

Page 69: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MORTAR MIXERLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

OILEROPERATING ENGINEERS LOCAL 98

$58.35 12/01/2020 $12.47 $0.00 $31.38 $14.50

$59.17 06/01/2021 $12.47 $0.00 $32.20 $14.50

$60.00 12/01/2021 $12.47 $0.00 $33.03 $14.50

$60.87 06/01/2022 $12.47 $0.00 $33.90 $14.50

$61.75 12/01/2022 $12.47 $0.00 $34.78 $14.50

$62.70 06/01/2023 $12.47 $0.00 $35.73 $14.50

$63.65 12/01/2023 $12.47 $0.00 $36.68 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OTHER POWER DRIVEN EQUIPMENT - CLASS VIOPERATING ENGINEERS LOCAL 98

$56.37 12/01/2020 $12.47 $0.00 $29.40 $14.50

$57.19 06/01/2021 $12.47 $0.00 $30.22 $14.50

$58.02 12/01/2021 $12.47 $0.00 $31.05 $14.50

$58.89 06/01/2022 $12.47 $0.00 $31.92 $14.50

$59.77 12/01/2022 $12.47 $0.00 $32.80 $14.50

$60.72 06/01/2023 $12.47 $0.00 $33.75 $14.50

$61.67 12/01/2023 $12.47 $0.00 $34.70 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PAINTER (BRIDGES/TANKS)PAINTERS LOCAL 35 - ZONE 3

$83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.03 $8.25 $0.00 $0.00 $34.28 50

2 $28.63 $8.25 $6.16 $0.00 $43.04 55

3 $31.24 $8.25 $6.72 $0.00 $46.21 60

4 $33.84 $8.25 $7.28 $0.00 $49.37 65

5 $36.44 $8.25 $19.39 $0.00 $64.08 70

6 $39.05 $8.25 $19.95 $0.00 $67.25 75

7 $41.65 $8.25 $20.51 $0.00 $70.41 80

8 $46.85 $8.25 $21.63 $0.00 $76.73 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 3

$62.53 01/01/2021 $8.25 $0.00 $35.43 $18.85

Issue Date: Wage Request Number:04/29/2021 Page 22 of 3520210429-063

Page 70: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 Zone 3 - Spray/Sandblast - NewApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.72 $8.25 $0.00 $0.00 $25.97 50

2 $19.49 $8.25 $4.02 $0.00 $31.76 55

3 $21.26 $8.25 $4.38 $0.00 $33.89 60

4 $23.03 $8.25 $4.75 $0.00 $36.03 65

5 $24.80 $8.25 $16.66 $0.00 $49.71 70

6 $26.57 $8.25 $17.03 $0.00 $51.85 75

7 $28.34 $8.25 $17.39 $0.00 $53.98 80

8 $31.89 $8.25 $18.12 $0.00 $58.26 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, REPAINT)PAINTERS LOCAL 35 - ZONE 3

$59.85 01/01/2021 $8.25 $0.00 $32.75 $18.85

PAINTER Local 35 Zone 3 - Spray/Sandblast - RepaintApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.38 $8.25 $0.00 $0.00 $24.63 50

2 $18.01 $8.25 $4.02 $0.00 $30.28 55

3 $19.65 $8.25 $4.38 $0.00 $32.28 60

4 $21.29 $8.25 $4.75 $0.00 $34.29 65

5 $22.93 $8.25 $16.66 $0.00 $47.84 70

6 $24.56 $8.25 $17.03 $0.00 $49.84 75

7 $26.20 $8.25 $17.39 $0.00 $51.84 80

8 $29.48 $8.25 $18.12 $0.00 $55.85 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 3

$61.13 01/01/2021 $8.25 $0.00 $34.03 $18.85

Issue Date: Wage Request Number:04/29/2021 Page 23 of 3520210429-063

Page 71: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER - Local 35 Zone 3 - BRUSH NEWApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.02 $8.25 $0.00 $0.00 $25.27 50

2 $18.72 $8.25 $4.02 $0.00 $30.99 55

3 $20.42 $8.25 $4.38 $0.00 $33.05 60

4 $22.12 $8.25 $4.75 $0.00 $35.12 65

5 $23.82 $8.25 $16.66 $0.00 $48.73 70

6 $25.52 $8.25 $17.03 $0.00 $50.80 75

7 $27.22 $8.25 $17.39 $0.00 $52.86 80

8 $30.63 $8.25 $18.12 $0.00 $57.00 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, REPAINT)PAINTERS LOCAL 35 - ZONE 3

$58.45 01/01/2021 $8.25 $0.00 $31.35 $18.85

PAINTER Local 35 Zone 3 - BRUSH REPAINTApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $15.68 $8.25 $0.00 $0.00 $23.93 50

2 $17.24 $8.25 $4.02 $0.00 $29.51 55

3 $18.81 $8.25 $4.38 $0.00 $31.44 60

4 $20.38 $8.25 $4.75 $0.00 $33.38 65

5 $21.95 $8.25 $16.66 $0.00 $46.86 70

6 $23.51 $8.25 $17.03 $0.00 $48.79 75

7 $25.08 $8.25 $17.39 $0.00 $50.72 80

8 $28.22 $8.25 $18.12 $0.00 $54.59 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER TRAFFIC MARKINGS (HEAVY/HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$53.94 12/01/2020 $8.60 $0.00 $31.90 $13.44

$54.78 06/01/2021 $8.60 $0.00 $32.74 $13.44

$55.61 12/01/2021 $8.60 $0.00 $33.57 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PANEL & PICKUP TRUCKS DRIVERTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$62.71 12/01/2020 $12.91 $0.00 $34.98 $14.82

$63.51 06/01/2021 $12.91 $0.00 $35.78 $14.82

$64.01 08/01/2021 $13.41 $0.00 $35.78 $14.82

$65.20 12/01/2021 $13.41 $0.00 $35.78 $16.01

Issue Date: Wage Request Number:04/29/2021 Page 24 of 3520210429-063

Page 72: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND

DECK)PILE DRIVER LOCAL 56 (ZONE 3)

$76.05 08/01/2020 $9.40 $0.00 $43.53 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

PILE DRIVERPILE DRIVER LOCAL 56 (ZONE 3)

$76.05 08/01/2020 $9.40 $0.00 $43.53 $23.12

PILE DRIVER - Local 56 Zone 3Apprentice -

08/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $0.00 $0.00 $0.00 $0.00 $0.00 0

Notes: Apprentice wages shall be no less than the following Steps;

(Same as set in Zone 1)

1$57.06/2$61.96/3$66.87/4$69.32/5$71.78/6$71.78/7$76.68/8$76.68

Apprentice to Journeyworker Ratio:1:5

PIPELAYERLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

PIPELAYER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PLUMBER & PIPEFITTERPLUMBERS & PIPEFITTERS LOCAL 104

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60

Issue Date: Wage Request Number:04/29/2021 Page 25 of 3520210429-063

Page 73: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PLUMBER/PIPEFITTER - Local 104Apprentice -

03/17/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.44 $9.30 $9.85 $0.00 $38.59 45

2 $21.61 $9.30 $9.85 $0.00 $40.76 50

3 $23.77 $9.30 $9.85 $0.00 $42.92 55

4 $25.93 $9.30 $9.85 $0.00 $45.08 60

5 $28.09 $9.30 $9.85 $0.00 $47.24 65

6 $30.25 $9.30 $9.85 $0.00 $49.40 70

7 $32.41 $9.30 $9.85 $0.00 $51.56 75

8 $34.57 $9.30 $9.85 $0.00 $53.72 80

9 $34.57 $9.30 $16.60 $0.00 $60.47 80

10 $34.57 $9.30 $16.60 $0.00 $60.47 80

09/17/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.89 $9.30 $9.85 $0.00 $39.04 45

2 $22.11 $9.30 $9.85 $0.00 $41.26 50

3 $24.32 $9.30 $9.85 $0.00 $43.47 55

4 $26.53 $9.30 $9.85 $0.00 $45.68 60

5 $28.74 $9.30 $9.85 $0.00 $47.89 65

6 $30.95 $9.30 $9.85 $0.00 $50.10 70

7 $33.16 $9.30 $9.85 $0.00 $52.31 75

8 $35.37 $9.30 $9.85 $0.00 $54.52 80

9 $35.37 $9.30 $16.60 $0.00 $61.27 80

10 $35.37 $9.30 $16.60 $0.00 $61.27 80

Notes: **1:1,2:5,3:9,4:12

Apprentice to Journeyworker Ratio:**

PNEUMATIC CONTROLS (TEMP.)PLUMBERS & PIPEFITTERS LOCAL 104

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

PNEUMATIC DRILL/TOOL OPERATOR (HEAVY &

HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

Issue Date: Wage Request Number:04/29/2021 Page 26 of 3520210429-063

Page 74: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

POWDERMAN & BLASTERLABORERS - ZONE 3 (BUILDING & SITE)

$57.00 12/01/2020 $8.60 $0.00 $32.90 $15.50

$57.84 06/01/2021 $8.60 $0.00 $33.74 $15.50

$58.67 12/01/2021 $8.60 $0.00 $34.57 $15.50

$59.29 06/01/2022 $8.60 $0.00 $35.19 $15.50

$59.92 12/01/2022 $8.60 $0.00 $35.82 $15.50

$60.54 06/01/2023 $8.60 $0.00 $36.44 $15.50

$61.17 12/01/2023 $8.60 $0.00 $37.07 $15.50For apprentice rates see "Apprentice- LABORER"

POWDERMAN & BLASTER (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.94 12/01/2020 $8.60 $0.00 $32.90 $13.44

$55.78 06/01/2021 $8.60 $0.00 $33.74 $13.44

$56.61 12/01/2021 $8.60 $0.00 $34.57 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PUMP OPERATOR (CONCRETE)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (DEWATERING, OTHER)OPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

READY-MIX CONCRETE DRIVERTEAMSTERS 404 - Construction Service (Northampton)

$40.01 05/01/2020 $11.07 $0.00 $22.44 $6.50

RIDE-ON MOTORIZED BUGGY OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

ROLLER OPERATOROPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:04/29/2021 Page 27 of 3520210429-063

Page 75: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ROOFER (Coal tar pitch)ROOFERS LOCAL 248

$61.61 07/16/2020 $11.75 $0.00 $33.66 $16.20

For apprentice rates see "Apprentice- ROOFER"

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg)ROOFERS LOCAL 248

$60.61 07/16/2020 $11.75 $0.00 $33.16 $15.70

ROOFER - Local 248Apprentice -

07/16/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.90 $11.75 $0.00 $0.00 $31.65 60

2 $21.55 $11.75 $15.70 $0.00 $49.00 65

3 $23.21 $11.75 $15.70 $0.00 $50.66 70

4 $24.87 $11.75 $15.70 $0.00 $52.32 75

5 $26.53 $11.75 $15.70 $0.00 $53.98 80

6 $28.19 $11.75 $15.70 $0.00 $55.64 85

7 $29.84 $11.75 $15.70 $0.00 $57.29 90

8 $31.50 $11.75 $15.70 $0.00 $58.95 95

Notes:

Steps are 750 hrs.Roofer(Tear Off)1:1; Same as above

Apprentice to Journeyworker Ratio:1:3

ROOFER SLATE / TILE / PRECAST CONCRETEROOFERS LOCAL 248

$61.61 07/16/2020 $11.75 $0.00 $33.66 $16.20

For apprentice rates see "Apprentice- ROOFER"

SCRAPEROPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

SELF-POWERED ROLLERS AND COMPACTORS

(TAMPERS)OPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:04/29/2021 Page 28 of 3520210429-063

Page 76: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SELF-PROPELLED POWER BROOMOPERATING ENGINEERS LOCAL 98

$59.43 12/01/2020 $12.47 $0.00 $32.46 $14.50

$60.25 06/01/2021 $12.47 $0.00 $33.28 $14.50

$61.08 12/01/2021 $12.47 $0.00 $34.11 $14.50

$61.95 06/01/2022 $12.47 $0.00 $34.98 $14.50

$62.83 12/01/2022 $12.47 $0.00 $35.86 $14.50

$63.78 06/01/2023 $12.47 $0.00 $36.81 $14.50

$64.73 12/01/2023 $12.47 $0.00 $37.76 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

SHEETMETAL WORKERSHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33

SHEET METAL WORKER - Local 63Apprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.76 $4.79 $4.67 $0.79 $27.01 45

