Loading...
HomeMy WebLinkAboutContract #: 006125 - From: 06-30-2014 To: - Worldwide Industries Corporation - Town of North AndoverTOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Raymond Koren, President Worldwide Industries Corporation P.O. Box 1681 Butler, PA 16003-1681 Dear Mr. Koren: December 2, 2013 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the executed contract between the Town of North Andover and Worldwide Industries Corporation for miscellaneous appurtenance repairs and replacements, and minor coating repairs at the Bradford Street Standpipe: In accordance with Massachusetts General Laws, you are required to pay prevailing wage for work performed under this contract. For each week work is performed, you are required to submit certified weekly payroll records. The certified weekly payroll records are to be sent to: Ms. Linda Hmurciak, Superintendent Water Treatment Plant 420 Great Pond Road North Andover, MA 01845 If you have any questions and/or concerns, please call me. Sincerely, /3cL7 Raymond T. Santilli Assistant Town Manager Enclosure cc., Linda Hmurciak, WTP Contract File TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Attorney Carol McGravey Urbelis & Fieldsteel, LLP 155 Federal Street Boston, MA 02110 Dear Ms. McGravey: f NORTH 1 p tt4�o .°� ti0 F F * �n °germ 9SSACHUS�� November 18, 2013 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find for your review and approval three (3) original contracts, with accompanying documentation, between the Town of North Andover and Worldwide Industries Corporation for miscellaneous appurtenance repairs and replacements, and minor coating repairs at the Bradford Street Standpipe per the Invitation for Bids dated September 25, 2013. The value of the contract is $33,940 thus a payment bond in the amount of $16,970 is included. The prevailing wage report is not attached to the contracts being sent to you. It will be attached to each contract document prior to final execution. Thank you in advance for your attention to this matter. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Raymond Koren, President Worldwide Industries Corporation P.O. Box 1681 Butler, PA 16003-1681 Dear Mr. Koren: E vtoRTN 1 O tt�eo �a� a0 O p SSACHUSE� October 23, 2013 TEL (978) 688-9516 FAX (978) 688-9556 The Town of North Andover has decided to award a contract to Worldwide Industries Corporation for miscellaneous appurtenance repairs and replacements, and minor coating repairs at the Bradford Street Standpipe per the Invitation for Bids dated September 25, 2013. Enclosed please find three (3) original standard Town of North Andover contracts for appropriate review and signature. Please return the signed contract documents and all required accompanying paperwork to my attention as soon as possible. Please ensure that all insurance certificates list the Town of North Andover as an "additional insured". In accordance with Massachusetts General Laws, you are required to provide a payment bond, on the Town's form that is enclosed, in the amount of 50% of the value of the contract. As the value of the contract is $33,940, a payment bond is required in the amount of $16,970. If you have any questions and/or concerns, please call me. Sincerely, dar�-T-Y.--,A Raymond T. Santilli Assistant Town Manager Enclosures `A' TOWN OF NORTH ANDOVER CONTRACT CONTRACT# DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Worldwide Industries Corporation Address: P.O. Box 1681 Butler, PA 16003-1681 Telephone Number: 724-283-9845 Fax Number: 724-283-1772 1. This is a Contract for the procurement of the following: Miscellaneous appurtenance repairs and replacements, and minor coating repairs a the Bradford Street Standpipe per the Invitation for Bids dated September 25, 2013 2. The Contract price to be paid to the Contractor by the Town of North Andover is: Base Bid $ 21,640.00 Alternate A $ 7,200.00 Alternate B $ 5,100.00 3. Payment will be made as follows: Upon completion of services and receipt of invoice, net 30 4. Definitions 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by (Rev 5-2007) Contract by and between Town of North Andover and Worldwide Industries Corporation Page 1 r ,e authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before June 30, 2014, unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. (Rev 5-2007) Contract by and between Town of North Andover and Worldwide Industries Corporation Page 2 Bid Results — Bradford Street Standpipe Improvements Vendor Base Bid Alternate A Alternate B Amstar of Western New York, Inc $ 56,000 $ 3,500 $ 16,000 Atlas Painting and Sheeting Corp $ 375,000 $ 10,000 $ 10,000 Hemi Enterprises Inc $ 33,700 $ 5,200 $ 8,500 Pittsburg Tank & Tower Maintenance $ 98,000 $ 24,000 $ 10,000 Shipsview Inc $ 89,000 $ 3,250 $ 4,750 Superior Industrial Maintenance Co $ 99,200 $ 9,500 $ 8,500 Utility Service Company, Inc $ 119,131 $ 1 $ 1 Worldwide Industries Corp $ 21,640 $ 7,200 $ 5,100 APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid $ Z 1, (o 4o •bo Alternate A $ '7900 . (-,V> Alternate B Addenda Business Name Business Address Pb. k are acknowledged: S'ioo • b el Signature — I6'R Business Phone(12-4) 293— q$ y5 Fax e72 9) 293 " I -1-j Z, Email Address Ghr�P•�.b (��r e- Wer- I Avi i Ar-, &-k'A'exa . Co r,^ Name of ?),-rson Authorized to sign Price Proposal Tile of Per n thorized to sign Price Proposal Signature of Above Person Town of North Andover IFB Page 40 of 65 Bradford Street Standpipe Improvements Town of North Andover will not be charged late fees unless payment is not made within sixty (60) days of the receipt of invoice. The Town of North Andover is a tax exempt entity so no sales tax will be assessed to any purchases made under this proposed contract. 10. Term of Contract The successful bidder will be required to execute the standard Town of North Andover contract and the appropriate supplement as attached. Town of North Andover IFB Page 39 of 65 Bradford Street Standpipe Improvements CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the l 0r 1Al >; eit held on a-� - t I 2-013 it was VOTED, THAT d'W�ame)--' �"s o c�t..n`� (Officer) of 1f" <<�d ��►�� be and hereby is authorized to execute contracts and bonds in r the name and on behalf of saidand affix its corporate seal hereto; �c����+, o-, t' and such execution of any contract or obligation in the name of On its behalf by such officer under seal of �,r.ci �nr c� , shall be valid and binding upon -c ,—J I hereby certify that I am the clerk of the above named and that is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this con ct. (Date) (Clerk) Town of North Andover IFB Page 63 of 65 Bradford Street Standpipe Improvements CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, _�Wrot r organization, entity, or group of individuals. Date f0 — /5 `/3 �j L�154r_ P ' Name &Title Company Name CERTIFICATE OF TAX COMPLIANCE rsuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I V_�rv­, , authorized signatory for NWA of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. i Signatuf Town of North Andover IFB Bradford Street Standpipe Improvements Lb Date Page 61 of 65 ,acoR>o® CERTIFICATE OF LIABILITY INSURANCEF10/28/20(MMIDDIYY13D INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Best Insurance Agency 340 S. Main St., P.O. Box 670 Butler PA 16003-0670 CONTACT Jamie McDonald NAME: PHONE (724)283-5670 FAX No: (724)283-1160 ADDRESS:Jamie@bestinsurancebutler.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:ESSex Insurance Co. 3/ O ac INSURED Worldwide Industries Corp., DBA: K.M.A. Inc. 470 Mitchell Hill Rd. P.O. Box 1681 Butler PA 16003-1681 INSURER B :Cincinnati Insurance Co. p b I7 INSURER C :RSUI Indemnit Co. 0,31 . INSURER D:Navi ators Specialty Ins. Co. 056 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:coi 2013 -14 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDDIYYYY) POLICY EXP (MM/DD1YYYY1 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X 3DJ5431 /20/2013 /20/2014 DAMAGE TO RENTED PREMISES Ea occurrence $ 50,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 X $8,500 ded/occu X XCU included GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 PRO LOC ri POLICY X JFCT $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ B X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X PP0181363 /20/2013 /20/2014 BODILY INJURY (Per accident) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE $ Per accident Uninsured motorist combined $ 1,000,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 9,000,000 AGGREGATE $ C EXCESS LIAB CLAIMS -MADE DED I X I RETENTION$ 10,000 $ NRA062728 /20/2013 /20/2014 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXE"'IVE WC STATU- X OTH- I EEL E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N I A 3DJ5431 /20/2013 /20/2014 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLIC.1,000,000 D Pollution H13ECPOA4BUANC /20/2013 /20/2016 $1,000,000 per occurrence DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) As respects Bradford Street Standpipe project dated October 23, 2013, Certificate Holder is additional insured for general and auto liabiilty. Such coverage is primary for the addtional insured. 30 day prior written notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION Town of North Andover Raymond T. Santilli 120 Main Street North Andover, MA 01845 ACORD 25 (2010105) IN S025 (201005).01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered nfarks of ACORD PAYMENT BOND Bond No. 09084152 KNOW ALL MEN BY THESE PRESENTS, that we Worldwide Industries Corp. with a place of business at 470 Mitchell Hill Rd, PO Box 1681, Butler, PA 16003-1681 as Principal (the "Principal"), and Fidelity and Deposit Company of Mayland corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 600 Red Brook Blvd, Owings Mills, MD 21117 as S urety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of Sixteen Thousand Nine Hundred lawful money of the United States of America, toDepa.i�ttc�'the U5 gee �forOwhich pa 6A 970 e� d truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of October 23, 2013 , forthe construction of miscellaneous appurtenance repairs and FRinor coating repairs at Bradford Street Standpipe. NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise., it shall remain in full force and virtue. IN WITNESS WHEREFORE, .the Principal and Surety have hereto set their hands and seals this 28th day of_ October, 2013 P CIP Raymond J. Koren [Name and Seal] President [Tit] �( A st: •� J / SURETY- ;L Raymond A. Rosenbauer_ [Attorney-in-fact] [Seal] PO Box 670 Butler, PA 16003-0670 [Address] 724-283-5670 [Phone] Attest: END OF PAYMENT BOND Bond Number 09084152 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Company, w ' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s ate, constitute and appoint Richard W. MCCLEAN, Carol B. MCCLEAN, Donald J. B e E d Raymond A. ROSENBAUER, all of Butler, Pennsylvania, EACH its b an to make, execute, seal and deliver, for, and on its behalf as surety, and as it Q y ndertakings, and the execution of such bonds or undertakings i u� se s coding upon said Company, as fully and amply, to all intents and pu os bee d acknowledged by the regularly elected officers of the Company at its it' 'M er persons. This power of attorney revokes that issued on behalf of RichardAN, Donald J. BEST, Michael W. REESE, Raymond A. ROSENBAUER, dat AS The said Assistant r does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of June, A.D. 2004. ATTEST: 'gyp OEPps.�J A C J r1Y� 4 1m ? State of Marylandt ss: City of Baltimore J FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary By: Q�r�'j M. P. Hammond Vice President On this 21st day of June, A.D. 2004, before the subscriber, a Notary Public of 'the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fust above written. 0,�,b4�p POA -F 160-3382 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 28th dayof October 2013 Assistant Secretary BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Worldwide Industries Corp as Principal, (hereinafter called the "Principal"), and Fidelity and Deposit Company of Maryland , a corporation duly organized under the laws of the State of Maryland as Surety, (hereinafter called the "Surety"), are held and firmly bound unto North Andover, MA as Obligee, (hereinafter called the "Obligee"), in the sum of Five Percent of Amount Bid Dollars$ **5%** ( ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for touch up painting and small misc. work. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16th day of October A.D., 2013 l Wor ide Industr' s Corp �Principal (SEAL) Raymond J. Koren President Fidelity and Deposi o any of Maryland Sur a� By �AT Witness Raymond A. Rosenbauer Attorney -in -Fact Printed in cooperation with the American Institute of Architects (AIA) by Fidelity and Deposit Company of Maryland . Fidelity and Deposit Company of Maryland vouches that the language in the document conforms exactly to the language used in AIA Document A-310, February 1970 Edition. BID70000ZZ0701f Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w ' set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof d s nate, constitute and appoint Richard W. MCCLEAN, Carol B. MCCLEAN, Donald I B e E d Raymond A. ROSENBAUER, all of Butler, Pennsylvania, EACH its tr an 'p- , to make, execute, seal and deliver, for, and on its behalf as surety, and as it p y undertakings, and the execution of such bonds or undertakings i u� se s coding upon said Company, as fully and amply, to all intents and pur os bee d acknowledged by the regularly elected officers of the Company at its It' M a er persons. This power of attorney revokes that issued on behalf of Richard A AN, Donald J. BEST, Michael W. REESE, Raymond A. ROSENBAUER, dat�ft l, The said Assistant rlhF does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 21st day of June, A.D. 2004. ATTEST: State of Marylandl ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith. Assistant Secretary M. P. Hammond Vice President On this 21st day of June, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. o�aAs Ft. H�yo�i RY POA -F 160-3382 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or .Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 16th day of October 2013 Assistant Secretary 2 00 ) \N'()t ldwidc ,lobs Ta iJ Location Ladysmith, V;; Tank Size ( 2 ) Tw(i fuel oIl tanks 96' 0 x 48' tall (1) One demineralised water tarlk 146' 0 x 48' tall Owner: Vvginia Power & Nor>h Carolina Power Contractor: Pitt-Dcs Moines, Inc. - (281) X74.2252 - Teigon Worthen Tank Location: Lebanon, TN Tank Size: 1,000,000 Gallon CET - 13WHWL Owner: Gladeville Utility District Contraclor: Pitt -Des Moines Inc. (now CB&1) - Bill Hyan - (800) 543.2938 Engineer: Bledsoe Engineering - Day Bledsoe - (615) 740.9600 Tank Location: Dedham, MA Tank Size: 200001000 gallon reservoir 90' diameter x 44' height Owner: Town of Dedham Contractor: Pitt -Des Moines, Inc, 1.800-245-4141 Dan Johnson Engineer: Camp.Dresser & McKee Lnc, (617) 252-8436 Lucy Mcnan Tank Location: Nicevillc, FL Tank Size: 500,000 Gallon Hydropillar Owner: City of Niceville Contractor: CB&I - Dave Malmquist - (515) 254-9228 Tank Location: Lee's Summit, MO Tank Size: 3,000,000 Gallon CET - 180' H W L Owner: City of Lee's Summit Contractor: Engineer: CB&I - Dar" Witte _ (800) 247-1705 Bartlett & West Engineers - (785) 272-2252 Tank Location: Cridersville, OH Tank Size: 500,000 Gallon Spheroid - 105'6" H WL Owner: Village of Cridersville Contractor: Caldwell Tanks (502) 9643361 Fred Cook Engineer: Choice One Engineering (937) 498.0200 Jeff Puthoff Avella. PA Size: 125.000 Gallon Standpipe 21'0x50 WI Owner: PA American Water Company Contact: Mr. Scott Thomas - (717) 691-2120 Clarks Summit. Pennsylvania (Chinchilla Tank 42) Size: 1;000000 Gallon Ground Storage Tank 80'0 x 31 'tall Owner: PA American Water Company Contact: Mr. Scott Thomas - (717) 691-2120 New Castle, PA (McQuiston Tank) Size: 1,000,000 Gallon Tank 70'0 x 40'tall Owner: PA American Water Company Contact: Mr. Scott Thomas - (717) 691-2120 Worthington, PA Size: 488,000 Gallon Ground Storage Tank 45'0 x 42'tall Owner: Worthington -West Franklin Joint Municipal Authority Contact: Chris - (724) 297-5630 Elrama, PA (Aldrich Tank) Size: 5,000,000 Gallon Tank 145'0 x 42' Owner: PA American Water Company Contact: Andy Carter - (717) 531-3382 Butler; PA (Oak Hill Tank) Size: 250,000 Gallon Legged Tank 4010 Bowl - 157' HWL Owner: PA American Water Company Contact: Mr. Scott Thomas -'(717) 691-2120 Millon. PA Size: 1;000;000 Gallon Ground Storage Tank 73 `Q) x 32'tall Contractor: PA American Water Company Contact: Mr. Scott Thomas (71 7) 53 1-3 382 Painesville. OH Size: 1;000;000 Gallon Standpipe Owner: City of Painesville, Ohio Contact: Burgess & Niple, Inc. Kim Colich (440) 354-9700 Carbondale; PA (Brownell) Size: 800,000 Gallon Ground Storage Tank 60'0 x 39'tall Owner: PA American Water Company Contact: Mr. Scott Thomas (717) 691-2120 Reading, PA (Neversink) Size: 210,000 Gallon Standpipe 33'O x 36'tall Owner: PA American Water Company Contact: Mr. Scott Thomas (717) 691-2120 Wind Gap, PA (Stony Garden Size: 500,000 Gallon Dome Roof Ground Storage Tank 5YO x 33`tall O\vner: PA American Water Company Contact: Mr. Scott Thomas - (7) 7) 691-2120 Washinglon: PA Repaint Size: 5;000;000 Gallon Tank 1500 x 40'tall Contractor: PA American Water Company Contact: Mr. Scott Thomas (717) 531-3382 Butler. PA Repaint Size: 2;500,000 Gallon Tank H 5'0 x 33'tall Contractor: PA American Water Company Contact: Mr. Scott Thomas (7) 7) 531-3382 Hershey, PA (N. Reservoir) Size: 1;500,000 Gallon Ground Storage Tank Contractor: PA American Water Company Contact: Mr. Scott Thomas (717) 531-3382 Washington; PA (Kish) Size: 4,700,000 Gallon Ground Storage Tank Contractor: PA American Water Company Contact: Mr. Scott Thomas (717) 531-3382 Wyomissing, PA Size: 400,000 Gallon Spheroid Contractor: PA American Water Company COMM: Mr. Scott Thomas (717)531-3382 Indiana. PA (McHenry Hill) Size: 2;000:000 Gallon Ground Storage Tank Contractor: PA American Waler Company Contact: Mr, Scott Thomas (717) 531-3382 Northumberland. PA Size: 54' x 60' Standpipe PA American Water Company Sherri Medivitz (717) 531-3382 Inspector: TIC - Mike Doolittle (317) 27)-3100 New Castle. PA Size: 250;000 Gallon Tank 38' x 30' Ground Storage Owner: PA American Water Company Contact: Sherri Medivitz (717) 531-3382 Inspector: Tank Inspection Services Contact: Doug DeClerk (570) 584-4206 Elrama. PA Size: 5,000,000 Gallon Ground Storage Tank 14510 x 4 2'tal l Owner: PA American Water Company Contact: Bruce Juergens (717) 531-3305 Inspector: Tank Industry Consultants Contact: Brian Pohlar (410) 715-9330 Coatesville; PA Repaint Size: 53'0 x 30'talI Dome Roof Tank Contractor: PA American Water Company Mr. Scots Thomas (717) 531-3382 Cherry Hill; NJ Repaint Size: 1;000;000 Legged Tank — 120' HWL Contractor: NJ American Water Company Mr. Jim Scott (856) 672-2802 Tank References Per Your Request Butler. PA Size: 564;000 Gallon Tank PA American Water Company Contact: Sherri Medivitz (7) 7) 531-3382 Inspector: Tank Industry Consultants Contact: Mike Doolittle (317) 271-3100 West End; Butler., PA Size: 250,000 Gallon Tank PA American Water Company Contact: Sherri Medivitz (717) 531-3382 Graham Township, PA Size: 25' x 77' Standpipe PA American Water Company Contact: Sherri Medivitz (717) 531-3382 Inspector: Tank Inspection Services Contact: Doug DeClerk (717) 220-1536 Fayette Co., PA Size: 500,000 Gallon Elevated Tank PA American Water Company Contact: Sherri Medivitz (717) 531-3382 Inspector: Tank Industry Consultants Contact: Mike Doolittle (317) 271.3100 o,., i_v�aiiui r.;ngntr�n iownsh� Tani; Size. I,000,00(i('ll0n Hydro `► County), PA Owner: BPillal - 86'HWJ nghtc,n Tow Contractor: B nsh'P Water Authority . itt-Des Moines �c F1ed WnOl - (888) 736.8265 ext 4464 Engineer: Letson Smith, Souleret Engineering - Ned - (412) 264-4400 Tank Location: Appleton, WI Tam Size: 3,000,000 Reservoi Owner: City of A 0 x 45' tall Contractor: Appleton r 106' CB&1 - Darwyn Witte - (800) 247.1705 Engineer: MCM 920-751-4200 -4200 Tank Location: Clive, 1A Tank Size: 1,000,000 Gallon Contractor: CB&I - pwyn Vitic - illar - 145' HWL- 105' BCL Engineer: Snyder & a Assoc Wrt, - (800) 2,47.1705 Y Associates, Inc. 515-964,2020 Allen Munsterman Tank Location: Warminster, PA Tank Size: 750,000 Gallon Spheroid - Owner: Warminster Municipalr147' HWL / 107' BCL Contractor: CB&I - Authority Engineer: CB Mike 7-ayakosky - (302) 325-8417 Engineers - Joe Nolan - (215) 340-0600 Tank Location: Bloomington, IN Tank Size: 3,000,000 Gallon Reservoir - COwner: Bowen Engineering Corp 1 13 0 x 42 Height ontractor: CB&I - per,,, Engineer: Black &Veatch W. - ( 00) 247-1705o e Ginn Tank Location: Norristown, PA Tank Size: 2,819,000 Gallon Ta nk Owner: Pennsylvania American 100'0 x 48' tall Contractor: PA Water company Water Company Inspector: Tank Indust► - Bice luergens - (7 17) 531.3305 y Consultants (TIC) - Brian Poplar - (410) 715.9330 Tang Location' Holden, MA Taro Size SOK Reservojr 92,0 x l5' tall - Self Supporling Ellipsoidal Roof Owner: Town of Holden Contractor: Pin -Des Moines, Inc. )'800-24 5q ► 4 I Dan Johnson Inspector/Engineer. Camp Dresser & McKee Inc. 61 7.452.6000 Lucy Mennon Tank Location: Downer's Grove, IL Tank Size: 1,000,000 Gallon Spheroid 86' Owner: Village of Downer's Grove BCL / 126'HWL Contractor: CBI - David Harman Inspector/Engineer: T.I.C. - Todd Moore . (8 15) 58 (317)) 27711..3131 00 Tank Location: Hallowell, ME Tank Site: 900,000 Standpipe - 50'0 x 61.5 -tall Owner: Hallowell Water District Contractor: Advance Tank - 815-436-8717 - GeofE Inspector/Engineer: Eanh Tech - Jeff Musich - y Van AJsburg 207-775-28075-2800 Tank Location: Plainfield, CT Tank Site: 450,000 Gallon Standpipe 32'0 x 70'H Owner: Connecticut Water Company Contracter: Pitt -Des Moines, Inc. (412 3 Inspector/Engineer: Hoyle, Tanner & Associates, Inc. nc. ( (6603) 669-5555 Tank Location: Hal6noon, NY Tank Size: 1,000,000 Hydropiillar - 95' HWL / 55' BCL Owner: Town of Halfmoon Contractor: Pitt -Des Moines, Inc (412) 331-3000 Dan Johnson Inspector/Engineer: Clough, Harbour & Associates (518) 453.4500 Tank Location: Tripp, SD Tank Site: 2,800,000 Gallon Ground Storage - 140'0 x 25' h Owner: B•Y Water District Contractor: CB&I - Darwyn Witte - Inspector/Engineer:Johnson Engineerin (800) 247-1705 g Company Steve Weiland 605.6655571 lard: L�catrr�, r er�r,ebuny, Jard: Size IU6U,000 Gallon 36' . Owner , Z x 140' tall Inspector/Engineer Kennebunk, Kernebunkpon & `'✓ells Water UiStn.0 Norm Labbe (20)) 985.3385 Tank Location: Confluence, PA Tarek Size: 28'0 x 26 -tall (repaint) Inspector/Engineer: John Miller - ofc. (724) 853-7188 - mob.(724) 244-3576 Tank Location: Hadley, M.A Tank Size: 1,000,000 Gallon - 60'0 x 51 ,all Owner: Town of Hadley Inspector/Engineer: Dufrtsne Henry - Bob Mellstrom - (q 13) 773.3642 cxt. 12 Tank Location: Sugar Notch, PA Tank Size: 1,000,000 60' x 48' DIRT Owner: Pennsylania Amcrican Water Company Contractor: PDM - Andy Cancr - lnspector/Engineer: TIC - Doug DeClerck - (7)570)) 584- 584- 84-4206 Tank Location: Fairfax, VA Tank Size: 3,500,000 Flat Bottom Owner: Fairfax County Water Ground rt3e age - 100'0 x 60' Contractor: Pitt -Des Moines, Inc. - Inspector/Engineer: Black &Veatch - (205) 678'9224 -Mark Lee (301) 921-8235 -Earl Smith Tank Location: Luzerne Township, PA (Western Tank Site: 1,000,000 Gallon Hydropillar 90.5'BCLtionall / 131'H Facility) Owner: Western Penn State Correctional Institution Contractor: C.B.& I. Water Dan Johnson 412.331-3000 Inspector/Engineer: Robert L. Kimball & Associates 814-472-7700 David Ris oli P Tank Location: Limerick, PA Tank Size: 750,000 Gallon CET - Owner: Citizens Utilities WaterlComHWL Contractor: Landmark 817-439-8888Water Greg Company of Pennsylvania Inspector/Engineer: Entech Engineenn 610.37 8 Happy�Project Manager g 36667 Scott Carl or Dan Smith 'Fans: i_ocamin Hoban, Tari SizeI SGU,(10 Nydrripillar 14$' Fi\rJL I(1"t' KL Owner Indiana frnnencan Water Company Contractor, PIn•DeS Moines, Inc Inspector/Engineer Clark Dietz - Kt,,in harks - (219) 880-233? Tank Location: Somers, Ny Tank Size: 1,500,000 Gallon Standpipe - 46'0 x 119, tall Owner: Halcyon Construction Corporation Contractor: CBI Water Fred Wright (800) 245.4141 Inspector(Engineer: Lacowitz Engineering Tank Location: Mi. Pleasant, Ny - East Tank Tank Size: 2,000,000 Hydropillar - 172'HWL Owner: Town of Mt, pleasant Contractor: Pin -Des Moines, Inc. Inspector/En&eer: CE Consulting Fred Sutton 201-342-4200 Tank Location: Canton, MS Tank Size: 1,500,000 Gallon CET - 124.6' BCL / 164.6' H W L Owner: Canton Municipal Utilities Comrrussion Contractor: CB&1 - Mike Cheney Y - (800) 951-4923 lns P gineer: Williford, Gearhart, & Knight, Inc - Michael McKenzie (601)859-3600 Tank Location: Mt. Pleasant, NY -Vilest Tank Tank Size: 2,000,000 Hydropillar - 172'HWL Owner: Town of Mt, Pleasant Contractor: Pitt -Des Moines, Inc. Inspector/Engineer: CE Consulting Fred Sutton 201-342-4200 Tank Location: Cross Creek, PA Tank Size: 1,000,000 Gallon - 42'0 x 103'ta11 URT Owner: Pennsylvania American Water Company Contractor: Advance Tank - (815) 436.8717 - Geoffrey Van Alsburg Inspector/Engineer: Gwin Dobson & Foreman - (8 14) 943.5214 - Tim Boland Tank Locallorl 1�adjson, t"IS Tank Size, 10(j0,0rJ0 Gallon Hydra illi - Owner Cily of Madison P 161 'H\'JL / 11 I BCL Contractor CB&I - (205) 6789224 - Inspector/Engineer En neeriAssoc,ng Mike Cheney ates Inc - (601) 932.7878 - Joe Johnson Tank Location: Rockingham, NC Tank Size: 2,875,000 Gallon Owner: Ground Storage Reservoir I I S' 0x 37' call �chrnond County Contractor: C.B.