Spring 2023 & Fall 2023 Tree Planting and Related Services

expired opportunity(Expired)
From: City of Somerville(City)
IFB 23-38

Basic Details

started - 15 Feb, 2023 (14 months ago)

Start Date

15 Feb, 2023 (14 months ago)
due - 09 Mar, 2023 (13 months ago)

Due Date

09 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
IFB 23-38

Identifier

IFB 23-38
City of Somerville

Customer / Agency

City of Somerville
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 IFB # 23-38 SOLICITATION FOR: Spring 2023 & Fall 2023 Tree Planting and Related Services CITY OF SOMERVILLE, MASSACHUSETTS Katjana Ballantyne, Mayor Procurement and Contracting Services Department Angela M. Allen, Chief Procurement Officer RELEASE DATE: 02/15/23 QUESTIONS DUE: 03/01/23 by 5PM EST DUE DATE AND TIME: 03/09/23 by 2:30 PM EST DELIVER TO: City of Somerville Procurement & Contracting Services Attn: Andrea Caruth Deputy Chief Procurement Officer acaruth@somervillema.gov 93 Highland Avenue Somerville, MA 02143 IFB # 23-38 Spring 2023 & Fall 2023 Tree Planting and Related Services Key Project Information Project Address Various Locations throughout Somerville, MA Estimated Construction Cost $420,000.00 Anticipated Contract Award 03/13/23 Date of Semi-Final Acceptance, Spring Planting 07/15/2023 Date of Semi-Final Acceptance, Fall Planting 12/31/2023 Date of Final Spring Acceptance 06/01/2025 Date of Final Fall
Acceptance 11/30/2025 Est. Contract Commencement Date 04/15/23 Est. Contract Completion Date 04/15/26 Governing Bid Law MGL 30.39M (Horizontal Construction) Wage Requirements The higher of Federal Davis Bacon Wages and State Prevailing Wages Payment Bond Requirements 100% of Contract Value Performance Bond Requirements N/A Liquidated Damages ($ per Day) N/A Managing Department Information Managing City Department Office of Strategic Planning and Community Development Project Manager Vanessa Boukili Project Manager Email vboukili@somervillema.gov TABLE OF CONTENTS • PART 1: INVITATION FOR BID DOCUMENTS Section 1: GENERAL INFORMATION ON BID PROCESS 1.1 General Instructions 1.2 Bid Schedule 1.3 Submission Instructions 1.4 Questions 1.5 General Terms Section 2: RULE FOR AWARD, QUALITY REQUIREMENTS, AND PROJECT BACKGROUND 2.1 Rule For Award 2.2 Project Background 2.3 Minimum Quality Requirements Section 3: BID PRICING 3.0 Form for General Bid Bid Form for Alternates Unit Price Form Section 4: REQUIRED BID FORMS / BIDDERS’ CHECKLIST 4.1 (required with bid) Signed Cover Letter Somerville Living Wage Form Quality Requirements Form (Section 2.0) List of Shade Tree Species/ List of Ornamental Tree Species Certificate of Non-Collusion & Tax Compliance Certificate of Signature Authority Reference Form (or equivalent may be attached) 5% Bid Deposit Prevailing / Davis Bacon Wages, Statement of Compliance Form DCAMM Certification and Update Statement (General Bidders > $150K/ Filed Sub-Bidders > $25K) OSHA Form Vulnerable Road Users Ordinance Somerville Wage Theft Ordinance Responsible Employer Ordinance (if applicable) Acknowledgement of Addenda (if applicable) Byrd Anti-Lobbying Certificate (federally funded contracts over $100,000) Signed W9 4.2 (required post bid) Certificate of Good Standing (will be required of awarded Vendor; please furnish with bid if available) Insurance Specifications (will be required of awarded Vendor; furnish sample certificate with bid, if possible) Statement of Management (if applicable) Payment Bond (100% of Contract Value) • PART 2: SAMPLE CONSTRUCTION CONTRACT / CITY’s GENERAL TERMS AND CONDITIONS • PART 3: SUPPLEMENTAL CONDITIONS REQUIRED BY FEDERAL LAW FOR FEDERAL CONSTRUCTION CONTRACTS • PART 4: TECHNICAL SPECIFICATIONS PART 1: INVITATION FOR BID DOCUMENTS IFB # 23-38 Spring 2023 & Fall 2023 Tree Planting and Related Services 1.1 General Instructions This solicitation will be publicly available on the Procurement & Contracting Services (PCS) Department webpage https://www.somervillema.gov/procurement on and after 02/15/23 . Interested parties can also contact the PCS department during the below-noted City Hall hours of operation. All Responses Must be Sealed and Delivered To: Procurement & Contracting Services Department City of Somerville 93 Highland Avenue Somerville, MA 02143 It is the sole responsibility of the Offeror to ensure that the bid arrives on time at the designated place. Late bids will not be considered and will be rejected and returned. Bid Format: Submit one, original (1) sealed bid package; it must be marked with the solicitation title and number. Online submission procedures are described below in Section 1.3. BIDS SUBMITTED MUST BE AN ORIGINAL. The completion of the following forms is necessary for consideration of a potential contract award. When submitting bid documents, please retain the order of documents as provided below: 1) Form for General Bid 2) Bid Form for Alternates 3) Unit Price Form 4) Somerville Living Wage Form 5) Quality Requirements Form 6) List of Shade Tree Species/ List of Ornamental Tree Species 7) Certificate of Non-Collusion & Tax Compliance 8) Certificate of Signature Authority 9) Reference Form 10) 5% Bid Deposit 11) Prevailing / Davis Bacon Wages Statement of Compliance Form 12) OSHA Form 13) Somerville Vulnerable Road Users Ordinance Form 14) Somerville Wage Theft Ordinance 15) Byrd Anti-Lobbying Certificate (federally funded contracts over $100,000) If all required documents are not present, the bid may be deemed non-responsive and may result in disqualification of the bid unless the City determines that such failure(s) constitute(s) a minor informality, as defined in Chapter MGL 30B. Hall Hours of Operation: Monday – Wednesday 8:30 a.m. and 4:30 p.m. Thursday 8:30 a.m. to 7:30 p.m. Friday 8:30 a.m. to 12:30 p.m. https://www.somervillema.gov/procurement A complete bid must also include a cover letter signed by an official authorized to bind the Offeror contractually and contain a statement that the proposal is firm for ninety (90) days. An unsigned letter, or one signed by an individual not authorized to bind the Offeror, may be disqualified. The Offeror’s authorized official(s) must sign all required bid forms. The Price Form in Section 3.0 must be completed. No substitute form will be accepted. Pricing must remain firm for the entire contract period. All information in the Offeror’s response should be clear and concise. The successful response will be incorporated into a contract as an exhibit; therefore, Offerors should not make claims to which they are not prepared to commit themselves contractually. The successful Offeror must be an Equal Opportunity Employer. The City of Somerville values a diverse workforce and believes it contributes to a work product and customer experience that best reflects the community in our city. Applicants are highly encouraged to include any certifications and documents that recognize the diversity of the Offeror’s work force, including ownership of the offering firm/organization, executive leadership, management, and employees proposed for the work in Somerville, including diversity of sub-consultants. Please use the supplier diversity form (see Section 4.0) with supporting documentation to share your diversity data with the City. 1.2 Bid Schedule Key dates for this Invitation for Bids: IFB Issued 02/15/23 Deadline for Submitting Questions to IFB 03/01/23 by 5PM EST Bids Due 03/09/23 by 2:30 PM EST Anticipated Contract Award 03/13/23 Est. Contract Commencement Date 04/15/23 Est. Contract Completion Date 04/15/26 Responses must be delivered by 03/09/23 by 2:30 PM EST to: City of Somerville Procurement & Contracting Services Department Attn: Andrea Caruth 93 Highland Avenue Somerville, MA 02143 1.3 Submission Instructions If you submitting your bid online via Bidexpress.com , then you do not need to also submit a sealed bid package as instructed below. Email is not an acceptable method of submission of bids. Please submit one sealed bid package with the following contents and marked in the following manner: Contents of Sealed Bid Package Marked As Envelope 1: Sealed Bid: Shall Include (1) original and one (1) electronic copy. [Electronic copies are to be submitted on USB drives and are to be saved in Adobe Acrobat format. (“Read only” files are acceptable.)] To Be Marked: IFB # 23-38 Spring 2023 & Fall 2023 Tree Planting and Related Services Please send the complete sealed package to the attention of : Andrea Caruth Deputy Chief Procurement Officer Procurement & Contracting Services Department Somerville City Hall 93 Highland Avenue Somerville, MA 02143 Live Bid Opening Link Join Zoom Meeting https://us04web.zoom.us/j/73329632306?pwd=vbrCac9IlYZS0Usyi2l5OgTXuWFtPb.1 Meeting ID: 733 2963 2306 Passcode: Vq058J Methods of Bid Submission Bidders may submit bids in any of the following ways. All bids will be timestamped and must be received no later than due date and time. 1) Deposit your sealed bid package in the black drop box located by the School Street entrance to City Hall, located near the corner of School Street and 93 Highland Avenue. 2) Sealed bids can be sent to City Hall through the US Postal Service or other delivery service (e.g. FedEx, UPS). 3) BidExpress.com is an online bidding platform where bidders can submit all required documents. The fee to use this service is approximately $40.00 unless your company has a subscription with BidExpress. You can access the bid package and forms via the City of Somerville BidExpress page at: https://www.bidexpress.com/businesses/33100/home A user guide is attached for your reference. 4) For any technical assistance while submitting the online bid, please contact the BidExpress Customer support team at www.bidexpress.com. Bidders may submit bids in any of the following ways. All bids will be timestamped and must be received no later than due date and time. https://us04web.zoom.us/j/73329632306?pwd=vbrCac9IlYZS0Usyi2l5OgTXuWFtPb.1 https://www.bidexpress.com/businesses/33100/home http://www.bidexpress.com/ Bid Format Responses shall be prepared on standard 8.5 x 11 inch paper (charts may be landscaped but must be on 8.5 x 11 inch paper) and shall be in a legible font size (12). All pages of each response shall be appropriately numbered (and with consecutive page numbering across tabs). In an effort to reduce waste, we discourage the use of 3- ring binders. Elaborate format and binding are neither necessary nor desirable. Qualifications & Experience The Offeror may include any additional literature and product brochures. The Quality Requirements Form (Section 2), or set of basic business standards, must be submitted with bid. References The Offeror shall list at least three relevant references, which the City may contact. The City of Somerville reserves the right to use ourselves as a reference. References shall include the following information: ●The name, address, telephone number, and email address of each client listed above. ●A description of the work performed under each contract. ●The amount of the contract. ●A description of the nature of the relationship between Offeror and the customer. ●The dates of performance. ●The volume of the work performed. 