2 $18.62 $5.32 $5.19 $0.87 $30.00 50

3 $20.48 $5.85 $9.33 $1.07 $36.73 55

4 $22.34 $6.38 $9.33 $1.14 $39.19 60

5 $24.21 $6.92 $9.33 $1.21 $41.67 65

6 $26.07 $7.45 $9.33 $1.29 $44.14 70

7 $27.93 $7.98 $9.33 $1.36 $46.60 75

8 $29.79 $8.51 $16.29 $1.64 $56.23 80

9 $31.65 $9.04 $16.29 $1.71 $58.69 85

10 $33.52 $9.58 $16.29 $1.78 $61.17 90

Notes:

Apprentice to Journeyworker Ratio:1:3

SPECIALIZED EARTH MOVING EQUIP < 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.17 12/01/2020 $12.91 $0.00 $35.44 $14.82

$63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82

$64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82

$65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01

SPECIALIZED EARTH MOVING EQUIP > 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.46 12/01/2020 $12.91 $0.00 $35.73 $14.82

$64.26 06/01/2021 $12.91 $0.00 $36.53 $14.82

$64.76 08/01/2021 $13.41 $0.00 $36.53 $14.82

$65.95 12/01/2021 $13.41 $0.00 $36.53 $16.01

SPRINKLER FITTERSPRINKLER FITTERS LOCAL 669

$70.10 04/01/2021 $10.55 $0.00 $43.14 $16.41

Issue Date: Wage Request Number:04/29/2021 Page 29 of 3520210429-063

Page 77: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SPRINKLER FITTER - Local 669Apprentice -

04/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.41 $7.75 $0.00 $0.00 $27.16 45

2 $21.57 $7.75 $0.00 $0.00 $29.32 50

3 $23.73 $10.55 $8.15 $0.00 $42.43 55

4 $25.88 $10.55 $8.15 $0.00 $44.58 60

5 $28.04 $10.55 $8.40 $0.00 $46.99 65

6 $30.20 $10.55 $8.40 $0.00 $49.15 70

7 $32.36 $10.55 $8.40 $0.00 $51.31 75

8 $34.51 $10.55 $8.40 $0.00 $53.46 80

9 $36.67 $10.55 $8.40 $0.00 $55.62 85

10 $38.83 $10.55 $8.40 $0.00 $57.78 90

Notes:

Apprentice to Journeyworker Ratio:1:1

TELECOMMUNICATION TECHNICIANELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96

Issue Date: Wage Request Number:04/29/2021 Page 30 of 3520210429-063

Page 78: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TELECOMMUNICATION TECHNICIAN - Local 7Apprentice -

01/03/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.84 $6.90 $0.54 $0.00 $25.28 40

2 $20.07 $6.90 $0.60 $0.00 $27.57 45

3 $22.31 $11.50 $7.02 $0.00 $40.83 50

4 $24.54 $11.50 $7.09 $0.00 $43.13 55

5 $29.00 $11.50 $8.78 $0.00 $49.28 65

6 $31.23 $11.50 $9.89 $0.00 $52.62 70

06/27/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.08 $7.05 $0.54 $0.00 $25.67 40

2 $20.34 $7.05 $0.61 $0.00 $28.00 45

3 $22.61 $11.75 $7.08 $0.00 $41.44 50

4 $24.87 $11.75 $7.15 $0.00 $43.77 55

5 $29.39 $11.75 $8.93 $0.00 $50.07 65

6 $31.65 $11.75 $10.10 $0.00 $53.50 70

Notes:

Steps are 800 hours

Apprentice to Journeyworker Ratio:1:1

TERRAZZO FINISHERSBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$88.17 02/01/2021 $11.39 $0.00 $54.69 $22.09

$89.73 08/01/2021 $11.39 $0.00 $56.09 $22.25

$90.32 02/01/2022 $11.39 $0.00 $56.68 $22.25

Issue Date: Wage Request Number:04/29/2021 Page 31 of 3520210429-063

Page 79: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TERRAZZO FINISHER-Local 3 Marble/Tile (Spr/Ptt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.35 $11.39 $22.09 $0.00 $60.83 50

2 $32.81 $11.39 $22.09 $0.00 $66.29 60

3 $38.28 $11.39 $22.09 $0.00 $71.76 70

4 $43.75 $11.39 $22.09 $0.00 $77.23 80

5 $49.22 $11.39 $22.09 $0.00 $82.70 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.05 $11.39 $22.25 $0.00 $61.69 50

2 $33.65 $11.39 $22.25 $0.00 $67.29 60

3 $39.26 $11.39 $22.25 $0.00 $72.90 70

4 $44.87 $11.39 $22.25 $0.00 $78.51 80

5 $50.48 $11.39 $22.25 $0.00 $84.12 90

Notes:

Apprentice to Journeyworker Ratio:1:5

TERRAZZO MECHANICBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$89.24 02/01/2021 $11.39 $0.00 $55.77 $22.08

$90.80 08/01/2021 $11.39 $0.00 $57.17 $22.24

$91.37 02/01/2022 $11.39 $0.00 $57.74 $22.24

Issue Date: Wage Request Number:04/29/2021 Page 32 of 3520210429-063

Page 80: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TERRAZZO MECH - Local 3 Marble/Tile (Spr/Pitt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.89 $11.39 $22.08 $0.00 $61.36 50

2 $33.46 $11.39 $22.08 $0.00 $66.93 60

3 $39.04 $11.39 $22.08 $0.00 $72.51 70

4 $44.62 $11.39 $22.08 $0.00 $78.09 80

5 $50.19 $11.39 $22.08 $0.00 $83.66 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.59 $11.39 $22.24 $0.00 $62.22 50

2 $34.30 $11.39 $22.24 $0.00 $67.93 60

3 $40.02 $11.39 $22.24 $0.00 $73.65 70

4 $45.74 $11.39 $22.24 $0.00 $79.37 80

5 $51.45 $11.39 $22.24 $0.00 $85.08 90

Notes:

Apprentice to Journeyworker Ratio:1:5

TEST BORING DRILLERLABORERS - FOUNDATION AND MARINE

$67.37 12/01/2020 $8.60 $0.00 $41.30 $17.47

$68.39 06/01/2021 $8.60 $0.00 $42.32 $17.47

$69.40 12/01/2021 $8.60 $0.00 $43.33 $17.47For apprentice rates see "Apprentice- LABORER"

TEST BORING DRILLER HELPERLABORERS - FOUNDATION AND MARINE

$66.09 12/01/2020 $8.60 $0.00 $40.02 $17.47

$67.11 06/01/2021 $8.60 $0.00 $41.04 $17.47

$68.12 12/01/2021 $8.60 $0.00 $42.05 $17.47For apprentice rates see "Apprentice- LABORER"

TEST BORING LABORERLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

TRACTORSOPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TRAILERS FOR EARTH MOVING EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.75 12/01/2020 $12.91 $0.00 $36.02 $14.82

$64.55 06/01/2021 $12.91 $0.00 $36.82 $14.82

$65.05 08/01/2021 $13.41 $0.00 $36.82 $14.82

$66.24 12/01/2021 $13.41 $0.00 $36.82 $16.01

Issue Date: Wage Request Number:04/29/2021 Page 33 of 3520210429-063

Page 81: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TUNNEL WORK - COMPRESSED AIRLABORERS (COMPRESSED AIR)

$78.65 12/01/2020 $8.60 $0.00 $52.13 $17.92

$79.67 06/01/2021 $8.60 $0.00 $53.15 $17.92

$80.68 12/01/2021 $8.60 $0.00 $54.16 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE)LABORERS (COMPRESSED AIR)

$80.65 12/01/2020 $8.60 $0.00 $54.13 $17.92

$81.67 06/01/2021 $8.60 $0.00 $55.15 $17.92

$82.68 12/01/2021 $8.60 $0.00 $56.16 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIRLABORERS (FREE AIR TUNNEL)

$70.72 12/01/2020 $8.60 $0.00 $44.20 $17.92

$71.74 06/01/2021 $8.60 $0.00 $45.22 $17.92

$72.75 12/01/2021 $8.60 $0.00 $46.23 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIR (HAZ. WASTE)LABORERS (FREE AIR TUNNEL)

$72.72 12/01/2020 $8.60 $0.00 $46.20 $17.92

$73.74 06/01/2021 $8.60 $0.00 $47.22 $17.92

$74.75 12/01/2021 $8.60 $0.00 $48.23 $17.92For apprentice rates see "Apprentice- LABORER"

VAC-HAULTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.17 12/01/2020 $12.91 $0.00 $35.44 $14.82

$63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82

$64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82

$65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01

WAGON DRILL OPERATORLABORERS - ZONE 3 (BUILDING & SITE)

$56.25 12/01/2020 $8.60 $0.00 $32.15 $15.50

$57.09 06/01/2021 $8.60 $0.00 $32.99 $15.50

$57.92 12/01/2021 $8.60 $0.00 $33.82 $15.50

$58.54 06/01/2022 $8.60 $0.00 $34.44 $15.50

$59.17 12/01/2022 $8.60 $0.00 $35.07 $15.50

$59.79 06/01/2023 $8.60 $0.00 $35.69 $15.50

$60.42 12/01/2023 $8.60 $0.00 $36.32 $15.50For apprentice rates see "Apprentice- LABORER"

WAGON DRILL OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 3 (HEAVY & HIGHWAY)

$54.19 12/01/2020 $8.60 $0.00 $32.15 $13.44

$55.03 06/01/2021 $8.60 $0.00 $32.99 $13.44

$55.86 12/01/2021 $8.60 $0.00 $33.82 $13.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

WATER METER INSTALLERPLUMBERS & PIPEFITTERS LOCAL 104

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER"

Issue Date: Wage Request Number:04/29/2021 Page 34 of 3520210429-063

Page 82: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

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.)

Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified.

** 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.

Issue Date: Wage Request Number:04/29/2021 Page 35 of 3520210429-063

Page 83: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

SUMMARY OF WORK

01 01 00 - 1

SECTION 01 01 00

SUMMARY OF WORK

1. GENERAL SCOPE OF WORK

A. The Work under the Contract consists of removal and replacement of the exiting new resilient flooring located in the Kitchen, Cafeteria, Nurses Bathroom/Storage Areas and Stage as designated in the Contract Documents. Asbestos abatement will also be required for removal and disposal of existing , vinyl asbestos tile and associated materials.

B. All costs associated with the above-described work as well as work described under the Contract shall be borne by the Contractor. The City of Greenfield (Owner) shall not be responsible for any costs associated with this work.

Note: The City of Greenfield has retained ATC Group Services LLC (ATC) and Bradley

Architects, Inc. as its Architect/Consultant for Project Design, Technical Advisement and Administration of the Contract. All work shall be subject to final approval by ATC/Bradley Architects and the City of Greenfield. The Contractor shall regard the Architects/Consultants direction, as authoritative and binding as provided herein, in matters outlined by this Section and the Contract Documents.

C. In addition, the Work under the Contract includes:

1. Work outside the Project Site as called for in the Contract Documents and as required for the performance of the Work.

2. The restoration of any items damaged or destroyed by encroaching upon areas outside the Project Site.

3. Providing and restoring, where appropriate, all temporary facilities.

2. TIME OF COMPLETION

A. In accordance with the Contract, the Work shall start as stated in the Notice to Proceed and shall be completed within twenty-one (21) consecutive calendar days.

3. PHASING OF THE PROJECT

Not Applicable. 4. WORK UNDER SEPARATE CONTRACT

A. Coordination by Owner

The following items shall be provided by others under a separate agreement with the Owner for which the Owner has coordinating responsibility.

Industrial Hygiene (Asbestos Project Monitoring) services. Architectural Services for approval of the work

Page 84: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

SUMMARY OF WORK 01 01 00 - 2

B. Coordination by Contractor

The following items shall be provided by others under a separate agreement with the Owner for which the Contractor has coordinating responsibility.

Industrial Hygiene (Asbestos Project Monitoring) services. The Contractor shall coordinate all required inspections and clearance testing with the Owner’s Consultant for work on the project.

Architectural Inspections/Approval. The Contractor shall coordinate with Architect for all inspections and approvals for new flooring and associated materials installed on the project.

5. ITEMS FURNISHED BY OWNER

A. The following items will be furnished and delivered to the Project Site by others at no expense to the Contractor.

None

END OF SECTION

Page 85: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

EXISTING CONDITIONS 01 04 00 - 1

SECTION 01 04 00

EXISTING CONDITIONS

1. GENERAL PROVISIONS

A. The Conditions of the Contract apply to this section. 2. EXISTING CONDITIONS

A. Before submitting a bid, the Contractor shall make a thorough examination of the conditions at the site, checking the requirements of the Plans and Specifications with the existing conditions.