& 1. Mark Let Inspector/Engineer: Jacobs Engineers (205) 678'9224 Jim Poole 919-859.5010 Tank Location: Las Vegas, NV Tank Size: Owner: 500,000 Legged 162 HWL 137' BCL Western Su Contractor: CB&1 805-503-6139 Miktractors, lnspector/Engineer: hit CH2M Hill 702.369-6115 a y Laarsrs Everscn Tank Location: Stafford, VA Tank Size: 1,500,000 Gallon C Owner: Stafford County DePNUm _ 150, Ham' _ 105' HWL Contractor: Landmark - Don Nmaent of Utilities Inspector/Engineer: Parson's Enginecrin(800) 388.1757 g Science, (703) 591-7575 Inc. _Keith Dayton - Tank Location: Isle of Wight, VA Tank Size: 750, 000 Gallon CET - Owner: Isleof Wight Count 140' HWL Contractor: CB&1 - y DepartMark Let - (20S) 678-9224ment of Utilities Inspector/Engineer: Gannett Fleming - (757) 873-0768 - Mike Luning 2002 W(irldwide ,lobs Tank Location East Bradford, PA Tank Size Two - 140' CG x 37' tall 4,000,000 Cone Roof Ta4,s Owner: Philadelphia Suburban Water Company Tank Location: Kingston, MA Tank Size: 1,000,000 Gallon 121'HWV81'BCL Hydropillar Owner: Town of Kingston, MA Contractor: C.B. & I. Water - Mike Zaykowsk 8417 Engineer/Inspector: Coler & Colantonia, Inc, - Mack Dy - (302) 325evine (781) 982-2- 544 00 Tank Location: Mason, OH Tank Size: 2,000,000 Gallon 161'HWV121'13CL Hydropillar Owner: City of Mason Contractor: C.B. & 1. Water - Jim Morrison - 1 (888) 736-8265 W. 4462 Engineer/Inspector: Malcoim Pimie-Robert YOxWmer 614.888-4953/513.398-3035 Tank Location: West Middlesex, PA Tank Size: 1,000,000 Gallon - 66'0 x 40'tall - Repaint Owner/Contractor: Ohio Consumer's Water Company - Lynn Miller - (330) 726.8151 Engineer/Inspector: Guy Eaton - (330) 426-1123 Tank Location: Harrison, NY Tank Size: 800,000 Gallon Standpipe - 42'0 x 96 -tall Owner: Harrison Water District #1 Contractor: Engineer/Inspector: CB&1 Water - Fred Wright - (888) 736-8265 ext. 4464 Merithew - Dav,id Merithew - (S08) 279-9965 Tank Location: Foxboro, MA Tank Size: Owner: 500,000 Gallon Hydropillar - 87.5' BCL - 120' HWL Town of Foxboro Contractor: Engineer/Inspector: CB&1 - Dan Johnson - (888) 736.8265 Ext. 44463 Earth Tech - Bob Bell - (978) 371.4000 Tank Location: Taunton, MA Tank Size: 1,000,000 Gallon Hydropillar - 119' HWL Owner: City of Taunton Contractor. CB&I - Mike Zayakosl; _ Engineer/InspectorPatncl; U't�)eal -Tata &�No 3e d Inc b417 - (508) 946- 1732 Tank Locatiun Falmouth, MA Tank Size. Naywa Road d Tank - 2,000000 Gallon CET 99'BCU139'HWL Technology park Tank - Maes Pond Tank l ,000,000 Gal CET I J 2' BC V 148'H W L - 2 Million Gallon CET IU7'BCU147'HWL Owner: Town of Falmouth Contractor: CB&1, Mike Zay akosk Inspector/Engineer: Tata & Howard y (302) 3258417 Tank Location: Cannon Falls, w Tank Size: 1,000,000 Gallon CET - 134' H W L Owner: City of Cannon Falls Contractor: CB&1 Water - Dom, yn lnspector/Engineer: Short, Elliot, Hendrickson, Inc. (SIS) 254.95 14 Steve Campbell - (65 I) 490-2067 Tank Location: Delano, IvI1J Tank Size: 1,500,000 Gallon H Owner: Delano Ydropillar-ISI' HWL- 111' BCL Municipal Utilities Contractor: CB&I - Darwyn wine - Inspector/Engineer: Howard R. (SIS) 254-9521 Green Consulting Engineers - Kathryn ]ones (651) 644-4389 Tank Location: St. Michael, m -N Tank Size: 1,500,000 Gallon Hydropillar - 175' HWL - 135' BCL Owner: Joint Powers Contractor: Wafer Board CB&1 - Darwyn Witte - Ilnspector/Engineer: Howard R. Green Consulting Engineers 1- Kevin Newman (651) 644-4389 or (888) 368-4389 Tank Location: Tank Size: Owner: Contractor: Inspector/Engineer Tank Location: Tank Size: Owner: Contractor: Inspector/Engineer Elrama, PA 5,000,000 Gallon Ground Storage Tank - 145'0 x 42'tall Pennsylvania AJnerican Water Company PA Water Company - Bruce lucrgcns - (7 17) 531-3305 Tank Industry Consultants (TIC) - Brian Pohlar - (4 10) 715-9330 Richmond, MO 750,000 Gallon Hydropillar - 92' HWL _ 52' BCL City of Richmond CB&I - Darwyn Witte - (800) 245-1705 - (51 5) 254.9524 Bums & McDonnell - Ann Bunks - (816) 3339400 I ank Lc,cr,Iiofi i Ounlain Horne, AR -1 a6, Site 1000(JU(JGallon C. Owner: it of E I - I6(Y HWL - 110'B(1 Y Mountain Home Contractor CB&I - Mike Cheney - (205) 6789224 Inspector/Engineer Garver Engineer - Brett Mc[)artiels - (50 1 ) 3 76- 363 3 Tank Location: Portsmouth, NH Tank Size: 1,000,000 Gallon CET - 124' HWL Owner: City of Portsmouth Contractor: Landmark - Don Nikulka - (800) )88 1757 Inspector/Engineer: Merithew (508) 279-9965 Tank Location: Stafford, VA Tank Size: 1,500,000 Gallon CET - ISO' HWL - 105' H W L Owner: Stafford County Department of Utilities Contractor: Landmark - Don Nikulka - (800) 318.1757 Lnspector/Engineer: Parson's Engineering Science, Inc. - Keith Dayton - (703) 591-7575 Tank Location: Whitinsville, MA Tank Size: 850,000 Gallon URT - 40'0 x 90' tall Owner: \%linsville Water Company Contractor: Advance Tank - Gcofi' Van Alsbur Inspector/Engineer: R.H. White Construction - g - (875) 436-8717 Bob Koopman - (508) 832-3295 Tank Location: Kiryas Joel, Ny Tank Size: 1,000,000 Gallon DRT- 54'0 x 68 'tall Owner: Cal -Mart Enterprises - Tom Scott - (845) 3 53.1706 Contractor: Chicago Bridge &Iron -Fred W�gl,t _ (881) 736-8265 ext, 4464 Inspector/Engineer: Camp, Dresser, &McKee -Tom Sheltie - (5 16) 496-8400 Tank Location: Owings Mills, MD Tank Size: 1,500,000 gallon Hydropillar - 89'HWU/49'BCL Owner: Town of Clifion Park Water Authority Contractor: CB&I - Dan Johnson - 88) 736-8265 ext44463 Inspector/Engineer: C.T. Male Associates P.C. Ed Vopelak - (51 8) 7867400 lank Location \nUghtdale NC Tank Size: 1,000,000 Gallon CET 162' HWL - 130'13CL Contractor. Caldwell Tanks - Inspector/Engineer Tate, La Jason Sinclair (502) 9643361 ung, & Associates - Tate Lanning (9 19) 839.0885 Tank Location: Clifton Park, NY Tank Size: Owner: 1500 000 gallon Hydropillar - 89'HWU/49'BCL Town of Clifton park Contractor: Water Authority CB& I - Dan Johnson lnspector/Engineer: - 7368265 ext�4463 C.T. Male Associates P.C.(888) - Ed Vopelak - (S 18) 7867400 Tank Location: North Reading, MA Tank Size: Owner: 1,300,000 Gallon Ground Storage Tank - 52'0 x 83' Town of North Reading Contractor: Advance Tank - Geoff V anAlsburg Lnspector/Engineer. Cam - (815) 436-8717 p, Dresser, & McKee - Kevin Klawec - (617) 452.6583 Tank Location: Greenville, SC Tank Size: 2,000,0()0 Gallon CET - Owner: Greenville Water Authority()' HWL - 64' BCL Contractor: CB&I - Mark Lee - (900) 543-2938 Inspector/Engineer: Black & Veath - Paul H - (864) 232.6432 Tank. Location: Wilton, CT Tank Size: 1,300,000 Gallon Cone Roof Tank _Column Supported Roof Owner: BHC Company Contractor: CB&1 - Mike Zayakosk Inspector/Engineer: Hazen &Saw y - (302) 325-8417 Sawyer P.C. - Richard Peters - (2 12) 539-7141 Tank Location: Jessup, PA Tank Size: 400,000 Gallon Hydropillar - 167' HWL Owner: Pennsylvania American Water Company Contractor: CB&I - Fred Wright - (888) 736'8265 Inspector/Engineer: Quad 3 - Rich Kjea s g (570) 829-4200 Tank Location: New Hanford, CT Tank Size: 30'0 x 30all Owner: Connecticut Water Authority Contractor. Fisher Tank n Co,n e Ins ector/En ;neer Fay,S Company -Scott Ritchey (610) 49q-7200 pofford, & Thomdike - John Amat(i (781) 221, 1 160 Tank Locatio�r, Jpinnerstown PA Tank size 7SO,000 Gallon Hydropillaf - 17S' HWI_ Owner. Milford Township Water Authority Contractor. Caldwell - Briant Willard - Inspector/Engineer: Anderson En (202) 9643361 gineenng Associates, Inc. - David L Horst, P.E. (215) 2575711 Tank Location: Chicora, PA Tank Size: 250,000 Gallon Spheroid - 112' H W L Owner: Borough of Chicora Inspector/Engineer: Malcolm Pinot, Inc. - Tom Hartwig - (724) 873.0680 Tank Location: Martinsburg, WV Tank Size: Owner: 1,500,000 Gallon Hydropillar - 83' HWL City of Martinsburg Contractor: Advance Tank - Geoff?eV n Inspector/Engineer: - (815) 436.8717 CET Engineering Services _ Gary y Brinton (717) 541.0622 Tank Location: Clearfield, PA Tank Size: Owner: 1,500,000 Gallon Ground Storage Tank - 92'0 x 31'lall Cle-wfleld Municipal Authority Contractor: CB&1 - Fred Wright - (724) 933-4464 Inspector/Engineer: Gwin, Dobson, & Foreman - (8 14) 943-5214 - Jim Polopa Tank Location: Florida, Ny Tank Size: 3,000,000 Gallon Standpipe - 70'0 x 1 I I 'tall Owner: Town of Florida Water District No. 1 Contractor: Advance Tank - Geoffrey Van Alsbur Inspector/Engineer: John M McDonald Engineering PC - g - (8 15) Tom Bates (5 1 - (51 17 8) 382-1774 Tank Location: Saxonburg, PA Tank Size: 400,000 Legged Tank - 166'HWL _ 135'13CL Contractor: Caldwell Tank - Grant Hancock - 0-6254 Engineer/Inspector: Olsen Engineering & Assoc. - (9 8- Ron Olsen n - ( (724)724) 282-4786 Tank Locction West Point, PA (Merck) Tank Size: 6,000,000 Gallon Gank 145' Owner: Merck 0 x 48 tall Contractor: Pin -Des Moines Inspector/Engineer: Ke.atinConstruct' �c' 1'281.774.2261 Adam Mohr g ion Co Bill Joyce Jr or Tim Shane 21 S-652-3S9S Tank Location: Boardman, OH (Woodward) Tank Size: 2,000,000 58'.4" !76 x 100'.5 % tall Owner: Ohio Consumers Water Com Inspector/Engineer: Midwest Technical Services Guy - (330) 726-8151 y Eaton (330) 426-1123 Tank Location: Milton, PA Tank Size: 95,000 Gallon Standpipe '8"0x 50.58'tall - Owner: p A W URT Steel Weldcd Tank Inspector/Engineer: TIS - DougAndy Carter - (7 17) 531.3382 �cClcrck - (570) 584-4206 Tank Location: Newburgh NY Tank Size: 30'0 x 80' tall Contractor: Wither UP - Kevin Wither-up Chazen09-6601 Quinn- Scot'uinn - (845) 567-1133 Tank Location: Forest County, PA Tank Size: 500,000 Gallon DAT 47 Owner: Penns Iv 0 x 40 tall Contractor: Advance Ta Suburban Water Company • Gco(r Van Alsburg - (8 15) 436.8717 Inspector/Engineer: CET Engineering - Cary Briton - (717) 541 -0622 Tank Location: Swedesboro, N1 Tank Size: 1,500,000 Gallon Ground Storage - 9S-0 x 28'tall Owner: Consumer's N1 Water •Geoff Van Com Contractor: Advance Tank pay - Saad Yousif - (856) 784-3322 Alsburg - (81 S) 4368717 Tank Location: Reading, PA (East Pointe) Tank Size: 500,000 Gallon Ground Storage Tank - 42'0 x 52'tall URT Owner: Pennsylvania Suburban Water Company Contractor: Advance Tank . Geoff Van InspectorlEngineer CET Engineenn Alsburg • (81 S) 4368717 � -Gary Briton - (7 17) 54 1-0622 I ark Loc aIIor) Boardman, (Al (,McClurg Road 114, Slte. 1 000,000 41'.3" 0 x 100' tall self supponiq rc)of Owner Ohio Consumers Water Company - (330) 126.8 I S 1 Inspector/Engineer. Midwest Technical Services Guy Eaton (330) 4261 123 Tank Location: Salters, SC Tank Size: 750,000 Gallon Hydropillar - 220' HWL Owner: South Williamsburg Water System Contractor: CB&I — Craig German — (800) 543-2938 Inspector/Engineer: Eastem Engineering — Ha.n-y Askins — (843) 3948030 Tank Location: Flowood, MS Tank Size: 750,000 Gallon Hydropillar - ISO' HWL Contractor: CB&I - Michael Cheney - (205) 678.9224 Inspector/Engineer: Reynolds Engineering, Inc. - Bill Lewis - (601) 982-3900 Tank Location: Holly Springs, NC Tank Size: 1,000,000 Gallon CET - 132' HWL / 88' LWL Owner: City of Holly Springs Contractor: CB&I - Don Nason - (800) 543-2938 Inspector/Engineer: Wooten Company - John poetzsch - (919) 828-0531 200,1 `�iorldwide Jo1�s Tank Location Athens, AL Tank Size 500,000 Gallon S Owner: pheroid wish Concrete Pedestal 129' HWL City of Athens Contractor: CB&I - Steve Brock - Engineer/Inspector: Paul B.(815) 439.31 S7 Krebs &Associates - Jason Dearing - (20S) 987-7411 Tank Location: Keamey, MO Tank Size: 1, 500,000 Owner: City of Kearney on Hydropilla► - 90' H W L Contractor: CB&I Water -y Engineer/inspector: Larkin Crou Dan+vyn Write -(515) 254-9515 p' i"c• ' tv1. Clark Thompson - (8 ! 6) 361.0440 Tank Location: North Sioux City, SD Tank Size: 750,000 Owner: Galion Hydropillar 145' HWrL North Sioux City Contractor: CB&I - Darw Engineer/inspector: Buell Winter Mouse) an4 Assoc a es24 PC - 712-258- 4202 Tank Location: Clarion, PA Tank Size: 500 000 Gallon Hydropillar - 161HWL Owner: PA -American Water Contractor: CB& 1 - Fred W Company Engineer/inspector: Kopko En guucnnght - (724) 933-4450 ng -Ron Kopko _ (g 1 q) 226-4750 Tank Location: Newport, ME Tank Size: 25'0 x 90'tall Standpipe Owner: Newport Water District Contractor: CB&1 - Mike 2.ayakosk Engineer/Inspector: Dingo Engineerin y - (302) 325-8417 g -Tim Sawtclle - (207) 873.5260 Tank Location: New Melte, MO Fi Tank Site: 1,000,000 Gallon Owner: SI, Charles Count Ydropillar Contractor: CB& I - pawy� Missouri ,,, Engineer/Inspector: Metropolitan E ginetyn enn (515) 254.9524 g & Survey - (636) 464-3860 ext. 1 10 Tank Location Charnbersburgh, Pq Tank Size 2,000,000 Gallon CET - 011i W L Owner: Borough of Chambersburgh Contractor: CB&I - Fred Wnght Engineer/Inspector: Gannet Fleming(888) 736.8265 -Sam Woods - (717) 763.721 I Tank Location: Marinette, WI Tank Size: 1,500,000 Million Gallon CET 147 Owner: City of i' winettc 'HWL Contractor: CBI - Darwyn Wine - 515-254 9524 Lnspector/Engineer: Ayres Associates -Miles Winkler - 920.498.1200 Tank Location: Brilliant, OH Tank Size: 240,000 Gallon Standpipe Owner: Jefferson - 36'0 x 33 -tall ll tyWater &sewer DistrictContractor: Advance Tank CfeyV�Isburg - (g l S) 436-8717Inspector/Engineer: M.S. Consultants, Dan Vies - (330) 744-0251 Tank Location: Borden, W Tank Site: 600,000 Gallon Stand i e - p p 28'0 z 135' tall Owner: Borden Tri - County Regional Water District Contractor: Advance Tank - GeoMe V Inspector/Engineer: Bob Is ri Y anAlsburg - (815) 436-8717 9 88 &Associates - (g 12) 285-1011 Tank Location: Colonic, NY Tank Size: 500,000 Gallon Flat Bottom - 85'0 x Owner: Town of Colonic 12 -tall Contractor: Advance Tank - Gcoff c V Inspector/Engineer: C.T. Male Associates _ y anAlsburg - (8 15) 436-8717 Ed Vopclak - (S 18) 786-7400 Tank Location: Kutztown, PA Tank Size: Two (2) 250,000 Gallon Ground Storage URTs - 43'0 x 24'ta11 Owner: Borough of Kutztown Contractor: Fisher - Scott Ritchie - Inspector/Engineer: Spolts Stevens & (610) 494-7200 Ext. 212 McCoy, Inc. - Steve Riley - (6 10) 376-6581 JIIX I—oCaiic,ri Lincoln, AI_ 1-3114: Siic 500,000 Gallon neroid - 165'Owner Cy L of Lincoln Contractor CB&I - Michael Inspector/Engineer Goodw Cheney - (205) 678.9224 Yn, Mills & Cawood, Inc. - Wes Self - (205) 819.4462 Tank Location: Shamokin, PA Tank Site: 56'0 x 40' Cone Roof Tank Owner: PA Suburban Water Contractor: Inspector/Engineer: Com Advance Tank - G pay CET - ep�ey Van Alsburg - (81 S) 436.8717 An Renalds - (814) 643.8260 Tank Location: Holliston, W Tank Size: Owner: 66'0 x 40'Iall Town of 1,000 000 Gallon Holliston, Contractor: Inspector/Enginter: Holliston Water Department CB&( Wates _Mike 2a Yakosky Inspector/Engineer: H2O En - (302) 325-8417 g Consulting Associates - Wen Sheng Liu - (781) 275 77 4 Tank Location: Montgomery, MTl Tank Size: Owner: 500;000 Gallon Hydropillar - 136 City of Montgomery , HWL Contractor: CB&I - Dar,,,, Yn Witte Inspector/Engineer: SHE - - (SIS) 254.9524 Greg F. Johnson - (651) 490-2074 Tank Location: Grand Bay, AL Tank Size: Owner: 1,000,000 Gallon CET - Grand Ba 217 H W L - 177' BCL y� Alabama Contractor: CB&1 - Dan Butler Inspector/Engineer: - (205) 678-9224 Speak and Associates, Inc, - Jerry Luker - (251) 666-4646 Tank Location: Lackawaxen, PA Tank Size: 500,000 Gallon Hydro illar - Owner: Pennsylvania Suburban Water Company Contractor: Caldwell - Bryant Willard - Inspector/Engineer: Entech Engineering(502) 964'3361 -Doug Berg - (6 10) 373-6667 I ani: Locaiior, Taunton, MA ( anJ: Size 1,000,000 Gallon Hydropillar i 19' HWL Owner City of Taunton ContractorCB&I -Mi Inspector/Engineer: CBh'l O'Neal-ke Zayakos4y (302) 325.8417 Tata & Howard, Inc. - (508) 946.1732 Tank Location: Dillon County, SC Tank Size: 1,000,000 Gallon Hydropillar - 178' HWL Owner: Dillon, Marion, and Marlboro Counties lndustnal Park Contractor: CB&I -Mark Lee - lnspector/Engineer: Mr, Haze Elliot _ (205) 678 9224 B•P, Barber & Associates - (803) 254=4400 Tank Location: Tonawanda Ny Tank Size; Owner: 1,250-000 Hydropillar -186' HWL 40'Hcad Range - Eric County Water Authority Contractor: CB& 1 - Dan Johnson Inspector/Engineer: 888.736-8265 ext. 4463 Daniel Kolkmann 716-856-2142 Tank Location: Chappaqua, NY Tank Size: Owner: 1.5 million Gallon Hydropillar - 80' HWL Town of New Castle Contractor: Inspector/Engineer: CB&1 Water - Bill C Hazen and SawyerO°g� - (302) 325.8409 -Eileen Murphy - (2 12) 539.7121 Tank Location: West Hempstead, Ny Tank Size: Owner: 600,000 Gallon Spheroid - 192 HWL Hempstead Garden Contractor: Water District CB&1 - Bill Coogan Inspector/Engineer: - (302) 325-8409 M" lames Neri - H2M - (631) 756-8000 ext. 1486 2004 Worldwide Dubs Tank Location Fon Dix, N1 Tarry, Size: 1,000 000 Contractor: Callon Legged Tank A1v1EC Earth & Environmental, Inc . Cyril Timko 610 8776146 Tank Location: Ha2leton, PA Tank Size: 16'0 x 57'tall - Contractor: 84224 WitheruP - Gallon Engineer/inspector: Mi. Joe Smith - Kevin Witheru P -(814) 385-6028 Shoemockers - (S70) 455.9407 Tank Location: Millville, NJ Tank Size: Owner: 250,000 Spheroid - 82-5- BCL City of Millville Contractor: Engineer/Inspector: CB&I Watcr - GPM AssociateBill Coogan _ (302) 325.8400 Inc - Dave Monic - (856) 354-2273 Tank Location: Birmingharn, AL Tank Size: Contractor: 40' 0 x 62' 6" tall Fisher Tank Engineer/Inspector: - John Fisher (205 KTA-Tator ) 814-1709 Tank Location: Dillsburg, PA Tank Size: 80'0 x 161311 Ground Storage Tank Owner: Dillsburg Area Authorit Contractor. Advance T Y Engineer/Inspector: CET Engineering- C'epveY Van Alsburg - (815) 436-8717 Services -Tim Parthmor - (717) 541-0622 Tar►k Location: Lancaster, SC Tank Size: 750,000 Gallon H Owner: ydropillar - 120' HWL 180' BCL Lancaster Count Water ater and Sewer Authority Contractor: CB&I -Mark Engineer/Inspector: Hobbs Lee - (205) 678'9224 ext. 31 Upchurch, &Associ (704) 342.3000 ates, P.A. - Bradley Bucy Tank Location: East Brunswick, N1 Tank Size: 165'0 x 63.6' Owner: TUmnk Contractor: Umbrella Roof Taownship of E►all East Brunswick N1 CB&1 Water - Engineer/Inspec(or Lue Neel S1eve Y - 1)32) 390.6860 pe1ers _ (815) 439.6668 I ank Location White Lake 1-uwnshi Tank Size 1,000,000 Gallon Spheroid Owner: Mute Lake Township Contractor: CB&I - Steve Brock - (8 I S) 439-3157 Inspector/Engineer: Mr, Ole Anderson to hnson &Anderson, Inc. - (248) 334-9901 Tank Location: Topeka, KS Tank Size: 750,000 Gallon CET - 120' HWL Owner: Shawnee Count Contractor: CB&I - Y Consolidated R DWD No. I Inspector/Engineer: Bob Koopman Wile - (515) 254.9524 Pman - Professional Engineering Consultants - (785)233.8300 Tank Location: Richboro, PA Tank Site: 31000,000 gal Standpipe 1 15' HWL x 72 0 Owner: Northampton Bucks Count , Contractor: Advance Tank - G Y Municipal Authority lnspector/Engineer: Pennon Associate Inc cy VaMisburg - (815) 436-8717 John Rossi • (215) 345-4591 Tank Location: Tulsa, OK Tank Size: Owner: 2,000,000 gallon • 105' 0 x 32' tall Sands Spring Municipal Contractor: Authority Fisher Tank - John Fisher (205) Inspector/Engineer: 8 14 1709 Terra Tech - Neil Pullman (918) 491.9995 Tank Location: South Burlington, VT Tank Size: Owner: 850,000 Gallon - 46'0 x 64'tall DIRT Champlain Water District Contractor: Inspector/Engineer: CB&I - Mike Zayakosk y - (302) 325-8417 Knight Consulting Kng En gineers _Wayne Eliot - (802) 879-7733 Tank Location: Devens, MA Tank Size: 1,000,000 Gallon - 42-0 x 100'1all Owner: Mass Development Contractor: Fisher Tank - Robin Davis - (205 14.1709 Paul Inspector/Engineer: Tata &Howard Inc. -) 8 Howard - (508) 366.5760 l ana: I,0( ?,tIw) t',,IcCoruicllsburg ISN Dani: I?e. 200,000 Gallon - 40'0 x. 22'tall Owner. McCoanellsburg 6orou h lnspeclor/Engineer. Mortis Knowles & Assoc'M,Ilenic Pal Tom Cemu s - ( 4 12) 281 3882 Tank Location: South Wellfleet, MA Tank Size: 100,000 Gallon Spheroid - 120' HWL Owner: Cape Cod National Seashore Contractor: Caldwell Tanks, Inc. - Inspector/Engineer: Colina Rivens _ Grant Hancock _ (502) 964.3361 (508) 349.3785 ext. 225 Tank Location: Eric -'PA (South Booster Tank Size: Tank) I,000,000Gallon Hydropillar - 91' Owner: HWL- 40' HR Erie Waterworks Contractor: Inspector/Engineer: CB&I - Fred Wright _ (724) 933-4464 KLH - Russ Holhnan (412) 494-0510 51 Tank Location: Woonsocket, RI Tank Size: Owner: 750,000 Gallon Spheroid - 148 City of Woonsocket HWL - 40' Head Range Contractor: Inspector/Engincer: CB&1 - Mike ZaY&kosk Pare En y - (302) 325-8417 giineering Corp. - Roberl Anderson - (401) 3 34 -4 100 Tank Location: Columbia, PA Tank Site: 40'0 x 1 1 S'6" tall - 1 ()00,000 Owner: Columbia Water Company Y Gallon Standpipe Contractor: Advance Tank - Gcof&e Inspector/Engineer: Afro ConsultingVan Alsburg - (815-) 436-8717 -Dale Kopp _ (717) 560.6063 Tank Location: Prospect, CT Tank Size: 45'0 x 92'tall Standpipe Owner: Connecticut Water Company Contractor: Fisher Tank - NancySues - Inspector/Engineer: Metcalf & Eddy - ( 203) 269-73 1 100 (6 10) 494'7200 Tank Location: Great Neck, Ny Tank Size: 40'0 Gas Digester Contractor Philip Ross Industries, Inc - (631) 253.3077 ext 104 Mr. Clif(Novomestky I a1J, I_ocaIIori Boston, Ny Tana, Size 700,000 Gallon Standpipe - Q�j'f; x 72'tall Owner: Town of Boston Contractor: CB&I - Dan Johnson - (7241 933.4450 Inspector/Engineer. Nussbaumer & Clarke, Inc. - (716) 827.8000 - Bruce Shearer Tank Location: Onondaga, Ny Tank Size: 500,000 Gallon Hydropillar -83' HWL Owner: Onondaga County Water Authority Contractor: Caldwell - Kevin Gallagher - (502) 964.3361 Inspector/Engineer: O'Brian & Gere Engineering - Mike Pectree - (3 15) 437.6100 Tank Location: Versailles, OH Tank Size: 500,000 Gallon Spheroid - 140' HWL Owner: Village of Versailles - Randy Gum Inspector/Engineer: Griffiths -Vanden Bosch & Associates, cInc,937) 26 3294 Tank Location: Lloyd, NY Tank Size: 32'0 x 90,tall Owner: Hudson Summit, LLC - Bernard Kohn Contractor: Fisher Tank -Travis Gardner - (610) 494-7200 Inspector/Engineer: Eustance & Horowitz, pC Tank Location: Eric, PA (East Lake) Tank Size: 1,500,000 Gallon Hydropillar - 146'5" HWL - 40' HR Owner: Eric Waterworks Contractor: CBM - Fred Wright- (724) 933-4464 Lnspector/Engineer: KLH - Russ Holman - (412) 494-0510 Tank Location: Columbia, PA Tank Size: 54' 0 x 59' 6" tall DIRT Owner: Dillsburg Area Authority Contractor: Advance Tank - Geoffrey Van Alsburg - (815) 436.8717 Inspector/Engineer: Ano Consulting Inc, - Dale Kopp - (717) 560.6063 Tank Location. Coatesville, PA Tank Size: 500,000 Gallon Ground Storage Dome Roof Tank - 5Y0 x 30'tall Owner PA American \Vale' Company Tank Location Chemy Hill, I` -J T aak Size: 1,000,000 Gallon Legged Tank - 120 H\VL Owner: New terse y American Wafer Company Tank Location: Ocean Count y (Jackson Tank Size: 300,000 Gallon Spherroid o 148' ), New Jersey Contractor: Caldwell -Rene 148 NWL Moradel - (502) 964-3361 Tank Location: Mount Olive, NJ Tank Size: 1,500,000 Gallon DRT - Owner: Toll Brothers, Inc S4 �� X 90 tall Contractor: Advance Tank - G Lnspector/Engineer: A lied eo1�'rey Van Alsburg - (g 15) 436-8717 PP Water Management - Adam Stern - (908) 431.7019 Tank Location: Bedford, Ny Tank Size: 74'0 x 44 -tall Dome- R Owner: Town of Bedford oof Tank Contractor: Fisher Tank _Jim Millcr - Inspector/Engineer: (610) 494.7200 Cirrus Construction - Jerry Fratolil) - (914) 241.8500 Tank Location: Old Bridge-, N1 TankOwnSize: aSize: 2,000,000 Gallon Hydropillar -100 Woodhaven VillaWL - 47' BCL Contractor: CB& I - g ' Inc.�c Inspector/Engineer: Hatch Bill Coogan - (302) ,325'8409 Mott, & MacDonald - Paul I. Paparella - (973) 912-2522 1-a4 Location Fredericksburg I'n -Lank Site 1,000,000 Gallon CFT - 110' IiWL - 10' BCL Owner: Fredericksburg Sewer & Water Contractor: Pittsburg Tank & Tower - Jason Joice - (210) 83S-2600 Engineer/inspector: Steckbeck Engineers - (117) 272.71 10 Tank Location: Carlisle, PA Tank Size: 37'0 x 122 -tall Standpipe Owner: North Middleton Township Contractor: Fisher Tank - Travis Gardner - 0 Engineer/Inspector: CET - Peter Lasardi - (7 17) 541062)2494 7200 Tank Location: Monroeville, PA Tank Size: 1,500,000 Gallon Dome Roof Tank - 70'0 x 53 'tall Owner: Monroeville Municipal Authority Contact: John A. Capor Engineer/inspector: ATS Chester EnginEngineers - Dave Meredith - (412) 809-6619 Tank Location: Washington, PA Tank Size: 1500 x 40' tall - 5,000,000 Gallon Tank Owner: PA American Water Company - Scott Thomas Tank Location: Salisbury, MD Tank Size: 500,000 Gallon Hydropillar - 144' HWL Owner.: City of Salisbury Contractor: CB&I - Mike Zayakosk Engineer/Inspector: Whithman R u y - (302) 325-8417 eq ardt & Associates - Joe Sowinski - (410) 235-3450 Tank Location: North Jackson, OH Tank Size: 500,000 gallon Hydrop�iarul llar . 138' HWL x 100' BCL Owner: M S Consultants • Joe lo or Steve Zappia (330) 744-1790 Contractor: CB&I Constructors, Inc, - Dan Johnson (724) 933-4463 Tank Location: Gifford Pinchot State Park Tank Size: 27'0 x 48'tall Ground Storage Tank Owner: PA DNR Contractor: Howard Robson Contractors . Mike Swope - (71 7) 891 - 1092 Inspector/Engineer: CET Engineering - Howard Robson Incorporated Conlractors Tank Location Fast Greenville f A Contractor: Tank Size. %SU,000 Gallon Hydrop"'a' - 123 CB&I -Fred WnHWL Inspector/Engineer:. nAssoc spector/Engineer: Cowan rpt - ()24) 933.4450 iates, Inc, _Carl Wischner - (215) 5367075 Tank Location: Buller, PA Tank Size: 2,500,000 Gallon - I I S'0 x 33'tall - Owner: PAWC - Scotl Thomas - 8 Columns (717) 531-3382 Tank Location: Nicholasville, KY Tank Size: 1,000,000 Gallon Owner: 198'HW City of Nicholasville L /I 58 BCL Contractor: Caldwell - B Bryant I.nspector/Engineer: Willard G.R.W. E - (502) 964-3361 Engineer, rs, Inc.. Joe Henry (859) 223.3999 Tank'Location: Jefferson County, Tank Size: Owner: pH 250,000 Gallon Standpipe Contractor: e _ . !et%rson Count W p P 30 0 x S.0' tall County Water & Sewer Inspector/Engineer; Advance Tank District GeoffVan Alsburg - (630) 240-7742 MS Consultants _ Dan Vic, - (330) 744.0251 Ext. 109 Tank Location: South Burlington, VT Tank Size: 850,000 Gailon - q Owner: Champlain Water Di �ct64'tali DRT Contractor: CB&1 - Mike Za Inspector/Engineer: Knight Consulting Engineers -Wayne Eliot - (802) 879-7733 Tank Location: Johnston, RI Tank Size: 120' 0 x 48' tall DRT Owner: Florida Power Contractor: CB&1 Constructors, Energy Inspector/Engineer: Technical ' Inc' - Darles Silb Su rg PPoh - CraigY 81 5.439-3120 Arcari 401-946-2883 Tank Location: Medina, OH Tank Size: 900,000 Gallon Standpipe - 12'41,0 Owner: The Board of Cox 94,5'tall unt Inspector/Engineer: Board of y CO issloners of Medina County COloners - (330) 723.9580 - Lar -Ty Bailey Tank Location �iabelvale ,'�j� Tank Size: 68'P r, )8'tall Umbrella Roof Tank Owner: Sardis Wate, Association - (S01) G02 5393 Contractor: Advance Tank Joh Inspector/Engineer: Malone Associatesn Clark - (205) 338.4483 Bill Malone - (501) 6242892 Tank Location: Benton, AR Tank Size'. 62'0 x 91'tall Umbrella Roof Tank Owner: Salem Public Water - (501) 315.0555 Contractor: Advance Tank - John Clark - Inspector/Engineer: Affiliated En 1205) 338-4483 Engineers, Inc. -Mike Bolin - (501) 624-4691 Tank Location: Bellevue, OH - Industrial Park Tank Size: 500,000 Gallon Hydropillar -182' TCL Owner: City of Bellcwe Contractor: Caldwell Tanks, Inc, -Kip Selb Inspector/Engineer: !ones & He y _ (502) 964.3361 �' - Andy McClure - (419) 473 -961 1 Tank Location: Nicholasville, KY (Repaint) Tank Size: 750,000 Gallon Legged Tank - 18 I ' H W L Owner: City of Nicholasville Inspector/Engineer: Danny Johnson - (859) 885-1121 Office - (8 59) 983=8735 Cell Tank Location: Eric, PA (Millcreek Township) Tank Size: 1.5 million gallon reservoir 70' diameter x 53' tall Owner: Millcr.cek Towship Water Authority Contractor: CB&I - Dan Johnson - (800) 245.4141 Inspector/Engineer: Consoer Townsend Evirodyne Engineers, Inc. Rich Riser (814) 453.4394 Tank Location: Little Falls, MN Tank Size: 1,000,000 Gallon CET - 124' H W L Contractor: Chicago Bridge & Iron - Inspector/Engineer: SEH - Jeff Lodin - Dave Beck - (g I S) 439-3100 (218) 8SS. 1700 I an: Location Chambersburgh, 1',,, Tank Site 2,000,000 Gallon C 40 1- F _ _ I_ 1'HW Borough of Chambersburgh Contractor: CB&I - Fred Wnght lnspectorlEngineer: Gannet Fleming(888) 736'8265 -Sem Woods - (71 7) 763-721 I Tank Location Tank Size: Owner: Contractor: Tank Location Tank Size: Owner: Contractor: Tank Location: Tank Size: Owner: Contractor: Inspector/Engincer Collins, Ny 1,500,000 Gallon H op 195' Collins CorTectional FacililHWL - 160' BCL lar - CB&I - Fred W ' y • Btll Graybai - (716) 675.7245 ngh1- (72 4) 933.4450 Wilmington, OH Multiple Tanks DHL Poling &Bacon _Tim Doran - (330) 549.3917 Monroe Township, NJ 750,000 Gallon Hydropillar Monroe Township Municipal Utilities Authority Chicago Bridge & Iron - Steller & Guldin En n Bill Coogan - (302) 325-8409 g' eenng, Inc. - Tom Guldin -.