1.4 Questions Questions are due: 03/01/23 by 5PM EST Questions concerning this solicitation must be delivered in writing to: Andrea Caruth Deputy Chief Procurement Officer Somerville City Hall Procurement & Contracting Services Department 93 Highland Avenue Somerville, MA 02143 Or emailed to: acaruth@somervillema.gov Or faxed to: 617-625-1344 Answers will be sent via an addendum to all Offerors who have registered as bid holders. Bidders are encouraged to contact the Procurement & Contracting Services Department to register as a bid document holder to automatically be alerted as to addenda as they are issued. It is the responsibility of the Offeror to also monitor the bid portal on the City’s website for any updates, addenda, etc. regarding that specific solicitation. The web address is: https://www.somervillema.gov/procurement. https://www.somervillema.gov/procurement Any bidders that contact City personnel outside of the Procurement & Contracting Services Department regarding this bid may be disqualified. 1.5 General Terms Estimated Quantities The City of Somerville has provided estimated quantities, which will be ordered/purchased over the course of the contract period. These estimates are estimates only and not guaranteed. Bid Signature A response must be signed as follows: 1) if the Offeror is an individual, by her/him personally; 2) if the Offeror is a partnership, by the name of the partnership, followed by the signature of each general partner; and 3) if the Offeror is a corporation, by the authorized officer, whose signature must be attested to by the clerk/secretary of the corporation (& with corporate seal). Time for Bid Acceptance and City Contract Requirements The contract will be awarded within 90 days after the bid opening. The time for award may be extended for up to 45 additional days by mutual agreement between the City and the apparent lowest responsive and responsible bidder. The Offeror’s submission will remain in effect for a period of 90 days from the response deadline or until it is formally withdrawn, a contract is executed, or this solicitation is canceled, whichever occurs first. The Offeror will be required to sign a standard City contract per the City’s general terms included herein as Part 2. Holidays are as follows: New Year’s Day Martin Luther King Day Presidents’ Day Patriots’ Day Memorial Day Juneteenth Independence Day Independence Day Labor Day Indigenous Peoples’ Day Veterans’ Day Thanksgiving Day Thanksgiving Friday Christmas Eve (half day) Christmas Day Please visit http://www.somervillema.gov/ for the City’s most recent calendar. *Under State Law, all holidays falling on Sunday must be observed on Monday. If the awarded Offeror for their convenience desires to perform work during other than normal working hours or on other than normal work days, or if the Offeror is required to perform work at such times, the Offeror shall reimburse the City for any additional expense occasioned the City, thereby, such as, but not limited to, overtime pay for City employees, utilities service, etc. UNLESS otherwise specified in these provisions, services will be performed during normal work hours. When required services occur on holidays, work will be performed on either the previous or following work day, unless specified otherwise. Unforeseen Office Closure If, at the time of the scheduled bid opening, the Procurement & Contracting Services Department is closed due to uncontrolled events such as fire, snow, ice, wind, or building evacuation, the bid due date will be postponed until 2:00 p.m. on the next normal business day. Bids will be accepted until that date and time. In the event of inclement weather, the Offeror is responsible for listening to the media to determine if the City has been closed due to weather. Changes & Addenda If any changes are made to this solicitation, an addendum will be issued. All proposers on record as having picked up the solicitation will be alerted via email as to the posting of all addenda. The City will also post addenda on its website (https://www.somervillema.gov/procurement). No changes may be made to the solicitation documents by the Offerors without written authorization and/or an addendum from the Procurement & Contracting Services Department. http://www.somervillema.gov/ https://www.somervillema.gov/procurement Modification or Withdrawal of Bids, Mistakes, and Minor Informalities An Offeror may correct, modify, or withdraw a bid by written notice received by the City of Somerville prior to the time and date set for the bid opening. Bid modifications must be submitted in a sealed envelope clearly labeled "Modification No.__" to the address listed in Section 1. Each modification must be numbered in sequence and must reference the original solicitation. After the bid opening, an Offeror may not change any provision of the bid in a manner prejudicial to the interests of the City or fair competition. Minor informalities will be waived or the proposer will be allowed to correct them. If a mistake and the intended bid are clearly evident on the face of the bid document, the mistake will be corrected to reflect the intended correct bid, and the proposer will be notified in writing; the proposer may not withdraw the bid. A proposer may withdraw a bid if a mistake is clearly evident on the face of the bid document, but the intended correct bid is not similarly evident. Right to Cancel/Reject Bids The City of Somerville may cancel this solicitation, or reject in whole or in part any and all bids, if the City determines that cancellation or rejection serves the best interests of the City. Unbalanced Bids The City reserves the right to reject unbalanced, front-loaded, and conditional bids. Brand Name “or Equal” Any references to any brand name or proprietary product in the specifications shall require the acceptance of an equal or better brand. The City has the right to make the final determination as to whether an alternate brand is equal to the brand specified. Electronic Funds Transfer (EFT) For EFT payment, the following shall be included with invoices to the point of contact: • Contract/Order number; Contractor’s name & address as stated in the contract; • The signature (manual or electronic, as appropriate) title, and telephone number of the Offeror’s representative authorized to provide sensitive information; • Name of financial institution; Financial institution nine (9) digit routing transit number; • Offeror’s account number; Type of account, i.e., checking or saving. Project Schedule Bidders are instructed to note the firmness of the dates of: Substantial Completion, and Final Completion. For the purpose of meeting these deadlines, the City may be prepared to authorize extended work hours beyond those prescribed by City ordinance, to include work on Sundays with the prior permission of the City. Contractor submission of all paperwork required for the Construction Contract, including but not limited to insurance certificates, performance and payment bonds, a certificate of good standing from the Secretary of Corporations, and signature pages shall be submitted to the Chief Procurement Officer no later than 5 working days from award of the contract. The successful bidder shall be required to submit a preliminary construction schedule within 10 days of the established date of award of the Contract and a more detailed Gantt-type construction schedule within 15 days of the established award of the contract, which shows the dates of substantial and final completion. Sales Tax Exemption Materials, equipment, and supplies for this project are exempt from sales tax in accordance with M.G.L. Chapter 64H, Section 6 (d). The city will furnish the successful bidder with its sales tax exemption number. Permit Fees (Contractor responsible obtaining permits/City of Somerville permit fees waived) DPW permits to obstruct or excavate the public streets and/or sidewalks; ISD building code permits; and Traffic and Parking file:///C:/Users/anosnik/AppData/Local/Microsoft/Windows/Temporary%20Internet%20Files/Content.Outlook/759P8TMY/Model%20IFB%20comments.doc%23statute file:///C:/Users/anosnik/AppData/Local/Microsoft/Windows/Temporary%20Internet%20Files/Content.Outlook/759P8TMY/Model%20IFB%20comments.doc%23cancel permits; are waived by the City of Somerville. However, license fees are not waived by the City of Somerville. The Contractor shall pay all license fees (e.g., drain layer’s license fee). The City of Somerville Traffic and Parking Department must be contacted directly for all required permits. The vendor must also provide the City of Somerville Traffic and Parking Department with a traffic management plan, prior to the start of all work. If water usage is required in the commitment of this project, the Contractor needs to contact the DPW Water Dept., and make arrangements for a water meter. There will be a charge for the water meter and the water usage. The Contractor is responsible for obtaining EVERSOURCE work orders and for all costs and fees associated with EVERSOURCE. Permits to excavate the public way cannot be issued until the applicant has notified the appropriate utility companies, as required by Massachusetts General Laws, Chapter 370 of the Acts of 1963. The applicant must either: 1) obtain written receipts from the affected utilities,and provide copies of same to the owner; or 2) utilize the Dig-Safe System for the required notifications, and also submit written notifications for those utilities not participating in the Dig-Safe System. Written notifications must state that utility companies have been notified and the contractor cleared to begin work. The following utility companies must be notified in writing: M.B.T.A. Engineering and Maintenance Division 617-722-5454 Attn: Chief Engineer 500 Arborway Jamaica Plain, MA 02130 M.W.R.A. Sewer Division 617-242-6000 100 First Avenue Charlestown Navy Yard Boston, MA 02129 M.W.R.A. Water Division 617-242-6000 100 First Avenue Charlestown Navy Yard Boston, MA 02129 The following utility companies must be notified in writing or through Dig-Safe: Algonquin Gas Transmission Corp. 617-254-4050 Manager of Land and Public Relations 1284 Soldiers Field Road Brighton, MA 02135 Verizon 781-290-5154 460 Totten Pond Road Waltham, MA 02154 Boston Edison 617-541-5730 Right of Way 1165 Massachusetts Avenue Dorchester, MA 02125 Boston Gas Company 617-323-9210 201 Rivermoor Street West Roxbury, MA 02132 EVERSOURCE 617-497-1236, x4195 46 