B. No claim for extra compensation or extension of time will be allowed on account of the Contractor's

failure to estimate properly the quantities, locations, and measurements of all items required to complete the work which could be discerned from visiting the site.

C. The Contractor shall report any discrepancies to the Owner's Consultant and request an

interpretation.

3. EXISTING BUILDING

Documentation of existing conditions are approximate and are intended for reference purposes only. It is the responsibility of the Contractors to visit the site and familiarize themselves with the spaces to be remediated. Before performing any work or ordering any materials, verify all measurements and existing building conditions and be responsible for the correctness of same. No extra charge or compensation will be allowed on account of differences between actual dimensions and the measurements indicated on the Drawings or specifications; any difference which may be found shall be submitted to the Consultant in writing for consideration before proceeding with the work.

END OF SECTION

Page 86: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

CONDUCT OF THE WORK 01 05 00 - 1

SECTION 01 05 00

CONDUCT OF THE WORK 1. GENERAL PROVISIONS

A. The Conditions of the Contract apply to this section. 2. PROJECT MANAGEMENT

A. The Building will have limited occupancy during construction including custodial staff. The Contractor shall take all necessary precautions to ensure the public safety and convenience by restricting access to the work areas under construction during the duration of the project. In addition, these areas shall remain secure and undamaged as a result of the construction work specified under this Contract.

B. 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 a minimum period of time.

C. Work hours shall be subject to final approval of the Owner. However, the building is unoccupied

and will be available for work between the hours of 7:00 a.m. and 4:30 p.m. (Monday – Friday). No work is to be done on holidays, Saturdays, or Sundays without prior approval of the Owner.

D. The Contractor is responsible for the security of partially completed work until the project is

accepted by the Owner. E. Storage of materials, tools, and/or equipment within the site shall be authorized and coordinated

through the Owner. F. Only materials and/or equipment intended and necessary for immediate use shall be brought onto the

project site. At the end of each workday and at the completion of each phase of work, equipment and leftover or unused materials shall be removed from the work areas.

G. Smoking/chewing tobacco and/or use of electronic cigarettes are not allowed on school property

under Massachusetts law. The Contractor shall remove from the project workers who violate this regulation.

H. Contractor shall develop a project schedule indicating time period and sequence for completion of

the work. The schedule upon approval shall be adhered to. Any deviations from the schedule could be subject to penalties at the discretion of the Owner. Contractor shall pay special attention to the sequence of remediation as follows:

Pre-Cleaning of all rooms or areas affected by the work. Performance of Asbestos Abatement Final Visual Inspection and Clearance Testing for asbestos removal Installation of new construction and associated components. Final cleaning of work areas. Approval and sign-off of new materials installed Restoration of the site as required by Contract.

The Contractor shall indicate this process in detail in their Plan of Action as required under Section 01300 "Submittal".

3. SHUTDOWN OF SERVICES

A. The Contractor's attention is especially called to the fact that the continuous operation of existing electrical, water and heat within the building is mandatory during the work. If these items are required to be terminated at any time during the work, approval must be granted from the Owner before proceeding. If the Owner will not allow this shutdown, but wants instead a temporary means of supplying said services, the Contractor shall supply all labor, materials or whatever may be required to supply said temporary services at no extra cost to the Owner and in accordance with the state and local regulations on health and safety.

Page 87: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

CONDUCT OF THE WORK 01 05 00 - 2

4. COORDINATION

A. The Contractor shall submit for approval to the Owner a detailed operational plan showing the sequence of operations prior to commencement of any work at the site. Any changes to this operational plan must be approved by the Owner. Refer to Section 01300 Submittals for details.

B. 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 Consultant shall be binding.

C. 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.

END OF SECTION

Page 88: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

SUBMITTALS 01 30 00 - 1

SECTION 01 30 00

SUBMITTALS - SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

1. RELATED DOCUMENTS

A. This Section supplements the Contract Documents.

2. GENERAL PROCEDURES/REQUIREMENTS FOR SUBMITTALS

A. Before commencement of the site work, the Contractor shall provide appropriate submittals required this Contract Specification. Electronic submissions of each submittal shall be provided to the Consultant for review and approval.

B. The Contractor shall NOT proceed with the work unless all submittals have been received and are

approved by the Owner's Consultant. If the Contractor proceeds with the work without approval, he/she does so at their own risk and expense.

C. The Contractor shall be responsible for all claims and restitution resulting from failure to comply

with the submittal requirements. In addition, no claim for extra compensation or extension of time will be allowed on account of the Contractor's failure to comply with this requirement.

3. SUBMITTALS REQUIRED

A. Consult the individual Sections of the specification for the specific submittals required under those Sections and for further details and description requirements.

B. As part of the Submittal process, the Contractor shall be required to provide an overall Plan of

Action which details the work procedures to be implemented including each phase of operation. The plan shall specifically outline the sequence of the work to be performed at the site to allow for continued occupancy of the building. In addition, appropriate contingency measures to assure compliance with the Contract Specification shall also be provided.

END OF SECTION

Page 89: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

TEMPORARY FACILITIES 01 50 00 - 1

SECTION 01 50 00

TEMPORARY FACILITIES

1. GENERAL REQUIREMENTS

A. The Contractor shall be responsible for providing and maintaining all temporary facilities until Substantial Completion. Removal of such prior to Substantial Completion must be with the concurrence of the Owner. The Contractor bears full responsibility for reproviding any facility removed prior to Substantial Completion

B. Removal of all temporary facilities shall be a condition precedent to Substantial Completion unless

directed otherwise by the Owner or specifically noted in the specifications. C. The Contractor must comply with all safety laws and regulations of the Commonwealth of

Massachusetts, the United States Government, and local government agencies applicable to Work under this contract.

2. FIELD OFFICES

The Contractor may use one of the Rooms to be abated under the Contract as a field office.

3. TEMPORARY TELEPHONES

Not Required 4. TEMPORARY TOILETS

A. The Contractor may use a designated Bathroom within the building during the Contract. The Bathroom shall be maintained and cleaned on a daily basis during the duration of the Contract. At the completion of the work, the Bathroom shall be cleaned, sanitized and turned back over to the Owner in its original condition.

B. Under no circumstances will the Contractor's personnel be allowed to use any other existing toilets

within the building. 5. TEMPORARY WATER

A. The Contractor may make use of the available water supply at the site for construction purposes, provided the permission of the Owner is obtained beforehand and only as long as the water is not used wastefully.

B. The Contractor shall provide all necessary piping and hoses to utilize the available sources of water. C. The Contractor shall provide an adequate supply of cool drinking water with individual drinking

cups for personnel on the job. D. The Contractor's use of the available water supply at the site shall in no way hamper or affect any

existing services relative to fire protection without written approval from the Owner and the Town of Florida Fire Department.

6. TEMPORARY ELECTRICITY

A. The Contractor may make use of the electricity where available at the site, metered and paid for by the Owner, provided that the Contractor shall supply proper adapters and extension cords.

B. The Contractor shall furnish, install, and maintain lighting required for each work area. The

Contractor, and each Subcontractor, shall furnish their own extension cords and additional lamps as may be required for their work. Temporary work of a special nature, not otherwise specified hereunder, shall be provided, maintained, and paid for the trade requiring same.

C. All temporary work shall be provided in conformity with the National Electric Code, State laws, and

requirements of the power company.

Page 90: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

TEMPORARY FACILITIES 01 50 00 - 2

D. All temporary electrical Work required to hook up to the Owner’s existing power shall be performed

by a licensed electrician retained by the Contractor. All temporary hook-ups shall be coordinated through the Owner.

END OF SECTION

Page 91: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

PROTECTION 01 51 00 - 1

SECTION 01 51 00

PROTECTION

1. PROTECTION OF PERSONS & PROPERTIES A. The Building will have limited occupancy during construction including custodial staff. The

Contractor shall take all necessary precautions to ensure the public safety and convenience by restricting access to the work areas under construction during the duration of the project. In addition, these areas shall remain secure and undamaged as a result of the construction work specified under this Contract.

B. 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.

C. The Contractor shall patch, repair and/or replace all adjacent materials and surfaces damaged from

the work of this Contract at no expense to the Owner. All repair and replacement work shall match the existing in kind and appearance. The Contractor shall consultant with the Owner's Consultant regarding methodology and techniques for proper reconstruction.

2. TEMPORARY PROTECTION

A. Any areas damaged by the Contractor shall be restored to the original condition or compensated at the Contractor's expense.

3. ACCESS

A. 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. The Contractor shall coordinate the location of on-site trailers, equipment storage areas and dumpsters with the Owner.

4. SECURITY

A. The Contractor shall be responsible for providing all security precautions necessary to protect the Contractor's and Owner's interests.

5. NOISE AND DUST CONTROL

A. The Contractor shall take special measures to protect the residents, neighbors, and general public from noise, dust, and other disturbances by:

(l.) Keeping common pedestrian and vehicular circulation areas clean and unobstructed; (2.) Insulating work area from occupied portions as far as possible; and (3.) Sealing dust and fumes from contaminating occupied spaces.

6. FIRE PROTECTION

A. The Contractor shall take necessary precautions to ensure against fire during construction. The Contractor shall be responsible to insure that the area within contract limits is kept orderly and clean and that combustible rubbish and construction debris is promptly removed from the site.

B. Installation of equipment suitable for fire protection shall be done as soon as possible after

commencement of the Work.

END OF SECTION

Page 92: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

CLEANING UP 01 52 00 - 1

SECTION 01 52 00

CLEANING UP 1. RELATED DOCUMENTS

A. This section supplements the Contract Documents. B. Consult the individual sections of the specifications for cleaning of Work installed under those

sections. 2. CLEANING DURING CONSTRUCTION

A. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws.

1. Do not burn or bury rubbish and waste materials on the site(s). 2. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary

drains. 3. Do not dispose of wastes into streams or waterways.

B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. C. 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. D. Maintain the Site free from accumulations of waste, debris, and rubbish. E. Provide on-site containers for collection of waste materials and rubbish. F. At the end of each day, remove and legally dispose waste materials and rubbish from site. G. Disposal of materials shall be in compliance with all applicable laws, ordinances, codes, and by-

laws. Refer to Section 02 08 00 regarding disposal of asbestos-containing materials. 3. FINAL CLEANING

A. Prior to submitting a request to the Owner to certify Substantial Completion of the Work, the Contractor shall inspect the site to verify that all waste materials, rubbish, tools, equipment, machinery, and surplus materials have been removed, and that all sight-exposed surfaces are clean.

B. Owner's responsibility for cleaning commences at Substantial Completion.

END OF SECTION

Page 93: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

SECTION 02 07 00 SELECTIVE DEMOLITION

PART 1 - GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work specified in this section.

1.2 DESCRIPTION OF WORK

A. Extent of selective demolition is indicated on the drawings. Removal of VCT floor tile and vinyl wall base from designated areas.

B. The following demolition work shall be performed by a certified asbestos

abatement contractor: Base Bid: 1. Designated 12x12 floor tile, mastic, and vinyl wall base. Refer to abatement specifications by ATC. C. The General Contractor (GC) shall be responsible for all demolition and removal

of debris from the site, except for Asbestos Containing Material. 1.3 RELATED SECTIONS

A. Section 02 08 00 – ASBESTOS ABATEMENT B. Section 02 08 10 – DISTURBANCE OF LEAD, CADMIUM, AND CHROMIUM

MATERIALS 1.4 JOB CONDITIONS

A. The building is occupied, but areas of work will be unoccupied. Rooms within the work area will be emptied of their contents by the Owner prior to demolition activities.

B. Condition of Structures: Owner assumes no responsibility for actual condition of

items or structures to be demolished.

C. Conditions existing at time of commencement of contract will be maintained by Owner insofar as practicable. However, variations within structure may occur by Owner's removal and salvage operations prior to start of selective demolition work.

D. Partial Demolition and Removal: Items indicated to be removed but of salvable

value to Contractor may be removed from structure as work progresses. Transport salvaged items from site as they are removed.

E. Storage or sale of removed items on site will not be permitted.

F. Protections:

1. Provide temporary barricades and other forms of protection as required to

Page 94: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

protect Owner's personnel, tenants and the general public from injury due to selective demolition work.

2. Provide protective measures as required to provide free and safe passage of Owner's personnel, tenants and general public to and from occupied portions of building.

3. Erect temporary covered passageways as required by authorities having jurisdiction.

4. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structure or element to be demolished, and adjacent facilities or work to remain.

5. Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations.