(908) 437-0330 Tank Location: New Kent County, VA Tank Site: 750,000 Gallon Hydropillar _ Contractor: Chicago Brid152' HWL Ins ector/En neer: R' Stuarl ge & Iron -Mike 2ayalcosky - (302) 325-8417 p g' Royer &Associates - Kris Ebleman - (804) 740-0181 Tank Location: Minster, OH Tank Size: 250,000 Gallon Multi"Colu Owner: Village of Minster - mn Tank - 154 H WL (6 legs & center) Don Harrod - (4 19) 628-3497 Tank Location: Monroe Township, N! Tank Size: 3,400,000 Gallon Hydropillar Owner: Monroe Townshi Contractor: Chita o P Municipal Utilities Aulhoiily g Bridge & Iron - Bill Coogan Inspector/Engineer: Steller & Guldin Engineering, Inc.- Tom 3Guldin s-8 08 437.0330 d ank Location lacd;sonv,lic Ir Tank Size I,SOO-000 Gall( GE1 -_ ISO' HWL Inspector/Engineer: C,UntraCtOr: Caldwell Tanks, Inc NIcK�rn &Greed Eng�ne�� SDoclGodsha2) 964-3361 yl II (919) 233-8091 Tank Location: Elmira, NY Tank Size: 70'0 x 45"all Dome Roof Tank Owner: New York State Office of General Services - Jeff Vann - (607) 734-OS92 Contractor: Delta Engineers - Phone: (607) 23 1-6600 Tank Location: Richland Township, PA Tank Size: 500,000/750,000 Gallon Hydropillar - 148' HWL Owner: Town of Bedford lnspectorlEngineer: VanCleef Engineering - Mark Bahnick - (610) 332-1772 Tank Location: Newtown, PA Tank Site: 650,000 Gallon - 45'0 x SS'tall Self Supporting Stiffened Roof Owner: Newtown Artesian Water Company Inspector/Engineer: Gannett Fleming - Sain Woods - (717) 763-7212 Tank Location: North Greenbush, NY Tank Size: 1,000,000 Gallon Slandpipe - 44'0 x 91'tall Inspector/Engineer: Chas H. Sells, Inc. - Phone: (518) 452-3545 Fax: (518) 452-3755 Tank Location: Harwich, MA Tank Size: 1,500,000 Gallon Hydropillar - 127' HWL ConVactor: CB&1 - Mike Zayakosky - (302) 325.8417 Inspector/Engineer: Haley do Ward - Leo Yuskas - (781) 890.3980 Tank Location: Lebanon, OH Tank Size: 1,000,000 Gallon CET - 116- HWL Contractor: CB&I - Dan Johnson - Inspector/Engineer: UB Engineers - Bill Schindler (937) 2059.5046 J arLk Locaiican Bellevue- ;� Tank Size ✓est End I ark Owner: �00,00(J Gallon HYdropillar Contractor: Caldw-Cily of Beell Tallevu142' e TCI- Inspector/Engineer Jones e Hem s Inc - Kip Selb Y - And y - (502) 964.3361 y McClure - (4) 9) 473.961 I Tank Location: Parkerlown, OH Tank Size: 1,000,000 ohnson - Gallon Owner: CET - 180 Erie Count ' HWL - 140' BCL Contractor: y CormI-ssione► of Ohio J lnspeetor/EngineerCB&I -Dan : Burgess & Ni le - (724) 933.4450 p Ti Antos - (440) 951.7050 Tank Location: Lewisburg, PA Tank Size: 1,000,000 Gallon Rivct� Owner: PA American W Standpipe - 54'0 x 60'tall ata Company - Scott Thomas - (717) 531-3382 Tank Location: Philipsburg, PA _ Tank Size: REPAfNT 1,000,000 Owner: Ground Storage Ta,kk _ 76'PJ x 30'talI PA American Water Company - Scott Thomas - (717) 531-3382 Tank Location: Norwich, CT Tank Size: 400,000 Gallon Spheroid - Owner: Norwich Public utilities 199 HWL - 37.6' HR Contractor. CB&1-Mike 2.a lnspector/Engincer: CLA En yak°sky - (302) 325-3414 ginecrs -Larry Sullivan - (860) 886-1966 Tank Location: Plymouth, CT Tank Size: 32'0 x 52' HWL Owner: Connecticut Water Contractor: Fisher - Nancy Inspector/Engineer: Fall, Spofford Seus - (610) 494-7200 ext. 210 & Thorndike - Ark Rickered - (78 1) 221.1000 Tank Location: Enfield, CT Tank Size: 1,000,000 Gallon Flat Bottom ' Owner: Haza►dville W - 62 0 x 44 tall Contractor: Water Company - Bob Fla CB&I - Mike Zayakosk gg ` (860) 749-0779 Inspector/Engineer: Tata &Howard Inc. - Tom Hansen 325.8417 Hansen - (203) 2355760 'l ank Locatirin Castalia, Oft Tank Sipe 1,000,000 Gallon CET - I I S' HWL - 75' BCI Owner: Erie County Commissioner Contractor: CBM - Dan Johnson - 724 f Ohio Inspector/Engineer: Burgess & Ni le - ( ) 933'4450 p T" Antos - (440) 951.7050 Tank Location: Petrolia, PA Tank Size: 62'0 x 55 -tall Owner: Petroleum Valley Regional Water Authority Inspector/Engineer: Gibson -Thomas Engineering Company - Ed Schmidt - (724) 539-8562 Tank Location: Tank Size: Owner: Contractor: Inspector/Engincer: Cecilton, MD 400,000 Gallon Spheroid - 128' H W L Town of Cccilton CBM - Dan Johnson - (724) 933-4463 URS - Ed Strass - (302) 791-0700 Tank Location: Fleming, NY Tank Size: 150,000 Gallon Spheroid -99-5' HWL Contractor: Caldwell Tanks, Inc. _ Inspector/Engineer: R&D En P Selby - (S02) 964.3361 k - (716) 856-2142 Engineering -Ric Tank Location: Monroe TownsNp, PA Tank Size: 280,000 Gallon Standpipe - 24-0 x 84' HWL Contractor: Advance Tank - Geoff Van Inspector/Engineer: CET EngineeringAlsburg - (205) 338-4483 -Mary !o Brown - (717) 541-0622 Tank Location: Eagle, PA Tank Size: 2,000,000 Gallon- IOS'0x 31' HWL Owner: Aqua Pennsylvania, Inc. Contractor: Advance Tank - Geoff Va Inspector/Engineer: Joe Thurw �lsburg - (630) 240.7742 anger - (6 10) 645-4204 Tank Location: Boonton, N1 Tank Size, 50'0 x 52'tall Umbrella Roof Tame Owner: Town of Boonton Contractor: Fisher Tank - Travis Gardner - Inspector/Engineer Suburban Consultir, E (6 10) 4yq.7200 8 ngineers - Kevin P,can - (973) 328-2801 2006 \Vorld%vide Jobs Tank Locaiic>n. Claverack, NY Tank Size 200,000 Gallon Spheroid - ISI ' H W L Owner: Town of Claverack Contractor: Caldwell Tanks, Inc - John S"ek - (905) 850.6254 Engineer/inspector: Clough Harbour & Associates - Came Dooley - (5 18) 4534500 Tank Location: Grand Chute, W1 Tank Size: 1,000,000 Gallon CET - 191' HWL Contractor: CB&I - Jim Julian - (8 15) 439-3134 Engineer/inspector: McMahon Associates - Jeff Kellner - (920) 751-4200 Tank Location: Hudson, NY Tank Size: 500,000 Gallon Hydropillar -105' HWL Contractor: CB&1 - Fred Wright - (724) 933-4450 Engineer/inspector: Morris Associates - John Lazarony - (845) 454-34 1 1 Ext. 34 Tank Location: Oswego, NY Tank Size: 150,000 Gallon Spheroid - 135.5' HWL Contractor: Caldwell - Tim Tharp - (502) 964-3361 Engineer/inspector: C&S Engineers - Bob Duclos - (3 15) 455-2000 Tank Location: Volney, NY Tank Size: 300,000 Gallon Spheroid -147.5' HWL Contractor: Caldwell - Kip Selby - (502) 964-3361 Engineer/inspector: Barton & Loguidice, PC - Anant Srirn - (315) 457-5200 Tank Location: Hershey, PA - North Reservoir Tank Tank Size: 2,000,000 Gallon - 78'0 x 56'tall Owner: PA American Water Company - Scott Thomas - (717) 691-2120 Tank Location: Orangeburg, SC Tank Size: 1,000,000 Gallon CET - 188.9' H W L Owner: City of Orangeburg Contractor: CB&I - Mike Cheney - (205) 678.9224 ext. 24 Inspector/Engineer: B.P. Barber & Associates - Haze Elliot - (803) 254-4400 1 ank I_ocancin Washington, PA K, h ank Tank Size 4,700,UO(J Callon 101'0 x 73'tall Owner: PAWC - Scott Thomas - (717) 691-2120 Tank Location: Woodbridge, VA Tank Size: 2,000,000 Gallon Hydropillar -83.5' HWL Contractor: CB&I - Fred Wright - (724) 933.4464 Inspector/Engineer: Hazen & Sawyer - Tom Lipinski - (703) 267.2767 Tank Location: Wyomissing, PA Tank Size: 400,000 Gallon Spheroid - 115' H W L Owner: PAWC - Scott Thomas - (717) 691-2120 Tank Location: Indian Head, MD Tank Size: 20'0 x 132'tall Standpipe - 770 Tank 45'0 x 42' Ground Storage - 130 Tank Owner: Indian Head Naval Base Inspector/Engineer: John C. Grimberg Co., Inc. - Joe Duda - (240) 372-2561 Tank Location: Indiana, PA - McHenry Hill Tank Tank Size: 2,000,000 Gallon - 100'0 x 34 'tall Owner: PAWC - Scott Thomas - (717) 691-2120 Tank Location: Valparaiso, IN Tank Size: 1,000,000 Gallon CET - 140' HWL Contractor: CB&I - Steve Brock - (815) 439-3157 Inspector/Engineer: DLZ Indiana, LLC - Mr. Tony Kenning - (219) 845-1750 Tank Location: York County, SC Tank Size: 1,000,000 Gallon CET - 135' HWL Owner: York County Government Contractor: Caldwell - Kip Selby - (502) 964.3361 Inspector/Engineer: BP Barber & Associates - Mr. Haze Elliot - ($03) 254-4400 Tank Location: Painesville, OH Tank Size: 1,000,000 Gallon Hydropil lar - I I I ' H W L Owner: City of Painesville Inspector/Engineer Burgess & NTle, Inc - Kim Colich - (440) 354-970(1 Tank Location Woodbury, ,�tN Tank Size 2,000,000 Gallon Hydropillar - 120' HWL Owner: City of Woodbury Contractor: CB&I - Dave Beck - (815) 439.3129 inspector/Engineer: Boonestroo, Rosene, Anderlik & Assoc. - Mark Walls - (651) 6044842 Tank Location: Jamestown, ND Tank Size: 1,500,000 Gallon CET -115' HWL Owner: City of Jamestown Contractor: CB&I - Darwyn Witte - Inspector/Engineer: Interstate Engineering,Inc.15) 254-9524 Randall Pope - (701) 252-0234 Tank Location: Bristol, CT Tank Size: 48'0 x 117.6'tall - 1,460,000 Gallon Standpipe Owner: Bristol Water Department Contractor: CB&I - Mike Z.ayakosky - (302) 325-8417 Inspector/Engineer: Weston & Sampson Engineers - Ingrid Jacobs - (978) 532-1900 Tank Location: Bedford Hill, NY Tank Size: 1,000,000 Gallon Hydropillar - 1 13' HWL, Contractor: CB&1 - Bill Coogan - (302) 325-8409 Inspector/Engineer: OGS - Frank Paris - (5 18) 473-8285 Tank Location: Hanover County, VA Tank Size: 1,000,000 Gallon Hydropillar - 144' HWL Owner: Hanover County Department of Public Utilities Contractor: Caldwell - John Skrypek - (905) 850-6254 Tank Location: Southampton, NY Tank Size: 1,000,000 Gallon Legged - 157' HWL Owner: Town of Southampton Contractor: Caldwell Tanks - Gwynn Inspector/Engineer: K.E.S. Kalo eras _ Yates - (770) 253-3232 8 Lou Kalogeras - (63 I) 722-4040 Tank Location: Pompey, NY Tank Size: 150,000 Gallon Spheroid - 130' H W L Owner: North Pompey Water Storage and Distribution Distnct Contractor. Caldwell - Tim Tharp - (502) 964-3361 Inspector/Engineer �V-M Engineers - Tom Compoli - (3 1 5) 437-2981 Tank Location. Stamford, CCT (Aquanon Water Plant) Tank Size Two (2) 128'0 x 25'tall Flat Bottom Cone Roof l anks Owner. Aqua non Water Company Contractor: Fisher Tank - George Gaynor - (6 10) 494.7200 Inspector/Engineer: Hazen & Sawyer - Brock Graham - (860) 3685140 Tank Location: Millersville, PA Tank Size: 1,100,000 Gallon Hydropillar- 133' HWL Owner: Millersville University - Jill M. Coleman - (7 17) 872-3730 Inspector/Engineer: Doug DeClerck - Tank Inspection Services Tank Location: Erie County, PA Tank Size: 965,100 Gallon Standpipe without pilasters Owner: Millcreek Township Water Authority Contractor: Advance Tank - Geoff Van Alsburg - (815) 436-871 7 Inspector/Engineer: CTE - Jim Stall - (814) 455-6596 Tank Location: Morgantown, WV Tank Size: 400,000 Gallon Legged 155' HWL - 50'0 - 30' Head Range Owner: Morgantown Utility Board - (304) 292-8443 Contractor: Caldwell Tanks - Gwynn Yates - (770) 253.3232 Tank Location: Milton, PA Tank Size: 1,000,000 Gallon Ground Storage Tank - 73'0 x 32'tall Owner: PAWC - Scott Thomas - (717) 691-2120 Tank Location: New Britain, CT Tank Size: 1,000,000 Gallon Hydropillar - 113' HWL - 40' HR Owner: City of New Britain Contractor: CB&I - Mike Zayakosky - (302) 325.8417 Inspector/Engineer: Camp, Dresser, & McKee, Inc. - Mike McManus - (860) 808-2254 Tank Location: Yadkinville, NC Tank Size: 750,000 Gallon Hydropillar - 104' HWL Owner: City of Yadkinville Contractor. CB&I - Mike Cheney - (205) 678-9224 ext 24 Inspector/Engineer. Hobbs; Upchurch & Associates - Brad Buey - (704) 342-3000 'Tank Location Pottstown, PA Fank Size 300,000 Gallon - 40'0 x ?2 'tall Owner: Pottstown Borough Authonty Contractor: Fisher Tank - George Engineers _ g Gainer - (61 UJ 494.7200 Inspector/Engineer BCM En g Mike Postick - (6 10) 313.3 100 Tank Location: Sussex County, DE Tank Size: 500,000 Gallon Hydropiliar - 143' HWL Contractor: Caldwell - Matt Daoust - Inspector/Engineer: CABE Associates, Inc. _ (770) 2S3 3232 Ken Davis - (302) 674-9280 Tank Location: Moreau, NY Tank Size: 750,000 Gallon Spheroid - 134.5' HWL Owner: Town of Moreau Water District Contractor: CB&I - Mike Zayakosk Inspector/Engineer: Burle y - (302) 325.8417 y-Guminiak & Associates - Tim Burley - (3 15) 386-2623 Tank Location: Painesville, OH (interior ONLY) Tank Size: 1,000,000 Gallon Standpipe Owner: - 48'0 x 73' HWL Lake County Department of Utilities Inspector/Engineer: Burgess & Nipie - Tim Antos - (440) 354-9700 Tank Location: Hastings, NY Tank Size: 1,000,000 Gallon CET- 205'HWL Owner: Onondaga County Water Authority Contractor: Caldwell Tanks, Inc. - Inspector/Engineer: C&S Engineers, Inc _Matt Doust - (SO2) 964-3361 Sherry - (315) 455-2000 Tank Location: Millon, VT Tank Size: 500,000 Gallon - 46e x 40- tall wi Owner: Town of Millon th Lead Outside Contractor: Caldwell Tanks, Inc. - Inspector/Engineer: Forcier Aldrich & Assoleiat IP selby0e D Or?ca964-336 1 n (802) 879-7733 Tank Location. Carver, MA Tank Size: 150,000 Gallon Spheroid -133' HWL Owner: South Meadow Village Contractor: Caldwell - Mike Stull - Inspector/Engineer Coler & Col(502) 9bq•3361 antonio - ;Mr. Mark Devine - (78 1) 982-3400 Tanks Involving Lead Based Paint Removal (Include Cleaning and Encapsulation) 1996 - Lick Bill, PA - Two (2) 250,000 Gallon 4 -Legged Elevated Tanks PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Ellwood City, PA - Two Standpipes PA American Water Company - Contact: Scott Thomas - (717) 691-2120 1997 - West End Tank, Butler, PA - 250,000 Gallon 4 Legged Elevated Tank PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Route 8, Butler, PA - 200,000 Gallon 4 -Legged Elevated Tank PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Indiana, PA - 4 Lime Slaking Tanks PA American Water Company - Contact: Scott Thomas - (717) 691-2120 1998 - Northumberland (Prince Street), PA - l Million Gallon 54'x 60' SPFB PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Shady Acres (Graham Co.), PA - 280,000 Gallon 25'x 77' SPFB PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Menallen (Uniontown), PA - 500,000 Gallon 6 Legged DEDE PA American Water Company - Contact: Scott Thomas - (717) 691-2120 1999 - New Castle, PA - 250,000 Gallon 38' x 30' PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Ellwood City, PA - Lime Silo 10'6" x 30' PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Tanks Involving Lead Based Paint Removal (Include Cleaning and Encapsulation) 2000 - Lodi, OH - 500,000 Gallon Tank - 66'0 x 20'tall Advance Tank & Construction Co. - Contact: Geoff Van Alsburg - (815) 436-3825 West Pittsburgh, PA - 410,000 Gallon Tank - 59'0 x 20'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Saxonburg, PA - 250,000 Gallon Spheroid - 142' HWL Saxonburg Water Authority - Contact: Paul Cornetti - (724) 287-1055 Pittsburgh, PA - 20' 0 x 80' tall Storage Silo Tank Advance Tank & Construction Co. - Contact: Geoff Van Alsburg - (815) 436-3825 Milford, CT - 2,100,000 Gallon Flat Bottom Cone Roof Tank - 120'0 x 26.2'tall Pitt -Des Moines, Inc. (Now Chicago Bridge & Iron) - Contact: Dan Johnson — (724) 933-4463 Sugar Notch, PA - 1,000,000 Gallon Dome Roof Tank - 60'0 x 48'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 2001 - Confluence, PA - 28'0 x 26'tall Tank Greensburg Environmental Contracting - Contact: John Miller - (724) 853-7188 Sugar Notch, PA - 1,000,000 Gallon Dome Roof Tank - 60'0 x 48'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 2002 - West Middlesex, PA - 1,000,000 Gallon Tank - 66'0 x 40'tall Ohio Consumers Water Company - Contact: Lynn Miller - (330) 726-8151 Chicora, PA - 250,000 Gallon Spheroid Chicora Borough Sewer Authority - Contact: John Graham - (724) 445-0150 Boardman, OH (Woodward Avenue) - 2,000,000 Gallon - 58'4"0 x 100'5"tall Ohio Consumers Water Company - Contact: Lynn Miller - (330) 726-8151 Boardman, OH (McClurg Road) - 1,000,000 - 41 ' 3" 0 x l 00'tall self supporting roof Ohio Consumers Water Company - Contact: Lynn Miller - (330) 726-8151 Milton, PA - Wash Water Tank Repaint PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Lake Arthur Estates, PA - 40'0 x 60'tall Dome Roof Tank Robert C. Sechan, Jr. - (724) 368-8875 2 ? anks Involving Lead Based Paint Removal (Include Cleaning and Encapsulation) 2003 - Fort Dix, NJ - 1,000,000 Gallon Hydropillar - 104.5' BCL AMSC Earth & Environmental, Inc. - Contact: Cyril Timko - (610) 877-6146 Raccoon State Park, PA - 54'0 x 34'tall Dome Roof Tank Greensburg Environmental Contracting - Contact: John Miller - (724) 853-7188 2004 - Lackawaxen, PA (Pike Co.) - 500,000 Gallon Hydropillar - 97' HWL Caldwell Tanks, Inc. - Contact: Bryant Willard - (502) 964-3361 McConnellsburg, PA - 200,000 Gallon - 40'0 x 22'tall McConnellsburg Borough Municipal Authority - Contact: Tom Camus - (412) 281-3882 Great Neck, NY - 40'0 Gas Digester Philip Ross Industries, Inc. - Contact: Phil Carlucci - (631) 253-3077 Versailles, OH - 500,000 Gallon Spheroid - 140' HWL Village of Versailles - Contact: Randy Gump - (937) 526-3294 Columbia, PA - 54'0 x 59'6"tall Dome Roof Tank Advance Tank & Construction Co. - Contact: Geoff Van Alsburg - (815) 436-3825 Coatesville, PA - 500,000 Gallon Dome Roof Tank - 53'0 x 30'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Cherry Hill, NJ - 1,000,000 Gallon Legged Tank - 120' HWL New Jersey American Water Company — Contact: Jim Scott - (856) 672-2802 Gifford Pinchot State Park - Wellsville, PA - 27'0 x 48'tall Ground Storage Tank Howard Robson Incorporated Contractors - Contact: Mike Swope - (717) 891-1092 2005 - Washington, PA - 5,000,000 Gallon Ground Storage Tank - 150'0 x 40'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Butler, PA - 2,500,000 Gallon - l 15'0 x 33'tall - 8 Columns PA American Water Company - Contact: Scott Thomas - (7l 7) 691-2120 Medina, OH - 900,000 Gallon Stanpipe - 424"0 x 94.5'tall Medina Board of County Commissioners - Contact: Larry Bailey - (330) 723-9580 Newtown, PA - 650,000 Gallon - 45'0 x 55'tall Self Supporting Stiffened Roof Tank Newton Artesian Water Company - Contact: Sam Woods - (717) 763-7212 Tanks Involving Lead Based Paint Removal (Include Cleaning and Encapsulation) Lewisburg, PA - 1,000,000 Gallon Riveted Standpipe — 54'0 x 60'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 Phillipsburg, PA - 1,000,000 Gallon Ground Storage Tank - NO x 30'tall PA American Water Company - Contact: Scott Thomas - (717) 691-2120 2010 Worldwide Jobs Tank Location: Harrison County, Mississippi (Pine Hills Tank) Tank Size: 500,000 Gallon Spheroid —159' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askins — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Wood County, Texas Tank Size: 200,000 Gallon Multi -Column —159.5' HWL Owner: Jones Water Supply Corp. — Frances Delk — (903) 967-2840 Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Daniel & Brown Inc. — Eddy Daniel — (972) 784-7777 Tank Location: Calcasieu Parish, Louisiana Tank Size: 300,000 Gallon Multi -Column —150' HWL Owner: Waterworks District No. 14 of Ward 5, Parish of Calcasieu Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Meyer & Associates — Mark McCarty — (318) 625-8353 Tank Location: Harrison County, Mississippi (Fire Station Tank) Tank Size: 500,000 Gallon Spheroid —154' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askins — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Harrison County, Mississippi (Cunningham Road Tank) Tank Size: 500,000 Gallon Spheroid —140' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askins — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Scott County, Missouri Tank Size: 300,000 Gallon Multi -Column —147' HWL Owner: Scott County PWSD No. 4 Contractor: Caldwell — Jenny Ferguson — (502) 964-3361 Engineer/Inspector: Water Engineering, Inc. — John Chittenden — (573) 471-5680 Tank Location: Isle of Wight, Virginia Tank Size: 100,000 Gallon Spheroid —142' HWL Owner: The County of Isle of Wight, Virginia Contractor: Caldwell — Jenny Ferguson — (502) 964-3361 Engineer/Inspector: Bury & Partners — Stephanie Hudik — (757) 229-1776 Tank Location: Germantown, Ohio Tank Size: 750,000 Gallon CET —134' HWL Owner: The Village of Germantown, Ohio Contractor: Caldwell — Joel Womack — (502) 964-3361 Engineer/Inspector: Poggemeyer Design Group — Thomas J Borck — (419) 352-7537 Tank Location: Kane, Illinois Tank Size: 100,000 Gallon Spheroid —127' HWL Owner: The Village of Kane, Illinois Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Heneghan & Associates — Robert Manns — (618) 498-6418 Tank Location: Cape May, New Jersey (Lower Township) Tank Size: 500,000 Gallon Spheroid —152.5' HWL Owner: Township of Lower MUA Contractor: CB&I — Bill Coogan — (302) 325-8409 Engineer/Inspector: CMX — Patrick Westhoven — (732) 577-9000 Tank Location: Oregon, Ohio (Lucas County) Tank Size: 2,000,000 Gallon CET —146.5' HWL Owner: City Of Oregon Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: Arcadis — Jeff Swartz — (419) 473-1121 Tank Location: Nantucket Memorial Airport, Massachusetts Tank Size: Four (4) Jet A Fuel Tanks — Approximately 10'0 x 37' long Owner: Nantucket Memorial Airport — Alfred Peterson — (508) 325-5300 Tank Location: Cedar Rapids, Iowa Tank Size: 2,000,000 Gallon Hydropillar —151' HWL Owner: The City of Cedar Rapids, Iowa Engineer/Inspector: Kollmer Consultants, Inc. — Bob Kollmer — (651) 462-7286 Tank Location: Breaux Bridge, Louisiana Tank Size: 300,000 Gallon Torus Bottom Multi -Column —120' HWL Owner: The City of Breaux Bridge, Louisiana Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Domingue, Szabo & Associates — Christopher Richard — (337) 232-5182 Tank Location: Fulton County, New York Tank Size: 200,000 Gallon Multi -Column Tank — 78'3" HWL Owner: Orchard Earth and Pipe in Syracuse, New York Contractor: Caldwell — Lewis Eisenhower — (502) 964-3361 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Nantucket Island, Massachusetts (North Pasture Tank) Tank Size: 2,000,000 Gallon CET —104' HWL Owner: Wannacomet Water Company Contractor: CB&I — Glenn Rhines — (724) 933-4021 Engineer: Haley and Ward Inc. — John O'Brian — (781) 890-3980 Inspector: Merithew, Inc. — David Merithew — (508) 279-9965 Tank Location: Hunlock Creek, Pennsylvania Tank Size: Raw Water Storage Tank — 44'0 x 31.9'tall Fuel Oil Storage Tank — 46.5'0 x 41.67'tall Owner: UGI Development Company — (610) 373-7999 Contractor: Caldwell — Mike Braden — (502) 964-3361 Tank Location: Pembroke, Massachusetts Tank Size: 750,000 Gallon Spheroid —182.6 HWL Owner: Town of Pembroke, Massachusetts Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Jefferson, Ohio Tank Size: 500,000 Gallon Spheroid —127' HWL Owner: Aqua Ohio, Inc. — Mike Fritz — (330) 832-2764 Contractor: CB&I — Fred Wright — (724) 933-4021 Tank Location: Colonie, New York (Albany County) Tank Size: 2,500,000 Gallon Ground Storage Tank — 94'0 x 60'tall Owner: W.M. Schultz Construction, Inc. Contractor: CB&I — Dan Johnson — (724) 933-4463 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Rochester, Minnesota (Olmsted County) Tank Size: 2,000,000 Gallon Hydropillar —119.5' HWL Owner: The City of Rochester, Minnesota Contractor: CB&I — Jae Eismann — (815) 439-6000 Engineer/Inspector: McGhie & Betts, Inc. — Lindsey Meek — (507) 289-3919 Tank Location: Syracuse, New York Tank Size: 125,000 Gallon Ground Storage Tank 28'0 x 28'tall (Coye Road) 250,000 Gallon Ground Storage Tank 38'0 x 29'3"tall (New Westvale) Owner: Onondaga County Water Authority — Geoffrey Miller — (315) 455-7061 Engineer/Inspector: Tank Industry Consultants — Patrick Brown — (317) 271-3100 Tank Location: Westbrook, Connecticut (Lee County) Tank Size: 1,550,000 Gallon Standpipe — 50'0 x 108'tall Owner: D'Amato Construction Company Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: Connecticut Water — John King — (806) 669-8630 Tank Location: Pearl, Mississippi (Rankin County) Tank Size: 1,000,000 Gallon Hydropillar —150' HWL Owner: City of Pearl, Mississippi Contractor: CB&I — Pat Askins — (205) 678-9224 Engineer/Inspector: Heflin Engineers — Hugh Heflin — (601) 824-7569 Tank Location: Hazleton, Pennsylvania (Luzerne County) Tank Size: 2,000,000 Gallon Standpipe — 60'0 x 97'tall Owner: Hazleton Site Contractors and the Hazelton City Authority Contractor: Fisher Tank — Mike Goldberg — (610) 494-7200 ext. 112 Engineer/Inspector: Schumacher Engineering — (570) 455-9407 Tank Location: St. Mary's, Pennsylvania (Elk County) Tank Size: 400,000 Gallon Ground Storage Tank — 4410 Owner: St. Mary's Area Water Authority Contractor: Witherup Fabrication & Erection — Kevin Witherup — (814) 385-6601 Tank Location: Brunswick, Ohio (Medina County) Tank Size: 1,000,000 Gallon Hydropillar —133'6" HWL Contractor: CB&I — Fred Wright — (724) 933-4021 Engineer/Inspector: Cold Harbor Building Company — Tim Pinchot — (440) 285-8842 Tank Location: Huber Heights, Ohio Tank Size: 1,750,000 Gallon Standpipe — 50'0 x 120'tall Owner: City of Huber Heights Engineer/Inspector: Nelson Tank Engineering — Raymond Otberg — (517) 312-1692 Tank Location: Canton, Ohio Tank Size: 9'0 x 141ong Boiler Tank Contractor: World International Testing — Nick Bressler — (740) 264-1111 Tank Location: Orange Beach, Alabama (Ono Island) — Roof Tank Size: 1,000,000 Gallon CET —141.5' HWL Tank Location: Orange Beach, Alabama (Roscoe Road) — Exterior Tank Size: 1,000,000 Gallon CET —120' HWL Owner: Orange Beach Water Authority Contractor: CB&I — Michael Cheney — (205) 678-9224 ext. 22425 Tank Location: Fleetwood, Pennsylvania (Berks County) Tank Size: 500,000 Gallon Ground Storage Tank — 50'0 x 35'tall Owner: Borough of Fleetwood Contractor: Fisher Tank — Michael Goldberg — (610) 494-7200 ext. 112 Engineer/Inspector: ARRO Engineering — Bradley Smith — (610) 374-5285 Tank Location: Delhi, Louisiana (Richland Parish) Tank Size: 750,000 Gallon Spheroid —153' HWL Owner: Town of Delhi, Louisiana Contractor: CB&I — Michael Cheney — (205) 678-9224 Engineer/Inspector: MML&H, Inc. — Glenn Turner — (318) 448-0888 Tank Location: Olpe, Kansas Tank Size: 150,000 Gallon Spheroid —146.5' HWL Owner: City of Olpe, Kansas Contractor: Gerard Tank & Steel — Larry Ostrom — (785) 243-3895 APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid s-,3 3, 76 O . ©® Alternate A $ j7a Co. 00 Alternate B $ 0 0 . (3 0 Addenda- u d are acknowledged ignaturf Business Namev Business Address Z 1 C,J c�s ti 1 v, gj -ran 4-r P cr - A q ie & ncILA Business Phone Fax/'� Email Address 'r14 - N k f i -1Z, @ V-1 al P oo w Name of Person Authorized to sign Price Proposal to sign Price Proposal Town of North Andover IFB Bradford Street Standpipe Improvements Page 40 of 65 el CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature f Date /n1lP l 14 t VI's G C.'. fl• Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I 't', V�, I-,!;;% i ] authorized signatory for 1 4,e,&,A Name of individual Name of cont><actor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. 13 at`tare Date Town of North Andover IFB Bradford Street Standpipe Improvements Page 61 of 65 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. 1 lull L`IQll1G UC, I IM, Town of North Andover IFB Bradford Street Standpipe Improvements ateI5,L ..ompany Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on ,o U ,;�b 13 it was VOTED, THAT eiM (Name) (Officer) of �- be and hereby is authorized to execute contracts and bonds in the name and on behalf of said Ne na i F Imp ; -5, and affix its corporate seal hereto; and such execution of any contract or obligation in the name of.