Blackstone Street Somerville, MA 02139 EVERSOURCE Steam 617-225-4568 Attn: Supervisor of Maintenance 265 First Street Somerville, MA 02142 EVERSOURCE Gas 617-369-5591 303 Third Street Somerville, MA 02142 A T & T Broadband 981-658-0400 760 Main Street Malden, MA 01887 Somerville Public Works Dept. 617-625-6600, x5200 One Franey Road Somerville, MA 02145 Somerville Fire Department 617-625-6600, x8100 266 Broadway Somerville, MA 02143 Dig-Safe 1-800-322-4844 The contractor shall have all utilities marked out along the course of this work by such means as the Engineer shall approve and shall preserve such marked locations until the work has progressed to the point where the encountered utility is fully exposed and protected as required. It shall be the contractor's responsibility to notify utilities at least 48 hours prior to the start of any excavation. The contractor is responsible for contacting any other utilities that are not listed herein. Rodent Control The Contractor shall retain the services of a licensed rodent exterminator to conduct an inspection of the work and laydown areas and report on the presence of rodents and take any necessary measures to eliminate rodent populations prior to start of work. All rodent control to be in place and approved prior to any equipment delivery or demolition. A. Within ten (10) days after Notice to Proceed, submit to the Landscape Architect or Owners Representative a written description of rodent control measures to be used and the areas to be included. B. Provide the names and background of the licensed rodent exterminator retained to provide any necessary rodent eradication measures prior to the start of work. The licensed rodent exterminator must be approved by the City Director of Inspectional Services. C. Containers: Use metal or heavy-duty plastic refuse containers with tight fitting lids for disposal of all garbage, or trash associated with food. These containers shall not have opening that allow access by rodents. Schedule of Values Bidders do NOT need to include a Schedule of Values with their bid package. The successful bidder will be required to submit a refined and detailed schedule of values for review and approval by the design professional prior to signing the construction contract. 5% Bid Guaranty All bids shall be accompanied by a bid bond or bank certified check or bank treasurer’s check in the amount of 5% of the bid price, which shall become the property of the City of Somerville if the bid is accepted and the bidder neglects or refuses to comply with the terms of the bid. Prevailing Wage Rate Requirements The contractor shall pay Mass. Prevailing Wage Rates. The applicable prevailing wage rates are attached as part of this bid package and will be included in the resulting contract. Notwithstanding anything to the contrary, the City may, in its sole discretion withhold payment unless the City has in its possession payroll records that are complete, accurate, and current as of the date of said application for payment. A signed Compliance Form must be included with the bid package (form included). a) The Contractor shall: • Pay wages at least once a week; • Submit payroll information on a weekly basis in a format approved by the City, numbered in numerical sequence and signed by the Contractor (including forms for weeks when the Contractor is not on the Project Site, in which case there shall be a notation to the effect "no work this payroll period" and a date anticipated for resuming work). b) The Contractor shall submit to the City within the first week of construction: • A list of apprenticeship programs with which the Contractor is affiliated; • The number of apprentices that will be employed by the Contractor on the Project; • A list of the Contractor's employee fringe benefits; • A copy of each project schedule, including the anticipated commencement date for each Subcontractor; and • A list of each Subcontractor's suppliers and material men. c) The Contractor shall include language similar to the above in all subcontracts. Reservation of Rights The City reserves the right to extend the deadline for submission of bids, to waive minor informalities, and to reject any and all bids, if in its sole judgment, the best interests of the City of Somerville would be served by doing so. Maintenance Manual and As-Built Drawing Requirements (for park-related construction) Upon Final Completion of all park construction, the contractor shall submit: two complete copies of a park maintenance manual, and two copies of an as-built drawing set, with two USB copies of the as-built drawings. The City will not issue the final check for park retainage until the submittal and approval of the maintenance manual and as-built drawings. 1) The Maintenance Manual shall be in the form of a three ring binder, organized and tabbed into appropriate sections, and shall include the following items: ▪ A complete maintenance plan with recommended maintenance schedules and procedures for all systems including: HVAC, security (card access/cameras), fire suppression, irrigation, fertilization, and water systems shut-down procedures, etc., and all other applicable systems and procedures; ▪ A letter from the contractor stating the period of warranty for all parts, materials, and workmanship, from the date of Final Completion; ▪ A letter from the contractor stating the period of warranty for all systems (HVAC, irrigation, fire suppression, etc.); ▪ All product information, product directions, and warranties; ▪ List of all materials (plants, etc.),sizes of plant containers, etc.; ▪ Copies of City permits with signatures of inspectors; ▪ Contact information for all subcontractors including email addresses; and, ▪ A record of all submittals and dates of approvals. 2) As-Built drawings shall be a complete and accurate record that incorporates any and all changes to the construction plan set issued at the time of contract initiation. As-built drawings shall be clearly marked and annotated and shall include but not be limited to: all field changes, change orders, and supplemental drawing provided by the landscape architect. 3) The USB hard drive shall include an electronic copy of all as-built drawings. Police Details Unless otherwise noted in the specifications, the Contractor will be responsible for requesting and paying for all necessary police details. These costs should be incorporated into the base bid amount. If use of the public way is required for staging, parking or deliveries, the Contractor is responsible for obtaining a Street Occupancy Permit, including a Traffic Management Plan (TMP) and for the cost of all police details. Period of Performance The period of performance for this contract begins on or about 04/15/23 and ends on or about 12/31/24. If applicable, optional renewal years may be exercised by the sole discretion of the City (see cover page for anticipated contract term). Place of Performance All services, delivery, and other required support shall be conducted in Somerville and other locations designated by the Department point of contact. Meetings between the Vendor and City personnel shall be held at the City of Somerville, Massachusetts, unless otherwise specified. Vendor Conduct The Vendor’s employees shall comply with all City regulations, policies, and procedures. The Vendor shall ensure that their employees present professional work attire at all times. The authorized contracting body of the City may, at his/her sole discretion, direct the Vendor to remove any Vendor employee from City facilities for misconduct or safety reasons. Such rule does not relieve the Vendor of their responsibility to provide sufficient and timely service. The City will provide the Vendor with immediate written notice for the removal of the employee. Vendors must be knowledgeable of the conflict of interest law found on the Commonwealth’s website http://www.mass.gov/ethics/laws-and-regulations-/conflict-of-interest- http://www.mass.gov/ethics/laws-and-regulations-/conflict-of-interest-information/conflict-of-interest-law.html information/conflict-of-interest-law.html. Vendors may be required to take the Conflict of Interest exam. Vendor Personnel The Vendor shall clearly state the name of the proposed project manager. All proposed staff must demonstrate the ability to carry out the specified requirements. Confidentiality The Vendor agrees that it will ensure that its employees and others performing services under this contract will not use or disclose any non-public information unless authorized by the City. That includes confidential reports, information, discussions, procedures, and any other data that are collected, generated or resulting from the performance of this scope of work. All documents, photocopies, computer data, and any other information of any kind collected or received by the Vendor in connection with the contract work shall be provided to the City upon request at the termination of the contract (i.e., the date on which final payment is made on the contract or at such other time as may be requested by the City or as otherwise agreed by City and the Vendor). The Vendor may not discuss the contract work in progress with any outside party, including responding to media and press inquiries, without the prior written permission of the City. In addition, the Vendor may not issue news releases or similar items regarding contract award, any subsequent contract modifications, or any other contract-related matter without the prior written approval of the City. Requests to make such disclosures should be addressed in writing to the Vendor’s point of contact. OSHA Pursuant to M.G.L. c. 30, sec. 395 (a)(2) all employees to be employed on the project must have successfully completed a course in construction safety and health approved by OSHA and of at least 10 hours in duration. The vendor shall comply with all applicable OSHA standards, guidance, and rules and regulations relative to providing a safe working environment, in connection with the performance of its agents, servants, employees, contractors, and subcontractors under the terms of this contract. Other Applicable Laws In addition to applicable federal and state laws, the City has several ordinances that apply to the services requested in this contract. Such ordinances include but are not limited to: living wage ordinance, ordinance to protect vulnerable road users, responsible employer ordinance, and ordinance to protect against wage theft. Workplace safety is of paramount importance to all workers who perform services on City contracts and all bidders must certify that they will disclose any citations they may have received for OSHA violations. Notice and Certification Pursuant to Somerville Wage Theft Ordinance All Offerors, bidders, respondents have an affirmative duty to