6. Protect floors with suitable coverings when necessary. 7. Construct temporary insulated solid dustproof partitions where required to

separate areas where noisy or dust operations are performed. Equip partitions with dustproof doors and security locks if required.

8. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to insure that no water leakage or damage occurs to structure or interior areas of existing building.

9. Remove protections at completion of work.

G. Damages: Promptly repair damages caused to adjacent facilities by demolition work at no cost to Owner.

H. Traffic:

1. Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities.

2. Do not close, block or otherwise obstruct streets, walks or other occupied or used facilities without written permission from authorities having jurisdiction.

3. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations.

I. Explosives: Use of explosives will not be permitted.

J. Examination of Site:

1. This contractor shall, before submitting a bid for this work, visit the site and carefully examine all existing conditions, that he shall be fully aware of all conditions and difficulties relative to his work.

2. The submission of a bid, or proposal, shall signify that the above examination has been made, and all conditions accepted by this contractor.

3. No subsequent claims for additional compensation, made any time after signing of the contract, and due to failure on the part of this contractor to fully inform himself as to existing conditions, and to fully comprehend all materials or equipment to be provided, and all labor to be performed, will be considered.

Page 95: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

K. Laws and Permits: The contractor shall comply with the Federal, State, and Municipal Laws and Ordinances, and he shall obtain and pay for all permits required in connection with the execution of his work.

L. Fire Damage and Responsibility:

1. This contractor shall take all precautions against fire, and he shall be held strictly responsible for same and for all resulting injuries or damage of any kind to persons or property.

2. The Owner shall be held entirely free from all responsibility for fire, or any and all injuries or damages resulting therefrom, occurring during, and by reason of, the operation of the Demolition Work.

M. Environmental Controls:

1. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection.

2. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution.

PART 2 - PRODUCTS Not applicable. PART 3 - EXECUTION 3.1 PREPARATION

A. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement or collapse of structures to be demolished and adjacent facilities to remain.

B. Cease operations and notify the Owner's Representative immediately if safety of

structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations.

C. Cover and protect furniture, equipment and fixtures to remain from soiling or

damage when demolition work is performed in rooms or areas from which such items have not been removed.

D. Erect and maintain dust-proof partitions and closures as required to prevent

spread of dust or fumes to occupied portions of the building.

E. Provide weatherproof closures for exterior openings resulting from demolition work.

3.2 DEMOLITION

A. Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations.

3.3 SALVAGE MATERIALS

Page 96: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

A. Salvage Items: Where indicated on Drawings as "Salvage-Deliver to Owner". Carefully remove indicated items, clean, store and turn over to Owner and obtain receipt.

3.4 DISPOSAL OF DEMOLISHED MATERIALS

A. It is the Designer’s and Owner’s wish to comply with all applicable regulations, laws, and ordinances concerning safe removal, handling and protection of workers, the public and the environment from exposure to hazardous material pollution.

B. Remove debris, rubbish and other materials resulting from demolition operations

from the building site. Keep segregated rubbish and general construction debris from that of window sash and window frame. Transport and legally dispose of materials off site.

C. If hazardous materials are encountered during demolition operations, other than

those identified in this project specification, immediately notify the Project Industrial Hygienist for proper direction in addressing those materials.

3.5 CLEAN-UP AND REPAIR

A. Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave interior areas broom clean.

B. Repair demolition performed in excess of that required. Return structures and

surfaces to remain to condition existing prior to commencement of selective demolition work. Repair adjacent construction or surfaces soiled or damaged by selective demolition work.

C. Remove all waste metal, including nails and screws, from interior and exterior

surfaces. Magnetically sweep areas as required to locate and remove all ferrous metals.

END OF SECTION 02 07 00

Page 97: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 1

SECTION 02 08 00

ASBESTOS ABATEMENT PART I - GENERAL 1.01 GENERAL PROVISIONS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.02 DEFINITIONS

A. The following definitions shall be applicable to this Section:

“Site”: Refers to Four Corners Elementary School located in Greenfield, Massachusetts as described by the Contract Documents and Drawings.

“Owner”: Refers to the City of Greenfield and their designated, authorized personnel.

"Architect”: Refers to Bradley Architect, Inc., 8 Bank Row, Pittsfield, Massachusetts and their designated, authorized personnel. “Consultant”: Refers to ATC Group Services LLC (ATC), 73 William Franks Drive, West Springfield, Massachusetts and their designated, authorized personnel.

“General Contractor”: Refers to the Contractor who has been awarded the overall contract for renovation work outlined by the Contract Documents. "Asbestos Abatement Contractor": Refers to the Contractor who is performing asbestos abatement work as outlined by this Section.

1.03 GENERAL REQUIREMENTS/QUALIFICATIONS

A. All Asbestos Abatement work referenced herein shall be performed by a Massachusetts

licensed Asbestos Abatement Contractor in accordance with Massachusetts Department of Labor Standards (MADLS) 454 CMR 28.0 Regulations.

B. Qualifications of Asbestos Abatement Contractor

1. Asbestos Abatement Contractor performing the abatement work of this section

("Asbestos Abatement Contractor") shall be an Asbestos Abatement Contractor licensed to perform asbestos operations in the State of Massachusetts. Asbestos Abatement Contractor shall submit license number and proof of licensure.

2. The Asbestos Abatement Contractor shall also provide the project name, contact

person and phone number of three (3) projects which were successfully completed of similar size and scope within the last two (2) years. Each project shall have been

Page 98: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 2

completed in good standing and the work performed by the Asbestos Abatement Contractor for each project resulted in no work violations/citations, contract delays, contract extensions/disputes or litigation. Failure to provide this information and/or meet the approval of these qualifications by the Owner may result in rejection of the Asbestos Abatement Contractor.

3. The Owner, Architect or Consultant shall also reserve the right to research and

utilized other information received from any other projects completed by the Asbestos Abatement Contractor not provided under 1.03 B (2) above, regardless of the date completed, location or circumstances resulting from the outcome of their work. The Owner shall reserve their right to reject the Asbestos Abatement Contractor based upon this review, for any reason, if found to be in the best interest of the Owner.

NOTE: The Asbestos Abatement Contractor shall not be authorized to begin

work until all credentials outlined above are reviewed and approved by the Architect.

1.04 DESCRIPTION OF WORK

A. Work: This section details all areas where asbestos abatement work is to be performed and lists areas requiring special protection during the abatement work. The Asbestos Abatement Contractor shall furnish all labor, materials, services, training, insurance, and equipment as needed to complete removal of asbestos-containing and asbestos-contaminated materials located as indicated below. The Asbestos Abatement Contractor shall follow all Federal, State and local ordinances, regulations and rules pertaining to asbestos, including its abatement, storage, transportation and disposal.

B. The Asbestos Abatement Contractor shall be responsible for verifying all quantity estimates

in preparation of their bids, including the location and conditions of all asbestos-containing materials to be abated under this contract. No additional compensation and/or contract time shall be granted to the Asbestos Abatement Contractor for failure to perform this requirement.

C. The following Scope of Work and Requirements shall be applicable for asbestos abatement

work at the site. If a specific note for an abatement procedure or requirement is not mentioned herein, the Asbestos Abatement Contractor shall perform the removal of such material in accordance with local, state and federal regulations. The Asbestos Abatement Contractor shall also coordinate all work with the General Contractor.

1. All Asbestos Abatement work shall take place in accordance with the provisions

outlined herein as well as current local, state and federal regulations. Specifically, MADEP 310 CMR 7.15 and MADLS 454 CMR 28.00 Regulations shall be adhered to for all abatement work specified herein. No additional compensation shall be granted to the Asbestos Abatement Contractor for compliance with applicable laws when performing the abatement work at the site. This shall include any regulatory requirements that mandate additional or more restrictive containment and abatement procedures than what has been presented herein. It shall be the Asbestos Abatement Contractor's responsibility to comply with such regulations as well as any other additional requirements outlined by this Section.

Page 99: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 3

2. The Asbestos Abatement Contractor shall coordinate with the General Contractor as to the locations of areas to be abated in accordance with the Scope of Work outlined herein and the Drawings.

3. The Asbestos Abatement Contractor shall be responsible for all demolition work

required in order to access all asbestos materials for abatement. All demolition debris shall be disposed of as asbestos waste, unless otherwise determined by the Consultant.

4. All removal procedures shall take place under full containment and a three-stage

decontamination unit under negative pressure.

5. With regards to the variance from requirements on polyethylene sheeting on “impervious wall” surfaces, the Asbestos Abatement Contractor shall be required to adhere to all requirements outlined by MADLS regulations. For this project, all walls and ceilings shall be covered with polyethylene sheeting as required by MADLS and AHERA Regulations.

6. The following requirements shall be applicable for abated of all floor tile and mastic at the site:

a. Removal of existing floor tile and associated mastic/backing shall include all

layers of tile and associated mastic/backing (including glue, levelastic, grout, caulking, infill/filler, flash-patching, etc.) regardless of thickness down to the existing concrete floor throughout each area. All materials to be disposed of as asbestos waste containing material (ACWM)

b. This shall also include any layers of plywood or other underlayment materials as well. If the plywood or underlayment is stained with mastic it shall be removed and disposed of as ACWM.

c. All cove base and mastic located throughout each work area shall also be removed and disposed of as ACWM.

d. The Asbestos Abatement Contractor shall remove the material by either manual or mechanical means. 100% of the mastic will be required to be removed from the floor and walls substrates (i.e. no visible staining or material within cracks).

e. REMOVAL OF THE MASTIC UTILIZING CHEMICAL WILL NOT BE PERMITTED.

f. All cabinets, countertops, dividers, partitions, etc. located within a room shall be removed by the Asbestos Abatement Contractor in order to perform abatement of all material.

g. All damaged caused to the floor or wall surfaces as a result of the abatement shall be repaired by the General Contractor.

7. Refer to Attachment A (Table 1.0) for a summary of materials that require abatement

at the site. Refer to the Drawings for locations of work and coordinate all work with the General Contractor.

1.05 SUBMITTALS

A. In addition to items required by other sections of the Project Manual, the following submittals are required for review and approval by the Architect on/or before the Pre-Construction Meeting:

Page 100: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 4

1. Copy of Massachusetts DLS Asbestos Abatement Contractor's License

2. Copy of the asbestos Notification (ANF01) 3. Chain-Of-Command list of all personnel on-site and emergency contact person(s) 4. Work plan which dictates all removal procedures to be implemented 5. Proposed waste hauler and disposal site for asbestos 6. Copy of proposed Waste Shipment Record (WSR) to be used for disposal of

asbestos.

B. In addition to the items required by other sections of the Project Manual, the following submittals are required for final payment

1. Copy of Waste Shipment Records for ACM signed by the landfill.

1.06 CODES AND STANDARDS

A. All work shall conform to the standards set by applicable Federal, State and local laws, regulations, ordinances, and guidelines in such form in which they exist at the time of the work on the contract, and as may be required by subsequent regulations. In addition to any detailed requirements of the Specification, the Asbestos Abatement Contractor shall at his own cost and expense comply with all laws, ordinances, rules and regulations of Federal, State, Regional and Local Authorities regarding handling and storing of asbestos waste material. This includes all applicable OSHA regulations.

B. All regulations 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 State, Federal, or local regulations, 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. It is the Asbestos Abatement Contractor's responsibility to know, understand, and abide by all such regulations and common practices.

1.07 FEES, PERMITS & LICENSES

A. The Asbestos Abatement Contractor shall pay all licensing fees, royalties, and other costs necessary for the use of any copyrighted or patented product, design, invention, or process in the performance of the work specified in this section. The Asbestos Abatement Contractor shall be solely responsible for costs, damages, or losses resulting from any infringement of these patent rights or copyrights. The Asbestos Abatement Contractor shall hold the Owner, Consultant and Architect harmless from any costs, damages, and losses resulting from any infringement of these patent rights or copyrights. If the Contract Specification requests the use of any product, design, invention, or process that requires a licensing, patent or royalty fee for use in the performance of the job, the Asbestos Abatement Contractor shall be responsible for the fee or royalty fee and shall disclose the existence of such rights.

B. Asbestos Abatement Contractor shall be responsible for costs for all licensing

requirements, where applicable and notification requirements and all other fees related to the Asbestos Abatement Contractors ability to perform the work in this Section.

Page 101: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 5

C. Secure all necessary permits for work under this Section, including hauling, removal, and disposal, fire, and materials usage, or any other permits required to perform the specified work.