��11 ;'P ��i,r�� on its behalf by such officer under seal of�, ,;1-r_� �, , s , shall be valid and binding upon 5 i c, vx 1 ✓u� I hereby certify that I am the clerk of the above named .. �, and that tzr_;�- % : (`?�, j wreT is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. ?d jam? (Date) Town of North Andover IFB Bradford Street Standpipe Improvements Page 63 of 65 THE AMERICAN INSTITUTE OF ARCHITECTS .Mt�Y AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Hemi Enterprises, Inc. 21 Washington Street, South Attleboro, MA 02703 as Principal, hereinafter called the Principal, and North American Specialty Insurance Company 650 Elm Street, Manchester, NH 03101 a corporation duly organized under the laws of State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover 120 Main Street, North Andover, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Miscellaneous Repairs to Bradford Street Standpipe, North Andover, MA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution hereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed ctober , 2013 . (Witness) k I We) North American Specialty Insurance w `x�t 1973 Shelly L. Antlrade ( )Attorney -in -Fact AIA DOCUMENT A310 • BID BOND • AIA 0 . FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois each does hereby make, constitute and appoint: Shelly L. Andrade Its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, the following surety bond: Principal: Hemi Enterprises, Inc. Bond Number: Bid Bond Obligee: Town of North Andover Bond Amount: See Bond Form Bond Description: Miscellaneous Repairs to Bradford Street Standpipe, North Andover, MA Provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of.- FIFTY f: FIFTY MILLION ($50,000,000) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9`s of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `'o011IIIII 7//„ �Af BY *'01naanunuya PtR NoA�'tis \\`�OQ�,IAUTY,,/i�,/ice 5 •GOP j .G • Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice Presidentof North American Specialty Insurance Company 2 i sial :, SEALF 1973 By rid f�Li' `" ., X:: \\` �dh' LIQ OkIhI David M. Layman, Vice President of ashington International Insurance Company , 11 ""' " II�IIU� & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of May 20 12 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 25th day of May 20 12 , before me, a Notary Public personally appeared Steven P. Anderson . Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duty swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" DONNA D. SKLENS Notary Public, State of Illinois My Commission Expires 10/06/2015 W ,qVVMf A� Donna D. Sklens, Notary Public I, Jeffrey Goldberg_, the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 17th day of October 2013 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International insurance Company & Assistant Secretary of North American Specialty Insurance Company APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. B� Base Bid $ D� Alternate A $~�� Alternate B $ y Addenda are acknowledged: S gnature Business Nam Business Addr Name ✓ / W IVI (_. *_�o -) F -2 e�.Yes 4 (9 ' Business Phone �,�= (� Fax *Mok Email Address S I)OV I e.w 1 i7 L q 1 11 pa Name of Person Authorized to sign Price Mposal (' lz.5 I Aero, -- Title of Person Authorized to sign Price Proposal Signature of Above Town of North Andover IFB Bradford Street Standpipe Improvements Page 40 of 65 '~ OCT -18-2013 12:53 From:AAA SELF STORAGE INC 5088867864 To:197868e9556 Pa9e:2/4 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. r �^ Signature Date 10111 4013 C6S6- '4T"(C,Al Print Name & Title -) Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b),1 t Q� 1y iS`�r q �a i5�1� authorized signatory for i eSy i eve► tri r_- Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reportitig of employees and contractors, and withholding and itting child support. Signature Date Town of North Andover TFB Page 61 of 65 Oradt'ord Street standpipe Improvements -A OCT -18-2013 12:53 From:AAA SELF STORAGE INC 5088887864 To:19786889556 Page:3,4 i CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work m harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Date 10 11 2oi� C6i SJo___'J Ji C_1 IQWA40 ,es.de�,� S h% Q s -J'eW 1 Y)C . Print Name & Title Compauy Name Town of North Andover IFS Page 62 of 65 Bradford Street Standpipe Improvements A OCT -18-2013 12:53 From:AAA SELF STORAGE INC 5088887864 To:19786889556 Pa9e:4,4 • CERTIFICATE OF VOTE Ata duly authorized meeting the Board of Directors of the shl'osv ilt-ud , n C . held on ^ i'Loxc' 1 9t 9012it was VOWED, THAT ayi .A� .Ii a t Y, AP -11 (Name) (Officer) of � pSv �W Inc- be and hereby is authorized to execute contracts and bonds in the name and on behalf of said SVNi ps J *x e_W 1 Yll�— , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of SW esvi e W 1 V)C-- on its behalf by such officer under seal o£�sv;et shall be valid and binding upon I hereby certify that I am the clerk of the above named :% vi e j in c and that i�t nio is the duly elected officer as above of said ,fin' x 4 i 9 w O Com, and that the above vote has not been amended or rescinded and remains in full force and effect as the date ofthi ntract. e,4� - 1 ►7 �� (D te) (Clerk) - 4 Town of North Andover IFB Page 63 of 65 Bradford Street Standpipe Improvements ISSUED THROUGH A. A. DORITY COMPANY i 6 i 1t! BOSTON Bond No. 71469772 KNOW ALL MEN BY THESE PRESENTS That Shipsview, Inc. of 28 Hedges Pond Road Plymouth, MA 02360 , as Principal, and the Western Surety Company , organized under the laws of the State of South Dakota, as Surety, are held and firmly bound unto the Town of North Andover, as Obligee, in the sum of 5% of the attached bid, lawful money of the United States, to be paid to the said Obligee for which payment well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors or assigns, jointly and severally, by these presents. WHEREAS, the Principal has submitted a bid for: Bradford Street Standpipe Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Dated this day, October 10th, 2013. Shipsview, Inc. B. , Its: Principal By: Philip B. Craw l� E A. A. Do. , ompany, Inc. 262 Washington Street Suit Boston, MA 02108 (617) 523-2935 Fax: 617-523-1707 POWER OF ATTORNEY (Irrevocable) 4339�744 Xm�ry All Men by These Presents: No. SP - That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That Western Surety Company, a corporation, does hereby make, constitute and appoint the following —FIVE = authorized individuals: AUTHORIZED INDIVIDUALS AUTHORIZED INDIVIDUALS C WHITNEY CRAWFORD JAMES M CRAWFORD JEFFREY WHITNEY CRAWFORD PHILIP BARRY CRAWFORD RICHARD WHITNEY CRAWFORD 0, in the City of BOSTON , State of MASSACHUSETTS , with limited authority, its true and lawful Attomey(s) in fact with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond: ONE CONTRACT SURETY: BID, PERFORMANCE AND PAYMENT BOND, UNDERTAKINC1 OR OTHER OBLIGATORY INSTRUMENT OF A SIMILAR NATURE IN AMOUNTS NOT EXCEEDING ONE MILLION AND NO/100 DOLLARS (**1,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of SEPTEMBER 30 2018 but until such time shall be irrevocable and in full force and effect. WESTERN,SURETY COMPANY further certifies that the following is a true and exact copy of Section 7 of the By -Laws of Western Surety Company, duly adopted and now in f0�r84r,,`to'2Wu: . Section,7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by iZlent, Secr�itary', any'.Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice Pr4ident, Secreta I ry . " any Ax'4stafit Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings inithe -nam'e 'of the Company. The'corpoiate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. the ature of any such officer'Ad the corporate seal may be printed by facsimile." 'gh The penal amount of the ' bond herein described may be increased if there is attached to this Power, written authority so authorizing in the form of an endorsement, letter' or -telegram signed by the Underwriting Manager, Underwriting Consultant, Underwriting Specialist, Underwriter, President, Vice President, AssistantVice President, Treasurer, Secretary or - 'Assistant , Secretary of Western Surety Company specifically authorizing said increase. 12th -0N WITNESS WHEREOF, Western Surety Company has caused these presents to be executed by its Vice President with its corporate seal affixed this ::�N6�etjclber 2012 day of. WESTERN SURETY COMPANY STATE OF SOUTH DAKOTA COUNTY OF MINI� I ss. By Vir?Pre&siden7� On this I 2th —day of November , in the year 2012 — , before me, a Notary Public, personally appeared Paul T. Bruflat, who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. + + S I S. PETRIK MNOTARY PUBLI EAL S 0 U T H DA KOTCA + Notary Public, South Dakota My Commission Expires August 11, 2016 1, the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that Section 7 of the By -Laws of the company as set forth in the Power of Attorney, is n . f rce. �at"-4V- In testimony whereof, I have hereunto set my hand and the seal of Western Surety Company this * day of, . WEST7 SURETY COMPANY *IMPORTANT: This date be filled in before it is must attached to the bond and it must be the same date as the bond. By �den Form 749-11-2012 VZPei, A APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid $ 99,200.00 Alternate A $ 9,500.00 Alternate B $ 8,500.00 Addenda are acknowledged: Signature Business Name Superior Industrial Maintenance Company Business Address 4801 Stough Road, Concord, NC 28027 Business Phone 704-795-0001 Email Address imiddleton@gosuperior.net Steve Smith Fax 704-795-0008 Name of Person Authorized to sign Price Proposal President Title of Person Authorized to sign Price Proposal Signature of Above Person Town of North Andover IFB Bradford Street Standpipe Improvements oo1e1911rette" ��gi PIAL J;�/, ; �•e CORA10 • OR JL1 V ;c�; • jV` � s • L O'(l ••••••••••••• ��, �o.6�AROLIhP...00000 Page 40 of 65 A CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Si afore OL,,t "�� Steve Smith, President Print Name & Title 10/16/13 Superior Industrial ... off,,,,i A �0• GOR?0 cn �• C� i RqT�� nnoanv Company Name �ARO�IN�` _'r CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Steve Smith authorized signatory for Supedor Industrial Maintenance Company Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Town of North Andover IFB Bradford Street Standpipe Improvements ItIll"111100"o 00 (' J a ;• CORpO co 10/16/13 Date . �'•.• ; • .• CAROL Page 61 of 65 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety Steve Smith, President Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements C� C �P°BATe''': -a lasting at least ten (10) hours. t� 10/16/13 e uperior Industrial Maintenance Com G + •y' Company Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on February 18, 2011 it Was VOTED, THAT Steve Smith President Corporation (Name) (Officer) Of Superior industrial Maintenance Co. be and hereby is authorized to execute contracts and bonds in the name and on behalf of said Corporation , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of Superior industrial Maintenance Co. on its behalf by such officer under seal of Superior Industrial Maintenance Co, shall be valid and binding upon signing I hereby certify that I am the clerk of the above named Corporation and that Steve Smith is the duly elected officer as above of said remains in full force 10/16/13 (Date) nd,than if %above vote has not been amended or rescinded and ect;iWdate o contract. r ' 0 0 (� � • s • r �11k�� NORTH CQ�.y"` Town of North Andover IFB Bradford Street Standpipe Improvements /11 e,) I Page 63 of 65 ."MR CNASURETY CONTRACTOR: (Name, legal status and address) Superior Industrial Maintenance Company PO Box 940 Harrisburg, NC 28075 OWNER: (Name, legal status and address) Town of North Andover 120 Main Street North Andover, MA 01845 M 0 " Sula SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41 st Floor Chicago, IL 60604 BOND AMOUNT: AN AMOUNT EQUAL TO FIVE PERCENT OF PRINCIPAL'S BID PROJECT: (Name, location or address, and Project number, if any) Bradford Street Standpipe Improvements This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. (5% OF BID) The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the ProNVf4++++,+• any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefri to ;pial provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. W.�o furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law b4d:' Signed and sealed this 17th day of October 2013 %;� « n rn Superior Industrial Maintenance Comp -any' o .I (Title).S%� �ce'�'-�ROLI�;P Wes ern Surety Company t i e (Seal) l d-tivia--o'l (--I" (Title) Vonda A. ent4 Attoy-in-Fac CAUTION: You should sign an original AIA Contract Document, on which this text appears in RE An origins assures that changes will not be obscured. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - 2010 Edition. ra • 1W Western Surety company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Martha Ann Marley Long, Vonda A Rentz, Barr H Gardner III, Individually of Columbia, SC, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 29th day of October, 2012. E:>� WESTERN SURETY COMPANY 0,94 ,z DPK�Po aul T. BfltVice President State of South Dakota County of Minnehaha I ss On this 29th day of October, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires * • J. MOHR June 23, 2015 ; s `e" sour i Dixorn , J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporatiolr on the reverso is st' 1 in force. In testimmrs� e hereunto subscribed my name and affixed the seal of the said corporation this day of CrV ,a�PR'cp WESTERNSURETY COMPANY Fr POA 'Wi�op ��Iyi€ z 7AR IA �t`Sf AV � is A'�ti, Ap a tM OpV. Form F4280-7-2012 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal isnot necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. 119,131 Base Bid $ Alternate A $ 1 Alternate B $ 1 Addenda �( are acknowledged: Business Name Utility Service Co. , Inc. Business Address 535 Courtney Hodges Blvd. , Perry, GA 31069 Business Phone 478-987-0303 Fax 478-987-9657 Email Address jcato@utilityservice.com Jonathan Cato Name of Person Authorized to sign Price Proposal V.P. of Tank Operations Title of Person Authorized to_sig++i rice Proposal Signature ofr Person Town of North Andover IFB Page 40 of 65 Bradford Street Standpipe Improvements CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Jonathan ato VP of Tank Operations Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements Date I b - 11- 13 Utility Service Co., Inc. Company Name Page 62 of 65 z CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Jonathai VP of Tank Operations Print Name & Title Date a- 11- t3 Company ame i CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Jonathan Cato , authorized signatory for Utility Service Co. , Inc. Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Town of North Andover IFB Bradford Street Standpipe Improvements 10- 11- 13 Date Page 61 of 65 UTILITY SERVICE 1230 PEACHTREE STREET NE, SUITE 1100 11TH FLOOR - PROMENADE II BUILDING ATLANTA, GA 30309 TEL 678-235-0280 FAX 888-600-5876 WWW.UTILITYSERVICE.COM STATE OF GEORGIA COUNTY OF HOUSTON RESOLUTION BE IT RESOLVED that Jonathan Cato, V.P. of Tank Operations, is hereby authorized, empowered and directed to execute bonds and contracts for and on behalf of Utility Service Company, Inc., a corporation. UTILITY SERVICE CO., INC. By: Dominique Demessence Its: CEO & President I, Shane Albritton, as Secretary of Utility Service Co., Inc., do hereby certify that the above Resolution was duly proposed, adopted, and resolved, during a special meeting of Utility Service Company, Inc., a Georgia corporation, on the jn!�`day of Y7eLp,*nhue, , 2012. Shane Albritton Secretary CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on it was VOTED, THAT (Name) (Officer) of be and hereby is authorized to execute contracts and bonds in the name and on behalf of said , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of on its behalf by such officer under seal of , shall be valid and binding upon I hereby certify that I am the clerk of the above named and that is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. (Date) Town of North Andover IFB Bradford Street Standpipe Improvements (Clerk) Page 63 of 65 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 CONTRACTOR: (Name, legal status and address) Utility Service Co., Inc. 535 Courtney Hodges Blvd. Perry, GA 31069 OWNER: (Name, legal status and address) Town of North Andover 120 Main Street North Andover, MA 01845 SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company of America Bond & Financial Products One Tower Square Hartford, CT 06183 BOND AMOUNT: Five Percent of Principal's Bid (5%) PROJECT: (Name, location or address, and Project number, if any) Bradford Street standpipe improvements The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 Edition Signed and sealed this 17th day of October 120 13 (Witness) Tony IM. Bisping (Witness) Anne B. Theodore Utility Service Co., Inc. (Principal) (Seal) (Title) Jon han Cato, VP of Tank Operations Travelers Casualty and Surety Company of America (Surety) (Seal) (TiV Karl Sherrill, Attorney -in -Fac The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 Edition WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 226972 Certificate No. 005579490 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Anne B. Theodore, J. Karl Sherrill, Jr., Robert J. Allonier, and Pressley A. Ridgill, Jr. of the City of High Point , State of North Carolina , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittedin any actions or proceedings allowed by law. j IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of July 2013 Farmington Casualty Company Fidelity and Guaranty' Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 29th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GASU,��r Ti Jy FIRE 4�4yq� ��.N _INS•G •+C',' �MgU,q �t JP�TY AVp IM�yfq� YY'Y"'V! .:...........'v 5 r� Ct 6 �`^`r•MITEO 4 9 /ICOR FORA �F m iW:`G�RPORAlf..nl^.° 19.8 2� O 1977 i F - - . n : a HARTFORD, < J4 H4RTF0� < �SEALjn;CONN. \ t gb as 0.€ �:,. i �SBAL:'3�� coHH. �`•o° �Lr @....✓S� '^ 896 �y pr'i *ltA °"s�� ce v.•....... a. ...:''a" s gar ^'&t �!/� ,�P �"umnnirems ISw AM,,r ♦ ,g....... ,,A b! F,a V9 '•+I ANl°' State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 29th day of July 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TET "IN In Witness Whereof, I hereunto set my hand and official seal. S*AA My Commission expires the 30th day of June, 2016. p'10 58440-8-12 Printed in U.S.A. `('(� cam► C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelifyand Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compariieslwhich is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this % day of oe 20 3 Kevin E. Hughes, Assistant Sec tary y /lam JVF\RE B \*N..�NSG9 Jat 1' NSIIA ,,,% 9JP�ly AN, IiG ".'ii YY'Y 5 f bn n t 9 s z o 1xNAr977 t°RGOpA�E, :�pPORgtf;; F ° FA9m� F. tiy�j wtsrFo� i= 1951 �'• S E A L i �a ° i CONN. ° CONtf. N 1896 day � s� ! >� s�, F c ,......N�! o:'••.,. � .,: %a° >,, a � /,y� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. OF ATTORNEY IS INVALID A Reference Packet. Utility Service Co., Inc. 535 COURTNEY HODGES BLVD. P.O. BOX 1350 PERRY.. GA 31069 Phone (478)987-0303 Fax (478)987-9657 To Whom It May Concern: Utility Service Co., Inc. is a Georgia corporation that was established in North Carolina in November of 1990. We have operated under this name since incorporated. We paint more than 1200 plus tanks per year and maintain potable water tanks for over 4,500 customers throughout the United States. We work on turn -key projects with specifications provided by the Owner's engineer, or our specifications negotiated prior to the signing of a contract. We seldom request additional monies on a job, or initiate change orders effecting the work or costs of a tank project. We have never failed to complete a project and we have never been involved in litigation as a plaintiff against an Owner or Engineering Firm. Utility Service Co., Inc. does business with the following bank: BBVA Compass Bank Contact: Lupe Brown (214) 346-2763 Bonding Company: Travelers Casualty and Surety Company of America, Bond & Financial Products Agent: Senn, Dunn, Marsh, Roland PO Box 5969 High Point, NC 27265 Phone: (336) 878-7800 Bonding Capacity: >$6,000,000 Equipment, personnel, jobs completed, and other references are listed on attachments to this submittal. Jobs in progress are too numerous to list (>$5,000,000). Respectfully submitted, Dominique Demessence — CEO/President Ismael Olmedo —Treasurer Shane Albritton — Secretary Officers: Key Personnel: Don Belcher — Senior Vice President - Operations Jonathan Cato —Vice President of Tank Operations David Waters — Health & Safety Manager Bonding Company: Travelers Casualty & Surety Company of America, Bond & Financial Products One Tower Square Hartford, CT 06183 Agent (Bonds and Insurance): Karl Sherrill, Jr. Senn, Dunn, Marsh & Roland PO Box 5969 High Point, NC 27265 Phone: (336) 878-7800 Bonding Capacity: >$6,000,000 Maior Equipment Owned uantit Description Six 40,000 C.F.M. Dust Collectors Four 20,000 CFM Dust Collectors Six Titan Industrial Vacuum Units Thirty T.E.P.E. containment Systems Seven Decontamination Clean -Up Units Forty 22 -ton bulk sand trailers Twelve Road Tractors Four ARS Steel Grit Recycling Units Two ADI Steel Grit Recycling Units Five Versablast Faster Blasters Completed Projects Chanute AFB (Rantoul, IL) Environmental Chemical Corporation — Prime Contractor Amer Faihan 303-298-7607 WT44 Tank — 300k EST, Exterior SP6/91/N69/1074 Class 1 containment w/ lead removal; Interior SP10/Z/140/140; significant welding repairs WT120, 122, 968 — demolition of three elevated water storage tanks Contract Amount: $822,190 Completion Date: December 2012 Blue Ridge Water Assoc. (Hays, NC) Municipal Engineering Services (Jim Woodie, P.E.) 919-772-5393 Airport Road Tank —100k EST, Interior SP10/Z/140/140, Exterior PW/spot 135/1028/1028 Contract Amount: $66,300 Completion Date: December 2012 City of Friend, NE Kirkham Michael (Scott Schmoker, PE) 812-295-2800 10th Street Tank — 250k Ped; Interior Wet SP10/94/N140/N140; Interior Dry SP6/94/N140; Exterior SP6/94/1075/700 with containment Contract Amount: $205,400 Completion Date: December 2012 Greenville, SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Hillandale Tank — 500k GST, Exterior SP6/91/1075/700 Class 1 containment w/ lead removal; Interior SP10/Z/140/140; substantial welding repairs on roof, vent, hatch, manhole, etc.. Contract Amount: $271,900 Completion Date: December 2012 Greenville, SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Reservoir #3 — 8MG GST; Exterior overcoat Contract Amount: $77,300 Completion Date: November 2012 City of Jasper, IN Midwestern Engineers (Derick Wiggins, PE) 812-295-2800 North Tank —1MG STP; Interior SP10/94/N140/N140; Exterior SP6/91/1075/700 with containment; moderate welding repairs; Tideflex Mixing System Contract Amount: $367,100 Closed SR: November 2012 Completed Proiects Huntingburg, IN Ladd Engineering, Inc. (Garry Ladd, P.E.) 765-482-9219 West Tank —1.4MG GST; Interior SP10/Z/22; Exterior touchup only; PAX Install PWM400/PCC405 (with electrical & SCADA) Contract Amount: $244,600 Completion Date: November 2012 City of Marietta, GA Atkins North America, Inc (John Sims, PE) 770-422-1902 Redwood Tank - 500k EST; Interior SP10/91/N140/N140; Exterior overcoat 135/1028; moderate welding repairs Contract Amount: $154,200 Completion Date: October 2012 City of Salina, KS Martha Tasker — Director of Utilities 785-309-5725 Wyatt Tank —1MG EST; Interior SP10/94/N140/N140; Exterior touch up 135/1028; moderate welding repairs Gypsum Hill Tank — 500k EST; Interior SP10/94/N140/N140; moderate welding repairs Key Acres Tank — 500k Ped; Interior SP10/94/N140/N140; Exterior overcoat 1028; moderate welding repairs Markely Tank — 500k Ped; Exterior overcoat 1028. Contract Amount: $421,500 Completion Date: October 2012 Rolla Municipal Utilities, MO (Rolla, MO) Vicki Cason, PE —Staff Engineer 573-364-1572 Hy Point #1 Tank — 200k EST; Interior SP10/91/N140/N140; Exterior SP6/91/73/700 Contract Amount: $262,900 Completion Date: July 2012 City of Golden, MS Cook Coggin Engineers (Mark Weeden, PE) 662-842-7381 75k EST; Interior SP10/91/N140/N140; Exterior overcoat 135/1074U; moderate welding repairs Contract Amount: $122,800 Completion Date: January 2012 Completed Projects City of Bentonville, AR Dean Button 479.271.3140 3MG Ground Storage Tank; Interior SP10/Zinc/Epoxy/Epoxy; Few welding repairs. Contract Amount: $178,900 Closed Project: June 2011 City of Evansville, IN Ja'maal Charles 812.421.2120 3 Tanks; ; 500KG Pedisphere/1.5MG Composite/500KG Elevated; Interior SP10/Epoxy/Epoxy/Epoxy; Exterior Overcoat Epoxy/Urethane/Urethane. Few welding repairs. Contract Amount: $317,184 Work Completed: December 2011 City of Tupelo, MS Cook Coggin Engineers, Inc (Mark Weeden, PE) 662.842.7381 Mitchell Rd 500KG Elevated Storage Tank; Interior SP10/Zinc/Epoxy/Epoxy; Exterior Overcoat Epoxy/Urethane; Few welding repairs. Contract Amount: $136,000 Work Completed: December 2011 City of Fort Bliss, TX Mirador Enterprises, Inc (Ralph Lopez) 915.546.4111 150KG Elevated Storage Tank; Exterior SP10/Epoxy/Urethane; Lead Containment. Contract Amount: $175,000 Work Completed: December 2011 Completed Proiects City of Cincinnati, OH City of Cincinnati (Josh Waldroff) 513-591-7874 Exterior and interior blast and paint Cherry Grove tank, 21VIG GST Contract Amount: $480,000 Completion Date: Aug 2010 City of Marshall, IL Francis Associates (Jason Goble) 217-465-5306 Exterior and interior blast and paint one 500,000 gallon pedisphere tank and one 500,000 gallon elevated tank Contract Amount: $274,160 Completion Date: Aug 2010 City of Clarksville, TN Rye Engineering (Seth Rye) 931-289-2300 Interior and exterior renovation of the College Street tank Contract Amount: $325,400 Completion Date: February 2010 City of Philadelphia, PA Ed Kaewvichien 215-685-2120 1.5MMG elevated tank with full interior and exterior renovation with Class 1A containment Contract Amount: $2,612,500 Completion Date: July 2010 Winchester Municipal Utilties, KY Black & Veatch (Dan Kay) 513-931-5129 Interior and exterior renovation of the Industrial Park tank Contract Amount: $668,000 Completion Date: November 2010 Completed Projects City of Montgomery, AL CH2M Hill (Chris Griffin) Chris.Griffin@CH2M.com 334-271-1445 ext 707 3MMG hydropillar— interior and exterior lead abatement with drape containment Contract Amount: Completion Date: City of Rogers, AR CB&I (Pat Askins, P.E.) 205-678-9224 $891,000 May 2008 PAskins@CBl.com Full interior and exterior renovation of a 2MMG hydropillar with drape containment Contract Amount: $518,000 Completion Date: October 2008 CURRENT PROJECTS UNDER CONSTRUCTION We have a large number of current projects in progress. We have listed a few for you. City of Irving, TX Deltatek Engineering (John Fields) 469.374.9800 Northwest Tank —1MG Hydro; Interior Wet SP10/94/141; Exterior SP6/94/1075/700 with containment and repairs. Contract Amount: $611,375 Columbus Water Works, GA Krebs Engineering (Jason Dearing) 205.987.7411 Kelley Hill Tank — 500k Elevated; Interior Wet SP10/N140/N140/N140 with deleading; Exterior SP6/94/N69/1074U with lead containment and repairs. Contract Amount: $382,000 City of Pass Christian, MS A. Garner Russell & Associates (Bob Escher) 228.863.0667 East End Tank — 300k Elevated; Interior Wet SP10/94/N140/N140; Exterior SP10/94/66/1074U with lead containment and repairs. Contract Amount: $340,000 Mobile, AL Volkert (Bryan Peacock, P.E.) 251-450-0819 Springhill Tank — 2MG Fluted Column, Exterior SP6/3 coat Class 2A containment; Interior SP10/3 coat; graphic logos Contract Amount: $827,000 CURRENT PROJECTS UNDER CONSTRUCTION (continued) Albertville, AL KREBS (Scott Lee, P.E.) 205-987-7411 Beulah Tank — 200k EST, Exterior SP6/3 coat wet blast; Interior SP10/3 coat; typical repairs Mary Tank — 2.3MG GST, Exterior pressure wash 2 coat; Interior SP10/3 coat; typical repairs Contract Amount: $344,600 Florence, SC URS Corporation (Nathan Ward, P.E.) 803-254-4400 Otis Way Tank — 500k EST, Exterior SP6/3 coat Class 2A containment w/ lead removal; Interior SP10/3 coat; typical repairs, graphic logos Contract Amount: $329,550 Trade References Tnemec Co., Inc. Dean Drehoff Atlanta, GA 770-242-9605 Sherwin Williams Jim Ratliff Global Account Manager 501-679-6648 Reed Minerals, Inc. Abrasives David Dewitt Memphis, TN 901-789-1573 Eagle Industries, Inc. Containment Systems Mark Coulon New Orleans, LA 800-266-8246 APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid Alternate A Alternate B Addenda #1 $ 56,000.00 $ 3,500.00 $ 16,000.00 are acknowledged: Signature Michail Kouimanis Business Name Amstar of Western New York Inc. Business Address 825 Rein Road, Cheektowaga, NY 14225 Business Phone 716-204-9755 Fax 716-204-9761 Email Address jlignostamstarwny.com Michail Kouimanis Name of Person Authorized to sign Price Proposal President Title of Person Authorized to sign Price Proposal Signature of Above Person Town of North Andover IFB Page 40 of 65 Bradford Street Standpipe Improvements CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature "_�_e5r Michail Kouimanis, President Print Name & Title Date October 17, 2013 Amstar of Western New York, Inc. Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Michail Kouimanis , authorized signatory for Amstar of Western New York, Inc. Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Michail Kouimanis, President Town of North Andover IFB Bradford Street Standpipe Improvements October 17, 2013 Date Page 61 of 65 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. r Signature/ Michail Kouimanis, President Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements Date October -1 7 2013 Amstar of Western New York, Inc. Company Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the Amstar of Western New York, Inc. held on October 16, 2013 it was VOTED, THAT Michail Kouimanis (Name) President (Officer) of Amstar of Western New York, Inc. be and hereby is authorized to execute contracts and bonds in the name and on behalf of said Amstar of Western New York, Inc., and affix its corporate seal hereto; and such execution of any contract or obligation in the name of Amstar of Western New York. Inc. on its behalf by such officer under seal of Amstar of Western New York, Inc., shall be valid and binding upon Amstar of Western New York, Inc, Secretary I hereby certify that I am the A aik of the above named Amstar of Western New York, Inc. and that Michail Kouimanis is the duly elected officer as above of said Amstar of Western New York. Inc., and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. October 17, 2013 (Date) J n C. Lignos, Secretary Town of North Andover IFB Page 63 of 65 Bradford Street Standpipe Improvements BID BOND CONTRACTOR: ('Vanie, legal status and address) Amstar of Wester New York, Inc. 825 Rein Road Cheektowaga, NY 14225-2413 OWNER: (.Name, legal status and address) Town of North Andover 120 Main Street North Andover, MA 01845 BOND AMOUNT: Five Percent (5%) of Total Amount Bid PROJECT: (.Vaine, location or address, and Project number, i 'arty) Bradford Street Standpipe Improvements SURETY: (Name, legal status and principal place of business) Fidelity and Deposit Company of Maryland P.O. Box 968038 Schaumburg, IL 60196-8038 The Conlrac(or and Surety aro bound to (he Owner in (lie amount set forth abovq for the payment. of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract witli the Owner in accordance wilh the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and stick larger amount for which the Owncr may in good faith contract. with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives airy notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Wan-er of notice by the Siu%, shall not apply to any extension exceeding sixty (60) days in the aggregate beyond (lie time for acceptance of bids specified in the bid documents, and Itie Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be dccmcd to be Subcontractor and the term Owncr shall be deemed to be Contractor. When this Bound has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting Willi said statutory or legal requirement. shall be dccmcd deleted herefrom and provisions conforming to such statutory or other legal requirement shall be dccmcd incorporated Herein. When so furnished, die intent is that this Bond shall be construed as a statutory, bond and not as a common law, bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 edition J Siped and sealed this 17th day of October 2013 (W ess) Amstar of Western New York, Inc. (Principal) Michail Kouimanis, President Fidelity and Deposit Company of Maryland (.Seal) (Surety) (seal (Ifilneas) Colleen A. Kendziora Bradley J. Hall, Atto ey-in-F t The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 edition ACKNOWLEDGMENT OF PRINCIPAL STATE OF New York } COUNTY OF Erie ) SS.: On the 17th day of October in the year 2013 , before me, the undersigned, personally appeared Michail Kouimanis ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity, and that by his/her signature on the instrument, the individual, or the person upon behalf of which the individual acted; executed the instrument. GAIL E ROBINSON Notary Public, State of New York Qualified in Erie County Commission Expires June 9, 20.L Notary Public ACKNOWLEDGMENT OF SURETY STATE OF New York ) SS.: COUNTY OF Erie ) On the 17th day of October in the year 2013 , before me. the undersigned, personally appeared Bradley J. Hall ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity, and that by his/her signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. COLLEEN A KENDZIORA NOTARY PUBLIC, STATE OF NEW YORK 66 QUALIFIED IN ERIE COUNTS Notary Public My Commission Expires Mareh 23, �!" T ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAMES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Christopher D. ROSS, Victoria RIVERA, Bradley J. HALL, Colleen A. KENDZIORA, Scott T. HOFFMAN, Timothy M. TOOLE, Lori A. FAY and Alissa J. WOLF, all of Buffalo, New York, EACH its true and lawful agent and Attorney -in - Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 4th day of April, A.D. 2013. ATTEST: Y ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND �Y 'wp tIV di G�fNSV�'' •=i3b1R: 88A �� Assistant Secretary - Vice President Gregory E. Murray Janes M. Carroll State of Maryland City of Baltimore On this 4th day of April, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, JAMES M. CARROLL, Vice President, and GREGORY E. MURRAY, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 9", rrri �fC LGi11r`� �`� Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 132-6800 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMO 1X H REOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this -�tlay of , 20-•3 AP "Nir+s loseEAL 4�w� 141`"......•F*�� �� ��nnaNNN` f � ! Geoffrey Delisio, Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2012 ASSETS Bonds............................................................................................................................................... $ 157,177,826 Stocks................................ ................. ........ ............................................. ......................................... 23,000,311 Cash and Short Term Investments.................................................................................................... 119,155 Reinsurance Recoverable................................................................................................................. 17,923,564 Other Accounts Receivable.............................................................................................................. 35,473,256 TOTAL ADhunm ASSETS........................................................................................................ $ 233,694,113 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses...................................................................................................... $ 74,782 Ceded Reinsurance Premiums Payable............................................................................................ 48,323,524 Securities Lending Collateral Liability ............................................................................................ 1,716,240 TOTALLiABIums.................................................................................................................... $ 50,114,546 Capital Stock, Paid Up........................................................................................ $ 5,000,000 Surplus................................................................................................................ 178,579,567 Surplus as regards Policyholders...................................................................................................... 183,579,567 TOTAL....................................................................................................................................... $ 233,694,113 Securities carried at $59,468,002 in the above statement are deposited as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of December 31, 2012 market quotations for all bonds and stocks owned, the Company's total admitted assets would be $243,518,971 and surplus as regards policyholders $193,404,425. I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPosrr COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the assets and Iiabilities of the said Company on the 31st day of December, 2012. State of Illinois City of Schaumburg } SS' Subscribed and s vom to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of M=h, 2013. tt Notary Public OFFICIAL SEAL OARRYL JOINER Notary Public • Slate of Illinois My Commission Expires May 3, 2014 81W6178'91L I ZOZbi Mao,k mON I opejIn8 I anuand aaennelaa i9£ 130Nt MOSNI A31MVI Lawley Lawley Construction Solutions NATIONAL ASSOCIATION OF SURETY BOND PRODUCERS AMSTAR OF WESTERN NEW YORK, INC. 825 REIN ROAD CHEEKTOWAGA, NEW YORK 14225 PHONE (716) 204-9755 /FAX (716) 204-9761 CONTRACTOR'S QUALIFICATION STATEMENT C Work Information and Reference Report AMSTAR OF WESTERN NEW YORK, INC. 825 Rein Road Cheektowaga, NY 14225 Phone: (716) 204-9755 FAX: (716) 204-9761 Website: amstarwny.com FED ID # 16-1442551 Incorporated in the State of New York on April 2, 1993 Nature of Business: Surface Preparation and Application of Protective Coatings — Industrial and Commercial Painting States Qualified to do Business: New York • Connecticut • Maine • Maryland Massachusetts • New Hampshire • New Jersey Ohio • Pennsylvania • Rhode Island • Vermont Virginia • North Carolina Principals/Corporate Officers: Michail Kouimanis, President 9366 Hunting Valley S. Clarence, NY 14031 John C. Lignos, Vice President 6215 Bunting Road Orchard Park, NY 14127 Bonding Agent: Lawley Service Inc. 361 Delaware Avenue Phone: 716-849-8686 Buffalo, NY 14202 Fax: 716-849-8291 Bank Reference: M & T Bank One Fountain Plaza Phone: 716-848-7315 Andrew Constantino Buffalo, NY 14203 Fax: 716-848-7318 Work References General Contractors Oakgrove Construction 6900 Seneca St. Elma, NY 14059 Contact: Vincent Barbera Phone: 716-652-2200 L.C. Whitford Co., Inc. 164 North Main St. Wellsville, NY 14895 Contact: Chuck Montanya Phone: 585-593-3601 Sealand Construction 85 High Tech Dr. Rush, NY 14543 Contact: Wendell Hercules Phone: 585-359-9242 Economy Paving Co., Inc. 1819 Rte 13 Cortland, NY 13045 Contact: Paul Sweeney Phone: 607-756-2819 Work Information and Reference Report Page 2 Work References (con't) Engineers CRA Infrastructure & Contact: Engineering, Inc. Phone: 268 Main St., Suite 600 Tnemec Buffalo, NY 14202 Contact: Dan Kolkmann Phone: 716-856-2142 Professional Consulting Inc. 315-682-2521 Octagon 10 Office Center Contact: 1719 Route 10, Suite 314 Phone: Parsippany, NJ 07054 Contact: Ben DeMario, Sr. Phone: 973-683-0044 R.L. Merrithew P.O. Box 177 Contacts: Raynham Center, MA 02768 Ken Lunetta/ Dave Merrithew Phone: 508-279-9965 Owners NYS Dept of Transportation — Buffalo 75 Evans Street Buffalo, NY 14075 Contact: Charles Whetstone Phone: 716-648-5533 NYS Dept of Transportation — Utica 207 Genesee St. Utica, NY 13501 Contact: Fred Kittleman Phone: 315-793-2475 New Hampshire DOT 1 Hazen Drive Contacts Concord, NH 03302 David Reimers/ Jerry Zoeller Phone: 603-271-3734 Material Suppliers Carboline Contact: Russell Foti Phone: 716-969-9831 Tnemec Contact: Carl Bye Phone: 315-682-2521 Ervin Industries Contact: Dave Gernhardt Phone: 734-769-4600 ! w AMSTAR OF WESTERN NEW YORK, INC. PROJECTS 2012 TAN 11-17 ERIE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. ALBANY, NY 12209 PROJECT: BRIDGE PAINTING LOCATION: BUFFALO, NY CONTACT: VINCENT BARBERA OAKGROVE CONSTRUCTION PHONE #: 716-652-2200 FAX #: 716-655-3919 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL FORD STREET ANSONIA WATER STORAGE TANK OWNER: SOUTH CENTRAL CONNECTICUT REGIONAL WATER ADDRESS: 90 SARGENT DRIVE CONTACT: BRIAN ROBILLARD, P.E. NEW HAVEN, CT 06511 PROJECT: MAINTENANCE PAINTING OF THE FORD ST TANK LOCATION: ANSONIA, CT CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261781 VARIOUS COS. IN REGION 4 OWNER: NYS DEPT OF TRANSPORTATION - REG 4 ADDRESS: 1530 JEFFERSON RD ROCHESTER, NY 14623 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: GENESEE, LIVINGSTON, MONROE WAYNE & WYOMING COS., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL PHONE #: 203-401-2578 FAX #: 203-603-4855 CONTRACT AMOUNT: START DATE: COMPLETION DATE $440,900.00 SEPT 2011 JAN 2012 CONTACT: PAUL SWEENEY ECONOMY PAVING CO., INC. PHONE #: 607-756-2819 FAX #: 607-756-4742 CONTRACT AMOUNT: $286,070.00 START DATE: MARCH 2012 COMPLETION DATE: OCT 2012 CONTRACT AMOUNT: $1,304,579.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION START DATE: OCT 2011 LEAD REMOVAL COMPLETION DATE: JULY 2012 PARK ROAD WATER TANK OWNER: TOWN OF WEBSTER WATER DEPT CONTACT: DAVID MERITHEW ADDRESS: 38 HILL STREET MERITHEW INC. WEBSTER, MA 01507 PHONE #: 508-279-9965 FAX #: 508-279-9948 PROJECT: CLEAN, PAINT & REHAB of 1 MG WATER TANK CONTRACT AMOUNT: $624,473.00 LOCATION: WEBSTER, MA START DATE: OCT 2012 CLASS A CONTAINMENT COMPLETION DATE: NOV 2012 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL FORD STREET ANSONIA WATER STORAGE TANK OWNER: SOUTH CENTRAL CONNECTICUT REGIONAL WATER ADDRESS: 90 SARGENT DRIVE CONTACT: BRIAN ROBILLARD, P.E. NEW HAVEN, CT 06511 PROJECT: MAINTENANCE PAINTING OF THE FORD ST TANK LOCATION: ANSONIA, CT CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261781 VARIOUS COS. IN REGION 4 OWNER: NYS DEPT OF TRANSPORTATION - REG 4 ADDRESS: 1530 JEFFERSON RD ROCHESTER, NY 14623 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: GENESEE, LIVINGSTON, MONROE WAYNE & WYOMING COS., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL PHONE #: 203-401-2578 FAX #: 203-603-4855 CONTRACT AMOUNT: START DATE: COMPLETION DATE $440,900.00 SEPT 2011 JAN 2012 CONTACT: PAUL SWEENEY ECONOMY PAVING CO., INC. PHONE #: 607-756-2819 FAX #: 607-756-4742 CONTRACT AMOUNT: $286,070.00 START DATE: MARCH 2012 COMPLETION DATE: OCT 2012 D261783 ALBANY REGION OWNER: NYS DEPT OF TRANSPORTATION - REG 1 ADDRESS: R1 CONSTRUCTION, POD 5-1 CONTACT: MICHAEL DANFORTH, EIC 50 WOLF RD. ALBANY, NY 12232 PHONE #: 518-457-9696 PROJECT: PAINTING 5 BRIDGES FAX #: 518-457-6436 LOCATION: FT EDWARD, SCHAGHTICOKE, STILLWATER, WATERFORD & ALBANY, NY CONTRACT AMOUNT: $4,716,408.00 CLASS 1A CONTAINMENT START DATE: MARCH 2012 SP10 SURFACE PREPARATION COMPLETION DATE: MAY 2013 LEAD REMOVAL D261800 CATTARAUGUS & CHAUTAUQUA COS. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST CONTACT: STEVEN RUDNICKI, EIC BUFFALO, NY 14203 PHONE #: 716-374-4850 PROJECT: PAINTING OF 6 BRIDGES FAX #: 716-847-3823 LOCATION: CONEWANGO, HINSDALE, ALLEGANY, CONTRACT AMOUNT: $1,113,484.00 ELLICOTT, ELLERY & POLAND, NY START DATE: FEB 2012 CLASS 1A CONTAINMENT COMPLETION DATE: MAY 2012 SP10 SURFACE PREPARATION LEAD REMOVAL PENNDOT 6839 SNYDER CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 3 ADDRESS: 715 JORDAN AVE CONTACT: RON DUGAN MONTOURSVILLE, PA 17754 HRI INC. PHONE #: 570-326-9031 PROJECT: BRIDGE PAINTING FAX #: 570-322-2183 BRIDGE RESTORATION LOCATION: SELINSGROVE, PA CONTRACT AMOUNT: $560,000.00 CLASS 1A CONTAINMENT START DATE: MAY 2012 SP10 SURFACE PREPARATION COMPLETION DATE: MAY 2013 LEAD REMOVAL PENNDOT 91482 ELK CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O, BOX 342 CONTACT: KENNY PORTER CLEARFIELD, PA 16830 THE LC WHITFORD CO. INC. PHONE #: 585-593-3601 PROJECT: BRIDGE PAINTING FAX #: 585-593-1876 BRIDGE REHABILITATION LOCATION: SPRING CREEK, PA CONTRACT AMOUNT: $80,000.00 CLASS 1A CONTAINMENT START DATE: MAY 2012 SP10 SURFACE PREPARATION COMPLETION DATE: MAY 2013 LEAD REMOVAL PENNDOT 3854 CLINTON CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O, BOX 342 CLEARFIELD, PA 16830 PROJECT: LOCALIZED PAINT REMOVAL BRIDGE REPLACEMENT PROJECT LOCATION: LEIDY TOWNSHIP, PA CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261908 ERIE COUNTY OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST BUFFALO, NY 14203 PROJECT: PAINTING 6 BRIDGES LOCATION: BUFFALO, CHEEKTOWAGA & ORCHARD PARK, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261911 CATTARAUGUS COUNTY OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST BUFFALO, NY 14203 PROJECT: PAINTING 7 BRIDGES LOCATION: OLEAN & HINSDALE, NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL TOWN OF YORK WATER TANK OWNER: TOWN OF YORK ADDRESS: 2688 MAIN STREET YORK, NY 14596 PROJECT: CLEANING, PAINTING & REHABILITATION OF 750,000 GAL WATER TANK LOCATION: YORK, NY CLASS A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL CONTACT: LEE THOMPSON LTT TRUCKING LLC PHONE #: 570-923-2211 FAX #: 570-923-2570 CONTRACT AMOUNT: $56,000.00 START DATE: AUG 2012 COMPLETION DATE: AUG 2012 CONTACT: FAISAL HUSSAIN, EIC PHONE #: 716-831-7057 FAX #: 716-847-3823 CONTRACT AMOUNT: $1,325,000.00 START DATE: APR 2012 COMPLETION DATE: MAR 2013 CONTACT: JERRY RISHELL, EIC PHONE #: 716-847-3273 FAX #: 716-847-3823 CONTRACT AMOUNT: $1,736,000.00 START DATE: APRIL 2012 COMPLETION DATE: NOV 2012 CONTACT: ERICE WIES CLARK PATTERSON LEE PHONE #: 585-454-7600 FAX #: 585-232-5836 CONTRACT AMOUNT: $272,720.00 START DATE: APR 2012 COMPLETION DATE: MAY 2012 l D261884 JEFFERSON CO. OWNER: NYS DEPT OF TRANSPORTATION- REG 7 ADDRESS: 317 WASHINGTON STREET WATERTOWN, NY 13601 PROJECT: PAINTING 1 BRIDGE - BEAM ENDS ONLY BRIDGE REHABILITATION LOCATION: WATERTOWN, NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261457 CATTARAUGUS CO. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST BUFFALO, NY 14203 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: COLD SPRING & RANDOLPH, NY GROUND PROTECTION SP11 SURFACE PREPARATION OVERCOAT SYSTEM D261978, CLINTON & JEFFERSON COS. OWNER: NYS DEPT OF TRANSPORTATION - REG 7 ADDRESS: 317 WASHINGTON STREET WATERTOWN, NY 13601 PROJECT: BRIDGE PAINTING, 5 BRIDGES LOCATION: CHAMPLAIN, PAMELA & PLATTSBURGH, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL HUNGERFORD HILL TANK RENOVATION OWNER: TOWN OF ITHACA ADDRESS: 215 NORTH TIOGA STREET ITHACA, NY 14850 PROJECT: CLEAN, PAINT & REPAIRS TO 500,000 GAL WATER TANK LOCATION: ITHACA, NY CLASS A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL CONTACT: STEVEN BUTLER BETTE & CRING CONSTRUCTION PHONE #: 518-213-1010 FAX #: 518-213-1050 CONTRACT AMOUNT: $83,000.00 START DATE: SEPT 2012 COMPLETION DATE: OCT 2012 CONTACT: JACK MICHALSKI CATCO PHONE #: 716-651-4642 FAX #: 716-651-4638 CONTRACT AMOUNT: $24,720.00 START DATE: JUNE 2011 COMPLETION DATE: AUG 2011 CONTACT: JEREMY KITTO, EIC PHONE M 315-956-3841 FAX #: 315-785-2386 CONTRACT AMOUNT START DATE: COMPLETION DATE: $1,067,000.00 MAY 2012 SEPTEMBER 2012 CONTACT: DANIEL THAETE, PE PHONE #: 607-273-1656 FAX #: 607-272-6076 CONTRACT AMOUNT: $228,000.00 START DATE: APRIL 2012 COMPLETION DATE: JUNE 2012 D261786 MONROE CO. OWNER: NYS DEPT OF TRANSPORTATION - REG 4 CONTACT: DENNIS CARROLL, EIC ADDRESS: 1530 JEFFERSON ROAD ROCHESTER, NY 14623 PHONE #: 585-581-1055 FAX #: 585-581-1056 PROJECT: CLEAN & PAINT 13 BRIDGES BEAM ENDS CONTRACT AMOUNT: $1,130,000.00 LOCATION: BRIGHTON, GATES, RUSH & HENRIETTA, NY START DATE: JULY 2012 CLASS A CONTAINMENT COMPLETION DATE: AUG 2012 SP10 SURFACE PREPARATION LEAD REMOVAL METROPOLITAN DISTRICT WATER TANK PAINTING OWNER: THE METROPOLITAN DISTRICT CONTACT: TED LUND, DIVISION MGR ADDRESS: 555 MAIN STREET ACUREN INSPECTION HARTFORD, CT 06142 PHONE #: 860-526-2610 PROJECT: BRIDGE PAINTING FAX #: 860-526-5018 PROJECT: WATER TANK PAINTING & REPAIRS TOUCH UP EXTERIOR CONTRACT AMOUNT: $444,000.00 LOCATION: NEWINGTON & ROCKY HILL, CT SP10 SURFACE PREPARATION START DATE: DEC 2012 CLASS A CONTAINMENT COMPLETION DATE: MAY 2013 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261988, HERKIMER & ONEIDA COS. OWNER: NYS DEPT OF TRANSPORTATION - REG 2 ADDRESS: 207 GENESEE STREET CONTACT: BRIAN SOLON, EIC UTICA, NY 13501 WENDEL ENGINEERS NORTH TONAWANDA, NY 14120 PHONE M 315-793-2475 PROJECT: BRIDGE PAINTING FAX #: 315-793-2182 LOCATION: HERKIMER & ONEIDA COUNTIES TOUCH UP EXTERIOR CONTRACT AMOUNT: $214,000.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION START DATE: JUNE 2012 LEAD REMOVAL COMPLETION DATE: JULY 2012 ERIE AVENUE ELEVATED WATER TANK OWNER: CITY OF NORTH TONAWANDA CONTACT: KATHERINE KNAB ADDRESS: 216 PAYNE AVENUE WENDEL ENGINEERS NORTH TONAWANDA, NY 14120 PHONE #: 716-688-0766 FAX #: 716-625-6825 PROJECT: 1 MG ELEVATED TANK INTERIOR PAINT & REPAIRS TOUCH UP EXTERIOR CONTRACT AMOUNT: $440,000.00 LOCATION: NORTH TONAWANDA, NY START DATE: MAY 2012 GROUND PROTECTION COMPLETION DATE: JULY 2012 SP10 SURFACE PREPARATION MASS DOT 68209 SPRINGFIELD OWNER: MASSACHUSETT DEPT OF TRANSPORTATION ADDRESS: 10 PARK PLAZA BOSTON, MA 02116 PROJECT: CLEAN & PAINT 2 BRIDGES BRIDGE REHABILITION LOCATION: SPRINGFIELD, MA CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D262009 VARIOUS LOCATIONS REGION 1 OWNER: NYS DEPT OF TRANSPORTATION - REG 1 ADDRESS: R1 CONSTRUCTION, POD 5-1 50 WOLF RD. ALBANY, NY 12232 PROJECT: CLEAN & PAINT 6 BRIDGES LOCATION: LEWIS, WILMINGTON, LAKE GEORGE BETHLEHAM & ALBANY, NY CLASS A CONTAINMENT' SP10 SURFACE PREPARATION LEAD REMOVAL MARILLA WATER TANK PAINTING OWNER: TOWN OF MARILLA ADDRESS: 1740 TWO ROD ROAD MARILLA, NY 14102 PROJECT: CLEAN & PAINT 1,000,000 GAL STANDPIPE INTERIOR - OVERCOAT EXTERIOR LOCATION: MARILLA, NY GROUND PROTECTION SP10 SURFACE PREPARATION - INTERIOR D261816 BROOME COUNTY OWNER: NYS DEPT OF TRANSPORTATION - REG 9 ADDRESS: 44 HAWLEY STREET BINGHAMTON, NY 13901 PROJECT: LOCALIZED PAINT REMOVAL AT 5 BRIDGES BRIDGE REPAIR PROJECT LOCATION: JOHNSON CITY, NY SP11 SURFACE PREPARATION LEAD REMOVAL CONTACT: NATHAN LANIER DAVID D. ROACH & SONS INC. PHONE #: 413-967-6733 FAX #: 413-967-5140 CONTRACT AMOUNT: $230,000.00 START DATE: JUNE 2012 COMPLETION DATE: Aug 2012 CONTACT: ANTHONY CORRADI, PROJ MGR BETTE & CRING CONSTRUCTION PHONE #: 518-213-1010 FAX #: 518-213-1050 CONTRACT AMOUNT: $1,341,700.00 START DATE: JULY 2012 COMPLETION DATE: APRIL 2013 CONTACT: MARIE NOWAK, PE NUSSBAUMER & CLARK, INC. PHONE #: 716-827-8000 FAX #: 716-826-7958 CONTRACT AMOUNT: $235,500.00 START DATE: AUG 2012 COMPLETION DATE: MARCH 2012 CONTACT: JIM CONROW R. DEVINCENTIS CONSTRUCTION INC. PHONE #: 607-723-4319 FAX #: 607-723-9539 CONTRACT AMOUNT: $300,300.00 START DATE: AUG 2012 COMPLETION DATE: MAY 2013 JEFFERSON CO., PA WORTH ST. BRIDGE #27 OWNER: JEFFERSON COUNTY COMMISSIONERS ADDRESS: 155 MAIN STREET CONTACT: MIKE HENRY BROOKVILLE, PA 15825 FRANCIS J. PALO INC. PHONE #: 814-226-9361 PROJECT: BRIDGE PAINTING FAX #: 814-226-9066 BRIDGE REHABILITATION LOCATION: REYNOLDSVILLE, PA CONTRACT AMOUNT: $130,000.00 CLASS A CONTAINMENT START DATE: JULY 2012 SP10 SURFACE PREPARATION COMPLETION DATE: AUG 2012 LEAD REMOVAL MAIN STREET BRIDGE OVER CHOCONUT CREEK OWNER: TOWN OF VESTAL CONTACT: GARY CAMPO, PE ADDRESS: 605 VESTAL PARKWAY WEST VESTAL, NY 13850 PHONE #: 607-786-0980 FAX #: 607-786-0984 PROJECT: CLEAN & PAINT BRIDGE CONTRACT AMOUNT: $233,600.00 LOCATION: VESTAL, NY START DATE: SEPT 2012 CLASS A CONTAINMENT COMPLETION DATE: SEPT 2012 SP10 SURFACE PREPARATION LEAD REMOVAL PA TPKE BEAVER/BUTLER COUNTIES OWNER: PENNSYLVANIA TURNPIKE COMMISSION CONTACT: BRIAN BOHENICK ADDRESS: 700 SOUTH EISENHOWER BLVD LANE CONSTRUCTION CORP. MIDDLETOWN, PA 17057 PHONE #: 412-838-0251 FAX #: 412-838-0260 PROJECT: PAINTING 3 BRIDGES BRIDGE REHABILITATION CONTRACT AMOUNT: $395,000.00 LOCATION: NEW SEWICKLEY & CRANBERRY, PA START DATE: OCT 2012 CLASS A CONTAINMENT COMPLETION DATE: NOV 2012 SP10 SURFACE PREPARATION LEAD REMOVAL DEVENS 1 MG WATERSPHERE TANK REHAB OWNER: MASSACHUSETTS DEVELOPMENT FINANCE AGENCY CONTACT: LAURIE RUSZALA, PER ADDRESS: 33 ANDREWS PARKWAY WRIGHT PIERCE DEVENS, MA 01434 PHONE #: 978-416-8028 FAX #: 978-470-3558 PROJECT: CLEAN & PAINT 1MG WATER TANK CONTRACT AMOUNT: $487,000.00 LOCATION: DEVENS, MA START DATE: OCT 2012 GROUND PROTECTION COMPLETION DATE: NOV 2012 SP11 SURFACE PREPARATION - EXTERIOR OVERCOAT SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261909 CATTARAUGUS CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: JACK MICHALSKI ADDRESS: 100 SENECA ST CATCO CONSTRUCTION BUFFALO, NY 14203 PHONE #: 716-651-4642 FAX #: 716-651-4638 PROJECT: CLEAN & PAINT 4 BRIDGES CONTRACT AMOUNT: $1,314,471.00 LOCATION: COLD SPRING & SALAMANCA, NY START DATE: OCT 2012 CLASS A CONTAINMENT COMPLETION DATE: NOV 2012 SP10 SURFACE PREPARATION LEAD REMOVAL BLAKER HILL WATER TANK OWNER: WAYNE COUNTY WATER & SEWER AUTHORITY PEEKSKILL HIGH SERVICE TANKS OWNER: CITY OF PEEKSKILL ADDRESS: P.O. BOX 342 CONTACT: VINCE POWELL, DEPUTY SUPT CLEARFIELD, PA 16830 PHONE #: 914-734-4150 PROJECT: CLEAN & PAINT 3 WATER TANKS FAX #: 914-739-0736 1 MG, 400,000 & 526,000 GAL LOCATION: PEEKSKILL, NY CONTRACT AMOUNT: $1,409,000.00 CLASS A CONTAINMENT START DATE: DEC 2012 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2013 LEAD REMOVAL MOOSE RIVER ROAD BRIDGE OWNER: TOWN OF BOONVILLE CONTACT: MARTY MROCZEK, PE ADDRESS: 3377 DAANSEN ROAD MRB GROUP WALWORTH, NY 14568 PHONE #: 