report to the Procurement & Contracting Services Department and provide a copy of any criminal or civil judgment, administrative citation, or final administrative determination, order, or debarment, relating to wage theft, against the bidder or any of its subcontractors entered within the five years prior to bid submission. If you are the successful bidder, you and any of your subcontractors have an affirmative duty to report any criminal or civil judgment, administrative citation, final administrative determination, order, or debarment against the bidder or any its subcontractors while your contract with the City is in effect, within five business days of receipt. You may not contract with the City if you have been either voluntarily or involuntarily debarred by the federal government, any agency of the Commonwealth of Massachusetts or any other state for the entire term of the debarment. You may not use any subcontractor who has been debarred by the federal government or any state government during the period of that subcontractor's debarment. You must post notices in accordance with M.G.L. c. 151 § 16 in a conspicuous location accessible to all of their employees in English and the primary language of the employee(s) at the particular workplace. If not all employees would have reasonable access to the notice if posted in a single location, then you must inform the purchasing agent or other City Department of the number and location of postings in order to ensure that you provide reasonable notice to all of your employees. http://www.mass.gov/ethics/laws-and-regulations-/conflict-of-interest-information/conflict-of-interest-law.html https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH2AD_ARTVIIIFI_DIV3LIWAOR_S2-399LIWA https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH12STSIOTPUPL_ARTVIIIORSAVUROUS https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH12STSIOTPUPL_ARTVIIIORSAVUROUS https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH2AD_ARTVIIIFI_DIV1GE_S2-355REEMOR https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH9OFMIPR_ARTIIIOFAGPE_DIV2WATH As a condition of this bid, the bidder (a.k.a. Offeror, respondent) hereby certifies that neither the bidder nor any of the bidder's subcontractors have been subject to a criminal or civil judgment, administrative citation, final administrative determination, order, or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, or 29 U.S.C. § 201 et seq. within five years prior to bid submission. In the alternative, the Bidder hereby discloses a criminal or civil judgment, administrative citation, administrative determination, or debarment, within five years prior to bid submission. Included with the Bid is a copy of the same, in addition to documentation demonstrating that all damages, fines, costs, and fees have been paid. IFB # 23-38 SECTION 2.0 RULE FOR AWARD / PROJECT INFORMATION 2.1 Rule For Award The contract shall be awarded to the responsible and eligible Bidder submitting the lowest total price. The contract will be awarded within ninety (90) days after the bid opening. The time for award may be extended for up to 45 additional days by mutual agreement between the City and the apparent lowest responsive and responsible bidder. 2.2 Background Project Information Managing City Department: Office of Strategic Planning and Community Development Project Manager: Vanessa Boukili Project Manager Email: vboukili@somervillema.gov Project Address: Various Locations throughout Somerville, MA Brief Project Description: Two series of planting trees (Spring 2023 and Fall 2023) on city-owned property and providing a two-year watering and maintenance warranty period. Estimated Project Cost: $420,000.00 Project Schedule Estimated Award Date: 03/13/23 Estimated Start Date: 04/15/23 Date of Semi-Final Acceptance, Spring Planting 07/15/2023 Date of Semi-Final Acceptance, Fall Planting 12/31/2023 Date of Final Spring Acceptance 06/01/2025 Date of Final Fall Acceptance 11/30/2025 2.3 Minimum Quality Requirements Quality requirements, or basic business requirements, are the minimum set of standards that an entity must meet and certify to be considered responsible and responsive. Please complete the Quality Requirements form, below, and submit it with your completed bid. The City of Somerville will disqualify any response that does not meet the minimum quality requirements. A "No" response to items 1 through 7 , or a failure to respond to any of the following minimum standards, will result in disqualification of your bid. QUALITY REQUIREMENTS YES NO 1. The Contractor has been established in business for at least 5 years? 2. The Contractor has completed a minimum of three (3) publicly bid street tree projects within the last six (6) years, for at least $100,000.00? 3. The Contractor is able to meet all specifications within the scope of services provided? 4. The Contractor warrants that for two years after the date of semi-final acceptance of each tree, the tree will remain in a healthy and vigorous growing condition; and if the tree is not healthy and vigorous the tree will be replaced as described in the specifications? 5. The Contractor accepts the tree watering and maintenance plan, as outlined in the specifications, and will continue to water and maintain each tree for two years after the date of semi-final acceptance? 6. Can the vendor certify that all employees that will work on this project have successfully completed at least ten (10) hours of OSHA approved training in Construction Safety and Health? 7. Can the vendor certify that a Massachusetts Certified Arborist (MCA) or International Society of Arboriculture (ISA) Certified Arborist or equivalent will supervise all planting operations? 8. Optional: Vendor: Are you a State Office for Minority and Women Owned Business Assistance (SOMWBA) certified minority or woman owned business? In order to provide verification of affirmative responses to items 1 through 7 under the quality requirements listed in the Quality Requirements Form, Offeror must submit written information that details the general background, experience, and qualifications of the organization. Subcontractors, if applicable, must be also included. IFB # 23-38 SECTION 3.0 FORM FOR GENERAL BID The undersigned proposes to furnish all labor and materials required for: Spring 2023 & Fall 2023 Tree Planting and Related Services In accordance with the accompanying plans and specifications prepared by Vanessa Boukili (Office of Strategic Planning and Community Development) and specified below, subject to additions and deductions according to the terms of the specifications. The bidder certifies the following bulleted statements and offers to supply and deliver the materials and services specified below in full accordance with the Contract Documents supplied by the City of Somerville • The bids will be received at the office of the Chief Procurement Officer, Somerville City Hall, 93 Highland Avenue, Somerville, MA 02143 no later than 03/09/23 by 2:30 PM EST • If the awarded vendor is a Corporation a “Certificate of Good Standing” (produced by the Mass. Sec. of State) must be furnished with the resulting contract (see Section 4.0.) • Awarded Vendor must comply with Living Wage requirements (see Section 4.0; only for services) • Awarded Vendor must comply with all applicable laws, including but not limited to the Somerville Wage Theft Ordinance. • Awarded Vendor must comply with insurance requirements as stated in Section 4.0. • The Chief Procurement Officer reserves the right to accept or reject any or all bids and/or to waive any informalities if in her/his sole judgment it is deemed to be in the best interest of the City of Somerville. • The following prices shall include delivery, the cost of fuel, the cost of labor, and all other charges. • This form to be enclosed in sealed bid package. The proposed 36-month contract price is (total bid in figures): $ Base Bid $_______________________________ Total in words: Add Alternate No. 1 $_______________________________ Subtotal of Base Bid + Alternate No. 1 $_______________________________ Subtotal of Base Bid + Alternate No. 1 (in words) (If applicable) The contract price does not include the items listed on the attached “Bid Form for Alternates;” the bidder understands that the project construction cost estimate provided by the City is inclusive of all the work described in this form. https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH9OFMIPR_ARTIIIOFAGPE_DIV2WATH https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH9OFMIPR_ARTIIIOFAGPE_DIV2WATH The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond (as indicated in the “Key Project Information” section on the 2nd page of this bid), each of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than one surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. The Undersigned Bidder certifies under the penalties of perjury that: (1) Pursuant to M.G.L. c. 62C, §49A, to the best of the signatories knowledge and belief, that the Undersigned Bidder is in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support, as well as paid all contributions and payments in lieu of contributions pursuant to MGL 151A, §19A(b); and, (2) the Federal Employer Identification Number (EIN) of the Bidder is: -- The Undersigned Bidder certifies under penalties of perjury that the Bidder is not presently debarred from doing federal or state public construction work, that the Bidder has not had its low bid rejected by any municipality in the previous two years, except: in which case the reasons for rejection were as follows: The Undersigned Bidder certifies under penalties of perjury that the Bidder will comply with all applicable laws, including City of Somerville ordinances that include but are not limited to: living wage ordinance, ordinance to protect vulnerable road users, responsible employer ordinance, and ordinance to protect against wage theft. As a condition of this bid, the bidder hereby certifies that neither the bidder nor any of the bidder's subcontractors have been subject to a criminal or civil judgment, administrative citation, final administrative determination, order, or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, or 29 U.S.C. § 201 et seq. within five years prior to bid submission. In the alternative, the Bidder hereby discloses a criminal or civil judgment, administrative citation, administrative determination, or debarment, within five years prior to bid submission. Included with the Bid is a copy of the same, in addition to documentation demonstrating that all damages, fines, costs, and fees have been paid. The Undersigned Bidder has submitted all requested referenced information on the Reference Form. The Undersigned Bidder understands that the contractor and