1.08 CLEANING

A. Maintain the work site in a neat and orderly manner at all times, so as not to interrupt or infringe upon the work of other trades. Perform all final cleaning of abatement work areas as required by this Section and Massachusetts Regulations to the approval of the Owner’s Consultant. Upon completion of work in any given area, Asbestos Abatement Contractor shall remove all material and equipment associated with the work, not necessary to complete other phases of the work in that area.

B. Comply with all requirements for final clearance and release of a work area as described

in this Section and required by the Massachusetts Regulations prior to take down of polyethylene and area clean-up.

1.09 COORDINATION

A. Extend full cooperation to Owner in all matters involving the use of Owner's facilities. At no time shall the Asbestos Abatement Contractor cause or allow to be caused conditions, which may cause risk or hazard to the general public, or conditions that might impair safe use of the facility.

B. Coordinate the work of this section with that of all other trades as directed by the General

Contractor and at the express consent of the Owner and Architect. Phasing and scheduling of this project will be subject to the approval of the Owner and Architect. The work of this Section shall be scheduled and performed so as not to impede the progress of the project as a whole. Work shall not proceed in any area without the express consent of the Owner and Architect. The Asbestos Abatement Contractor shall be available within 24 hours notice for additional work if after acceptance of the work it is found that full abatement was not achieved from the initial work effort as determined by the Owner, Architect or Consultant.

C. Complete Asbestos activities in the phases of the final schedule agreed upon by Owner

and General Contractor. 1.10 SUBSTITUTION OF MATERIALS OR METHODS

A. Owner and Architect approval is required for all modifications to methods, procedures, and design, which may be proposed by the Asbestos Abatement Contractor. It is the intent of these documents to allow the Asbestos Abatement Contractor to present alternative methods to the abatement processes herein, for review by Owner and Architect. Any such modifications or substitutions to methods, procedures, or design shall comply with applicable regulations. Asbestos Abatement Contractor shall submit the proposed modification or substitution in accordance with the requirements of the General Conditions, and no later than fifteen (15) working days prior to planned commencement of proposed modification, for review and approval.

Page 102: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 6

B. Unless requests for modification or substitution are made in accordance with the above instructions and the instruction of the General Conditions, supported by sufficient proof of equality, Asbestos Abatement Contractor shall be required to furnish the specifically named or designed items, methods or procedures designated in this Section.

C. If the modification or substitution necessitates changes or additional work, same shall be

provided and the Asbestos Abatement Contractor shall assume the cost and the entire responsibility thereto unless performed under the approved Change Order Process.

D. The Owner and Architect's permission to make such substitution shall not relieve the

Asbestos Abatement Contractor from full responsibility for the work. 1.11 SITE SECURITY

A. The Asbestos Abatement Contractor is responsible for performing all work under this contract without contaminating the building environment with asbestos fibers. This includes interiors of duct work, outside containment locations, machinery and equipment and any other release into unregulated spaces. The Asbestos Abatement Contractor is responsible for making right and clean-up of any such contamination if found to be present.

B. The Asbestos Abatement Contractor will be responsible for the security of the abatement

area, allowing only authorized personnel into the area, and securing assigned entrances and exits with locked doorway's at the end of the work day. Signs will be posted prior to asbestos removal as required in 29 CFR 1926.1101.

1.12 PROJECT MONITOR

A. The Owner has retained ATC as their Consultant for the technical advisement and project management during the Project. In addition, ATC will perform project monitoring services during abatement activities. The Contractor shall regard ATC’s direction, as authoritative and binding as provided herein, in matters outlined by this Section.

B. ATC’s licensed Project Monitor, acting as the Owner’s Representative, will perform

monitoring of Contractor work practices and performance, inspection of the worksites, and air sampling and analysis for each phase of the asbestos removal project. Quality control and testing criteria has been established in these specifications, and will be strictly enforced. ATC’s Project Monitor will review matters relating to safety, interpretation of the specifications, and scheduling of work, and will make decisions upon consultation with the Architect and Owner.

1.13 TEMPORARY FACILITIES

A. Use of Owner provided facilities is specified in Division 1 and shall be coordinated through the Owner and General Contractor.

Page 103: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 7

PART II - PRODUCTS 2.01 MATERIALS

A. All materials and equipment proposed to be used on this project shall be subject to the acceptance of the Owner, Architect and Consultant. The Asbestos Abatement Contractor shall comply with local, state and federal regulations pertaining to the selection and use of materials and equipment on this project. The Asbestos Abatement Contractor shall provide a submittal on all materials and equipment to be used for review and approval by the Architect and Consultant prior to commencement of the work.

PART III - EXECUTION 3.01 PREPARATION

A. Critical Barriers: Prior to any masking and sealing operations which will make up the asbestos removal work area, windows, doors, openings, ducts, drains and vents will be masked and sealed with a minimum of one layer of six (6) mil polyethylene sheeting. Large openings to occupied areas, such as open doorways, hallways, passageways and major openings shall be sealed with permanent, solid construction materials and made air tight in accordance with MADLS regulations 454 CMR 28.00. Voids in the walls and ceilings that are due to penetrations of conduits and pipes shall be sealed with fire retardant spray foam. Exposed electrical panels in work areas will be shut off when possible, and masked and sealed with a minimum of two (2) layers of six (6) mil polyethylene and duct tape.

B. Decontamination Chambers: It is the Asbestos Abatement Contractor's responsibility to

provide Decontamination Chambers consisting of an equipment room, shower and clean room for personnel involved in asbestos removal. The Chamber shall be masked and sealed with two layers of six mil polyethylene sheeting with flaps between each room. Each of the three rooms will be of a sufficient size to accommodate the Asbestos Abatement Contractor's contaminated personnel and related equipment. The rooms will be framed, masked, sealed and attached and sealed to the entry/exit ways of asbestos worksites. Adequate heat and light will be safely provided. The Asbestos Abatement Contractor shall provide a minimum of one water heater per work area decontamination chamber. Waste water will be filtered by 20 micron and 5 micron filters in series prior to discharge.

3.02 ABATEMENT PROCEDURES

A. General: The following paragraphs detail the work requirements for the regulated area. Workers shall wear tyvek suits and respiratory protection for all removals.

B. Masking and Sealing 1. Critical Barriers

a. Prior to any masking and sealing operations which will make up the asbestos removal work area, windows, doors, openings, ducts, drains and vents will be masked and sealed with a minimum of one layer of six (6) mil polyethylene sheeting. Voids in the walls and ceilings that are due to penetrations of

Page 104: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 8

conduits and pipes shall be sealed with fire retardant spray foam. Large opening to occupied areas, such as open doorways, hallways, passageways and major openings shall be sealed with permanent, solid construction materials and made air tight in accordance with DLS regulations 454 CMR 28.00.

b. In areas where drains or sump pumps are located, primary filters will be placed in drain and openings sealed with 6 mil polyethylene sheeting, in addition to floor masking and sealing requirements.

c. Any furniture, fixtures, or stored material that cannot be removed or that must remain in the work area will be covered, masked and sealed with a minimum of one layer of six (6) mil polyethylene sheeting. If the surfaces of these materials are determined to be contaminated with asbestos fibers, the Contractor shall remedial clean them prior to masking and sealing.

d. Exposed electrical panels in work areas will be shut off when possible, and masked and sealed with a minimum of two (2) layers of six (6) mil polyethylene and duct tape.

2. Full Containment:

a. Floors and walls will be masked and sealed with two layers of six mil polyethylene sheeting with a minimum overlap of two feet at seams and up walls. Where it is necessary to mask and seal ceiling areas, a minimum of two (2) layers of four mil polyethylene sheeting will be used.

b. The floors shall be covered first and the flooring plastic shall extend up on the walls. The walls shall then be covered with plastic from ceiling to floor level, thus overlapping the floor plastic. The floor shall then be covered with the second layer of plastic, the plastic extended up the walls and the edges sealed to the wall plastic. The walls shall then be covered with a second layer of plastic from ceiling to floor level, thus overlapping the second layer of floor plastic. The bottom portion of the wall plastic shall thus be sandwiched between the layers of the floor plastic. If the floor or wall plastic necessitates seams, the seams in successive layers of plastic sheet shall be staggered so as to reduce the potential for water or asbestos to penetrate through the covering.

c. The two separate layers of six-mil polyethylene sheeting on walls and floors shall constitute the primary and secondary containment barriers, respectively. This containment, along with the decontamination chamber, will constitute full containment, and will isolate the contained worksite from surrounding areas except where air must enter the worksite due to the use of exhaust equipment.

C. Personal Air Sampling: Daily personal and excursion sampling will be the responsibility

of the Contractor to check personal exposure levels versus respiratory protection and to check work practices. At least 25% of the workers in each shift, but not less than 2, shall be sampled. The Contractor is responsible for his own personal sampling as outlined in OSHA Regulation 1926.1101. The Contractor shall post the personal air sample results within 24 hours.

D. Remedial Cleaning: Remedial cleaning of horizontal surfaces, ledges, and equipment

will be required prior to masking and sealing operations of work areas. Cleaning will be done using HEPA vacuums and wet methods. Determinations of additional remedial

Page 105: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 9

cleaning will be made on the basis of hazard potential to workers and the outside environment relating to setup and masking and sealing operations (as deemed by the Consultant). Respiratory protection and protective clothing will be required for the cleaning. Prior to remedial cleaning negative air filtration units and a three stage decontamination shall be in place and running and all wall and ceiling penetrations shall be sealed with fire retardant spray foam.

E. Decontamination Chambers: The Contractor shall construct a decontamination chamber

in accordance with local, state and federal regulations governing asbestos abatement. F. Negative Air Filtration: The Contractor shall establish negative pressure air filtration

within the work areas. The Contractor shall install, operate, and maintain a sufficient number of Negative Air Filtration Units (NAFU's) to meet the requirements of local, state and federal regulations. After masking and sealing is completed and the asbestos worksite is contained and before work begins, the Asbestos Abatement Contractor shall smoke test to confirm negative pressure inside the contained worksite. The volume of air within the contained worksite should be changed at least four (4) times per hour or once every fifteen (15) minutes. The Asbestos Abatement Contractor shall be responsible for the use of negative air pressure recorder to confirm a negative air pressure of at least 0.02 inches of water column per full containment.

G. Removals: Removal of asbestos containing materials, unless specified otherwise, will be

performed using negative air filtration techniques, wet methods, attached three stage decontamination chambers, the masking and sealing of openings, ducts and vents, full two-layer plastic containment’s and the encapsulation of post removal surfaces. Removals will be as indicated and as specified herein, and will be performed in a neat and workman like manner to the limits indicated or specified. Asbestos will be consistently and thoroughly wetted with a fine spray of amended water and will be carefully removed and immediately placed in approved and properly labeled six mil polyethylene disposal bags. Asbestos residual materials will be diligently scraped or brushed from surfaces. After brushing and scraping, surfaces will be free of visible debris and fibers and surfaces will be HEPA vacuumed clean.

H. Visual Inspections: Work areas shall pass a visual inspection conducted by the Site

Supervisor responsible for the project and the Owner's Project Monitor (i.e. Consultant). The criterion for this inspection will be the absence of visible debris in accordance with ASTM standard E1368-90. A certificate of visual inspection will be signed by the Project Monitor and the Site Supervisor after final inspection clearance. The Contractor will be responsible for the costs of visual inspection and testing required for any work which fails clearance air quality criteria.

I. Encapsulation: A bridging encapsulant/lockdown sealant will be applied to remaining

surfaces in direct contact with removal operations, polyethylene sheeting and on any porous surfaces within the work site. The chosen encapsulant must be compatible with the replacement materials and conform to the proper edition of applicable fire and electrical standards.

J. Work Completion: Final air clearance testing shall be performed by the Project Monitor

for all areas.

Page 106: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 10

3.03 DISPOSAL

A. Packaging: Prior to post-abatement inspection, asbestos- containing waste material (ACWM) shall be packaged in sealed double containers and removed from the work area to a specified transportation vehicle or a designated holding area approved by the Owner. At the end of each work day the Asbestos Abatement Contractor shall remove the debris accumulated during that day’s work activities using procedures outlined in the Specifications. The Asbestos Abatement Contractor shall provide a daily tally of all bags removed.

B. Temporary Storage of Waste: An area for temporary storage of ACWM must be

approved by the Owner. ACWM must be stored in a restricted area and must be in an enclosed container which is posted and secured whenever not in use. ACWM shall NOT be store outside the building on the ground, pavement areas or other non-enclosed area. ACWM waste material shall be loaded into a waste transportation vehicle/dumpster and hauled away as soon as there is a sufficient quantity available for direct transportation to the approved disposal site. ACWM waste shall NOT be transferred back to the Asbestos Abatement Contractor’s yard/facility unless approved by the Owner. ACWM shall only be stored at:

1. An approved refuse transfer station facility permitted or that is managing such wastes in accordance with 310 CMR 19.061 and/or;

2. The site of generation of the asbestos abatement activity.

Note: All ACWM shall be shipped from the site for disposal within 30 days after completion of the work and acceptance of a final visual inspection by the Consultant.