585-381-9250 FAX #: 585-381-1008 PROJECT: CLEAN & PAINT 2MG WATER TANK CONTRACT AMOUNT: $485,000.00 LOCATION: MACEDON, NY START DATE: OCT 2012 CLASS A CONTAINMENT COMPLETION DATE: NOV 2012 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL PEEKSKILL HIGH SERVICE TANKS OWNER: CITY OF PEEKSKILL ADDRESS: P.O. BOX 342 CONTACT: VINCE POWELL, DEPUTY SUPT CLEARFIELD, PA 16830 PHONE #: 914-734-4150 PROJECT: CLEAN & PAINT 3 WATER TANKS FAX #: 914-739-0736 1 MG, 400,000 & 526,000 GAL LOCATION: PEEKSKILL, NY CONTRACT AMOUNT: $1,409,000.00 CLASS A CONTAINMENT START DATE: DEC 2012 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2013 LEAD REMOVAL MOOSE RIVER ROAD BRIDGE OWNER: TOWN OF BOONVILLE CONTACT: WENDELL BUCKMAN ADDRESS: 13149 STATE ROUTE 12 BARTON & LOGUIDICE BOONVILLE, NY 13309 PHONE #: 315-457-5200 FAX #: 315-451-0052 PROJECT: BIRIDGE PAINTING CONTRACT AMOUNT: $182,000.00 LOCATION: BOONVILLLE, NY START DATE: SEPT 2012 CLASS A CONTAINMENT COMPLETION DATE: OCT 2012 SP10 SURFACE PREPARATION LEAD REMOVAL FUEL FARM TANK PAINTING OWNER: COUNTY OF ORLEANS CONTACT: CRAIG LAPE ADDRESS: 225 W. ACADEMY STREET ALBION, NY 14411 PHONE #: 585-589-6145 FAX #: 585-589-1620 PROJECT: CLEAN & PAINT 3 GROUND FUEL STORAGE TANKS CONTRACT AMOUNT: $36,000.00 LOCATION: ALBION, NY START DATE: OCT 2012 SPOT CLEANING SP 2-3 SURFACE PREPARATION COMPLETION DATE: NOV 2012 CATTARAUGUS COUNTY 2012 BRIDGE PAINTING OWNER: CATTARAUGUS COUNTY DPW CONTACT: WILLIAM FOX ADDRESS: 8810 ROUTE 242 LITTLE, VALLEY, NY 14755 PHONE #: 716-938-9121 FAX #: 716-938-2754 PROJECT: PAINTING OF 2 BRIDGES CONTRACT AMOUNT: $144,960.00 LOCATION: PORTVILLE & OTTO, NY START DATE: OCT 2012 CLASS A CONTAINMENT COMPLETION DATE: NOV 2012 SP10 SURFACE PREPARATION LEAD REMOVAL AMSTAR OF WESTERN NEW YORK, INC. PROJECTS BRISTOL CO. WATER AUTHORITY TANKS OWNER: BRISTOL CO. WATER AUTHORITY ADDRESS: 450 CHILD STREET WARREN, RI 02885 PROJECT: WATER STORAGE TANK PAINTING LOCATION: BARRE, NY CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL 4111 PENNDOT 83717, CLEARFIELD CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CLEARFIELD, PA 16830 PROJECT: BRIDGE PAINTING, 4 BRIDGES LOCATION: CLEARFIELD COUNTY, PA CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL TAB 09-53B MONROE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. ALBANY, NY 12209 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: MONROE CO., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: PASQUALE DELISE, PE PHONE #: 401-245-2022 FAX #: 401-245-2004 CONTRACT AMOUNT: $1,450,000.00 START DATE: AUG 2009 COMPLETION DATE: NOV 2010 CONTACT: KENNY PORTER THE LC WHITFORD CO. PHONE #: 585-593-3601 FAX #: 585-593-1876 CONTRACT AMOUNT: $639,000.00 START DATE: MARCH 2010 COMPLETION DATE: OCTOBER 2011 CONTACT: WENDELL HERCULES SEALAND CONTRACTORS CORP PHONE #: 585-359-9242 FAX #: 585-359-4558 CONTRACT AMOUNT: $798,500.00 START DATE: JUNE 2010 COMPLETION DATE: OCT 2011 NORTH CASTLE WATER TANKS OWNER: TOWN OF NORTH CASTLE ADDRESS: 15 BEDFOR D ROAD CONTACT: STEVEN TRINIDAD ARMONK, NY 10504 CHAS MANGANARO ENGINEERS PHONE #: 914-769-3400 PROJECT: PAINT TWO WATER TANKS FAX #: 914-760-1976 LOCATION: NORTH CASTLE, NY CONTRACT AMOUNT: $800,000.00 CLASS 1A CONTAINMENT START DATE: MAY 2010 SP6 SURFACE PREPARATION - EXTERIOR COMPLETION DATE: JUNE 2012 SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261472 ONONDAGA CO. OWNER: NYS DEPT OF TRANSPORTATION - REG 3 ADDRESS: 333 E. WASHINGTON STREET CONTACT: NICK HUFFMAN, EIC SYRACUSE, NY 13202 PHONE #: 315-877-5585 PROJECT: PAINTING 8 BRIDGES FAX #: 315-428-4834 LOCATION: SYRACUSE, CAMILLUS & GEDDES, NY CONTRACT AMOUNT: $1,245,000.00 CLASS 1A CONTAINMENT START DATE: SEPT 2010 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2011 LEAD REMOVAL PENNDOT 2668 CAMERON OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CONTACT: JOHN MCCASKIE CLEARFIELD, PA 16830 SWANK ASSOCIATED COS. PHONE #: 724-335-6000 PROJECT- BRIDGE PAINTING FAX #: 724-335-3834 LOCATION: SHIPPER PA CONTRACT AMOUNT: $693,500.00 CLASS 1A CONTAINMENT START DATE: SEPT 2010 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2011 LEAD REMOVAL TAB 10-10B MONROE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. CONTACT: DALE CARLSON ALBANY, NY 12209 SLATE HILL CONSTRUCTORS, INC. PHONE* 315-672-8055 PROJECT: BRIDGE PAINTING FAX #: 315-672-8057 BRIDGE REHABILITATION LOCATION: MONROE CO., NY CONTRACT AMOUNT: $550,000.00 CLASS 1A CONTAINMENT START DATE: MAY 2011 SP10 SURFACE PREPARATION COMPLETION DATE: OCT 2011 LEAD REMOVAL D261312 LASALLE EXPRESSWAY OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST BUFFALO, NY 14203 PROJECT: LOCALIZED PAINT REMOVAL BRIDGE REPLACEMENT PROJECT LOCATION: AMHERST, NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL TAB 10-08 ERIE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. ALBANY, NY 12209 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: ERIE COUNTY, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261401 ESSEX, SARATOGA & WARREN COS. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 328 STATE STREET SCHENECTADY, NY 12305 PROJECT. LOCALIZED PAINT REMOVAL BRIDGE REPLACEMENT PROJECT LOCATION: ESSEX, SARATOGA & WARRNE COS., NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261300 ONEIDA CO. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 207 GENESEE STREET UTICA, NY 13501 PROJECT: LOCALIZED PAINT REMOVAL BRIDGE REPLACEMENT PROJECT LOCATION: ONEIDA CO., NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: VINCENT BARBERA OAKGROVE CONSTRUCTION PHONE #: 716-652-2200 FAX #: 716-655-3919 CONTRACT AMOUNT: $89,315.00 START DATE: SEPT 2011 COMPLETION DATE: NOV 2011 CONTACT: SHANNON MAY UCC CONSTRUCTORS INC. PHONE #: 716-783-1632 FAX #: 716-822-8429 CONTRACT AMOUNT: $2,972,000.00 START DATE: MAY 2011 COMPLETION DATE: DEC 2011 CONTACT: RICH ANDERSON VECTOR CONSTRUCTION CORP. PHONE #: 315-699-9277 FAX #: 315-699-3906 CONTRACT AMOUNT: $319,780.00 START DATE: JULY 2011 COMPLETION DATE: AUG 2011 CONTACT: RICH ANDERSON VECTOR CONSTRUCTION CORP. PHONE #: 315-699-9277 FAX #: 315-699-3906 CONTRACT AMOUNT: $748,000.00 START DATE: SEPT 2011 COMPLETION DATE: NOV 2011 D261416 CHAUTAUQUA CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: VINCENT BARBERA ADDRESS: 100 SENECA ST OAKGROVE CONSTRUCTION BUFFALO, NY 14203 PHONE #: 716-652-2200 FAX #: 716-655-3919 PROJECT: DECK SEALING BRIDGE REHABILITATION CONTRACT AMOUNT: $24,720.00 LOCATION: 1-86 JAMESTOWN, NY START DATE: MAY 2011 CLASS A CONTAINMENT COMPLETION DATE: JUNE 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261457 CATTARAUGUS CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: JACK MICHALSKI ADDRESS: 100 SENECA ST CATCO BUFFALO, NY 14203 PHONE #: 716-651-4642 FAX #: 716-651-4638 PROJECT. BRIDGE PAINTING BRIDGE REHABILITATION CONTRACT AMOUNT: $131,844.00 LOCATION: COLD SPRING & RANDOLPH, NY START DATE: JUNE 2011 GROUND PROTECTION COMPLETION DATE: AUG 2011 SP11 SURFACE PREPARATION OVERCOAT SYSTEM MCWA PAINTING PAVILION/PERINTON TANKS OWNER: MONROE COUNTY WATER AUTHORITY SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: PAT O'CONNER ADDRESS: 475 NORRIS DRIVE ROCHESTER, NY 14610 PHONE #: 585-442-2001 FAX #: 585-442-2459 PROJECT: CLEANING, PAINTING & REHABILITATION OF THE PAVILION & ALLEYN'S RISE TANKS CONTRACT AMOUNT: $333,575.00 LOCATION: PAVILION & PERINTON, NY START DATE: SEPT 2010 CLASS A CONTAINMENT COMPLETION DATE: JULY 2011 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL D261418 PUTNAM & WESTCHESTER CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: STEVE AWEDUTI ADDRESS: 4 BURNETT BLVD HARRISON & BURROWES BRIDGE CONST POUGHKEEPSIE, NY 12603 PHONE #: 518-465-6254 FAX #: 518-465-3622 PROJECT: PAINTING 16 BRIDGES BRIDGE MAINTENANCE PROJECT CONTRACTAMOUNT: $4,115,400.00 LOCATION: VARIOUS IN PUTNAM & WESTCHESTER CO., NY START DATE: MARCH 2011 CLASS A CONTAINMENT COMPLETION DATE: NOV 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261551 ERIE CO. CONTACT: VINCENT BARBERA OWNER: NYS DEPT OF TRANSPORTATION CONTACT: GARY JAKUBOWSKI, EIC ADDRESS: 100 SENECA ST PHONE #: 716-652-2200 BUFFALO, NY 14203 PHONE #: 716-833-2320 PROJECT: REPAIRS & RESURFACING MP483 - MP 496 & INTER 60 FAX #: 716-847-3823 PROJECT: CLEAN & PAINT 5 BRIDGES CONTRACT AMOUNT: $345,520.00 LOCATION: CHAUTAUQUA CO., NY CONTRACT AMOUNT: $2,400,000.00 LOCATION: BUFFALO & TONAWANDA, NY START DATE: MAY 2011 CLASS A CONTAINMENT START DATE: MARCH 2011 CLASS A CONTAINMENT COMPLETION DATE: OCT 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261057 ERIE CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: VINCENT BARBERA ADDRESS: 100 SENECA ST OAKGROVE CONSTRUCTION BUFFALO, NY 14203 PHONE #: 716-652-2200 FAX #: 716-655-3919 PROJECT. ROUTE 33 LANDSCAPING & RETAINING WALL PROTECTIVE SEALING OF STRUCTURAL CONCRETE CONTRACT AMOUNT: $131,100.00 LOCATION: BUFFALO, NY START DATE: OCT 2010 POWER WASH CONCRETE COMPLETION DATE: SEPT 2011 APPLY SEALER TAB 10-15 CHAUTAUQUA COUNTY OWNER: NYS THRUWAY AUTHORITY CONTACT: VINCENT BARBERA ADDRESS: 200 SOUTHERN BLVD. OAKGROVE CONSTRUCTION ALBANY, NY 12209 PHONE #: 716-652-2200 FAX #: 716-655-3919 PROJECT: REPAIRS & RESURFACING MP483 - MP 496 & INTER 60 BRIDGE PAINTING CONTRACT AMOUNT: $345,520.00 LOCATION: CHAUTAUQUA CO., NY START DATE: MAY 2011 CLASS A CONTAINMENT COMPLETION DATE: OCT 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261521 ORANGE CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: JUSTIN LYNCH ADDRESS: 4 BURNETT BLVD HUDSON VALLEY BRIDGE CONST POUGHKEEPSIE, NY 12603 PHONE #: 716-652-2200 FAX #: 716-655-3919 PROJECT: 4 SPAN BRIDGE OVER ROUTE 17 LOCALIZED PAINT REMOVAL, PAINT BEAM ENDS CONTRACT AMOUNT: $69,115.00 LOCATION: MONROE, NY START DATE: MAY 2011 SP11 SURFACE PREPARATION COMPLETION DATE: MAY 2011 LEAD REMOVAL TOMPKINS COUNTY BRIDGE PAINTING OWNER: COUNTY OF TOMPKINS CONTACT: GREG MILLER, I.E. ADDRESS: 125 EAST COURT ST ITHACA, NY 14850 PHONE #: 315-457-5200 FAX #: 315-451-0052 PROJECT: CLEAN & PAINT 12 BRIDGES CONTRACT AMOUNT: $2,400,000.00 LOCATION: VARIOUS IN TOMPKINS CO., NY START DATE: CLASS A CONTAINMENT COMPLETION DATE: SP10 SURFACE PREPARATION LEAD REMOVAL VA DOT D62 PAINTING 13 BRIDGES LYNCHBURG DIST OWNER: VIRGINIA DEPT OF TRANSPORTATION CONTACT: WALTER BLACKWELL ADDRESS: 1401 E. BROAD ST RICHMOND, VA 23219 PHONE #: 434-856-8041 FAX #: 434-947-2023 PROJECT:'. CLEAN & PAINT 13 BRIDGES CONTRACT AMOUNT: $1,400,500.00 LOCATION:,. VARIOUS IN THE LYNCHBURG DISTRICT OF VIRGINIA START DATE: MARCH 2011 CLASS A CONTAINMENT COMPLETION DATE: JUN 2012 SP10 SURFACE PREPARATION LEAD REMOVAL VA DOT G88 PAINTING 3 BRIDGES CULPEPER DIST OWNER: VIRGINIA DEPT OF TRANSPORTATION CONTACT: MATHEW DELAWADER ADDRESS: 1401 E. BROAD ST RICHMOND, VA 23219 PHONE #: 540-829-7591 FAX #: 540-829-7519 PROJECT: CLEAN & PAINT 3 BRIDGES CONTRACT AMOUNT: $812,000.00 LOCATION: VARIOUS IN CULPEPER & ORANGE COS., VIRGINIA START DATE: OCT 2011 CLASS A CONTAINMENT COMPLETION DATE: MARCH 2012 SP10 SURFACE PREPARATION LEAD REMOVAL VA DOT G16 PAINTING 9 BRIDGES LYNCHBURG DIST OWNER: VIRGINIA DEPT OF TRANSPORTATION CONTACT: WALTER BLACKWELL ADDRESS: 1401 E. BROAD ST RICHMOND, VA 23219 PHONE #: 434-856-8041 FAX #: 434-947-2023 PROJECT: CLEAN & PAINT 9 BRIDGES CONTRACT AMOUNT: $1,020,000.00 LOCATION: VARIOUS IN THE LYNCHBURG DISTRICT OF VIRGINIA START DATE: MARCH 2011 CLASS A CONTAINMENT COMPLETION DATE: OCT 2011 SP10 SURFACE PREPARATION LEAD REMOVAL KELLOGG STREET WATER TANK PAINTING PROJECT OWNER: VILLAGE OF CLINTON ADDRESS: LUMBARD MEMEORIAL HALL CONTACT: CHESTER SZYMANSKI, P.E. NORTH PARK ROW SHUMAKER ENGINEERING CLINTON, NY 13323 PHONE #: 315-724-0100 FAX #: 315-724-3715 PROJECT: CLEANING, PAINTING & REHABILITATION OF THE KELLOGG STREET 300,000 GAL TANK CONTRACT AMOUNT: $220,132.00 LOCATION: CLINTON, NEW YORK START DATE: MARCH 2011 CLASS A CONTAINMENT COMPLETION DATE: MAY 2011 SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL RABBIT ROCK WATER STORAGE TANK PAINTING OWNER: SOUTH CENTRAL CONNCECTICUT REGIONAL WATER AUTHORITY CONTACT: BRIAN ROBILLARD ADDRESS: 90 SARGENT DRIVE COMPLETION DATE: AUG 2011 NEW HAVEN, CT 06511 PHONE #: 203-401-2578 LEAD REMOVAL FAX #: 203-603-4855 PROJECT: MAINTENANCE PAINTING OF THE 1.0 MILLION GAL WATER STORAGE TANK CONTRACT AMOUNT: $457,500.00 LOCATION: NORTH HAVEN, CT BINGHAMTON, NY 13901 START DATE: JUNE 2011 CLASS A CONTAINMENT COMPLETION DATE: JULY 2011 SP10 SURFACE PREPARATION D261518 MONROE CO. CONTRACT AMOUNT: $1,260,000.00 OWNER: NYS DEPT OF TRANSPORTATION CONTACT: PAUL SWEENEY ADDRESS: 1530 JEFFERSON ROAD ECONOMY PAVING CO., INC. ROCHESTER, NY 14623 PHONE #: 607-756-2819 SP10 SURFACE PREPARATION FAX #: 607-756-4742 PROJECT: BRIDGE REHABILITATION ON 1-490 & RT 31 LOCALIZED PAINT REMOVAL FOR STEEL REPAIRS CONTRACT AMOUNT: $85,510.00 LOCATION: PERINTON, NY START DATE: JUNE 2011 CLASS B CONTAINMENT COMPLETION DATE: AUG 2011 SP11 SURFACE PREPARATION LEAD REMOVAL D261682 BROOME CO. OWNER: NYS DEPT OF TRANSPORTATION CONTACT: JEFFREY LOCKWOOD ADDRESS: 44 HAWLEY ST BINGHAMTON, NY 13901 PHONE #: 607-427-5985 FAX #: 607-721-8119 PROJECT: CLEAN & PAINT 7 BRIDGES CONTRACT AMOUNT: $1,260,000.00 LOCATION: CHENANGO, VESTAL & UNION, NY START DATE: APRIL 2011 CLASS A CONTAINMENT COMPLETION DATE: NOV 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261683 DELAWARE CO. CONTACT: JACK MICHALSKI OWNER: NYS DEPT OF TRANSPORTATION CONTACT: JEFFREY LOCKWOOD ADDRESS: 44 HAWLEY ST PHONE #: 716-651-4642 BINGHAMTON, NY 13901 PHONE #: 607-427-5985 PROJECT: BRIDGE REHABILITATION FAX #: 607-721-8119 PROJECT: CLEAN & PAINT 4 BRIDGES CONTRACT AMOUNT: $67,000.00 OVER ELLICOTT CREEK CONTRACT AMOUNT: $1,600,000.00 LOCATION: HANCOCK, NY START DATE: MAY 2011 START DATE: APRIL 2011 CLASS A CONTAINMENT COMPLETION DATE: NOV 2011 SP10 SURFACE PREPARATION LEAD REMOVAL PENNDOT 87531 CAMERON CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CONTACT: JIM HARPER CLEARFIELD, PA 16830 GLENN 0. HAWBAKER, INC. PHONE #: 814-237-1444 PROJECT: BRIDGE PAINTING FAX #: 814-237-5348 LOCATION: CAMERON, CLEARFIELD & POTTER COS., PA CONTRACT AMOUNT: $618,286.00 CLASS A CONTAINMENT START DATE: JULY 2011 SP10 SURFACE PREPARATION COMPLETION DATE: SEPT 2011 LEAD REMOVAL CHABAD HOUSE PEDESTRIAN BRIDGE REHAB OWNER: STATE UNIVERSITY OF NEW YORK AT BUFFALO CONTACT: JACK MICHALSKI ADDRESS: AMHERST,NY CATCO PHONE #: 716-651-4642 FAX #: 716-651-4638 PROJECT: BRIDGE REHABILITATION CLEAN & PAINT PEDESTRIAN BRIDGE CONTRACT AMOUNT: $67,000.00 OVER ELLICOTT CREEK LOCATION: AMHERST, NY START DATE: MAY 2011 COMPLETION DATE: JUNE 2011 WATERWAY PROTECTION & CLASS B CONTAINMENT SP6 SURFACE PREPARATION WALMORE ROAD BRIDGE REPAINTING OWNER: COUNTY OF NIAGARA DPW CONTACT: BRUCE MCNUTT ADDRESS: 59 PARK AVENUE LOCKPORT, NY 14094 PHONE #: 716-439-7253 FAX #: 716-439-7245 PROJECT: CLEAN & PAINT WALNMORE RD BRIDGE OVER OVER BERGHOLTZ CREEK CONTRACT AMOUNT: $66,020.00 LOCATION: WHEATFIELD START DATE: JUNE 2011 CLASS A CONTAINMENT COMPLETION DATE: JULY 2011 SP10 SURFACE PREPARATION LEAD REMOVAL D261485 ERIE CO. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 100 SENECA ST BUFFALO, NY 14203 PROJECT: BRIDGE PREVENTAIVE MAINTENANCE LOCALIZED PAINT REMOVAL FOR STEEL REPAIRS LOCATION: RT 198 & RT 1190, BUFFALO, NY ENVIR GROUND PROTECTION SP10 SURFACE PREPARATION LEAD REMOVAL ROUTE 39 WATER STORAGE TANK OWNER: TOWN OF HARWICH, MASSACHUSETTS BOARD OF WATER COMMISSIONERS ADDRESS: 196 CHATHAM ROAD HARWICH, MA 02645 PROJECT: REHABILITATION & PAINTING OF 1 MG ELEVATED WATER STORAGE TANK LOCATION: HARWICH, MA CLASS A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL ONONDAGA CO. BRIDGE PAINTING OWNER: ONONDAGA CO. DEPT OF TRANSPORTATION ADDRESS: 421 MONTGOMERY ST SYRACUSE, NY 13202 PROJECT: CLEAN & PAINT LAMSON ROAD BRIDGE & ROUTE 57 BRIDGE LOCATION: PHOENIX, NY CLASS A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: RICK MEKELBURG NICHOLS LONG & MOORE CONSTRUCTION PHONE #: 716-759-2842 FAX #: 716-759-6499 CONTRACT AMOUNT: $405,589.00 START DATE: JUNE 2011 COMPLETION DATE: NOV 2011 CONTACT: LEO YUSKUS HALEY & WARD, INC. PHONE #: 781-890-3980 FAX #: 781-890-1491 CONTRACT AMOUNT: $1,620,000.00 START DATE: JUNE 2011 COMPLETION DATE: NOV 2011 CONTACT: EDWARD F. REICHERT PHONE #: 315-435-3176 FAX #: 315-435-5744 CONTRACT AMOUNT: $1,117,400.00 START DATE: JULY 2011 COMPLETION DATE: SEPT 2011 WATER STREET/PROSPECT STREET FOOTBRIDGE REHABILITATION OWNER: TOWN OF KILLINGLY ADDRESS: 172 MAIN STREET DANIELSON, CT 06239 PROJECT: CLEANING & PAINTING OF PEDESTRIAN FOOTBRIDGE LOCATION: DANIELSON, CT CLASS A CONTAINMENT SP6 SURFACE PREPARATION LEAD REMOVAL CONTACT: BRUCE CHIMENTO, P.E. PHONE #: 860-779-5360 FAX #: 860-779-5326 CONTRACT AMOUNT: $202,000.00 START DATE: JULY 2011 COMPLETION DATE: JULY 2011 TOWN OF TONAWANDA ELEVATED WATER TANK OWNER: TOWN OF TONAWANDA, NEW YORK MUNICIPAL BUILDING ADDRESS: 2919 DELAWARE AVE KENMORE, NY 14217 PROJECT: CLEANING, PAINTING & REPAIRS OF 150,000 GAL ELEVATED WATER TANK LOCATION: TONAWANDA, NY OVERCOAT EXTERIOR SP10 SURFACE PREPARATION INTERIOR TORBANK WATER STORAGE TANK OWNER: VILLAGE OF OSSINING DEPT OF PUBLIC WORKS ADDRESS: 101 ROUTE 9A OSSINING, NY 10562 PROJECT: COATING OF THE INTERIOR & EXTERIOR OF THE .5MG SPHEROID TANK LOCATION: OSSINING, NY CLASS A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL TOWN OF CHARLTON WATER STORAGE TANK OWNER: TOWN OF CHARLTON ADDRESS: 758 CHARLTON ROAD CHARLTON, NY 12019 PROJECT: CHARLTON WATER DISTRICT NO. 1 POTABLE WATER STORAGE TANK REPAINTING LOCATION: CHARLTON, NY CLASS A CONTAINMENT SP11 SURFACE PREPARATION & OVERCOAT- EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL CONTACT: MIKE KAISER PHONE #: 716-957-1570 FAX #: 716-877-8800 CONTRACT AMOUNT: $220,000.00 START DATE: AUG 2011 COMPLETION DATE: AUG 2011 CONTACT: BENJAMIN R. DEMARIO, P.E. PROFESSIONAL CONSULTING, LLC PHONE #: 973-683-0044 FAX #: 973-683-0077 CONTRACT AMOUNT: $780,000.00 START DATE: AUG 2011 COMPLETION DATE: OCT 2011 CONTACT: JOHN MORGAN PHONE #: 518-423-0092 FAX #: 518-399-8714 CONTRACT AMOUNT: $257,000.00 START DATE: JULY 2011 COMPLETION DATE: AUG 2011 AMSTAR OF WESTERN NEW YORK, INC. PROJECTS 2010 D260799 60 BRIDGES IN REGION 6 OWNER: NYS DEPT OF TRANSPORTATION - REGION 6 ADDRESS: 107 BROADWAY CONTACT: JEFF NAYLOR, EIC HORNELL, NY 14843 PHONE #: 607-776-0650 PROJECT: PAINTING OF 60 BRIDGES IN REGION 6 FAX #: 607-776-0652 LOCATION: ALLEGANY, CHEMUNG, SCHUYLER & STEUBEN COS. CONTRACT AMOUNT: $7,404,784.00 CLASS 1A CONTAINMENT START DATE: JULY 2008 SP10 SURFACE PREPARATION COMPLETION DATE: JULY 2010 LEAD REMOVAL MHD #604301 MIDDLEBOROUGH/RAYNHAM OWNER: MASS HIGHWAY DEPARTMENT - DIST5 ADDRESS: 1000 COUNTY ST CONTACT: KEVIN MARTIN, PROJ MGR TAUNTON, MA 02780 AGGREGATE INDUSTRIES PHONE #: 781-941-7200 X-2241 PROJECT: BRIDGE PAINTING FAX #: 781-941-3115 RESURFACING & RELATED WORK ON 1-495 CONTRACT AMOUNT: $2,443,343.00 LOCATION: MIDDLEBOROUGH / RAYNHAM, MA START DATE: SEPT 2008 CLASS 1A CONTAINMENT COMPLETION DATE: JULY 2010 SP10 SURFACE PREPARATION LEAD REMOVAL PENNDOT 75092 CLEARFIELD OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CONTACT: DOUG VIIDIC CLEARFIELD, PA 16830 FRANCIS J. PALO, INC. PHONE #: 814-226-9361 PROJECT: BRIDGE PAINTING FAX #: 814-226-9066 REHABILITATION OF HIGHWAY SECTION PROJECT LOCATION: SANDY TOWNSHIP, PA CONTRACT AMOUNT: $395,000.00 CLASS 1A CONTAINMENT START DATE: MARCH 2010 SP10 SURFACE PREPARATION COMPLETION DATE: APRIL 2010 LEAD REMOVAL D260913 ORANGE COUNTY OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 4 BURNETT BLVD POUGHKEEPSIE, NY 12603 PROJECT: BRIDGE PAINTING RECONSTRUCTION RT. 17 LOCATION: WALLKILL, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D260942 CORTLAND COUNTY OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 333 E. WASHINGTON STREET SYRACUSE, NY 13202 PROJECT: BRIDGE PAINTING REHABILITATION 12 BRIDGES LOCATION: CORTLAND CO., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL PENNDOT 82348 LYCOMING CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 3 ADDRESS: P.O. BOX 218 MONTOURSVILLE, PA 17754 PROJECT: PAINTING 8 BRIDGES LOCATION: VARIOUS IN LYCOMING CO., PA CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL MHD 605078 HAWLEY ROAD OWNER: MASS HIGHWAY DEPT ADDRESS: TEN PARK PLAZA BOSTON, MA 02116 PROJECT: BRIDGE PAINTING LOCATION: FRANKLIN CO., MA CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: DARREN COLLINS LANCASTER DEVELOPMENT INC. PHONE #: 518-294-9964 FAX #: 518-294-9951 CONTRACT AMOUNT: $526,000.00 START DATE: OCTOBER 2009 COMPLETION DATE: JUNE 2010 CONTACT: PAUL SWEENEY ECONOMY PAVING CO. INC. PHONE #: 607-756-2819 FAX #: 607-756-4742 CONTRACT AMOUNT: $446,318.00 START DATE: APRIL 2010 COMPLETION DATE: JUNE 2010 CONTACT: KEVIN DURKEE PHONE #: 570-327-1093 FAX #: 570-327-8067 CONTRACT AMOUNT: $900,000.00 START DATE: SEPT 2009 COMPLETION DATE: JUNE 2010 CONTACT: CHRISTOPHER MOORE THE LANE CONSTRUCTION CORP. PHONE #: 203-235-3351 FAX #: 203-686-0696 CONTRACT AMOUNT: $462,000.00 START DATE: JUNE 2009 COMPLETION DATE: SEPT 2010 D261157 ALLEGANY & STEUBEN COS. OWNER: NYS DEPT OF TRANSPORTATION - REG 6 ADDRESS: 107 BROADWAY HORNELL, NY 14843 PROJECT: PAINTING 25 BRIDGES LOCATION: ALLEGANY & STEUBEN COS., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: JEFFREY NAYLOR, EIC PHONE #: 607-566-3419 FAX #: 607-566-3420 CONTRACT AMOUNT: $4,525,000.00 START DATE: AUGUST 2009 COMPLETION DATE: OCT 2010 ROGER WILLIAMS UNIVERSITY WATER TOWER PAINTING OWNER: ROGER WILLIAMS UNIVERSITY ADDRESS: 150 WASHINGTON STREET PROVIDENCE, RI 02903 CONTACT: STEPHEN TERRIEN CAPITAL PROJECTS MANAGER PROJECT: WATER TOWER PAINTING PHONE #: 401-254-3136 FAX #: 401-254-3440 LOCATION: PROVIDENCE, RI CONTRACT AMOUNT: $594,031.00 CLASS 1A•CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR START DATE: NOV 2009 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: JUNE 2010 LEAD REMOVAL D261209 CAYUGA, ONONDAGA & OSWEGO COS. OWNER: NYS DEPT OF TRANSPORTATION -REG 3 ADDRESS: 333 EAST WASHINGTON ST CONTACT: JOHN KROL, EIC SYRACUSE, NY 13202 PHONE #: 315-457-5770 FAX #: 315-413-0209 PROJECT: PAINTING 9 BRIDGES CONTRACT AMOUNT: $1,729,000.00 LOCATION: CAYUGA, ONONDAGA & OSWEGO COS., NY START DATE: SEPT 2009 CLASS 1A CONTAINMENT COMPLETION DATE: JUNE 2010 SP10 SURFACE PREPARATION LEAD REMOVAL BRISTOL CO. WATER AUTHORITY TANKS OWNER: BRISTOL CO. WATER AUTHORITY ADDRESS: 450 CHILD STREET CONTACT: PASQUALE DELISE, PE WARREN, RI 02885 PHONE #: 401-245-2022 PROJECT: WATER STORAGE TANK PAINTING FAX #: 401-245-2004 LOCATION: BARRE, NY CONTRACT AMOUNT: $1,450,000.00 CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR START DATE: AUG 2009 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: NOV 2010 LEAD REMOVAL FAIRVIEW & RICHARD BROWN TANKS OWNER: CITY OF NORWICH ADDRESS: 100 BROADWAY CONTACT: MARK SAWARYN NORWICH, CT 06360 PHONE #: 860-887-2555 PROJECT: WATER TANK PAINTING FAX #: 860-823-4172 LOCATION: NORWICH, CT CONTRACT AMOUNT: $1,285,000.00 CLASS 1A CONTAINMENT START DATE: OCT 2009 SP6 SURFACE PREPARATION - EXTERIOR COMPLETION DATE: MAY 2010 SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL PENNDOT 83717, CLEARFIELD CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CLEARFIELD, PA 16830 CONTACT: KENNY PORTER THE LC WHITFORD CO. PROJECT: BRIDGE PAINTING, 4 BRIDGES PHONE #: 585-593-3601 FAX #: 585-593-1876 LOCATION: CLEARFIELD COUNTY, PA CONTRACT AMOUNT: $639,000.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION START DATE: MARCH 2010 LEAD REMOVAL COMPLETION DATE: NOVEMBER 2010 TAN 09-19 ERIE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. CONTACT: VINCENT BARBERA ALBANY, NY 12209 OAKGROVE CONSTRUCTION PHONE* 716-652-2200 PROJECT:. BRIDGE PAINTING FAX #: 716-655-3919 LOCATION: 1-190 ERIE COUNTY, NY CONTRACT AMOUNT: $28,000.00 CLASS 1A CONTAINMENT START DATE: SEPT 2010 SP10 SURFACE PREPARATION COMPLETION DATE: SEPT 2010 LEAD REMOVAL CLEANING & PAINTING 20 SULLIVAN CO. BRIDGES OWNER: SULLIVAN COUNTY ADDRESS: 100 NORTH STREET CONTACT: DENNIS WILSON MONTICELLO, NY 12701 DELTA ENGINEERS PHONE #: 607-221-5966 PROJECT: CLEANING & PAINTING OF 20 BRIDGES FAX #: 607-231-6650 LOCATION: SULLVAN CO., NY CONTRACT AMOUNT: $1,993,853.00 CLASS 1A CONTAINMENT START DATE: JUNE 2010 SP10 SURFACE PREPARATION COMPLETION DATE: SEPT 2010 LEAD REMOVAL CLEANING & PAINTING OF CR 48 OVER SUSQUEHANNA RIVER OWNER: COUNTY OF BROOME ADDRESS: 60 HAWLEY STREET CONTACT: BINGHAMTON, NY 13902 PROJECT: BRIDGE PAINTING LOCATION: VESTAL & ENDICOTT, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL PENNDOT 85932, CLEARFIELD CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CLEARFIELD, PA 16830 PROJECT: BRIDGE PAINTING, 8 BRIDGES LOCATION: CLEARFIELD COUNTY, PA CLASS 1A'CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL D261296 OSWEGO CO. OWNER: NYS DEPT OF TRANSPORTATION ADDRESS: 333 E. WASHINGTON STREET SYRACUSE, NY 13202 PROJECT: BRIDGE PAINTING LOCATION: CORTLAND CO., NY CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION LEAD REMOVAL CHAPIN ROAD WATER STORAGE TANK REHABILITATION OWNER: TOWN OF HOLDEN, MA ADDRESS: 1204 MAIN STREET HOLDEN, MA 01520 PROJECT: REHABILITATION OF 2 MG WATER STORAGE TANK LOCATION: HOLDEN, MA CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL PHONE #: FAX #: DENNIS WILSON DELTA ENGINEERS 607-221-5966 607-231-6650 CONTRACT AMOUNT: $2,440,000.00 START DATE: APRIL 2010 COMPLETION DATE: JULY 2010 CONTACT: THOMAS MCNALLY, PE CONSTRUCTION SERV ENGINEER PHONE #: 814-762-0536 FAX #: 814-762-5022 CONTRACT AMOUNT: $1,162,681.00 START DATE: FEBRUARY 2010 COMPLETION DATE: JULY 2010 CONTACT: PAUL SWEENEY ECONOMY PAVING CO. INC. PHONE #: 607-756-2819 FAX #: 607-756-4742 CONTRACT AMOUNT: $98,900.00 START DATE: JULY 2010 COMPLETION DATE: JULY 2011 CONTACT: THOMAS TRAN CDM PHONE #: 401-457-0379 FAX #: 401-274-0933 CONTRACT AMOUNT: $555,000.00 START DATE: OCT 2010 COMPLETION DATE: JAN 2011 D261306 RENSSELAER COUNTY OWNER: NYS DEPT OF TRANSPORTATION - REGION 1 ADDRESS: 328 STATE STREET SCHENECTADY, NY 12305 PROJECT: REHAB OF RT 67 BRIDGE OVER HOOSICK RIVER BRIDGE PAINTING LOCATION: HOOSICK & WHITE CREEK, NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL CONTACT: RICHARD ANDERSON VECTOR CONSTRUCTION CORP PHONE #: 315-699-9277 FAX #: 315-699-3906 CONTRACT AMOUNT: $685,200.00 START DATE: MARCH 2010 COMPLETION DATE: NOV 2010 PENNDOT 5587 COLUMBIA CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION - DIST 3 ADDRESS: P.O. BOX 218 MONTOURSVILLE, PA 17754 CONTACT: DAVID PATERSON P.E. SUSQUEHANNA SUPPLY CO., INC. PROJECT: SR 42 BRIDGE PAINTING PHONE #: 570-326-7077 FAX #: 570-326-4990 LOCATION.: CATAWISSA, PA CONTRACT AMOUNT: $390,000.