subcontractors will be required to pay prevailing wages to laborers and mechanics, and that if the Undersigned's bid is significantly below the average bid, the Awarding Authority may require the Bidder to substantiate that the bid is based on payment of wages at prevailing rates. The Undersigned Bidder certifies that it can achieve substantial and final completion by the dates notes in Section 2.2, herein, unless otherwise noted in the Notice to Proceed as delivered to the awarded vendor. https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH2AD_ARTVIIIFI_DIV3LIWAOR_S2-399LIWA https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH2AD_ARTVIIIFI_DIV3LIWAOR_S2-399LIWA https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH12STSIOTPUPL_ARTVIIIORSAVUROUS https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH2AD_ARTVIIIFI_DIV1GE_S2-355REEMOR https://library.municode.com/ma/somerville/codes/code_of_ordinances?nodeId=PTIICOOR_CH9OFMIPR_ARTIIIOFAGPE_DIV2WATH Should certain additional work be required, or should the quantities of certain classes of work be increased or decreased from those required by the Contract Documents, by authorization of the City, unit prices listed on the attached “Unit Price Form” shall at the option of the City be the basis of payment to the Contractor or credit to the City, for such increase or decrease in the work. The unit prices shall represent the exact net amount per unit to be paid the Contractor (in the case of addition or increase) or to be refunded the City (in the case of decrease). Contractually noted adjustments will be allowed for overhead, profit, insurance or other direct or indirect expenses of the Contractor or Subcontractors. The unit prices shall include cost of fuel, all labor, materials, equipment, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. Changes shall be processed in accordance with the provisions of the General Conditions governing changes in the work. Executed this day of , 20 . Name of Company/Individual: Address, City, State, Zip: Tel # Email: Name and Title of Person Signing Signature of Authorized Individual Please acknowledge receipt of any and all Addenda (if applicable) by signing below and including this form in your bid package. Failure to do so may subject the proposer to disqualification. ACKNOWLEDGEMENT OF ADDENDA: Addendum #1 ____ #2 ____ #3____ #4____ #5____ #6____ #7____ #8____ #9____ #10____ Unit Price Form Please quote on the following items. Prices are to include delivery, the costs of fuel and labor, and all other charges related to the services listed below. Prices are to remain the same for entire contract period. 2023 Spring Tree Planting (April 1st – June 15th, unless otherwise directed) Approx. Qty. Unit Price ($) Total Price ($) 1. Tree Supply [cost of tree ONLY]: Shade Tree (B&B, 2” – 2 1⁄2” Caliper) 85 trees per tree 2. Tree Supply [cost of tree ONLY]: Ornamental Tree (B&B, 2” – 2 1⁄2” Caliper) 85 trees per tree 3. Tree Supply [cost of tree ONLY]: Shade Tree or Ornamental Tree (Bare Root, 1 3⁄4” – 2 1⁄2” Caliper) 5 trees per tree 4. Tree Well Preparation: Removal of Trees 2”-5” Caliper 30 trees per tree removal 5. Tree Well Preparation: Removal of Trees 5”-9” Caliper 20 trees per tree removal 6. Tree Well Preparation: Removal or grinding of large underground tree stump (> 9” diameter) found below cement/asphalt 8 stumps per stump 7. Tree Well Construction: Sawcut Concrete or Asphalt Sidewalk & Dispose of Material 3000 square feet per square foot 8. Tree Well Construction: Sawcut and Stabilize Brick Sidewalk (includes Edging) & Dispose of Material 90 square feet per square foot 9. Tree Well Construction: Remove Cobbles from Edges of Tree Wells and Stabilize Cobble or Brick Sidewalk (includes Edging) & Dispose of Material 120 square feet per square foot 10. Tree Well Preparation: Prepare to Plant Tree in Existing Tree Grate/Guard 3 tree grate plantings per tree grate planting 11. Tree Well Preparation: Remove and Dispose of Tree Grate/Guard 1 tree grate per tree grate 12. Materials: Drip Irrigation Bags 350 bags per bag 13. Materials: Tree Stakes (10’ wooden stakes, 3” diameter or 2” x 3”, per specification) 350 stakes per stake 14. Materials: Fertilizer packets (slow-release) 175 packets per packet 15. Posting of No Parking Signs 175 planting sites per planting site 16. Tree Planting and Initial Maintenance*: Installation through Semi-Final Acceptance 175 trees per tree 17. Police Traffic Detail ($450.00 per day) 18 days $480.00 per day $8,640.00 Watering and Maintenance** During 2-Year Warranty Period from Semi-Final Acceptance to Final Acceptance, June 15th 2023 – June 1st, 2025 Approx. Qty. Unit Price ($) Total Price ($) 18. Year 1: Tree Watering and Maintenance 175 trees per tree 19. Year 2: Tree Watering and Maintenance 175 trees per tree 2023 Fall Tree Planting (September 15th – November 30th, unless otherwise directed) Approx. Qty. Unit Price ($) Total Price ($) 1. Tree Supply [cost of tree ONLY]: Shade Tree (B&B, 2” – 2 1⁄2” Caliper) 85 trees per tree 2. Tree Supply [cost of tree ONLY]: Ornamental Tree (B&B, 2” – 2 1⁄2” Caliper) 85 trees per tree 3. Tree Supply [cost of tree ONLY]: Shade Tree or Ornamental Tree (Bare Root, 1 3⁄4” – 2 1⁄2” Caliper) 5 trees per tree 4. Tree Well Preparation: Removal of Trees 2”-5” Caliper 30 trees per tree removal 5. Tree Well Preparation: Removal of Trees 5”-9” Caliper 20 trees per tree removal 6. Tree Well Preparation: Removal or grinding of large underground tree stump (> 9” diameter) found below cement/asphalt 8 stumps per stump 7. Tree Well Construction: Sawcut Concrete or Asphalt Sidewalk & Dispose of Material 3000 square feet per square foot 8. Tree Well Construction: Sawcut and Stabilize Brick Sidewalk (includes Edging) & Dispose of Material 90 square feet per square foot 9. Tree Well Construction: Remove Cobbles from Edges of Tree Wells and Stabilize Cobble or Brick Sidewalk (includes Edging) & Dispose of Material 120 square feet per square foot 10. Tree Well Preparation: Prepare to Plant Tree in Existing Tree Grate/Guard 3 tree grate plantings per tree grate planting 11. Tree Well Preparation: Remove and Dispose of Tree Grate/Guard 1 tree grate per tree grate 12. Materials: Drip Irrigation Bags 350 bags per bag 13. Materials: Tree Stakes (10’ wooden stakes, 3” diameter or 2” x 3”, per specification) 350 stakes per stake 14. Materials: Fertilizer packets (slow-release) 175 packets per packet 15. Posting of No Parking Signs 175 planting sites per planting site 16. Tree Planting and Initial Maintenance*: Installation through Semi-Final Acceptance 175 trees per tree 17. Police Traffic Detail ($450.00 per day) 18 days $480.00 per day $8,640.00 Watering and Maintenance During 2-Year Warranty Period from Semi-Final Acceptance to Final Acceptance, November 30th 2023 – November 30th, 2025 Approx. Qty. Unit Price Total Price 1. Year 1: Tree Watering and Maintenance 175 trees per tree 2. Year 2: Tree Watering and Maintenance 175 trees per tree Total Fee for 36-Month Contract: *Includes all tools, equipment, labor and materials needed to transport and install trees, including: furnishing and delivering prepared planting soil, compost, mulch, fertilizer packets, removal of existing surface material at tree pit location, digging of pits, soil management, planting of trees, pruning, staking, guying, composting, mulching, weeding, watering, cleanup, tree planting establishment work and care (including watering twice/week for first 30 days), maintenance replacement, Contractor’s and City Urban Forester’s costs of selecting and tagging the trees, and for the two (2) year maintenance guarantee and replacement if required as specified herein. **Watering and Maintenance during two (2) year warranty period includes watering each tree at least one (1) time per week with 20 gallons of water during the growing season (May 15 through November 15, or as directed by City Urban Forester), straightening and resetting plants to proper grades, weeding, mulch replacement, pruning, treating for insect pests and diseases, repairing and replacing tree stakes, guys, and anchors, trash removal, and plant replacement. Bid Form for Alternates See Technical Specifications, Part 1 - General, Section 1.17 ALTERNATES, for instructions. *PLEASE PRINT CLEARLY* The following are ALTERNATES which, if adopted by the City, shall either increase or decrease the Contractor’s base bid contract price and lump sum bid. The City reserves the right to determine the lowest eligible bidder on the basis of the base bid or the adoption of the ALTERNATES, selected in order, and in combination with the base bid. (For example: Base Bid, Base Bid + Alternate 1) Alternate Number Change Description Price Change Unit Cost Maximum Est. No. Total 1 ADD Watering up to 300 additional young trees throughout the city with 20 gallons of water (filling irrigation bag supplied by the City) for a maximum of one-time per week during the 2023 growing season (May 15th, 2023 – November 15th, 2023) ADD $_____________ per tree, per watering incident (2023 growing season) 9,000 (= 300 trees x 30 watering incidents) $________ Total Price for Alternate 1 $________ List of SHADE TREE SPECIES available, including common name, scientific name, caliper size, and the number of trees available for that species and caliper size. For a list of species that the City of Somerville currently plants as street trees, please refer to Recommended Species list. At least 50% of the trees planted through this contract must be classified as native to eastern North America. Among the native species selected, native plants that are straight species (not cultivars) will be prioritized to the extent possible. Trees grown in areas with Spotted Lanternfly infestations will not be accepted. Trees should come from nursery(-ies) that do not use neonicotinoids, to the extent possible. Shade Trees Common Name (include cultivar or variety) Scientific Name (include cultivar or variety) Caliper Size (range) Number Available (B&B) Number Available (Bare Root) Shade Trees, continued Common Name (include cultivar or variety) Scientific Name (include cultivar or variety) Caliper Size (range) Number Available (B&B) Number Available (Bare Root) List of ORNAMENTAL TREE SPECIES available, including common name, scientific name, caliper size, and the number of trees available for that species and caliper size. For a list of species that the City of Somerville currently plants as street trees, please refer to Recommended Species list. At least 50% of the trees planted through this contract must be classified as native to eastern North America. Among the native species selected, native plants that are straight species (not cultivars) will be prioritized to the extent possible. Trees grown in areas with Spotted Lanternfly infestations will not