C. OSHA/EPA labeling: Asbestos warning labels having permanent adhesive and

waterproof print, or being permanently printed on the container, shall be affixed to the outside of all asbestos containers, and each inside bag. Labels will be conspicuous and legible and shall contain the following warning:

DANGER

CONTAINS ASBESTOS FIBERS MAY CAUSE CANCER

CAUSES DAMAGE TO LUNGS DO NOT BREATH DUST

AVOID CREATING DUST The Asbestos Abatement Contractor is directed to properly label each waste bag in accordance with the latest NESHAP standard, Section 61.150, with the following information:

SITE OWNER'S NAME

SITE NAME D. DOT labeling and marking: A DOT "class 9" shipping label and DOT mark shall be

applied to or be printed on each packaging of ACWM.

Page 107: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 11

E. Waste Transportation: All ACWM waste shall be containerized pursuit to 310 CMR 7.15 prior to being transported. All ACWM waste shall be transported in totally enclosed vehicles or containers that are designed, constructed, and operated to prevent spills, leaks or emissions. All ACWM waste shall be transported in compliance with 40 CFR Part 61 and applicable Department of Transportation (DOT), OSHA and local regulations. Each vehicle transporting asbestos-containing waste shall be marked with asbestos danger signs during loading and unloading of the waste, in accordance with the NESHAP, 40 CFR 61.150.

F. Asbestos waste shipment records: The Asbestos Abatement Contractor shall prepare the

waste shipment records for disposal of the ACWM. All ACWM waste to be disposed of from the site shall be shipped on an approved “Asbestos Waste Shipment Record”. A representative from the City of Greenfield shall sign-off as “Generator” on the Asbestos Waste Shipment Record for each shipment leaving the site.

G. The following information shall be included on the waste shipment record for each and

every load of ACM transported off-site:

1. The name, address and telephone number of the owner/operator of the facility or dumping ground where asbestos abatement activities have occurred;

2. The quantity and type (friable or non-friable) of the ACWM in cubic meters (cubic yards) and a description of the container used for shipment;

3. The name, address and telephone number of the person who conducted any asbestos abatement activity;

4. The name and telephone number of the disposal site operator; 5. The name and physical location of the disposal site; 6. The date transported; 7. The name, address, and telephone number of the transporter(s); 8. Certification by the owner/operator of the facility or dumping ground where asbestos

abatement activities have occurred/where asbestos waste was generated that the contents of each shipment have been characterized, packaged, marked and labeled in accordance with 310 CMR 7.15;

9. Signature of each transporter confirming the contents of each shipment are in all respects in the proper condition for transport according to applicable international, federal, state and local regulations;

10. Signature by the receiving disposal facility confirming that: i) the quantity of ACWM listed on the waste shipment record is the same as the quantity accepted for disposal; and ii) it holds appropriate permits and/or authorizations to accept for disposal ACWM described on waste shipment records.

Note: The final waste shipment records (with signature of acceptance at the

landfill) for disposal of ACM from the project site shall be received by the Owner within 35 days of shipment from the site.

Page 108: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 12

3.04 QUALITY CONTROL AND TESTING

A. The Asbestos Abatement Contractor shall be responsible for achieving acceptable visual and final air clearance testing for ALL abatement areas as follows:

Clearance inspection: ATC’s Project Monitor shall inspect the work area and

surrounding areas for clearance using visual and physical methods, prior to clearing the project for air monitoring clearance procedures.

Post-abatement Clearance Air Monitoring: For each abatement areas, post

abatement clearance air samples will be taken when a visual inspection by ATC’s Project Monitor detects no visible debris, and surfaces are encapsulated and dry.

Transmission Electron Microscopy (TEM) clearance testing will be performed to confirm the completion of removal. All clearance testing shall be performed in accordance with state of Massachusetts and EPA "Asbestos Hazard Emergency Response Act" (AHERA) Regulations. The work areas shall be considered complete if the following criteria is met:

1. Containment's cleared and samples analyzed by Transmission Electron

Microscopy (TEM): The average concentration of asbestos on the five inside containment samples in not statistically different (as determined by the Z-test calculation found in Appendix A of 40 CFR 763 Subpart E) from the average asbestos concentrations of the five outside containment samples, and average asbestos concentrations of the three field blanks are below the filter background level of 70 structures per square millimeter (70/smm).

Note: Should results indicate a fiber concentration greater than the clearance

criteria stated above or if the visual inspection fails, the Asbestos Abatement Contractor shall reclean the entire work at no additional cost to Owner, utilizing the methods specified in this section. The Asbestos Abatement Contractor shall pay for all additional testing and inspections until the clearance level is achieved as per this Section. The cost of additional testing and inspection shall be paid by the Asbestos Abatement Contractor by subtracting the cost for analysis and inspector's time from the Contract total. This shall also include resampling of any areas where air cassettes became overloaded due to construction activities.

Page 109: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 13

ATTACHMENT A

TABLE 1.0 SUMMARY OF ASBESTOS-CONTAINING MATERIALS

Page 110: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

ASBESTOS ABATEMENT Page - 14

TABLE 1.0

SUMMARY OF ASBESTOS MATERIALS TO BE ABATED

NO LOCATION MATERIAL QUANTITY NOTES 1 Kitchen Floor Tile and Mastic Refer to Drawings 2 Kitchen Closet Floor Tile and Mastic Refer to Drawings Includes all cove base and mastic 3 Cafeteria Floor Tile and Mastic Refer to Drawings Includes all cove base and mastic 4 Nurses Toilet Floor Tile and Mastic Refer to Drawings Includes all cove base and mastic 5 Nurses Storage Floor Tile and Mastic Refer to Drawings Includes all cove base and mastic 6 Stage Entry 18 Floor Tile and Mastic Refer to Drawings Includes all cove base and mastic

Page 111: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 1

SECTION 02 08 10

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM MATERIALS

PART I - GENERAL 1.01 GENERAL PROVISIONS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.02 DEFINITIONS

A. The following definitions shall be applicable to this Section:

“Site”: Refers to Four Corners Elementary School located in Greenfield, Massachusetts as described by the Contract Documents and Drawings. “Owner”: Refers to the City of Greenfield and their designated, authorized personnel.

"Architect”: Refers to Bradley Architect, Inc., 8 Bank Row, Pittsfield, Massachusetts and their designated, authorized personnel.

“Consultant”: Refers to ATC Group Services, LLC (ATC), 73 William Franks Drive, West Springfield, Massachusetts and their designated, authorized personnel.

“Contractor”: Refers to the General Contractor and all Subcontractors who are performing construction work outlined by the Contract Documents. Contractor as referenced, applies to ALL trades working at the site.

1.03 DESCRIPTION OF WORK

A. The Contractor shall be made aware that lead, cadmium and chromium is present within painted substrates or within building components throughout the site which will be impacted by renovation activities on this project.

B. The Contractor shall be required to comply with all aspects of the Occupational Safety and

Health Administration (OSHA) Regulations pertaining to lead, cadmium and chromium with regards to disturbance of these materials when performing their work.

C. It shall be the sole responsibility of the Contractor for compliance with this Section, including

all costs associated with, but not limited to:

Compliance with OSHA 29 CFR 1926.62 Lead Regulations. Compliance with OSHA 29 CFR 1926.1127 Cadmium Regulations. Compliance with OSHA 29 CFR 1926.1126 Chromium Regulations. Development and implementation of a Compliance Program.

Page 112: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 2

Development and implementation of a Respiratory Program. Development and implementation of a Medical Monitoring Program. Development and implementation of a Hazard Communication Program. Performance of any lead, cadmium or chromium testing required on the project. Performance of any Negative Exposure Assessments required. Providing all medical examinations required. Providing all equipment required (Including appropriate PPE) Providing all engineering controls and associated work practices. Disposing of all demolition material in accordance with local, state and federal

regulations D. It should be noted that abatement of lead paint by a licensed Abatement Contractor shall not

be required as per Massachusetts Department of Public Health (DPH) "Child Lead Poisoning and Prevention Regulations. However, for work under this Contract, each Contractor performing renovation work at the site shall be certified in accordance with the Environmental Protection Agency (EPA) 40 CFR Part 745 Regulations – “Renovation, Repair and Painting Rule” and shall adhere to all requirements specified under the regulation.

E. If the Contractor deems that removal of the lead, cadmium or chromium paint will be an

appropriate "engineering control" for compliance with their OSHA programs, then such removal shall be performed at the Contractor's own expense in accordance with applicable requirements. No additional compensation shall be granted for any engineering control methods employed by the Contractor for compliance with this Section, OSHA or other applicable requirements. In addition, all costs associated with removal of paint to meet compliance with applicable construction standards (i.e. welding, torch cutting, grinding, etc.) shall be the responsibility of the Contractor.

F. Due to the age of the building and previous painting history, the Contractor shall assume all painted surfaces to contain lead, cadmium and chromium and comply with this Section and OSHA Regulations accordingly. In addition, building components such as piping, sleeves, conduit, electrical equipment, etc. may also contain lead, cadmium or chromium that will require compliance accordingly. The Contractor, at their own discretion may elect to perform testing to confirm the presence of lead, cadmium and chromium in the building. However, all costs associated with additional testing and compliance with this Section shall be borne by the Contractor. It should be noted that results of any testing performed must achieve a detection limit of 0.0 in order for the work to not fall under the OSHA standards for lead, cadmium or chromium as outlined herein.

G. OSHA regulates activities that disturb the lead, cadmium and chromium by the use of manual

techniques. Regulated activities include abrasive blasting, welding, and cutting, burning on structures, manual scraping or sanding, and manual demolition of structures or components. The work practices described in this Section are intended to adequately protect the workers from exposure to lead, cadmium and chromium, provide a safe workplace, and protect the environment. However, it shall be the Contractors responsibility to comply with this Section as well as any other provisions/requirements outlined by OSHA and other applicable regulations.

Page 113: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 3

H. Materials and Equipment: The work of this Section, without limiting the generality thereof, includes the furnishing of labor, materials, tools, equipment, services and incidentals necessary to safely accomplish tasks which will disturb lead, cadmium and chromium.

I. Approvals and Inspections: Temporary facilities, work procedures, equipment, materials,

services, and agreements must fully comply with EPA, OSHA, and NIOSH recommendations, standards and guidelines, as well as any other applicable federal, state, and local regulations. Where there exists an overlap of these regulations and guidelines, the most stringent shall apply.

J. Disposal: The Contractor shall dispose of demolition debris and associated materials in

accordance with Part 3.06 of this Section. 1.04 SITE WORK DEFINITIONS

A. Action Level: Action Level as defined by OSHA shall refer to employee exposure, without

regard to the use of respirators, to an airborne concentration of lead, cadmium or chromium calculated as an 8-hour time-weighted average (TWA).

B. Competent Person: Competent Person shall refer to a person who is capable of identifying

existing and predictable hazards in the surroundings or working conditions and who has authorization to take prompt corrective measures to eliminate them.

C. HEPA Filter: HEPA Filter shall refer to a filter capable of filtering out monodispersive

particles of 0.3 microns or greater diameter from a body of air at 99.97 percent efficiency or greater.

D. Lead, Cadmium and Chromium Paint: Shall refer to paint found to contain lead, cadmium and

chromium in any concentration or paint assumed to contain lead, cadmium and chromium as indicated in this Section.

E. Permissible Exposure Limit (PEL): PEL shall refer to employee exposure, without regard to

the use of respirators, to an airborne concentration of lead, cadmium or chromium calculated as an 8 hour time-weighted average.

1.05 PERMITS AND INSPECTIONS

A. Notifications/Approvals: The Contractor shall make, in proper and timely fashion, any necessary notifications to relevant Federal, State, and local authorities and shall obtain and comply with the provisions of all permits or applications required by the work specified, as well as make all required submittals required under those auspices. The Contractor shall indemnify the Owner, their representatives and agents from, and pay for claims resulting from failure to adhere to these provisions. The costs for permits, applications, and the like, are to be assumed by the Contractor.