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL TAB 09-53B MONROE COUNTY OWNER: NYS THRUWAY AUTHORITY ADDRESS: 200 SOUTHERN BLVD. ALBANY, NY 12209 PROJECT: BRIDGE PAINTING BRIDGE REHABILITATION LOCATION: MONROE CO., NY CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL ROCKLAND COUNTY BRIDGE PAINTING OWNER: COUNTY OF ROCKLAND ADDRESS: 23 NEW HEMPSTEAD ROAD NEW CITY, NY 10956 PROJECT: BRIDGE PAINTING LOCATION: VARIOUS IN ROCKLAND COUNTY, NY CLASS 1A CONTAINMENT SP10 & SP 11 SURFACE PREPARATION LEAD REMOVAL START DATE: MARCH 2010 COMPLETION DATE: OCT 2010 CONTACT: WENDELL HERCULES SEALAND CONTRACTORS CORP PHONE #: 585-359-9242 FAX #: 585-359-4558 CONTRACT AMOUNT: $798,500.00 START DATE: JUNE 2010 COMPLETION DATE: AUG 2011 CONTACT: JOSEPH PYZOWSKI, PE PROJECT MANAGER PHONE #: 845-638-5060 FAX #: 845-638-5037 CONTRACT AMOUNT: $900,000.00 START DATE: JUNE 2010 COMPLETION DATE: JULY 2010 NORTH CASTLE WATER TANKS OWNER: TOWN OF NORTH CASTLE ADDRESS: 15 BEDFOR D ROAD ARMONK, NY 10504 PROJECT: PAINT TWO WATER TANKS LOCATION: NORTH CASTLE, NY CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL PENNDOT 86920 CLEARFIELD OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CLEARFIELD, PA 16830 PROJECT: BRIDGE PAINTING LOCATION: VARIOUS IN CLEARFIELD, ELK, MCKEAN & POTTER COS CLASS 1A CONTAINMENT SP10 & SP11 SURFACE PREPARATION LEAD REMOVAL CONTACT: DAVID MERRITHEW, INSPECTOR PHONE #: 508-279-9965 FAX #: 508-279-9948 CONTRACT AMOUNT: $800,000.00 START DATE: MAY 2010 COMPLETION DATE: SEPT 2011 CONTACT: KENNY PORTER L.C. WHITFORD CO., INC. PHONE #: 585-593-3601 FAX #: 585-593-1876 CONTRACT AMOUNT: $515,000.00 START DATE: JUNE 2010 COMPLETION DATE: OCT 2010 MATTABASSETT TRUNK SEWER BRODGE CROSSINGS OWNER: THE MATTABASSETT DISTRICT ADDRESS: 245 MAIN STREET CROMWELL, CT 06416 CONTACT: BRIAN ARMET, PE EXECUTIVE DIRECTOR PROJECT: CLEAN & PAINT TWO TRUNK SEWER PHONE #: 860-635-5550 BRIDGES FAX #: 860-635-7290 LOCATION: CROMWELL, CT CONTRACT AMOUNT: $447,000.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL BILLINGTON ROAD WATER STORAGE TANK OWNER: TOWN OF ELMA ADDRESS: 1600 BOWEN ROAD ELMA, NY 14059 PROJECT: WATER TANK REHABILITATION LOCATION: ELMA, NY SP11 SURFACE PREPARATION -EXTERIOR SP10 SURFACE PREPARATION - INTERIOR LEAD REMOVAL START DATE: JUNE 2010 COMPLETION DATE: SEPT 2010 CONTACT: STEVEN TANNER CLARK PATTERSON LEE PHONE #: 716-372-0514 FAX #: 716-372-2169 CONTRACT AMOUNT: $466,500.00 START DATE: JUNE 2010 COMPLETION DATE: JULY 2010 STEERE FARM ROAD TANK PAINTING OWNER: HARRISVILLE FIRE DISTRICT ADDRESS: 115 CENTRAL STREET HARRISVILLE, RI 02830 CONTACT: JEFF FAULKNER, P.E. STANTEC CONSULTING PROJECT: PAINTING 500,000 GAL HYDROPILLAR PHONE #: 978-692-1913 FAX #: 978-692-4578 LOCATION: HARRISVILLE, RI CONTRACT AMOUNT: $335,500.00 SP6 SURFACE PREPARATION - EXTERIOR SP1 1SURFACE PREPARATION - INTERIOR START DATE: JUNE 2010 CLASS 1A CONTAINMENT COMPLETION DATE: AUGUST 2010 LEAD REMOVAL VAOT RICHMOND IM BPNT(3) OWNER: VERMONT AGENCY OF TRANSPORTATION ADDRESS: 20 KIMBALL AVE, SUITE 301 SOUTH BURLINGTON, VT 05403 CONTACT: DAVID HOSKING, RE PROJECT: BRIDGE AT 1-89 OVER JERICHO RD, AT 1-89 OVER US 2 PHONE #: 802-651-1745 AND 1-89 OVER KENYON RD FAX #: 802-865-1354 LOCATION: RICHMOND, VT CONTRACT AMOUNT: $849,698.00 CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION START DATE: JUNE 2010 LEAD REMOVAL COMPLETION DATE: NOV 2010 D261337 FULTON, HERKIMER & ONEIDA COS. OWNER: NYS DEPT OF TRANSPORTATION -REG 2 ADDRESS: 207 GENESEE STREET CONTACT: BRIAN SOLAR EIC UTICA, NY 13501 PHONE #: 315-272-9469 PROJECT: PAINTING 4 BRIDGES FAX #: 315-428-4834 LOCATION: KIRKLAND, BROADALBIN, DOLGEVILLE & ROME, NY CONTRACT AMOUNT: $1,280,000.00 CLASS 1A CONTAINMENT START DATE: AUGUST 2010 SP10 SURFACE PREPARATION COMPLETION DATE: DECEMBER 2010 LEAD REMOVAL D261472 ONONDAGA CO. OWNER: NYS DEPT OF TRANSPORTATION - REG 3 ADDRESS: 333 E. WASHINGTON STREET CONTACT: NICK HUFFMAN, EIC SYRACUSE, NY 13202 PHONE #: 315-877-5585 PROJECT: PAINTING 8 BRIDGES FAX #: 315-428-4834 LOCATION: SYRACUSE, CAMILLUS & GEDDES, NY CONTRACT AMOUNT: $1,245,000.00 CLASS 1A CONTAINMENT START DATE: SEPT 2010 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2011 LEAD REMOVAL D261434 JEFFERSON CO. OWNER: NYS DEPT OF TRANSPORTATION - REG 7 ADDRESS: 317 WASHINGTON ST WATERTOWN, NY 13601 CONTACT: PAUL SWEENEY ECONOMY PAVING CO., INC. PROJECT: BRIDGE PAINTING PHONE #: 607-756-2819 FAX #: 607-756-4742 LOCATION: MICHAEL ROAD OVER 1-81 ADAMS, NY CONTRACT AMOUNT: $186,000.00 CLASS 1A CONTAINMENT START DATE: AUGUST 2010 SP10 SURFACE PREPARATION COMPLETION DATE: SEPT 2010 LEAD REMOVAL REHABILITATION OF CLARK ROAD TANK OWNER: NORTH SAGAMORE WATER DISTRICT ADDRESS: 14 SQUANTO ROAD SAGAMORE BEACH, MA 02562 CONTACT: THOMAS MAHANNA, PE STANTEC CONSULTING PROJECT: WATER STORAGE TANK REPAINTING & REPAIRS PHONE #: 978-577-1411 FAX #: 978-692-4578 LOCATION: SAGAMORE BEACH, MA CONTRACT AMOUNT: $335,500.00 CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR START DATE: AUGUST 2010 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: SEPT 2010 LEAD REMOVAL PATTERSON AVE & HIGHLAND ST TANKS OWNER: CITY OF DUBOIS ADDRESS: 16 WEST SCRIBNER AVE DUBOIS, PA 15801 CONTACT: ANTHONY COVAL, PE LEE-SIMPSON ASSOCIATES PROJECT: WATER STORAGE TANK PAINTING PHONE #: 814-371-7750 FAX #: 814-371-8864 LOCATION: DUBOIS, PA CONTRACT AMOUNT: $445,000.00 CLASS 1A CONTAINMENT SP6 SURFACE PREPARATION - EXTERIOR START DATE: JULY 2010 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: AUGUST 2010 LEAD REMOVAL PENNDOT 85746 LYCOMING CO. OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION - DIST 3 ADDRESS: P.O. BOX 218 MONTOURSVILLE, PA 17754 CONTACT: KEVIN DURKEE, PE PROJECT: 1-180 BRIDGE PAINTING LOCATION: WILLIAMSPORT, PA CLASS 1A CONTAINMENT SP10 SURFACE PREPARATION LEAD REMOVAL PHONE #: 570-506-9633 FAX #: 570-327-8067 CONTRACT AMOUNT: $368,000.00 START DATE: OCT 2010 COMPLETION DATE: OCT 2010 PALMYRA WATER TANK OWNER: VILLAGE OF PALMYRA ADDRESS: 144 EAST MAIN STREET CONTACT: ERIC WEIS, PE PALMYRA, NY 14522 CLARK PATERSON LEE PHONE #: 585-454-4570 PROJECT: WATER STORAGE TANK PAINTING FAX #: 585-232-5836 LOCATION: PALMYRA, NY CONTRACT AMOUNT: $375,000.00 SP6 SURFACE PREPARATION - EXTERIOR START DATE: AUGUST 2010 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: OCT 2010 CLASS 1A CONTAINMENT LEAD REMOVAL PROSPECT HILL TANK OWNER: TOWN OF YARMOUTH DPW ADDRESS: 99 BUCK ISLAND ROAD CONTACT: DAVID PEELING, PE WEST YARMOUTH, MA 02673 SEA CONSULTANTS INC. PHONE* 860-563-7775 PROJECT: WATER STORAGE TANK PAINTING FAX #: 860-563-6744 LOCATION: YARMOUTH, MA CONTRACT AMOUNT: $750,000.00 SP6 SURFACE PREPARATION - EXTERIOR START DATE: AUGUST 2010 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: OCT 2010 VILLAGE OF LANCASTER TANK OWNER: VILLAGE OF LANCASTER ADDRESS: 5423 BROADWAY CONTACT: DON GALLO LANCASTER, NY 14086 CONSULTING ENGINEER, PC PHONE #: 716-883-1234 PROJECT: WATER STORAGE TANK PAINTING FAX #: 716-883-0695 LOCATION: LANCASTER, NY CONTRACT AMOUNT: $276,700.00 SP3 SURFACE PREPARATION - EXTERIOR START DATE: AUGUST 2010 LEAD REMOVAL COMPLETION DATE: SEPT 2010 CATTARAUGUS CO. 2010 DECK SEALING OWNER: CATTARAUGUS COUNTY DPW ADDRESS: 8810 ROUTE 242 CONTACT: DAVID GELDER LITTLE VALLEY, NY 14755 HUNT ENGINEERS PHONE #: 716-933-8586 PROJECT: BRIDGE DECK SEALING FAX #: 607-358-1800 LOCATION: CATTARAUGUS CO., NY CONTRACT AMOUNT: $65,914.00 WASH & SEAL BRIDGE DECKS START DATE: AUGUST 2010 COMPLETION DATE: AUGUST 2010 CATTARAUGUS CO. 2010 BRIDGE PAINTING OWNER: CATTARAUGUS COUNTY DPW ADDRESS: 8810 ROUTE 242 CONTACT: DAVID GELDER LITTLE VALLEY, NY 14755 HUNT ENGINEERS PHONE #: 716-933-8586 PROJECT: BRIDGE PAINTING FAX #: 607-358-1800 LOCATION: COUNTY BRIDGE 1029 CONTRACT AMOUNT: $282,500.00 CLASS 1A CONTAINMENT START DATE: AUGUST 2010 SP10 SURFACE PREPARATION COMPLETION DATE: OCT 2010 LEAD REMOVAL PENNDOT 2668 CAMERON OWNER: PENNSYLVANIA DEPT OF TRANSPORTATION -DIST 2 ADDRESS: P.O. BOX 342 CONTACT: JOHN MCCASKIE CLEARFIELD, PA 16830 SWANK ASSOCIATED COS. PHONE #: 724-335-6000 PROJECT: BRIDGE PAINTING FAX #: 724-335-3834 LOCATION: SHIPPER PA CONTRACT AMOUNT: $693,500.00 CLASS 1A CONTAINMENT START DATE: SEPT 2010 SP10 SURFACE PREPARATION COMPLETION DATE: JUNE 2011 LEAD REMOVAL TOWN OF WESTMORELAND TANK OWNER: TOWN OF WESTMORELAND ADDRESS: P.O. BOX 310 CONTACT: C. JACK DODSON, PE WESTMORELAND, NY 13490 DODSON & ASSOCIATE, PLLC PHONE #: 518-382-5842 PROJECT: WATER STORAGE TANK PAINTING FAX #: 518-382-8876 LOCATION: LANCASTER, NY CONTRACT AMOUNT: $210,900.00 SP6 SURFACE PREPARATION - EXTERIOR START DATE: AUGUST 2010 SP10 SURFACE PREPARATION - INTERIOR COMPLETION DATE: OCT 2010 CLASS 1A CONTAINMENT LEAD REMOVAL STILLWATER BRIDGE ROAD TANK OWNER: SOUTH DEERFIELD WATER SUPPLY DISTRICT ADDRESS: 95 SUNDERLAND ROAD CONTACT: JOE HARRIS SOUTH DEERFIELD, MA 01373 INFRASTRUCTURE TECHNOLOGIES PHONE #: 203-230-8771 PROJECT: WATER STORAGE TANK INTERIOR PAINTING FAX #: 203-248-3139 LOCATION: LANCASTER, NY CONTRACT AMOUNT: $235,500.00 SP10 SURFACE PREPARATION - INTERIOR START DATE: OCT 2010 COMPLETION DATE: OCT 2010 CONSTRUCTION EQUIPMENT SCHEDULE STATEMENT OF CONSTRUCTION EQUIPMENT OWNED BY AMSTAR nF wNY ID NUMBER MAKE DESCRIPTION YEAR MFG Purchase Price Yr. Purchased Accumulated Depreciation Net Book Value 6 equipment 1993 15,801 15,801 - 7 equipment 1994 33,981 33,981 - 8 dust collector 1995 78,181 72,895 5,286 9 compressor 1995 4,999 4,666 333 10 compressor 1995 6,421 6,100 321 11 generator 1995 1,989 1,989 - 12 generator 1995 787 787 - 13 painting equipment 1995 1,885 1,885 - 19 ladder/related equipment 1996 1,398 1,398 - 20 Boss Light plant 1996 1,605 1,605 - 21 equipment 1996 5,076 5,076 - 22 Hilti 1996 827 827 - 23 steam cleaner 1997 1,509 1,509 - 24 chain fall 1997 245 245 - 25 ladder/related equipment 1997 170 170 - 26 safety nets 1997 814 814 - 27 snow plow 1997 2,726 2,726 - 28 Itriton trailer 1997 21877 2,877 - 29 JLG Scissor lift 1997 12,000 11,978 22 30 air compressor 1997 7,490 7,490 - 31 air compressor 1997 5,350 5,350 - 32 Needer scaler/vac shroud 1997 600 600 - 33 power washer 1998 5,684 5,670 14 34 ladder/extension plank 1997 3,056 3,056 - 35 miter saw and vacuum 1997 637 637 - 39 tarps 1998 3,045 3,030 15 40 power washer 1998 3,186 3,186 - 41 decon trailer & handwash 1998 45,830 45,502 328 42 24"x28" cap stage 1998 1,814 1,814 - 43 steel decking 1998 6,543 6,521 22 44 24"x28" cap stage 1998 1,439 1,439 - 45 Sullair air compressor 1998 80,329 80,329 - 46 air compressor 1998 17,420 17,420 - 47 Aerial work platform 1998 14,242 14,242 - 48 rigging equipment 1998 1,250 1,250 - 49 Needle scaler 1998 948 948 - 50 1 power washer 1998 2,300 2,290 10 51 11PEC Machine 1998 155,000 154,838 162 52 lVillage Circle equipment 1999 5,350 5,350 - 53 IThe Source equipment 1999 11642 1,642 - 54 jAirport ground 1999 1,285 1,285 - 55 118000 crane 1999 39,852 39,801 51 58 45' trailer 2000 4,000 4,000 - 59 warehouse store trailer 2000 972 972 - 60 185 CFM air compressor 2000 4,815 4,815 - CONSTRUCTION EQUIPMENT SCHEDULE STATEMENT OF CONSTRUCTION EQUIPMENT OWNED BY AMSTAR OF WNY ID NUMBER MAKE DESCRIPTION YEAR MFG Purchase Price Yr. Accumulated Purchased Depreciation Net Book Value 61 NG air machine 2000 1,501 1,501 - 62 9000 watt generator 2000 756 756 - 63 gas generator 2000 405 405 - 64 sand pot 2000 2,008 2,008 - 66 900 cfm air compressor 2000 11,550 11,550 - 67 375 cfm air compressor 2000 4,725 4,725 - 68 376 cfm air compressor 2000 4,725 4,725 - 69 cable puller 2000 2,625 2,625 - 70 AD85 drver unit gnno A AAa A QAC] 5,853 71 webdecks (2) 2000 47,480 47,480 - 77 4500 cfm dust collector 2000 26,568 26,568 - 81 portable crane lift 2000 500 500 - 82 compressor 2000 1,500 1,500 - 83 H ster pallet machine 2000 1,500 1,500 - 84 Fuel story a tank 2000 2,000 2,000 - 85 misc. equipment 2000 5,450 5,450 - 89 ultrasonic test gauge 2001 1,019 1,003 16 92 auctioned equipment various 5,853 5,757 96 93 auctioned equipment various 480 424 56 94 tanks 2001 4,404 4,404 - 95 pneumatic sanders 2001 1,780 1,780 - 96 lair hepa vacuum 2001 2,887 2,887 - 97 air needle gun 2001 1,226 1,226 - 98 mini -flush system 2001 2,373 2,373 - 99 decking 22 gauge 2001 3,646 3,523 123- 101 welding- bobcat 225 2001 3,480 2,854 626 102 14" cut off saw 2001 805 711 94 103 12 storage trailers 2001 2,000 1,733 267 106 positech 2001 553 509 44 107 desco equipment 2001 2,011 1,843 168 108 hoist 2001 362 318 44 109 ladder 2001 215 190 25 110 11 0'aluminum ladder 2001 1,582 1,369 213 111 hoist 2001 14,818 12,597 2,221 112 tractor 2001 7,344 6,977 367 117 lair compressor 2001 3,675 3,124 551 118 portable light tower 2001 2,625 2,231 394 119 portable light tower 2001 2,625 21231 394 120 portable li ht tower 2001 2,625 2,231 394 121 gas sensor kit 2001 1,943 1,556 387 122 trailer 2002 4,012 3,342 670 123 Itrailer 2002 5,680 4,544 1,136 128 Mack tractor 2002 1,960 1,621 339 130 misc. equipment 2002 2,052 1,697 355 131 pump kit 2002 1,274 1,055 219 132 positector 6000 12002 1,205 997 208 133 alnor velometer (2) 12002 1 725 600 125 CONSTRUCTION EQUIPMENT SCHEDULE STATEMENT OF CONSTRUCTION EQUIPMENT OWNED RY AMRTAR nF WNY ID NUMBER MAKE DESCRIPTION YEAR MFG Purchase Price Yr. Purchased Accumulated Depreciation Net Book Value 134 scaler NP 34 needle 3mm 2002 1,507 1,246 261 135 generator 2002 21139 1,769 370 136 hoist 12002 2002 13,500 11,167 2,333 137 stora e trailer 2,168 1,794 374 139 power washer 2002 4,338 3,589 749 143 PK22000 crane 2002 32,400 22,140 10,260 144 welding equipment 2002 1,552 1,008 544 145 HMAX 350 Siphon bare 2002 5,384 3,680 1,704 146 pressure washer 2002 1,566 1,096 470 --1,47 ---- power washer --- -- -- 2002 -4,338 ------2,966 ---1;372 148 elcometer tool 456 (2) 2003 1,353 881 472 149 equipment trailer 2003 2,668 1,646 1,022 150 pump kit 2003 1,624 948 676 151 CO monitor 2003 1,141 665 476 152 CO monitor 2003 11176 666 510 153 lair compressor 2003 105,716 63,429 42,287 154 lair monitors 2003 1,070 606 464 158 24"x20' aluminum stage 2003 1,028 532 496 159 paint spra er 2003 3,518 1,877 1,641 160 paint sprayer 2003 3,518 1,877 1,641 161generators(2) 2003 400 213 187 162 Fuel tanks(2) with pump 2003 1,000 533 467 163 Trailer 2003 4,750 2,533 2,217 164Armsco vacuum 2003 800 427 373 165 18' aluminum scaffold 2003 375 200 175 166 pressure washer 2003 2,631 1,184 1,447 167 propane floor sweeper 2003 417 194 223 168 water filtrations stem 2003 298 140 158 169 Itornado dust collector 2003 71 33 38 170 miller cp 300 welder 2003 208 98 110 172 2mac/1000 air hoist 2003 4,930 2,383 2,547 174 sullair air compressor 2004 105,977 45,923 60,054 176 LFS-10 filtrations stem 2004 2,456 1,023 1,433 178 graco paint sprayer 2004 4,325 2,163 21162 179 auctioned equipment various 14,655 5,862 8,793 180 auctioned equipment various 622 238 384 181 auctioned equipment various 9,131 3,500 5,631 183 auctioned equipment various 900 345 555 184 auctioned equipment various 31810 1,334 2,476 185 EZ Access web decking 2004 10,206 3,912 6,294 188 graco pump 2004 8,823 2,794 6,029 189 Imisc. equipment 2004 659 209 450 192 hoist 2004 8,092 2,427 5,665 .193 air compressor 2004 2,991 748 2,243 194 decon R0480 2004 28,400 7,573 20,827 199 air compressors 2005 4,500 975 3,525 200 Vintage trailer 2005 5,831 1,360 4,471 CONSTRUCTION EQUIPMENT SCHEDULE STATEMENT OF CONSTRUCTION EQUIPMENT OWNFn RV AU-gTAP nF WMV ID NUMBER MAKE DESCRIPTION YEAR MFG Purchase Price Yr. Purchased Accumulated Depreciation Net Book Value 201 Eagle Ind. handwash sinks 2005 6,495 1,407 5,088 202 dust collector 2005 48,713 10,555 38,158 203 misc equipment 2005 6,495 1,407 5,088 204 misc equipment 2005 700 152 548 207 paint sprayer 2005 217 107 110 209 tank containment 2005 541 99 442 210 pressure washer 2005 2,226 334 1,892 211 pressure washer 2005 2,226 334 1,892 212 portable arrow board 2005 425 64 361 213 portable arrow board 2005 425 64 361 214 air tank dryer 2005 5,423 1,085 4,338 216 misc. equipment 2005 371 74 297 218 pump 2005 3,700 432 3,268 219 air compressor J2005 20,984 2,098 18,886 220 laser range meter 2005 363 48 315 221 paint sprayer 2005 7,004 817 6,187 222 Gapvax 2005 1 276,000 27,600 248,400 225 Little Bully sand blaster 2005 5,885 490 5,395 226 Hoist 2005 3,564 178 3,386 227 Pol brid spray system 2005 21,000 1,400 19,600 228 Trailblazer 302D welder 2005 6,959 464 6,495 229 JLG 60H aerial lift 2005 9,720 810 8,910 230 Curtis plow 2000 1,700 113 1,587 233 Hoist 2006 6,525 218 62307 234 hoist 2006 6,525 218 6,307 235 Storage container 2006 1,732 87 1,645 236 1pumps 2000 600 20 580 237 Indirect diesel heater 2006 2,484 124 2,360 238 Indirect diesel heater 2006 2,701 135 2,566 239 Indirect diesel heater 2006 2,701 135 2,566 241 Shop equipment 2006 1,512 18 1,494 243 hoist 2006 71278 728 6,550 245 generators 2006 2,280 - 2,280 1,677,187 1,040,376 636,811 AS OF 2/14/07 } IGN NUMBER YEAR VEHICLES MAKE E -Z# VIN# RENEWAL STATUS CORRECTIONS ursaEclloN #&DATE DRIVER FTA TAGS HUT A01 2000 1 TON STAKE TRUCK FORD IFDAF57F6YEB33317 5131108 10125032 517 KENNY A02 1991 SCIZZOR TRUCK INTERNAT. 1HTSDNUNXMH384878 W1107 15245572 STAKE x A03 1987 LIFT TRUCK - FLAT BED INTERNAT. 1 HTLCHXNXHHA10526 3131107 152011713(7 STAKE A04 1987 BOX TRUCK FORD IFDXR82A6HVA67138 BOX TRK x A05 1993 4600 FIAT BED INTERNAT. 1HTSBZPK4PH477124 5(31/08 FLAT A06 1993 4600 FLAT BED INTERNAT. IHTS13ZPKXPH477127 5131/08 FLAT A07 2006 F450 STAKE FORD IFDXX47P56ED35380 1 4/30108 11518873417 DOUG A08 1992 BOX TRUCK(KODAK) FORD 1 FDXR82A5NVA34594 5/31107 15021349 317 MARK x C69185 A09 1992 STAKE TRUCK CHEVY 1GBJK34J2NE183113 7131106 10120937 211107 RICK A10 2005 GAP VAX VOLVO 4V5KC9GH95N387884 I 2/31/07 15021343 317 GAP VAX x All 1 1993 3/4 TON PICKUP FORD 1FTHFWWPNA97384 6(30/08 10120953 317 WELDTRK Al2 1991 CRANE TRUCK FORD 1FDZU82A2MVA34476 10/31107 15201192 417 CRANETRK x A13 2006 SILVERADO CHEVY 1GTHK23D26F260963 7/31/07 I NEW JUL. 2006 11423548 JOHNNY A14. 1986 ATINUATOR TRUCK FORD F700 1FDNK74N3GVA12179 4/30107 15245580 617 CRASH TRK A15 1984 BOX TRUCK INTERNAT. 1HTLDUXN8EHA37760 I BOX TRK. A16 2007 F350 PICKUP FORD 1FTWX31P57EA12578 10/30/08 NEW OCT. 2006 12740598 I BRIAN A17 1992 BOX TRUCK FORD 1FDXR82A6NVA34720 6(30107 15116197 317 i RICK A18 1995 3/4 TON PICKUP CHEVY 1GCGK29K4SE127980 I 11130106 4069873 517 I PLOW TRK A19 2001 12 TON PICKUP FORD I 1FTRX171.51NA44511 11/30/08 I 6 -Nov BRUCE A20 1999 314 TON PICOKUP I FORD 1 FTNW21 L2XED84367 I 1/31/08 t A21 1 2000 3/4 TON PICKUP CHEVY 1GCGK29U4YE247613 I 12(31/07 i CHICO A22 2000 3/4 TON PICKUP CHEVY I 1GCGK29U5YE247779 10/31/07 A23 2002 1314 TON PICKUP ICHEVY i I IGCHK29182EIW28 1/31/08 I I I FUDD A24 I 1993 1 NUCKEL BOOM I KENWORTH I 11XSKDDSOX3PJ597247 10131/07 I 15021332 117 I COUPE I x A25 1996 SUPER SUCKER -VAC. I FORD L90001 1 1FDZY09X5TVA31930 I NEW FEB. 2007 I VACTRK. A26 2002 GAP VAX VOLVO i 4V5KC9UF32N321989 12/31/06 I —150052141/8 VACTRK. A27 2000 STAKE TRUCK / PLOW iCHEVY I IGBJK34F2YF474074 NEW OCT. 2006 15298205 I SHOP A28 1 2001 ISILVERADO CHEW I 2GCEK19T311152900 4/30/08 10582104 417 I J. LUKE A29 1999 DUMP BODY/PLOW ICHEVY 1 11GBKC34F7XF082093 I NEW OCT. 2006 110272521/8 I DUDE A30 1994 INUCKEL BOOM FORD L8000 IFDZU90X3RVA25709 3131/07 15116198 317 I I LYNN I I x A31 1 1996 BOXTRUCK INTERNAT. 1HTSDAAN2TH2746933131/08 I 150052131/8 BOX TRK. A32 1995 BOXTRUCK FORD I 1FDXH81E2SVA80094 4130/07 11 ROGER A332004 SILVERADO CHEW IGCHK29234E290451 I 3/31/08 I I 10149607117 RICK I I JI A34 2003 SILVERADO CHEVY i 1GCHK23123FI84436 MARK 0. A35 2005 SIENNA GMC i 2GTEK63N55118790.5 8/31/07 20022071/8 MIKE A36 2004 F350 PICKUP FORD 1 FTSW31 PO4ED62567 6130/08 10095581 ROGER A37 .1997 BOX TRUCK FORD IFDXR82E5WA18155 I BOX TRK. A38 2002 F350 PICKUP FORD 1FTSX31F42EC55636 2131/07 I 10708768 317 JOHN HAM. i A39 2000 BOX TRUCK FREIGHT. I 1FV6HJAA6YHF66491 228108 15195820 BRIAN A40 1993 UTILITY W/ AIR COMP. NAVISTAR I 1 HTMGFHL6PH536583 UTILITY A41 1993 UTILITY W/ AIR COMP. NAVISTAR IHTMGPHL3PH538587 I UTILITY A42 1990 TRACTOR 379 PETERBILT 1XP5DB9X6MN305388 NEW 2006 TRACTOR A43 2007 F450 STAKE FORD 1 FDXX47P47EA25822 NEW 2006 ROGER A" 2005 F350 PICKUP FORD 1FTWX31PX5ES15489 NEW JAN 2007 DARRELL I A45 1997 TRACTOR W90 KENWORTH 1XKWDB9X1VJ755724 NEW FEB 2007 TRACTOR WF W W W ww O w d a: W w W W W M o M p� c n M n N m N O n n m n 0 N v a M n n a0 n n t0 n at n n O M N N O O O N 0) co m .Q a m N Cl) Q m n r 9 M M c,y M M M M M WN M M O M M M M M 7 at P�7 M M J fy M 0 O O p O O fD (0 (D tD tD fD 10 17i f0 t0 n n O N m to �p 10!) C) in Imn m Z Z 2 2 N cr .- N z z z N N N a s a a a a Y J Z O W W J J Q K O O O O O O m N O O O N M N O O O O N O N O N O N 0 N_ N_ m N N O_ N_ p O O O O O O O O O O �` n O O O O n N F- O a O p J O O O �0 N J n 00 O J O n O n p N N N F- Wa N N N N N N N N \ N N N 2.1 \ \ \ N N N N m N N \ U N N Q N N N a F- Cl)x O W w W a0 N a N a m 4) N N a a N N N N a a a N a N a W N a O O co N N N N N N N N N a a a a a a a a a co M a a M O Q N a N M a m O N N M a M a M a m W a s> o N N a N Z W W U W D: W � Z W O O(O0 O O O O O O OOO OO O N O OD OO OO On O �N J O O fOOD O O)On O O O 0 O 0 O O O O O O O O O O MON NO O N 0 O N N O O O o to O 00 O0OO O n O O O N nO nn O NNN NN M Lr) U7 N O ON mMNn p Cl) z m ry O m O m O O O In 'C N U*) < M F N ~ Cl) F- '7 ~ LL m N ❑ F > N ❑ N F v) F- nT--<"--- a U ❑ U ❑ U ❑ U ❑ p p ❑ ❑ LL U' > U > > > m!nv toQZ ❑ w --c W D W U W Z W W Z_ W Z W Z W z W Z W 7_ W Z W Z W W W W W W w W W cn co W W W w w ui Iw- _Z Z z z Z Z Z_ Z Z _Z co (n Z cn Z Z VJ co co co Z z co <n a a a a a a a a a a Q a a a a a a Q a Z Z Z Z a Z a a Z Z Z a a _z a co 3 i Z Fw w a ❑ a w of Q IQ 2 U m m m M o o N V 0 0 N N o o N 0 m m O m m N o o N N o o N O m m N m m co m m N m m N O o N O o 0 N V 0 0 N 0 0 N 0 0 M o o I!) m m u7 o o C 0 0 Ui 0 0 to 0 0 n 0 0 n 0 0 cD 0 0 co 00 0o N N 0 O f0 0 o (O 0 0 (D 0 0 1p 0 0 n 0 0 n 0 0 n 0 0 } N N N N N N N N N N N N N N N N N N N N N a 0) N O N m O 4710 O N n m M N w O cc O O 00 m M C N 1A R CO M n M n O N O V M N )` In G M 0 m N 0 O_ M Oo Q n nW n Q M to a h O n n 0 MO O O M O N O m M O m O N 2 O t0 t0 r c N V N N_ N_ !n M O O h 0 2 h 2 p Y N = m O O Co O 2 O O_ IA p �_ O O m p O O co O O m M 0 n O > O O m O O O n m m O m I I Z d o x p N N m N m o 0 0 0 0 )n n M x X O o n N F Y m n n Lo Y X > > > > M m a v N N O N t0 C M N 0 N c0 w N CJ N <.7 F' _ NN N O O a O N N N N O N O N Op n N N o0 � M m N O U > = N U m = U O x O r Q O O d h F- to 0 0 s > � F- m LL i� ❑ � QO Q _ O F- F- � 3 � ❑ > ❑ 1MONN r _5 P.`L a ❑ U 7t J 7 a U U) n U 10 0 LSL o> m o C) 0) Q > a > a > a O a Fx.. a > m LL LL 2 2 Q w Q O u7 x o m x x W N o= x to m N a a w w w w a a m a w a �- m %� z w `1 x W m w cn z a U {- F J J J J a a ❑ ❑ Q W ❑ U (n w 0 O. O Q C O J O 0 Z Z Z a m J x F- W W C7 C7 C7 C7 == W W F" F- m 2 F- a F x m 2 v) J co > m U) 0 W a a a 2 J a O 2 w w a a a a x a a x D a z D J x Q z d} Z z U❑❑ O H U ❑ m S S W W W W x x W W _J W U W 2 Q _J U W Q J W a zF- W } U U LL LL x x Q< x> W m U O m J a a a a O O> ww a cxn� }Q LLLL 2 U w U _ W U Wa N gF LL UMw �mU a o O Lo a o J `m LL g N o =N co w _O • N ❑OO x w(cxn� wLL O ajOm !wcxni W W to Y W W O x w x x Q' x w r W w Q w w U w Z x m m m 2 0 0 0 0 0 0 F x x cr F O ❑ w 2 x x J J U U _J a U U U U S J_ x x _J g m _J g H V _J a _J a m 0 O U W x x W = _J a a _J a W F- F- W W � m' w d x a w _J ~ D V= w W F a a J O J J O J J O J J O a x F x F x F _J a ' Q Q w W J W J_ ' O J a = O a F. Z O J U J F Z > x x❑ w U U U U w W z❑❑ a W a U❑ U W ❑ W F x x x W x U a x x x F- F- F- F- ❑ Z O z O Z O F- U > m 0 m F- m W W' F x S U > a x W W V J J Fm.. In (n (n Z U U U w Fm- Q W F- D o Q W g � J a2' d>>>>>> = a W W w w w w U- J Q 2—a' (n fn LL O D ❑ 2 O ❑ ❑ 0 m LL O❑ LL> ❑ LL m LL F F co !n fn > ❑ Q S m F F F x W M m m M O ON vm m m m m m O O O OmmmTmmmmm m to m mm mn om m m m m m m O NOON mmm C', C"l C11 C14 NN>- NO NO Na Rest insured. Lawley August 2, 2013 Amstar of Western New York 825 Rein Road Cheektowaga, NY 14225 Re: Bond Program To Whom It May Concern: Please be advised that Amstar of Western New York, Inc. is in good standing with an A rated, Treasury listed Surety Company. Their current bonding capacity is $15,000,000.for single job and a $40,000,000. aggregate program. If you need additional information, please call me at (716) 849-8696 or contact me by email at the following address: bhall(&Iawlevinsurance.com Sincerely, Fidelity and Deposit Company of Maryland Bradley J Hall, Attorney -In -Fact G"; w O z 0 3 z i 2 hC71 O +, M Le: ci N em o Ui O U cu 3 z i 2 hC71 O +, M Le: ci w � r f� William Francis Galvin Secretary of the Commonwealth gze c (IJ Mate . sem, .00Vt6n, jY0S VaCf?C'S Y4,,Y OT ARY November 5, 2012 To Whom It May Concern: I hereby certify that the records of this office show that AMSTAR OF WESTERN NEW YORK, INC. a corporation organized under the laws of New York on April 2, 1993 was qualified to do business in this Commonwealth on January 9, 1997 under the provisions of the General Laws, and I further certify that said corporation is still qualified to do business in this Commonwealth. I also certify that said corporation is not delinquent in the filing of any annual reports required to date. i Processed By sam In testimony of which, I have hereunto affixed the Great Seal of the Commonwealth on the date first above written. Secretary of the Commonwealth y- K dcr Massachusetts (a Amstar of Western New York, Inc. 825 Rein Road Cheektowaga, NY 14225 Dear Sir: February 2, 2012 PREQUALIFICATION CERTIFICATE NO.: A-05-5 In accordance with the Regulations Governing Classification and Ratings of Prospective bidders, as approved by the Department of Conservation and Recreation, you are hereby notified that the following ratings have been assigned to you as of the date of this letter: CLASS OF WORK: 9 -Other -Painting -All Types 9 -Other -Painting and Sandblasting -All Types (Including Bridge Painting) MAXIMUM CAPACITY RATING: $ 27,500,000 These ratings will continue in effect until July 31, 2012 unless, modified and rescinded in accordance with the Regulations or by Law. In order to be continuously eligible to bid on projects to be undertaken for this Agency, your next prequalification statement should be submitted at least 30 days prior to your expiration of these ratings. Your attention is directed to the "Rights of Contractors for a Hearing" as described in Regulations Governing Classification and Rating of Prospective Bidders, Regulations 7.5, Section 4. If I can be of any assistance to you, please do not hesitate to call me at 617-626-1339. Sincerely, Ruthie Graham Contract Administration ;.:'I: L n I' Lt :T: 'i' .. .•u5`.�F :`�: .. i. �-V`�, �.. .: �� �'_L:.�.�I1 .. ,.. 0 �_<�:cf V:.�_C•I''. ��=.'c:. .._ . APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid 000.00 Alternate A $ 2.4, o oO . y0 Alternate B $_101000.00 Addenda CME are acknowledged: �; Signature 061130hrMm, PM$1 WM Business Name PA56t% TQTbWer )kQ.