be accepted. Trees should come from nursery(-ies) that do not use neonicotinoids, to the extent possible. Ornamental Trees Common Name (include cultivar or variety) Scientific Name (include cultivar or variety) Caliper Size (range) Number Available (B&B) Number Available (Bare Root) Ornamental Trees, continued Common Name (include cultivar or variety) Scientific Name (include cultivar or variety) Caliper Size (range) Number Available (B&B) Number Available (Bare Root) IFB # 23-38 SECTION 4.0 Spring 2023 & Fall 2023 Tree Planting and Related Services REQUIRE BID FORMS / BIDDERS’ CHECKLIST Please ensure all documents listed on this checklist are included with your bid. Failure to do so may subject the proposer to disqualification. Required with Sealed Bids Signed Cover Letter Form for General Bid Bid Form for Alternates Unit Price Form Somerville Living Wage Form Quality Requirements Form (Section 2.0) List of Shade Tree Species/ List of Ornamental Tree Species Certificate of Non-Collusion & Tax Compliance Certificate of Signature Authority Reference Form (or equivalent may be attached) 5% Bid Deposit Prevailing / Davis Bacon Wages Statement of Compliance Form Wage Theft Certification Form OSHA Form Vulnerable Road Users Ordinance Acknowledgement of Addenda (if applicable) Byrd Anti-Lobbying Certification (Federally funded contracts Over $100,000) Signed W9 Required with Contract, Post Award Certificate of Good Standing from Secretary of State (furnish with bid if available) Certificate of Insurance (furnish sample certificate with bid, if possible) Statement of Management (if applicable) Payment Bond (100% of Contract Value) Bid ref.: Contract Number: Online at: https://www.somervillema.gov/procurement Page 1 of 2 WAGE THEFT ORDINANCE CERTIFICATION FORM CITY OF SOMERVILLE CODE OF ORDINANCES / 2019 / ORDINANCE NO. 2019-24 et seq*. Instructions: Contractors shall complete this form and sign and date where indicated below. This form will be attached to the contract or subcontract and the certifications made herein shall be incorporated as part of such contract or subcontract. Purpose: The purpose of this form is to ensure that such vendors comply with applicable federal and state wage laws, treat their employees fairly and ensure that wage theft does not occur on their projects. Definition of “Wage Theft”: an action by an Employer, their officers, agents or employees causing an Employer not to make a timely and/or complete payment of Wages, not to pay the Minimum Wage or Prevailing Wage, or not to pay Overtime earned and owing to an Employee. CERTIFICATIONS Whenever the City of Somerville is procuring construction services subject to the provisions of M.G.L. c. 149, c. 149A or c. 30, §39M, the terms of the Somerville Wage Theft Ordinance shall be incorporated into the procurement documents and made part of the specifications and contract. Any person, company or corporation shall acknowledge, in writing, receipt of said requirements with their bid or proposal and/or contract. The undersigned bidder, proposer, contractor, subcontractor and/or trade contractor hereby acknowledges receipt of the below referenced requirements and verifies under oath that they will comply with the conditions set forth in the Somerville Wage Theft Ordinance 2019-24, which shall be incorporated into any contract entered into between the City and contractor. The contractor shall not have been found within the past five years by a court or governmental agency in violation of any law relating to providing workers compensation insurance coverage, misclassification of employees as independent contractors, payment of employer payroll taxes, employee income tax withholding, earned sick time, wage and hour laws, prompt payment laws, or prevailing wage laws. The contractor shall maintain appropriate industrial accident insurance sufficient to provide coverage for all the employees on the project in accordance with M.G.L. c. 152 and provide documentary proof of such coverage included with the contractor's submitted bid to the inspectional services department to be maintained as a public record. *Read entire ordinance online at: https://library.municode.com/ma/somerville/ordinances/code_of_ordinances?nodeId=1001376 or request from the Procurement & Contracting Services Department. https://www.somervillema.gov/procurement https://library.municode.com/ma/somerville/ordinances/code_of_ordinances?nodeId=1001376 Bid ref.: Contract Number: Online at: https://www.somervillema.gov/procurement Page 2 of 2 The contractor shall properly classify employees as employees rather than independent contractors and treat them accordingly for purposes of prevailing wages and overtime, workers compensation insurance coverage, social security taxes and state and federal income tax withholding. (M.G.L. c. 149, § 148B on employee classification). The contractor shall comply with M.G.L. c. 151, § 1A and M.G.L. c. 149, § 148 with respect to the payment of wages. The city contractor must make arrangements to ensure that each employee of every contractor and subcontractor of any tier entering or leaving the project individually completes the appropriate entries in a daily sign-in/out log. The sign in/out log shall include: the location of the project; current date; printed employee name; signed employee name; name of employee's employer and the time of each entry or exiting. The log shall contain a prominent notice that employees are entitled under state law to receive the prevailing wage rate for their work on the project. Such sign-in/out logs shall be provided to the city on a weekly basis with the certified payrolls and shall be a public record. Each contractor of any tier, prior to performing any work on the project, shall sign under oath and provide to the city contractor a certification that they are not debarred or otherwise prevented from bidding for or performing work on a public project in the Commonwealth of Massachusetts or in the city. The contractor must comply with state and, where applicable, federal prevailing wage laws. Contractor shall submit weekly certified payrolls to the City for all employees working on the contract including subcontracted workers at all tiers. Contractor shall use the current standard Massachusetts weekly certified payroll report form. Each contractor shall provide a copy of the OSHA 10 card for every employee attached to the first certified payroll they submit on which the employee appears. Each payment requisition shall include the following certification: I certify under oath that each payment requisition is in full compliance with all obligations forth in the Wage Theft Ordinance. SIGNED UNDER THE PAINS AND PENALTIES OF PERJURY, Signature: _________________________________ (Duly Authorized Representative of Contractor) Title: ______________________________ Name of Contractor:_________________________________________ Date: ____________________________ https://www.somervillema.gov/procurement Form:___ CITY OF SOMERVILLE Rev. 04/14/2022 Contract Number:________ Online at: https://www.somervillema.gov/departments/finance/procurement-and-contracting- services Page 1 of 3 SOMERVILLE LIVING WAGE ORDINANCE CERTIFICATION FORM CITY OF SOMERVILLE CODE OF ORDINANCES SECTION 2-397 et seq*. Instructions: This form shall be included in all Invitations for Bids and Requests for Proposals which involve the furnishing of labor, time or effort (with no end product other than reports) by vendors contracting or subcontracting with the City of Somerville, where the contract price meets or exceeds the following dollar threshold: $10,000. If the undersigned is selected, this form will be attached to the contract or subcontract and the certifications made herein shall be incorporated as part of such contract or subcontract. Complete this form and sign and date where indicated below on page 2. Purpose: The purpose of this form is to ensure that such vendors pay a “Living Wage” (defined below) to all covered employees (i.e., all employees except individuals in a city, state or federally funded youth program). In the case of bids, the City will award the contract to the lowest responsive and responsible bidder paying a Living Wage. In the case of RFP’s, the City will select the most advantageous proposal from a responsive and responsible offeror paying a Living Wage. In neither case, however, shall the City be under any obligation to select a bid or proposal that exceeds the funds available for the contract. Definition of “Living Wage”: For this contract or subcontract, as of 7/1/2022 “Living Wage” shall be deemed to be an hourly wage of no less than $15.96 per hour. From time to time, the Living Wage may be upwardly adjusted and amendments, if any, to the contract or subcontract may require the payment of a higher hourly rate if a higher rate is then in effect. CERTIFICATIONS 1. The undersigned shall pay no less than the Living Wage to all covered employees who directly expend their time on the contract or subcontract with the City of Somerville. 2. The undersigned shall post a notice, (copy enclosed), to be furnished by the contracting City Department, informing covered employees of the protections and obligations provided for in the Somerville Living Wage Ordinance, and that for assistance and information, including copies of the Ordinance, employees should contact the contracting City Department. Such notice shall be posted in each location where services are performed by covered employees, in a conspicuous place where notices to employees are customarily posted. 3. The undersigned shall maintain payrolls for all covered employees and basic records relating hereto and shall preserve them for a period of three years. The records shall contain the name and address of each employee, the number of hours worked, the gross wages, a copy of the social *Copies of the Ordinance are available upon request to the Procurement & Contracting Services Department. https://www.somervillema.gov/departments/finance/procurement-and-contracting-services https://www.somervillema.gov/departments/finance/procurement-and-contracting-services Form:___ CITY OF SOMERVILLE Rev. 04/14/2022 Contract Number:________ Online at: https://www.somervillema.gov/departments/finance/procurement-and-contracting- services Page 2 of 3 security returns, and evidence of payment thereof and such other data as may be required by the contracting City Department from time to time. 4. The undersigned shall submit payroll records to the City upon request and, if the City receives information of possible noncompliance with the provisions the Somerville Living Wage Ordinance, the undersigned shall permit City representatives to observe work being performed at the work site, to interview employees, and to examine the books and records relating to the payrolls being investigated to determine payment of wages. 