B. Fees, Permits and Licenses: The Contractor shall pay licensing fees, royalties, and other costs

necessary for the use of any copyrighted or patented product, design, invention, or processing the performance of the job specified in this Section. The Contractor shall be solely

Page 114: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 4

responsible for costs, damages or losses resulting from any infringement of these patent rights or copyrights. The Contractor shall hold the Owner and Consultant harmless from any costs, damages, and losses resulting from any infringement of these patent rights or copyrights. If the Specification requests the use of any product, design, invention, or process that requires a licensing fee or royalty fee for use in the performance of the job, the Contractor shall be responsible for the fee or royalty and shall disclose the existence of such rights.

C. Contractor shall be responsible for costs for licensing requirements and notification

requirements and other fees related to the ability to perform the work in this Section. The Contractor shall be responsible for securing necessary permits for work under this Section, including removal, materials usage, or any other permits required to perform the specified work.

1.06 SUBMITTALS

A. Pre-Construction Submittals: Prior to the commencement of the required work, the Contractor shall provide the following to the Architect for approval:

A written description detailing the means and methods to achieve compliance with

the OSHA standards, RRP regulations and the provisions outlined herein. A written description detailing the means and methods for properly disposing of all

demolition debris in accordance with local, state and federal regulations. B. Post-Construction Submittals: Final payment to the Contractor shall not be made unless the

following items are submitted to the Architect for approval:

Original Copy of Waste Disposal Manifests acknowledging disposal of any hazardous and non-hazardous waste material from the project showing delivery date, quantity, and appropriate signature of landfill's authorized representative.

1.07 QUALITY CONTROL/ASSURANCE

A. Training Requirements: Workers who will have the potential of lead, cadmium and chromium exposure shall have proof of successfully completing a training course which covers the topics required by OSHA. Contractors are also advised that training in other areas may be required by OSHA and are responsible to ensure that all training requirements for appropriate trades and procedures are met.

B. Specified Supervisor Qualifications: The Contractor shall specify an on-site Supervisor or

Competent Person who is fully qualified in all aspects of safe work practices and procedures, and have (or will have) completed a training course within the previous year prior to the commencement of the work. The training course will cover all topics required by OSHA as well as training in relevant federal, state and local regulatory requirements, procedures and standards, supervisory techniques, and proper disposal procedures.

C. Site Specific Written Compliance Program: The program will be evaluated to ensure the

elements required by OSHA are specific to the conditions at the job site.

Page 115: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 5

D. Respiratory Protection Program: The Contractor must provide for review a written respiratory protection program in accordance with 29 CFR 1920.103 if respiratory protection is to be worn during this project.

E. Fit Test Records: If respiratory protection is to be worn as part of this project, records of

successful respirator fit testing performed by a qualified individual within the previous 12 months, for each employee to be used on this project with the employee's name and social security number with each record.

F. Medical Surveillance: The Contractor shall provide biological monitoring to workers who

have the potential of lead, cadmium and chromium exposure. This monitoring shall be performed in accordance with OSHA. If workers are expected to exceed the action level for more than 30 days in any consecutive 12 months the Contractor shall institute a medical surveillance program in accordance with OSHA. A laboratory approved by OSHA shall conduct Blood level sampling and analysis.

1.08 CODES AND STANDARDS

A. Work shall conform to the standards set by applicable federal, state and local laws, regulations, ordinances, and guidelines in such form in which they exist at the time of the work on the contract and as may be required by subsequent regulations.

B. In addition to any detailed requirements of the Specification, the Contractor shall at his own

cost and expense comply with all laws, ordinances, rules and regulations of federal, state, regional and local authorities regarding handling and storing of waste material.

NOTE: 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. It is the Contractor's responsibility to know, understand, and abide by all such regulations, guidelines and common practices.

PART 2.0 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT

A. The Contractor shall be responsible for providing all material and protective equipment required for performance of the work. The Contractor shall comply with all local, state and federal regulations pertaining to the selection and use of materials and equipment on this project. The Contractor shall provide a submittal on all materials and equipment to be used for review and approval by the Architect.

Page 116: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 6

PART 3.0 - EXECUTION

3.01 WORKER PROTECTION

A. Initial Determination: The Contractor shall determine, through personal exposure monitoring on the job site or through relevant documentation from other similar jobs, whether workers will be exposed to airborne lead, cadmium or chromium at or above the OSHA Action Level and Permissible Exposure Limit. If exposures at or above the action level are documented, appropriate health and safety procedures identified herein shall be followed. If levels below the action level are documented, the Contractor shall exercise an appropriate level of care to ensure that exposures above the action level do not occur. Whenever there is a chance of equipment, process, control, personnel or a new task has been initiated that may result in additional employees being exposed to lead, cadmium or chromium at or at or above the action level or may result in employees already exposed at or above the action level being exposed above the PEL, the Contractor shall conduct additional monitoring.

Note: The Contractor shall be responsible for performing a negative exposure

assessment on each trade subject to the OSHA Regulation. The assessment shall take place during routine work activities, which will simulate employees, actual exposure levels to lead, cadmium and chromium. All assessments shall take place over an 8-hour time period and shall include all appropriate PPE and biological monitoring required as stated herein.

B. Personal Hygiene Practices: Where exposures to airborne lead, cadmium and chromium

above the OSHA PEL occurs or may be expected to occur, the Contractor shall enforce and follow good personal hygiene practices. These practices shall be performed until personal exposure sampling indicates that exposures are below the PEL at which time the Contractor has the option to continue or discontinue the use of personal hygiene facilities. These practices shall l include but not be limited to the following:

1. No eating, drinking, smoking or applying of cosmetics in work area. The Contractor

will provide a clean space, separated from the work area, for these activities. 2. Workers must wash upon leaving the work area. The Contractor will provide wash

facilities. This wash facility will consist of, at least, running potable water, towels, and a HEPA vacuum. Upon leaving the work area, each worker will remove and dispose of work suit, wash and dry face and hands, and vacuum clothes.

3. Disposable clothing, such as TYVEK suits, and other personal protective equipment (PPE) must be donned prior to entering work area. A clean room will be provided for workers to put on suits and other personal protective equipment and to store their street clothes. Disposable suits shall be used once, then properly discarded.

4. A lavatory facility must be provided and located adjacent to the work area. The eating and drinking area, clean room, and the lavatory facility must be maintained in a clean and orderly fashion at all times. The Contractor will provide portable lavatories when needed and disinfect them daily.

Page 117: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 7

5. If air-monitoring data gathered by the Contractor shows that employees' exposure to airborne lead, cadmium or chromium exceeds the PEL, the following conditions apply:

a. Showers must be provided. Shower water must pass through at least a 5.0 micron

filter before returning to the public waste system. b. Workers must shower upon leaving work area. c. Three-stage decontamination unit must be established consisting of an Equipment

Room, Shower, and Clean Room in series. 3.02 WORK AREA SET UP

A. Site Safety: The Contractor is responsible for all safety at the work site. This includes, but is not limited to, electrical safety, mechanical (tool) safety, fire safety, and personnel protective safety. Safety requirements are, for the most part, common sense and sound business practice; however, the Contractor is advised that federal, state, and local regulations exist which govern safety on the work site. Therefore, in addition to the following, the Contractor is responsible for adhering to the most stringent requirements in effect.

B. Signage: Prior to the preparation for work which will disturb lead, cadmium or chromium,

the Contractor shall place warning signs immediately outside all entrances and exists to the area, warning that lead, cadmium and chromium work is being conducted in the vicinity. The signs shall be at least 20" x 14" and read:

WARNING: LEAD, CADMIUM, CHROMIUM WORK AREA POISON NO SMOKING, EATING OR DRINKING

ALLOWED IN THE WORK AREA

The signs shall be in bold lettering with lettering not smaller than two inches tall. Should personal exposure monitoring results indicate that exposures are below the Action Level, then the signs will not be required.

C. Access to Work Areas: It will be the Contractor's responsibility to allow only authorized

personnel into the work area. Barrier tape shall be used to limit access to the exterior work area. Contractor shall maintain a bound logbook, in which any person entering or leaving the work area must sign and enter the dates and times of entry and departure. Should personal exposure results indicate the exposures are below the Action Level, then a logbook will not be required. The Contractor or competent person will not allow anyone access to the work area unless they have successfully passed an approved training program, and have been fitted and wearing a properly fitted respirator.

D. Dumpsters used to store hazardous waste shall be DOT approved, solid enclosed containers

and locked and secured at all times.

Page 118: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 8

E. Containment controls (including critical barriers, protective coverings, HEPA-filtered ventilation and decontamination facilities) may be required for renovation/demolition work. The degree of containment shall be appropriate for the anticipated levels of airborne dust. The lower the level of airborne dust, the lesser the requirements necessary to control lead, cadmium and chromium emissions at the job site.

F. The Contractor shall isolate work areas for the duration of work by completely sealing off all

openings in the work area. Isolation scaling shall be accomplished by constructing critical barriers where necessary around the work area perimeter. The work area shall be sealed airtight to the greatest extent possible.

G. The Contractor shall erect one or more Decontamination Facilities (if applicable) to serve

each work area. The facility will consist of series of two or more connected chambers including, at a minimum, a clean room and a shower/wash room, separated by an air lock. Unless otherwise specified, the shower/wash room shall be contiguous to the work area. Non-contiguous, remote, three-chamber decontamination facilities may be substituted with the Consultant’s prior written approval. Three-chamber decontamination facilities shall include an equipment room to be used for removal and temporary storage of contaminated worker clothing, equipment, and other items leaving the work area, prior to decontamination in the shower/wash room of the decontamination facility. In all cases, non-emergency access between contaminated and uncontaminated rooms or areas shall only be through the Decontamination Facility/Wash Room.

H. Ensure that barriers and linings are effectively sealed and taped at all times, and that the

Shower/Wash Room floor is completely watertight. Repair damaged barriers, and remedy defects immediately upon discovery. Visually inspect enclosures at the beginning of each work period.

I. All renovation/demolition work areas shall remain isolated from all other trades on the project

and remain inaccessible to the public. Contractor shall monitor the access to the renovation/demolition work areas. The below listed items are required to control the generation of lead, cadmium and chromium containing dust during renovation/demolition activities if worker exposure is above the PEL. The Contractor is ultimately responsible for cleaning all generated dust and debris from renovation/demolition operations and must maintain work areas free from dust generated from renovation/demolition activities.

1. Signs shall be posted at all approaches to the work area warning that work involving lead is

being conducted in the vicinity. Signs shall be in bold lettering not smaller than two inches tall.

2. Barriers shall not be removed until the work areas are thoroughly cleaned and approved by the Consultant.

3.03 WORK PROCEDURES

A. The Contractor shall initiate, and continue, sufficient engineering and work practice controls, as described in the Contractor’s Compliance Programs, to reduce and maintain worker exposures to lead, cadmium and chromium at or below the Action Level or Permissible Exposure Limit.

Page 119: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 9

B. The following work practices are specifically required by these specifications:

1. All persons except those directly involved in the work shall be excluded from the work area. Physical barriers shall be used, where necessary, to limit access to the work area for the duration of the renovation activities. (Warning signs may need to be posted in accordance with applicable regulations.)

2. Provide hand washing facilities and assure that all workers thoroughly wash their hands and face upon exiting the work area. Workers shall pay careful attention to cleanse the hands and face when decontaminating (Provide hygiene facilities, including shower, as required based on initial assessment and continued monitoring.)

3. Thoroughly wet the areas to be demolished and mist the air to reduce the potential for creating airborne lead, cadmium and chromium dust.

4. All equipment used by the workers inside the work area shall be either left in the work area or thoroughly decontaminated before being removed from the area. Extra work clothing (in addition to the disposable suits supplied by the Contractor) shall be left in the clean area until the completion of work in that area. The clean area shall be cleaned of all visible debris and disposable materials daily.

5. Under no circumstances shall workers or supervisory personnel eat, drink, smoke, chew gum, or chew tobacco in the work area; to do so shall be grounds for the Architect to stop all demolition operations. Only in the case of life threatening emergency shall workers or supervisory personnel be allowed to remove their protective respirators, if applicable, while in the work area. In this situation, respirators are to be removed for as short a duration as possible.

6. Feasible engineering controls shall be implemented by the Contractor to minimize the possibility of contamination of areas adjacent to the work area. The following activities are the minimum requirements of this section and affect the renovation/demolition performed on the project:

a. No torch cutting, mechanical sanding or stripping or abrasive methods of paint

removal shall occur. b. No renovation/demolition activities may occur which increase the workers

exposure above the Action Level or Permissible Exposure Limit as described under OSHA.

7. Workers shall be informed of the components to be impacted during renovation/demolition

that are identified as containing lead, cadmium and chromium. 8. Separation of Trades: Unprotected, untrained workers or trades shall not perform any related

work within the same areas as demolition involving components identified as containing lead, cadmium and chromium. Other trades may not enter these areas until clean-up procedures are completed.