5. The undersigned shall not fund wage increases required by the Somerville Living Wage Ordinance by reducing the health insurance benefits of any of its employees. 6. The undersigned agrees that the penalties and relief set forth in the Somerville Living Wage Ordinance shall be in addition to the rights and remedies set forth in the contract and/or subcontract. CERTIFIED BY: Signature: _________________________________ (Duly Authorized Representative of Vendor) Title: ______________________________ Name of Vendor:_________________________________________ Date: ____________________________ https://www.somervillema.gov/departments/finance/procurement-and-contracting-services https://www.somervillema.gov/departments/finance/procurement-and-contracting-services Form:___ CITY OF SOMERVILLE Rev. 04/14/2022 Contract Number:________ Online at: https://www.somervillema.gov/departments/finance/procurement-and-contracting- services Page 3 of 3 INSTRUCTIONS: PLEASE POST NOTICE TO ALL EMPLOYEES REGARDING PAYMENT OF LIVING WAGE Under the Somerville, Massachusetts’ Living Wage Ordinance (Ordinance No. 1999-1), any person or entity who has entered into a contract with the City of Somerville is required to pay its employees who are involved in providing services to the City of Somerville no less than a “Living Wage”. The Living Wage as of 7/1/2022 is $15.96 per hour. The only employees who are not covered by the Living Wage Ordinance are individuals in a Youth Program. “Youth Program” as defined in the Ordinance, “means any city, state or federally funded program which employs youth, as defined by city, state or federal guidelines, during the summer, or as part of a school to work program, or in any other related seasonal or part-time program.” For assistance and information regarding the protections and obligations provided for in the Living Wage Ordinance and/or a copy of the Living Wage Ordinance, all employees should contact the City of Somerville’s Procurement & Contracting Services Department directly. https://www.somervillema.gov/departments/finance/procurement-and-contracting-services https://www.somervillema.gov/departments/finance/procurement-and-contracting-services Form:___ CITY OF SOMERVILLE Rev. 08/01/12 Contract Number:________ Online at: www.somervillema.gov/purchasing Page 1 of 1 Non-Collusion Form and Tax Compliance Certification Instructions: Complete each part of this two-part form and sign and date where indicated below. A. NON-COLLUSION FORM I, the undersigned, hereby certify 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: _________________________________ (Individual Submitted Bid or Proposal) Duly Authorized Name of Business or Entity:_________________________________________ Date: ____________________________ B. TAX COMPLIANCE CERTIFICATION Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support, as well as paid all contributions and payments in lieu of contributions pursuant to MGL 151A, §19A(b). Signature: _________________________________ (Duly Authorized Representative of Vendor) Name of Business or Entity:_________________________________________ Social Security Number or Federal Tax ID#:___________________________ Date: ____________________________ http://www.somervillema.gov/purchasing� Form:___ CITY OF SOMERVILLE Rev. 08/01/12 Contract Number:________ Online at: www.somervillema.gov/purchasing Page 1 of 1 Certificate of Authority (Corporations Only) Instructions: Complete this form and sign and date where indicated below. 1. I hereby certify that I, the undersigned, am the duly elected Clerk/Secretary of _______________________________________________________________________. (Insert Full Name of Corporation) 2. I hereby certify that the following individual _________________________________ (Insert the Name of Officer who Signed the Contract and Bonds) is the duly elected___________________________________ of said Corporation. (Insert the Title of the Officer in Line 2) 3. I hereby certify that on ___________________________________ (Insert Date: Must be on or before Date Officer Signed Contract/Bonds) at a duly authorized meeting of the Board of Directors of said corporation, at which a quorum was present, it was voted that ______________________________ ______________________________ (Insert Name of Officer from Line 2) (Insert Title of Officer from Line 2) of this corporation be and hereby is authorized to make, enter into, execute, and deliver contracts and bonds in the name and on behalf of said corporation, and affix its Corporate Seal thereto, and such execution of any contract of obligation in this corporation’s name and on its behalf, with or without the Corporate Seal, shall be valid and binding upon this corporation; and that the above vote has not been amended or rescinded and remains in full force and effect as of the date set forth below. 4. ATTEST: Signature: _____________________________ AFFIX CORPORATE SEAL HERE (Clerk or Secretary) Printed Name: _________________________ Printed Title:___________________________ Date: ____________________________ (Date Must Be on or after Date Officer Signed Contract/Bonds) http://www.somervillema.gov/purchasing� Form:___ CITY OF SOMERVILLE Rev. 08/01/12 Contract Number:________ Online at: www.somervillema.gov/purchasing Page 1 of 1 Certificate of Authority (Limited Liability Companies Only) Instructions: Complete this form and sign and date where indicated below. 1. I, the undersigned, being a member or manager of _______________________________________________________________________, (Complete Name of Limited Liability Company) a limited liability company (LLC) hereby certify as to the contents of this form for the purpose of contracting with the City of Somerville. 2. The LLC is organized under the laws of the state of: _______________. 3. The LLC is managed by (check one) a Manager or by its Members. 4. I hereby certify that each of the following individual(s) is: • a member/manager of the LLC; • duly authorized to execute and deliver this contract, agreement, and/or other legally binding documents relating to any contract and/or agreement on behalf of the LLC; • duly authorized to do and perform all acts and things necessary or appropriate to carry out the terms of this contract or agreement on behalf of the LLC; and • that no resolution, vote, or other document or action is necessary to establish such authority. Name Title 5. Signature:__________________________________________ Printed Name: __________________________________________ Printed Title:____________________________________________ Date: ____________________________ http://www.somervillema.gov/purchasing� REFERENCE FORM Bidder: IFB Title: Bidder must provide references for: Three other similar sized Municipalities provided the same services Reference:________________________________ Contact:____________________ Address:___________________________________ Phone:____________________ __________________________________________ Email:_____________________ Description and date(s) of supplies or services provided:_______________________ ____________________________________________________________________ ____________________________________________________________________ Reference:________________________________ Contact:____________________ Address:___________________________________ Phone:____________________ __________________________________________ Email:______________________ Description and date(s) of supplies or services provided:________________________ _____________________________________________________________________ _____________________________________________________________________ Reference:________________________________ Contact:____________________ Address:___________________________________ Phone:_____________________ __________________________________________ Email:______________________ Description and date(s) of supplies or services provided:________________________ _____________________________________________________________________ _____________________________________________________________________ 05/14 WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, §27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form is available from the Department of Labor Standards (DLS) at www.mass.gov/dols/pw and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. On a weekly basis, every contractor and subcontractor is required to submit a certified copy of their weekly payroll records to the awarding authority; this includes the payroll forms and the Statement of Compliance form. The certified payroll records must be submitted either by regular mail or by e-mail to the awarding authority. Once collected, the awarding authority is required to preserve those records for three years from the date of completion of the project. Each such contractor and subcontractor shall furnish weekly and within 15 days after completion of its portion of the work, to the awarding authority directly by first-class mail or e-mail, a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form, accompanied by their payroll: STATEMENT OF COMPLIANCE _______________, 20_______ I,___________________________________,___________________________________ (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by ___________________________________ on the ______________________________ (Contractor, subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature _________________________ Title _____________________________ http://www.mass.gov/dols/pw 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 Rates MAURA HEALEY LAUREN JONES SecretaryGovernor MICHAEL FLANAGAN Spring 2023 & Fall 2023 Tree Planting and Related Services Director Awarding Authority: Somerville, City of City/Town:Contract Number: IFB 23-38 SOMERVILLE Description of Work: Job Location: Various Locations Wage Request Number: 20230207-083Issue Date: 02/08/2023 Information about Prevailing Wage Schedules for Awarding Authorities and Contractors • 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 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, the 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. The annual update requirement is not applicable to 27F “rental of equipment” contracts. The updated wage schedule must be provided to all contractors, including general and sub-contractors, working on the construction project. • 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 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 a sub- contractor. • Apprentices working on the project are required to be registered with the Massachusetts Division of Apprentice Standards (DAS). Apprentices must keep their apprentice identification card on their persons 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 DAS regardless of whether they are registered with another federal, state, local, or private agency must be paid the journeyworker's rate. • Every contractor or subcontractor working on the construction project must 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. For a sample payroll reporting form go to 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. • Contractors must obtain the wage schedules from awarding authorities. 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. • Employees not receiving the prevailing wage rate set forth on the wage schedule may file a complaint with the Fair Labor Division of the office of the Attorney General at (617) 727-3465. KIM DRISCOLL Lt. Governor Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A $66.47 12/01/2021 $13.41 $0.00 $37.05 $16.01 (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A $66.54 12/01/2021 $13.41 $0.00 $37.12 $16.01 (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A $66.66 12/01/2021 $13.41 $0.00 $37.24 $16.01 ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 1) $135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR LABORERS - ZONE 1 $70.60 12/01/2022 $9.10 $0.00 $43.93 $17.57 $71.60 06/01/2023 $9.10 $0.00 $44.93 $17.57 $72.85 12/01/2023 $9.10 $0.00 $46.18 $17.57 For apprentice rates see "Apprentice- LABORER" AIR TRACK OPERATOR (HEAVY & HIGHWAY) LABORERS - ZONE 1 (HEAVY & HIGHWAY) $70.50 12/01/2022 $9.35 $0.00 $43.33 $17.82 $71.50 06/01/2023 $9.35 $0.00 $44.33 $17.82 $72.75 12/01/2023 $9.35 $0.00 $45.58 $17.82 $74.23 06/01/2024 $9.35 $0.00 $47.06 $17.82 $75.70 12/01/2024 $9.35 $0.00 $48.53 $17.82 $77.20 06/01/2025 $9.35 $0.00 $50.03 $17.82 $78.70 12/01/2025 $9.35 $0.00 $51.53 $17.82 $80.25 06/01/2026 $9.35 $0.00 $53.08 $17.82 $81.75 12/01/2026 $9.35 $0.00 $54.58 $17.82 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) ASBESTOS REMOVER - PIPE / MECH. EQUIPT. HEAT & FROST INSULATORS LOCAL 6 (BOSTON) $60.35 12/01/2020 $12.80 $0.00 $38.10 $9.45 ASPHALT RAKER LABORERS - ZONE 1 $70.10 12/01/2022 $9.10 $0.00 $43.43 $17.57 $71.10 06/01/2023 $9.10 $0.00 $44.43 $17.57 $72.35 12/01/2023 $9.10 $0.00 $45.68 $17.57 For apprentice rates see "Apprentice- LABORER" ASPHALT RAKER (HEAVY & HIGHWAY) LABORERS - ZONE 1 (HEAVY & HIGHWAY) $70.00 12/01/2022 $9.35 $0.00 $42.83 $17.82 $71.00 06/01/2023 $9.35 $0.00 $43.83 $17.82 $72.25 12/01/2023 $9.35 $0.00 $45.08 $17.82 $73.73 06/01/2024 $9.35 $0.00 $46.56 $17.82 $75.20 12/01/2024 $9.35 $0.00 $48.03 $17.82 $76.70 06/01/2025 $9.35 $0.00 $49.53 $17.82 $78.20 12/01/2025 $9.35 $0.00 $51.03 $17.82 $79.75 06/01/2026 $9.35 $0.00 $52.58 $17.82 $81.25 12/01/2026 $9.35 $0.00 $54.08 $17.82 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) Issue Date: Wage Request Number:02/08/2023 Page 2 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE OPERATING ENGINEERS LOCAL 4 $83.93 12/01/2022 $14.25 $0.00 $53.63 $16.05 $85.18 06/01/2023 $14.25 $0.00 $54.88 $16.05 $86.43 12/01/2023 $14.25 $0.00 $56.13 $16.05 $87.73 06/01/2024 $14.25 $0.00 $57.43 $16.05 $89.18 12/01/2024 $14.25 $0.00 $58.88 $16.05 $90.48 06/01/2025 $14.25 $0.00 $60.18 $16.05 $91.93 12/01/2025 $14.25 $0.00 $61.63 $16.05 $93.23 06/01/2026 $14.25 $0.00 $62.93 $16.05 $94.68 12/01/2026 $14.25 $0.00 $64.38 $16.05 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 $83.93 12/01/2022 $14.25 $0.00 $53.63 $16.05 $85.18 06/01/2023 $14.25 $0.00 $54.88 $16.05 $86.43 12/01/2023 $14.25 $0.00 $56.13 $16.05 $87.73 06/01/2024 $14.25 $0.00 $57.43 $16.05 $89.18 12/01/2024 $14.25 $0.00 $58.88 $16.05 $90.48 06/01/2025 $14.25 $0.00 $60.18 $16.05 $91.93 12/01/2025 $14.25 $0.00 $61.63 $16.05 $93.23 06/01/2026 $14.25 $0.00 $62.93 $16.05 $94.68 12/01/2026 $14.25 $0.00 $64.38 $16.05 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BARCO-TYPE JUMPING TAMPER LABORERS - ZONE 1 $70.10 12/01/2022 $9.10 $0.00 $43.43 $17.57 $71.10 06/01/2023 $9.10 $0.00 $44.43 $17.57 $72.35 12/01/2023 $9.10 $0.00 $45.68 $17.57 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER LABORERS - ZONE 1 $70.60 12/01/2022 $9.10 $0.00 $43.93 $17.57 $71.60 06/01/2023 $9.10 $0.00 $44.93 $17.57 $72.85 12/01/2023 $9.10 $0.00 $46.18 $17.57 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER (HEAVY & HIGHWAY) LABORERS - ZONE 1 (HEAVY & HIGHWAY) $70.50 12/01/2022 $9.35 $0.00 $43.33 $17.82 $71.50 06/01/2023 $9.35 $0.00 $44.33 $17.82 $72.75 12/01/2023 $9.35 $0.00 $45.58 $17.82 $74.23 06/01/2024 $9.35 $0.00 $47.06 $17.82 $75.70 12/01/2024 $9.35 $0.00 $48.53 $17.82 $77.20 06/01/2025 $9.35 $0.00 $50.03 $17.82 $78.70 12/01/2025 $9.35 $0.00 $51.53 $17.82 $80.25 06/01/2026 $9.35 $0.00 $53.08 $17.82 $81.75 12/01/2026 $9.35 $0.00 $54.58 $17.82 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) BOILER MAKER BOILERMAKERS LOCAL 29 $74.75 01/01/2023 $7.07 $0.00 $47.37 $20.31 $75.79 01/01/2024 $7.07 $0.00 $48.12 $20.60 Issue Date: Wage Request Number:02/08/2023 Page 3 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date BOILERMAKER - Local 29Apprentice - 01/01/2023 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $30.79 $7.07 $13.22 $0.00 $51.08 65 2 $30.79 $7.07 $13.22 $0.00 $51.08 65 3 $33.16 $7.07 $14.23 $0.00 $54.46 70 4 $35.53 $7.07 $15.24 $0.00 $57.84 75 5 $37.90 $7.07 $16.25 $0.00 $61.22 80 6 $40.26 $7.07 $17.28 $0.00 $64.61 85 7 $42.63 $7.07 $18.28 $0.00 $67.98 90 8 $45.00 $7.07 $19.32 $0.00 $71.39 95 01/01/2024 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $31.28 $7.07 $13.22 $0.00 $51.57 65 2 $31.28 $7.07 $13.22 $0.00 $51.57 65 3 $33.68 $7.07 $14.23 $0.00 $54.98 70 4 $36.09 $7.07 $15.24 $0.00 $58.40 75 5 $38.50 $7.07 $16.25 $0.00 $61.82 80 6 $40.90 $7.07 $17.28 $0.00 $65.25 85 7 $43.31 $7.07 $18.28 $0.00 $68.66 90 8 $45.71 $7.07 $19.32 $0.00 $72.10 95 Notes: Apprentice to Journeyworker Ratio:1:4 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (BOSTON) $94.18 02/01/2023 $11.49 $0.00 $60.35 $22.34 $96.23 08/01/2023 $11.49 $0.00 $62.40 $22.34 $97.48 02/01/2024 $11.49 $0.00 $63.65 $22.34 $99.58 08/01/2024 $11.49 $0.00 $65.75 $22.34 $100.88 02/01/2025 $11.49 $0.00 $67.05 $22.34 $103.03 08/01/2025 $11.49 $0.00 $69.20 $22.34 $104.38 02/01/2026 $11.49 $0.00 $70.55 $22.34 $106.58 08/01/2026 $11.49 $0.00 $72.75 $22.34 $107.98 02/01/2027 $11.49 $0.00 $74.15 $22.34 Issue Date: Wage Request Number:02/08/2023 Page 4 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date BRICK/PLASTER/CEMENT MASON - Local 3 BostonApprentice - 02/01/2023 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $30.18 $11.49 $22.34 $0.00 $64.01 50 2 $36.21 $11.49 $22.34 $0.00 $70.04 60 3 $42.25 $11.49 $22.34 $0.00 $76.08 70 4 $48.28 $11.49 $22.34 $0.00 $82.11 80 5 $54.32 $11.49 $22.34 $0.00 $88.15 90 08/01/2023 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $31.20 $11.49 $22.34 $0.00 $65.03 50 2 $37.44 $11.49 $22.34 $0.00 $71.27 60 3 $43.68 $11.49 $22.34 $0.00 $77.51 70 4 $49.92 $11.49 $22.34 $0.00 $83.75 80 5 $56.16 $11.49 $22.34 $0.00 $89.99 90 Notes: Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER OPERATING ENGINEERS LOCAL 4 $83.35 12/01/2022 $14.25 $0.00 $53.05 $16.05 $84.59 06/01/2023 $14.25 $0.00 $54.29 $16.05 $85.83 12/01/2023 $14.25 $0.00 $55.53 $16.05 $87.11 06/01/2024 $14.25 $0.00 $56.81 $16.05 $88.55 12/01/2024 $14.25 $0.00 $58.25 $16.05 $89.83 06/01/2025 $14.25 $0.00 $59.53 $16.05 $91.27 12/01/2025 $14.25 $0.00 $60.97 $16.05 $92.55 06/01/2026 $14.25 $0.00 $62.25 $16.05 $93.99 12/01/2026 $14.25 $0.00 $63.69 $16.05 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE $71.05 12/01/2022 $9.35 $0.00 $43.73 $17.97 $72.05 06/01/2023 $9.35 $0.00 $44.73 $17.97 $73.30 12/01/2023 $9.35 $0.00 $45.98 $17.97 $74.78 06/01/2024 $9.35 $0.00 $47.46 $17.97 $76.25 12/01/2024 $9.35 $0.00 $48.93 $17.97 $77.75 06/01/2025 $9.35 $0.00 $50.43 $17.97 $79.25 12/01/2025 $9.35 $0.00 $51.93 $17.97 $80.80 06/01/2026 $9.35 $0.00 $53.48 $17.97 $82.30 12/01/2026 $9.35 $0.00 $54.98 $17.97 For apprentice rates see "Apprentice- LABORER" Issue Date: Wage Request Number:02/08/2023 Page 5 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE $69.90 12/01/2022 $9.35 $0.00 $42.58 $17.97 $70.90 06/01/2023 $9.35 $0.00 $43.58 $17.97 $72.15 12/01/2023 $9.35 $0.00 $44.83 $17.97 $73.63 06/01/2024 $9.35 $0.00 $46.31 $17.97 $75.10 12/01/2024 $9.35 $0.00 $47.78 $17.97 $76.60 06/01/2025 $9.35 $0.00 $49.28 $17.97 $78.10 12/01/2025 $9.35 $0.00 $50.78 $17.97 $79.65 06/01/2026 $9.35 $0.00 $52.33 $17.97 $81.15 12/01/2026 $9.35 $0.00 $53.83 $17.97 For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE $69.90 12/01/2022 $9.35 $0.00 $42.58 $17.97 $70.90 06/01/2023 $9.35 $0.00 $43.58 $17.97 $72.15 12/01/2023 $9.35 $0.00 $44.83 $17.97 $73.63 06/01/2024 $9.35 $0.00 $46.31 $17.97 $75.10 12/01/2024 $9.35 $0.00 $47.78 $17.97 $76.60 06/01/2025 $9.35 $0.00 $49.28 $17.97 $78.10 12/01/2025 $9.35 $0.00 $50.78 $17.97 $79.65 06/01/2026 $9.35 $0.00 $52.33 $17.97 $81.15 12/01/2026 $9.35 $0.00 $53.83 $17.97 For apprentice rates see "Apprentice- LABORER" CARBIDE CORE DRILL OPERATOR LABORERS - ZONE 1 $70.10 12/01/2022 $9.10 $0.00 $43.43 $17.57 $71.10 06/01/2023 $9.10 $0.00 $44.43 $17.57 $72.35 12/01/2023 $9.10 $0.00 $45.68 $17.57 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 1 (Metro Boston) $83.42 09/01/2022 $8.68 $0.00 $54.77 $19.97 $84.27 03/01/2023 $8.68 $0.00 $55.62 $19.97 Issue Date: Wage Request Number:02/08/2023 Page 6 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date CARPENTER - Zone 1 Metro BostonApprentice - 09/01/2022 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $27.39 $8.68 $1.73 $0.00 $37.80 50 2 $32.86 $8.68 $1.73 $0.00 $43.27 60 3 $38.34 $8.68 $14.78 $0.00 $61.80 70 4 $41.08 $8.68 $14.78 $0.00 $64.54 75 5 $43.82 $8.68 $16.51 $0.00 $69.01 80 6 $43.82 $8.68 $16.51 $0.00 $69.01 80 7 $49.29 $8.68 $18.24 $0.00 $76.21 90 8 $49.29 $8.68 $18.24 $0.00 $76.21 90 03/01/2023 Health Pension Supplemental UnemploymentStep Apprentice Base Wage Total Ratepercent Effective Date - 1 $27.81 $8.68 $1.73 $0.00 $38.22 50 2 $33.37 $8.68 $1.73 $0.00 $43.78 60 3 $38.93 $8.68 $14.78 $0.00 $62.39 70 4 $41.72 $8.68 $14.78 $0.00 $65.18 75 5 $44.50 $8.68 $16.51 $0.00 $69.69 80 6 $44.50 $8.68 $16.51 $0.00 $69.69 80 7 $50.06 $8.68 $18.24 $0.00 $76.98 90 8 $50.06 $8.68 $18.24 $0.00 $76.98 90 Notes: % Indentured After 10/1/17; 45/45/55/55/70/70/80/80 Step 1&2 $35.03/ 3&4 $42.20/ 5&6 $63.53/ 7&8 $70.74 Apprentice to Journeyworker Ratio:1:5 CARPENTER WOOD FRAME CARPENTERS -ZONE 1 (Wood Frame) $51.15 10/01/2022 $7.21 $0.00 $35.14 $8.80 $51.80 04/01/2023 $7.21 $0.00 $35.79 $8.80 All Aspects of New Wood Frame Work Issue Date: Wage Request Number:02/08/2023 Page 7 of 4120230207-083 Classification Total RateBase Wage Health Pension Supplemental Unemployment Effective Date CARPENTER

City Hall 93 Highland Ave. Somerville, MA 02143Location

Address: City Hall 93 Highland Ave. Somerville, MA 02143

Country : United StatesState : Massachusetts

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.