3.04 AIR SAMPLING – CONTRACTOR

A. Personal Exposure Monitoring: The Contractor shall perform personal exposure sampling to monitor personal exposure levels to airborne lead, cadmium and chromium. Samples shall be taken for the duration of the work shift or for eight hours, whichever is greater. Personal samples need not be taken every day after the first day if working conditions remain unchanged, but must be taken every time there is a change in the removal operation, either in

Page 120: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 10

terms of the location or the type of work. Sampling will be used to determine eight-hour Time-Weighted-Averages (TWA). The Contractor is responsible for personal sampling as outlined in the OSHA Standards.

B. Frequency: Air monitoring frequency will be established in accordance with the requirements

set forth the OSHA Standards. 3.05 CLEAN-UP PROCEDURES

A. When work is in progress, the work site shall be cleaned at end of each day's activities. The building shall be secured to prevent entry by any person after termination of workday. Durable equipment, such as power and hand tools, generators, and vehicles shall be cleaned monthly.

B. Clean-up shall also include all paint chips and/or debris existing prior to the start of the

contract and as generated during construction. This shall also include any paint that becomes dislodged and falls to the floor as a result of construction activities.

C. Equipment shall be cleaned by HEPA vacuuming. Surfaces shall be maintained as free as

practicable of accumulations of dust and debris. Clean up of dust and debris shall be accomplished with a HEPA vacuum or wet methods. The debris shall be misted with water with an airless type sprayer and collected with a mop or broom.

3.06 DISPOSAL OF WASTE MATERIAL

A. General:

All costs associated with proper disposal of the waste materials (whether hazardous, non-hazardous or regulated) shall be borne by the Contractor under the Base Bid. All materials, whether hazardous, non-hazardous or regulated shall be disposed of in accordance with all laws, and the provisions of this Section and any or all other applicable federal, state county or local regulations and guidelines. It shall be the sole responsibility of the Contractor to assure compliance with all laws and regulations relating to disposal.

B. Non-Hazardous Materials: The Contractor shall contact the regional EPA, State and local

authorities to determine disposal requirements for construction and demolition debris that contains lead, cadmium or chromium (non-hazardous). The Contractor shall be responsible for providing all dumpsters/containers required for collection and disposal of such material as well as disposal in an approved landfill.

C. Hazardous Waste/Regulated Materials: All materials which are determined to be hazardous

waste or regulated waste for lead, cadmium or chromium shall be disposed of by the Contractor as specified herein. The Contractor shall perform representative Toxicity Characteristic Leaching Procedure (TCLP) tests of demolition debris to ensure the material is properly profiled for disposal. This shall also include all testing required by the disposal or

Page 121: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

DISTURBANCE OF LEAD, CADMIUM & CHROMIUM Page - 11

recycling facility. All costs associated with TCLP testing to profile the waste material shall be borne by the Contractor. If the material is found to be hazardous waste or regulated waste, the Contractor shall provide appropriate drums/containers for use. The Contractor shall properly handle and transport all hazardous waste or regulated waste material into the drums/containers provided.

D. All TCLP sampling and analysis shall be subject to approval by the Owner. A submittal shall

be provided by the Contractor which details the procedures for the sampling including the name of the sampler, methodology for sample collection, sample preparation and chain-of-custody procedures. The laboratory to be used shall be certified by the State of Massachusetts and the American Industrial Hygiene Association (AIHA).

E. No demolition or recyclable material shall be removed from the site unless approved by the

Owner. The Contractor shall provide the name of the transporter and disposal facility for each type of waste (i.e. hazardous, non-hazardous, regulated or recyclable) for review and approval by the Owner.

F. Recyclable/Salvaged Materials (Non-Hazardous): The Contractor shall note that any

demolition material deemed to be recyclable or salvageable by the Contractor may contain lead, cadmium or chromium which could result in the recycling or salvage facility rejecting acceptance regardless of the lead, cadmium or chromium content or TCLP result. The Contractor is hereby notified of this fact and shall bear all responsibilities and costs associated with acceptance and/or rejection of such materials in a C&D landfill, waste disposal facility and/or a recycling/salvage facility under their Base Bid.

G. The following materials are considered Hazardous Waste (Lead, Cadmium or Chromium) if

they are generated in a form by themselves and shall be disposed of as such:

a. Paint chip and paint chip debris

H. The Contractor shall be responsible for proper disposal of all materials outlined herein. In addition, all costs associated with worker protection or environmental protection requirements for such work shall be the responsibility of the Contractor.

END OF SECTION

Page 122: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

SECTION 09 65 00 RESILIENT FLOORING

I. PART 1 - GENERAL

1.01 GENERAL

A. The 00.72.00 Conditions of the Contract and all sections of Division 01, General Requirements shall be part of this section unless otherwise specifically excluded.

B. This Contractor must be familiar with all other Divisions and Sections which affect this Work.

1.02 DESCRIPTION OF WORK

A. Work included: Provide labor, materials and equipment necessary to complete the work of this Section, including but not limited to the following:

1. Preparation of concrete subfloors 2. Vinyl composition tile. 3. Vinyl base. 4. Adhesives and accessories.

B. Related Work Specified Elsewhere: The following items are not included in the Section, and will be performed under the designated Section:

1. Section 02 07 00 - SELECTIVE DEMOLITION, for removal of all other flooring and base components.

2. Section 02 08 00 – ASBESTOS ABATEMENT

3. Section 02 08 10 – DISTURBANCE OF LEAD, CADMIUM, AND CHROMIUM MATERIALS

1.03 SUBMITTALS

A. Submit product information on all flooring and base, along with all adhesives and installation requirements. Adhesive literature must state that it is approved for use with the submitted flooring.

B. Submit samples of full range of colors available for flooring and base. Provide two binders for VCT.

C. If required by flooring manufacturer, submit qualifications that installer has attended approved training clinics or has received VCT manufacturer’s approval to install product.

1.04 ENVIRONMENTAL REQUIREMENTS

Page 123: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

A. Store materials for three days prior to installation in area of installation to achieve temperature stability.

B. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials.

1.05 LIMITED WARRANTY

A. Resilient Flooring: Submit a written warranty executed by the manufacturer, agreeing to repair or replace resilient flooring that fails within the warranty period.

B. Limited Warranty Period: 20 years.

C. Provide manufacturer’s standard warranty on installed products. Arrange inspections by manufacturer’s authorized representatives if required as a condition for the warranty. Submit, for Owner’s acceptance, manufacturer’s standard warranty document executed by authorized company official.

D. The Limited Warranty shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and will be in addition to and run concurrent with other warranties made by the Contractor under the requirements of the Contract Documents.

E. For the Limited Warranty to be valid, this product is required to be installed using the appropriate manufacturer’s Flooring Guaranteed Installation System. Product installed not using the specific instructions from the manufacturer’s Installation System will void the warranty.

1.06 EXTRA MATERIAL

A. Installer shall provide the Owner with 100 square feet of each color of flooring matching the flooring installed, for future repairs.

II. PART 2 PRODUCTS

2.01 Vinyl Composition Tile (VCT)

A. Basis of Design: Standard Excelon Vinyl Composition Tile Flooring, by Armstrong Flooring. 12” x 12”. Color(s) as selected by Owner

B. Or equal products by Karndean Design Flooring or Mannington Commercial.

Warranty: 20 year Commercial Warranty.

Color and pattern as selected by the Owner.

C. Adhesive: premium grade waterproof, full spread type as approved by the flooring manufacturer.

2.02 VINYL WALL BASE

Page 124: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

A. Armstrong, or approved equal, by Johnsonite or Roppe, meeting the following criteria:

1. 4 inches high, 0.125 gauge thick 2. Rounded top with cove base, and ribbed back. 3. Interior corners shall be cut and coped (not mitered or formed from a single

piece) 4. Exterior corners shall be pre-molded. 5. Color: as selected by Owner.

2.03 ACCESSORIES

A. Sub-Floor Filler shall be as recommended by the manufacturer of the flooring materials used.

B. Primers and Adhesives shall be waterproof and of type recommended by the manufacturer of the flooring with which it is to be used.. Adhesives shall be low odor and low VOC type.

C. Trowelable Leveling and Patching Compounds: Latex-modified, Portland cement based or blended hydraulic cement based formulation provided or approved by the resilient product manufacturer for applications indicated.

D. Transition strips where flooring meets dissimilar floor material of a different thickness shall be aluminum. Where flooring material meets the same type of flooring (i.e. VCT to VCT), or where flooring meets flooring of same thickness, no transition strips are required.

III. PART 3 EXECUTION

3.01 PRE-INSTALLATION CONFERENCE

A. After receiving approved submittals and prior to ordering materials, schedule a pre-installation conference on site to review locations, colors, patterns, joints, etc with Owner and Architect. Bring full size samples for mockup. Provide 20 square feet of each product and color for mockup approval.

3.02 EXAMINATION

A. Coordinate installation to insure all other construction operations have been completed.

B. Provide fans, filters or other mechanical ventilation as required, to permit the continuous occupancy and use of the project area.

C. At least one week prior to staring work, perform moisture testing per ASTM F2170, and pH testing per ASTM F710, at 4 varied locations throughout the building as selected by Architect. Advise Owner and Architect of results prior to starting work.

Page 125: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

D. Beginning of installation means acceptance of existing substrate and site conditions.

3.03 PREPARATION

A. Prepare concrete slabs per ASTM F170 to manufacturer’s requirements.

B. Fill small damaged areas, low spots, with VCT manufacturer’s recommended sub- floor filler.

C. Remove sub-floor ridges and bumps.

D. Apply, trowel, and float all repair materials to leave a smooth, flat, hard surface.

E. Prohibit traffic from area until filler is cured.

F. Vacuum clean substrate. Floors must be free of all foreign materials.

G. Apply primer if recommended by flooring manufacturer, in compliance with manufacturer's directions.

3.04 FIELD QUALITY REQUIREMENTS

A. Manufacturer’s Field Services: Provide manufacturers field service consisting of product use recommendations and periodic site visits for inspection of product installation in accordance with manufacturers’s instructions.

3.05 FLOORING INSTALLATION

A. Install in full accordance with manufacturer's written installation manual in order to qualify the project for the manufacturer’s 20-year warranty.

B. Install floor tiles to completely fill rooms within the project area.

C. Provide control joints, spaced as recommended by flooring manufacturer. Advise Architect of proposed locations and obtain approval prior to installation.

D. Layout flooring so that no tile widths less than 1 ½" be installed wherever possible.

E. Mix tile from containers to ensure shade variations are consistent. Install tile with the grain in one direction. Install all flooring with the grain parallel with the longest room dimension.

F. Spread only enough adhesive to permit installation of materials before initial set.

G. Set flooring in place and press with heavy roller to attain full adhesion.

H. Terminate flooring or make color change at centerline of doors where adjacent floor finish is dissimilar.

Page 126: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...

I. Install transition strips at unprotected or exposed edges, and where flooring meets dissimilar flooring thicknesses.

J. Scribe flooring to walls, door frames, columns, floor outlets, and other appurtenances to produce tight joints.

3.06 BASE INSTALLATION

A. Use the longest pieces of base possible, minimizing joints. Where joints are unavoidable, coordinate so that they fall behind appliances or similar items.

B. Fit joints of vinyl bases tight and vertical. Maintain minimum measurement of 18 inches between joints.

C. Cut and cope internal base corners. At external corners, use premolded units. At exposed ends use premolded units.

D. Install base on solid backing. Repair existing plaster or drywall as required to create a level, sound substrate. Bond tight to wall and floor surfaces. Install vinyl base at base of casework, in rooms scheduled to receive new vinyl base. Scribe to fit toe kick.

E. Scribe and fit to door frames and other interruptions.

F. Spot repair and paint walls where disturbed by the installation of new flooring or base.

3.07 PROTECTION

A. Newly installed flooring should not be exposed to routine rolling load traffic (wheelchairs, walkers, carts, lifters, etc.) for at least 72 hours after installation to allow setting and drying of adhesives. If rolling loads cannot be avoided, protect the installation for 72 hours after installation by covering with ram boards.

3.08 CLEANING AND FINISHING

A. Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Remove excess adhesive from floor, base, and wall surfaces without damage.

B. VCT: Clean in accordance with manufacturer’s instructions.

END OF SECTION 09 65 00

Page 127: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...
Page 128: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...
Page 129: CITY OF GREENFIELD Purchasing Department IFB 21-21 Four ...