(h�ena,nce (�D.,Zlnc v -- Business Address 6e 1,1)4AertA_kk, iPlace- �6deersoh IAV 0.420 Business Phone a�U - $','i,b -q 000 Fax g00 - 93 4- 09'0/ Email Address p he l tslfm 9 b a;krfa_KK. Corp Name of Person Authorized to sign Price Proposal PresiciP-k+ Title of PSkkon Authorizedtq sign Price Proposal Signature of Above Pin Don Johnston, President Town of North Andover IFB Page 40 of 65 Bradford Street Standpipe Improvements CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word '`person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date on 2LI 3 Bon Johnston, President Print Name & Title Pittsburg Tank & TowerMaintenanee Co,, TIIC, Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Don Johnston, President , authorized signatory for Pittsburg Tank & Tower Maintenance Co,, IW& Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Town of North Andover IFB Bradford Street Standpipe Improvements OCT Date Page 61 of 65 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of pei jury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Don Johnston, President Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements Date PltE bM Tank & Tower Maintenance Co,, Inc, Company Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the ftb= TMk & ToWt Mafi=mee Co,, fag, held on JAM I , LUl J it was VOTED, THAT Don 3ohnston, President X 51 nr-- i (Name) (Officer) Tank& �'owerMaimtenance Co,, c *hjjAof l�tf �� t r ed Jo .execute contracts and bonds in the name and on behalf of said , and affix its corporate seal hereto; and such execution of any contract or obligation in t i� its behalf by such officer shall be valid and binding upon To—Wer Nraffinienance Co,, Inc, I hereby certify that I am the Wefk of the abc9d"I & 8t TbUt MAIMM94 CN M SECR3ETAaY that Don Johnston, President is the duly elected officer as above of said P1ft&qTank&TbWePMaI>l1t@nMajft, and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. OCIT k ui? (Date) 2 , . Town of North Andover IFB Bradford Street Standpipe Improvements Page 63 of 65 O r4 m 0) N -1 NtD Q�l 00 It .� 00 l0 O N m 4 N N N lD m N Lo 41N L!1 x l�C Q1 cJ' C O C On t0 W 0) lD N Vl u I, rq r -I V) M e q O N w r, Ln m oo v L Y a.Ti C CA � O v1 41 C �, N p m L Q Q u U? E o > 0 v 0 1 U Q T u m a z Ln Y O ° L �' U o c Ln a Z O cZ aiO N ` � O O7Ci'QCc v C C 70 y Y m Oa m m p O H Q > w 7 v- a O u \ C (0 C L 4-+ C 'na O b.0 LL m [0 N +� O u H +-' C +� m v N C N 7 U Y U U J O c0 41 Z c0 t10 - N m c0 ro u W U V V W U C LULU O _ N �0 (n L OCD Ln fa U1 C a c H L � v c � U U 6 o Y > ro U c m ) z � m x 0 O 0 v U~ 'O C vii z C7 �n a Z 3 >_ O v w h0 v, c U o c a w o Z m ti4 5 v �° @ U `—n o o 0 co m O @ "6 Lp C N Y y_ Y V� — f0 m O C 'n w OCO Q > C u Y O u m a! +� O Ln u 4O ++ CD "6 OD V) _ ++ C J O O 0_ @ V ate.+ O V f0 z O ,�.+ H v E u _Ln C 'J V U O U V m O U w 06 Q W Y z S U C H Y O OD M eI C 00 O Q Y L ' C Ln L d Q Q C 66 Q d N Y Q Ln L 0@ 0) m C CC M C L 41 Q CD Y Y O 0: L m a a a X o c W X W � N N N L +�+ L .Ni ra r -I co rmI m C. O N (m0 C t0 C m C (0 0 0 Cr N 0 0 6 N O a+ �+ U cL-I n v* O w O M O O O O Ln 00 O O N O O O 0) .` O ^ E lD Q1 V1 V Q N n i? t!a? t/? t/1 14 N m -zr Ln lC I, u Ln Ln O vi _N •C 00 00 N 00 am+ N u M 00M Ln @j E M N N N i O C 00 Ou O M U 00 00 w l0 OQO C aJ Y 3 J v O onL L U O m u Y LL Y C 7 N N L CU +�+ Z u p cn -0@ m e E v O m a1 "O '� E J m E a U 2' v U co L c m m -C cu +� C LO O J p U Q O C U° v O E on 0 3° m E o u +T+ +' ate+ 4 O U z —` O v m 0 U p v *' 4 m L1 7 E o U p CJ c ;° Z z U U Ln U C N Ln W O w aJ U L y, a1 O u E O c 2 y v a m o > N v O oD U N v °cn z C ' J O N 'i c Y m vi rL0 O N N m U CO O L m L a m EJO c a Cv1 OCO m a aLa) E a C c :E CO a) LC O 0C O C U Y TU U a U L D Q -0 ;; O u O m H -0 L fu0 gym' Zvi+ u O Z 06 m v c U p N �' +�' m ^ o w U w ccU Y E 43 c (V U +� U a� U Y m c Z O U Uz m N Q to 3 Q c 1 N u Q O O O O O FL C"v E rn � 000 u° c-I 06 Y66 N Y co a--I VI Y L OD C m L m L OD j mC CL .1 a, m N O., +-+ "> Y v bA O i L r O C O m V C L1 C 'm a) m O U +1 U f6 v++ O. u O (v w Y u •O L an+ N UJ N c cu J y �••� N C �+ rN Q Q O Q Q Cl m O C Lr1 N vV11 u Q tn/? N iL/T ci N M In CONTRACTOR: (Nance, kF1 trout and addrut) Pittsburg Tank & Tower Maintenance Co., Inc. 1 Waterwnk Place Henderson, KY 42420 OWNER: (Name, klal,ttatar and addrrrr) Town of Andover 120 Main Street SURETY: fName, legal atatur and pnndpal place ofbrrrinerr) Old Republic Insurance Company PO Box 789 Greensburg, PA (734) 834-5000 North Andover, MA 01845 BOND AMOUNT: Five Percent of the Total Amount Bid (5°!0) PROJECT: Bradford Street Standpipe Repair (Name, b ation or addrur, and Pmjrct number, if any) consequences. Consultation with an attorney is etteouraj,,td with respect its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally-, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in f dl force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. \Vaiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein_ When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ed and sealed thi 17th day of October , 2013 G Pittsburg Tank & Tower Maintenance Co., Inc. f adW (Seal) (Il�irnerr) ft :rL 1 Old Rcpt#ffc Insuran • y (Sumo) (Se.rfj (11 %rJnar) (tick) Susan- u, Attom ct By arrangement with the Amtxit�rr Institute texts, the Na ' Association of Surety Bond Producers (NASBP) (www.nasba.om) this form document availab to its members, affiliates, and t associates in Microsoft Word format for use m the reg _- NASBP vouches that the original text of this document conlbmts exactly to the text in AIA Document A310-2010, Bid Bond Subsequent modifications may be grade to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. * OLD REPUBLIC Nsuwa Komi -ANY * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania stock insurance corporation, does make, constitute and appoint: DENNIS W. LUTZ, DENNIS D. FLATNESS, TAFFRA S. HOLMAN, SUSAN M. STEFANSKI. BARBARA J. LEMM, MARK A. LATiNI, OF ST. LOUIS. MO Its true and lawful Attomay(s)-h-Fact, with full power and authority, not exceeding $20,000,000, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (If a seal Is required), bonds. undertakings, recognizances or other written obligations in the nature thereof, (other than seff-insurance worker: compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste manage- ment bonds, hazardous waste remediation bonds or black lung bondsk as follows: ALL WRITTEN INSTRMUXTS IN AN AMOUNT NOT TO EXCEED AN AGGRNW= OF TEN MILLION DOLLARS ($10,000,000) ---------------------•------ FOR ANY SINGLE OBLIGATION, REGARDLESS OF TRE NMENR OF INSTRUKENTS I880ED FOR TRE OBLIGATION. and to bind OLD REPUBLIC INSURANCE COMPANY thereby, and all of the acs of said Atthmeys-in-Faa pursuant to time presents, are ratified and confirmed. This document is not valid unless printed on colored badkground and Is multi-colonsd. This appointment Is made under and by authority of the hoard of directors at a meeting held on May 12, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the hoard of directors of the OLD REPUBLIC INSURANCE COMPANY on May 12, 2010. RESOLVED FURTHER, that the chairman, president or any vice president of the Company's surety division, in conjunction with the secretary or any assistant secretary of the Company, be and hereby are authorized and directed to execute and deriver, to such persons as such officers of the Company may deem appropriate, Powers of Attorney In the form presented to and attached to the minutes of this meeting, authorizing such persons kir execute and deriver and affix the seat of the Company to bonds, undertakings, raoogntrances, and suretyship obligaticrts of all kinds. other than bail bonds, bank depository bonds, mortgage defidency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds. The said officers may revoke any Power of Attorney previously granted to any such person. The authority of any Power of Attorney granted by any such officer of the Company as aforesaid shall not exceed twenty mWon dollars ($20,000,000.00}, except (a) bonds required to be filed as open penalty bonds, and (b) bonds tied with any court or governmental authority requiring an unlimited penalty in bonds filed In that court. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company Q) when signed by the chairman, president or arty via president of the Company's surety division and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (9) when signed by a duly authorized Attomey4n-Fad and sealed with the seal of the Company (if a seat be required). RESOLVED FURTHER, that the signature of any officer designated above, and the seal of the Company, may be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obllgetons of the Company, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC INSURANCE COMPANY has caused Chase presents to be signed by Its proper officer, and Its Corporate seat to be affixed this 23RD d8y of APRIL. 2023, OLD REPUBLIC INSURANCE COMPANY SEAL ) •• Aw@int Sweuy 4* /(0* STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS Vice Peesk" On this 23RD day of APRIL, 2013 , personally came before me, ALAN PAVLIC and PHYLLIS M. JOHNSON to me known to be the individuals and officers of the OLD REPUBLIC INSURANCE COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the sold instrument by the authority of the board of directors of said organization. IL ?°t'h'ty t<tr 'bah. Notary Public My commission expires: 9 /2 B /1¢ CERTiFICATE 1, the undersigned, assistant secretary of the OLD REPUBLIC INSURANCE COMPANY, a Pennsylvania corporation, CERTIFY that the foregoing and attached Power of Atthmey remains in full Wce and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in fora. ? 40-0581 j • Signed and sealed of the Gty of Brookfield, W! this 17th day of OC tobei 2013 EAL IBM NC Asss�aN ueluy )RSC #22951 1100&R(5-10) w APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid $,� 0• oma Alternate A $ to, 000, Alternate B Addenda 1 are acknowledged: 000. 10c, Signature Business Name PA'5 6,,x .S Gel('0 <� Business Address-4t.5—C re- c— t— D�'� _ A n 4e- (5a MY NZZ � Business Phone 7/6 -,5-6q •- 0ti90 Fax ]�& ogg g Email Address G 6 1�, Pk►lj - i h 4 . CV0q -:T�w,c5 ere.hia S Name of Person Authorized to Wes f Title of Person Authorized to si Signature of Above Person Town of North Andover IFB Bradford Street Standpipe Improvements Proposal Proposal ,/,-- 0 Page 40 of 65 ATLAS PAINTING AND SHEETING CORP. KOSTIS PONTIKOS - Suuervisor/CP/OC - NACE 1 Over 40 years experience on structural steel projects, platform rigging and containmen systems. He has been with Atlas for 5 Years. BRIAN PARKER — Supervisor/CP/OC- NACE 1 Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 12 Years. ROBERT METROS — Supervisor/CP/OC- NACE 1 Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 8 Years. KOLJO CRANGAROV - Foreman Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 13 Years. ROGER PARKER — Foreman - CP/OC Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 12 Years. JOSEPH PAOLINI — CP/OC- NACE 19 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 7 Years. Rev. 03/12/2012 465 Creekside Drive, Amherst, New York 14228 Phone (716) 564-0490 Fax (716) 564-0494 Updated SPECIALIZING IN: 1� 1 PERSONNEL EXPERIENCE Lead Abatement Protective Coatings Abrasive Blasting JAMES FRANGOS — President Water Jetting 30 Years experience of office management, project management and project Bridges Estimating. Field experience in commercial & industrial painting. Industrial Commercial ROBERT COHAN — Vice President/Project Manager/EEO Officer/ Tanks - Health & Safety Coordinator — NACE 1 Linings 25 Years of combined experience in field operations, as a foreman, Supervisor, and a Pipelines Project Manager. He has been with Atlas for 12 Years. Inspections Cleaning DONALD DURGIN - PROJECT MANAGER SP10, Class 1A and 2A full containment following guidelines set forth by SSPC QP1 and QP2. He has been with Atlas for 2 Years. KOSTIS PONTIKOS - Suuervisor/CP/OC - NACE 1 Over 40 years experience on structural steel projects, platform rigging and containmen systems. He has been with Atlas for 5 Years. BRIAN PARKER — Supervisor/CP/OC- NACE 1 Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 12 Years. ROBERT METROS — Supervisor/CP/OC- NACE 1 Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 8 Years. KOLJO CRANGAROV - Foreman Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 13 Years. ROGER PARKER — Foreman - CP/OC Over 20 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 12 Years. JOSEPH PAOLINI — CP/OC- NACE 19 Years experience on structural steel & commercial/industrial projects, platform rigging and containment systems. He has been with Atlas for 7 Years. Rev. 03/12/2012 n w WN N N N N N 5 m N N N ..- ¢ D p V . LU N N16 N • C' N O� co ¢ U- Q rL 00A 0 3e o 0 0 0 o O o O tg •cn ,. Q Y Z W J Z ¢ Y Z W J O ¢ Y G. LL"'., . a: I w O ¢ oc w O Cf) OYa OLLJ� G:', ma pa ma Oa ma U. uj . 0 U p n a ¢ ¢ ¢ w m ¢ Z U a N O fJ Uz2 �z2 �z2 Ua Ua Uzm =pQ =Oa 02 02 p> i Oa 7¢ LL> LL i 2 U> LL U LLo W LL w LL ¢LL W o> p w > o p o> Ua Op w oLL a o U W o LL a o U W > O aw>= IISo ox w oOO¢w o = 000 00= 00=m w(DO �ow0m a �a�0 0 o O o 0 0 _o d �'.. wLU d a) d. cn a cn d (1) d m a. U) g.. D m p, (a ¢ a U) ¢ aa Cl) ¢ ¢ a a, U.... N O0 O O O 0 0 0 O O 06 ry~ir Q to m OF N r N V • to fA 60 fA e W L. p Z to K ¢ x O M�o Z F- Q W N 0. 2 c> O s w Q O N o a N V% N D ¢ 0 a F Hm Z ¢ L O ' Q It i ¢t . 11 w -z 2J--Y ¢ z Q wxwxZT O O ¢¢= Z=0 F -O Z OZ xO zz O> p<0 0y Z 0 J YQ ¢F- aca W a¢ LL x w ¢¢O aO t m F- r Z In ¢ m m W N Cc - x 0 0 o z w O Cl) W > > Z Z ¢ Y cc W U ~ ¢ ¢ a Z o z � z 0 Q 2 ¢ C7 O w 4 2 0 p W O ¢ U W.. N O Z z h Z O N N x m z Z z j O. w wiz ¢ aw Nw . z 0 z> C)co O x p a¢F 3 x zz¢ CL - z¢ acwj Oho xF w� caw sz ZO¢ U� 4a¢ • x¢u FZx�c m N� y� O mo ¢~ QoF W vZ JmO Ix 00 OUGH 2 EDDLL Ua ¢ U UpU OUy Lij W YK UZ ¢Z C7� C7z YZ Z F- ¢z F p Qz Cf)z F- ¢z ❑ F- ¢Z Z F - <z a a ma Za mna ma a I S 0 8 O O O O O p O I H R ID HHHHH-H w I a I a I a I I a [• L7 z = ;:0 Z s w.,o < w ~ m -T`• _ Lu O � w� Z v�i0 aD W .m • om ¢ W" N "� m F 0 b Z •} o w N Q N 2 o G o s N K�N' w n J o z D K r 2 W H> N W Z 3 (}] J Z F Z� N N' U' Z F 1-- U w O m v > w Q> Iw-. w W 0 w w Q= a zm�-�-zo0 �Zo¢Ymg�F° z ��-E wN>¢w� nz�o �.0 ,.w H.-Mi m Z¢}¢ 6.¢z�O¢UN w awCz°� O Z a p g O m U¢ D0 LL w¢ O¢ o�wtiw"'~Cwz cmvz>z � a>021:2 OE ¢ im-wi Mm mz • _-O U pw � W Z 5 ui ° = N _ ¢ 0 0 ti 0 z c� m a z F 0 zm 5 OO d o oz ¢ E w �.:: F o w ¢ 3 �..,. a o Zz o Z' O Z m LL S N W Z O O Z Z H N €x0:. w w m a z o z 1 p Z w Or Jv O Z Jdv Z w F i z z N Z o F5c~i w 2 �c ca Z QK m w 4 ¢a w Q O¢ ¢ N K O i = W Q w w Z w Z w Z w Z U Q w Z � o� o� o� o� Z g Z a Z a Z H a Z m a m a m a m ¢a m a 0 co EL S CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or ogler organization, entity, or group of individuals. :Sr^^L5 fc(_K9o5' QceS - Print Name & Title Date /0-IY**'/(3 A-ilGS i'i-ihT�nS �l�►d �NcC�hS Cv��. Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I hri{.S tic-�ti05 , authorized signatory for &F-1'vJ h5 c rJ 5LeJih( 6vT Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and Town of North Andover IFB Bradford Street Standpipe Improvements Date D-IJ�'l 3 Page 61 of 65 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved Signature Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements and health course lasting at least ten (10) hours. Date I 0 - (fll Company Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the A6,1 P4 , knt .,,1 SLee t' CQ `Q held on 10-14-15 it was J f VOTED,THAT (Name) (Officer) of Q�,q i �y C'oTbe and hereby is authorized to execute contracts and bonds in the name and on behalf of said a o ONand affix its corporate seal hereto; and such execution of any contractor obligation in the name of its behalf b such officer under seal oflVev atk Corp. d v' ' y % (�. ,shall be va�id anbinding upon (0- 19 -1 3 I hereby certify that I am the clerk of the above named A11d.4 P&;n C 64 and that is the duly elected officer as above of said Y-porA ��6 , and that the above vote has not been amended or rescinded and ., remains in full force and effect as the date of b-i�t-13 (Date) Town of North Andover IFB Page 63 of 65 Bradford Street Standpipe Improvements Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we ATLAS PAINTING AND SHEETING CORP. 465 CREEKSIDE DRIVE AMHERST, NY 14228 as Principal, hereinafter called the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER, NEWARK, N.J. 07102 a corporation duly organized under the laws of the State of New Jersey as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MA 01845 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF CONTRACT AMOUNT Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for PAINT INTERIOR OF TANK WITH SOME REPAIRS. BRADFORD STREET IN THE TOWN OF NORTH ANDOVER, MASS. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material funished in the prosecution therof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11TH (Witness) (Wrtne s) REBECCA L. PENSKI GARY A. CARDINALE (Title) ATTORNEY-IN-FACT Printed in cooperation with the American Institute ofArchhects (AIA) by International Fidelity insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A310. February 1970 edition. 1 (Surely J,ond ($ince 1904 One Newark Center International Fidelity Newark, New Jersey 07102 I N S U R A N C E COMPANY (973) 624.7200 The INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, hereby guarantees the proposal of ATLAS PAINTING & SHEETING CORP. t0 TOWN OF NORTH ANDOVER for PAINT INTERIOR OF TANK WITH SOME REPAIRS. BRADFORD STREET IN THE TOWN OF NORTH ANDOVER, MASS. and further guarantees that if the contract is awarded to the said ATLAS PAINTING & SHEETING CORP. that the said ATLAS PAINTING & SHEETING CORP. will execute said contract within the period of time required after its delivery for that purpose; and further guarantees that if the contract is so awarded to the said ATLAS PAINTING & SHEETING CORP. that it will become surety on bond guaranteeing the faithful performance of said contract. In Witness Whereof, the said INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this agreement to be signed by proper officers and its corporate seal to be hereunto affixed, this 11TH day of OCTOBER ,20 13 INTERNATIONAL FIDELI INSURANCE COMPANY By: GARY A. CARDINALE Attorney -in -Fact Bond No. N/A C 01 State of County of ss. On this day of , 20 , , before me personally came to me known, and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged to me that he executed the same. My commission expires Notary Public ------------------------------------------------------------------- State of County of ss. On this day of , 20 , , before me personally came to me known and known to me to be a member of the firm of described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expires Notary Public `-----------'--�------------------------------------------------------ State of _J1) O �� t j � - County of 0%ss. �rl `Z-1} On this J day of 04c�6U 203 , before me personally came OS who being by me duly sworn, did depose andsay that he is the ' r of 1?S "n %Yl � the corporation described in and w 'ch executed the above instrumer k �j V -- he knows instrument is such corporate seal; that it was so affixed by order of the Board of Directors thereto by like order. to me known, corporation; the the seal affixed to said xabon, and that he signed his name My commission expires v 10t- `- Notar ------------------------------- — — y I PAhneInL—u—! _ .laLr'B---- Notary Public, State of New York State of NEW YORK Qualified in Erie County My Commission Expires .3-1-15 County of ERIE On this 11TH SS. day of OCTOBER 2013 , before me personally came GARY A. CARDI NALE to me known, who, being by me duly sworn, did depose and say that he isattomey-in-fact of INTERNATIONAL FIDELITY INSURANCE COMPANY the corporation described in and which executed the above instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed )S- id seal as Attorney -in -Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing ReV=, / RANSWE D. JULY 24, 2014 fit' Z:i i,b My commission expires j3t9v9 V UW 11 /. FORM # 13 INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER, 20TF' FLOOR, NEWARK, NEW JERSEY 07102-5207 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT DECEMBER 31, 2012 ASSETS Bonds (Amortized Value) $37,665,793 ..................................... Preferred Stocks (Market Value) ................................ 2,500,000 Common Stocks (Market Value) ................................ 80,694,734 Mortgage Loans on Real Estate.................................400,000 4,652,242 Cash & Bank Deposits 5,602,396 .......................................93,103,224 Other Invested Assets.......................................358,888 3,872,209 Unpaid Premiums & Assumed Balances ..........................11,392,115 448,079 Reinsurance Recoverable from Reinsurers .........................2,486,235 811,905 Electronic Data Processing Equipment ........... I ........ I .. I .... 334,973 Investment Income Due and Accrued ............................ 376,830 Net Deferred Tax Assets ..................................... 5,627,125 Health Care (_) and other amounts receivable ..................... 262,567 OtherAssets .............................................. 11,622,747 TOTAL ASSETS ................................... $2_46 825,231 LIABILITIES, SURPLUS & OTHER FUNDS 205,016 Losses (Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) .............................. $13,876,269 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses (Schedule F, Part 1, Column 6) ......................... 1,510,083 Loss Adjustment Expenses .................................... 4,652,242 Contingent Commissions & Other Similar Charges ................... 5,602,396 Other Expenses (Excluding Taxes, Licenses and Fees) ................. 3,872,209 Taxes, Licenses & Fees (Excluding Federal Income Tax) ............... 448,079 Current federal and Foreign Income Taxes ......................... 811,905 Unearned Premiums ........................................ 36,650,734 Dividends Declared & Unpaid: Policyholders ....................... 500,000 Ceded Reinsurance Premiums Payable ........................... 4,082,113 Funds Held by Company under Reinsurance Treaties ................. 1,031 Amounts Withheld by Company for Account of Others ............... 70,783,059 Provisionsfor Reinsurance .................................... 2,152 Payable to Parent, Subsidiaries and Affiliates ....................... 205,016 Other Liabilities ........................................... 4,975 TOTAL LIABILITIES ............................ $143,002. Common Capital Stock ....................................... $1,500,000 Gross Paid -in & Contributed Surplus ............................. 374,600 Surplus Note .. ........................................... 16,000,000 Unassigned Funds (Surplus) ...... 88,265,914 Less: Treasury Stock at cost (51,501 shares common) (value incl. $45.) ..... 2,317,545 Surplus as Regards Policyholders ................... $103,822,969 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS ...... $246,825,232 I, Francis L. Mitterhoff, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the close of business, December 31, 2012, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. TYG IN TESTIMONY WHEREOF, I have set my hand and affixed the �0 seal of the Company, this 24tb day of February, 2013. o SEAL �"�„ INTERNATIONAL FIDELITY INSURANCE COMPANY 1904 e ddf ME U W.--, X h Vj� KMt Santilli, Ray From: Hmurciak, Linda Sent: Wednesday, October 23, 2013 2:47 PM To: Santilli, Ray Subject: FW: Worldwide Industries Hi Ray, Here you go. Glen did the reference checks for Waterline and all had high praises. Linda Linda Hmurciak Superintendent Town of North Andover Drinking Water Treatment Plant 420 Great Pond Road North Andover, MA 01845 Phone 978.688.9574 Fax 978.688.9575 Email Ihmurciak@townofnorthandover com Web www.TownofNorthAndover.com From: Alt, Glen Sent: Wednesday, October 23, 2013 1:42 PM To: Hmurciak, Linda Subject: Worldwide Industries References gave all high ratings for the work done by Worldwide Industries. Glen C. Alt Assistant Superintendent Town of North Andover Drinking Water Treatment Plant 420 Great Pond Road North Andover, MA 01845 Phone 978.688.9574 Fax 978.688.9575 Email Balt@townofnorthandover.com Web www.TownofNorthAndover.com Santilli, Ray From: Santilli, Ray Sent: Monday, October 21, 2013 9:03 AM To: Hmurciak, Linda Cc: Thibodeau, Bruce Subject: FW: 'Bradford Street Standpipe Improvements' Attachments: SKMBT_C36013101812500.pdf Based on the bid results, Worldwide Industries was the low bidder in response to the IFB for the 'Bradford Street Standpipe Improvement'. Attached is a listing of their contracts for the past couple of years. Please conduct an appropriate reference check and submit a recommendation in writing to me. If you have any questions, please call me. Thanks Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Phone 978.688.9516 Fax 978.688.9556 Email rantilliPtownofnorthandover.com Web www.townofnorthandover.com From: Eric Adley [mailto:eadlev worldwidepainters com] Sent: Friday, October 18, 2013 1:35 PM To: Santilli, Ray Cc: John Chamberlain Subject: 'Bradford Street Standpipe Improvements' Sorry, Please find attached the additional job reference lists WK r .L D 1I D INDUSTRIES CORP. POOTEGTIO MAT GOES 8"ON0IWE SURFACE Eric Adley Worldwide Industries Corp. 470 Mitchell Hill Road Butler, PA 16002 724-283-9845 Ext. 1006 eadlev@worldwidepainters.com 2012 Worldwide Projects Tank Location: Huntsville, Alabama Tank Size: 5,000,000 Gallon Ground Storage Tank —147' 0 x 40'tall Owner: Huntsville Utilities — Jason Benson — (256) 652-8377 Tank Location: Denham Springs, Louisiana Tank Size: Two (2) - 200,000 Gallon Multi -Column Tanks—150'HWL Owner Contact: Ward Two Water District Engineer/Inspector: Owen & White — Roy Wagenstein — (225) 926-5125 Tank Location: Tallahassee, Florida Tank Size: 750,000 Gallon Spheroid —134' HWL Owner: City Of Tallahassee Florida — Edwin Rodriguez — (850) 891-8129 Tank Location: Cape Cod, Massachusetts (Otis Air Force Base) Tank Size: 250,000 Gallon Standpipe — 32' 0 x 4l'tall Owner: Otis Air Force Base Engineer/Inspector: J. D'Amico, Inc. — Mike Lenihan — (781) 961-3700 Tank Location: Clark County, Missouri Tank Size: 100,000 Gallon Spheroid —139' HWL Owner: City of Clark County Contractor: Gerard Tank & Steel — Jay Smith — (785) 243-3895 Tank Location: Fall River, Massachusetts Tank Size: 1,000,000 Gallon Standpipe — 50'0 x 76'tall Owner: Watuppa Water Board Contractor: Fisher Tank — Robin Davis — (205) 814-1709 Engineer/Inspector: Fay, Spofford & Thorndike — (800) 835-8666 Tank Location: Harrison City, Pennsylvania Tank Size: 50'0 x 48'tall Fuel Tank — Exterior Owner: Howard Gas & Oil Company — Tom Howard — (724) 864-5210 ext. 102 Tank Location: Vermilion, Ohio Tank Size: 250,000 Gallon Spheroid Owner: Vermilion Port Authority Engineer: CPM Consultex — Paul Pustay — (440) 934-0013 Tank Location: Crescent Heights, Pennsylvania Tank Size: 180,000 Gallon Standpipe— 36'0 x 24'tall Owner: PAWC — Bruce Brubaker — (717) 796-7362 Engineer/Inspector: Tank Industry Consultants — Patrick Brown Tank Location: Petersburg, Virginia Tank Size: 2,000,000 Gallon Hydropillar—174.5'HWL Owner: Dinwiddie County Water Authority Engineer/Inspector: Arcadis U.S., Inc. — Kris Edelman — (804) 740-0181 Tank Location: Ashburnham, Massachusetts Tank Size: 560,000 Gallon Standpipe — 40 0 x 56'tall Owner: Town of Ashburnham Engineer: Tighe & Bond — Randy Brown — (413) 562-1600 Inspector: Acuren — Ted Lund — (860) 526-2610 Tank Location: Avoca, Pennsylvania (Vogelbacher Tank #2) Tank Size: 350,000 Gallon — 44'0 x 31'1 0"tall Owner: PAWC — Bruce Brubaker — (717) 796-7362 Engineer/Inspector: Tank Industry Consultants — Patrick Brown Tank Location: Millersburg, Pennsylvania Tank Size: 1,000,000 Gallon Standpipe -42'0 x 103'tall Owner: Millersburg Area Water Authority Engineer/Inspector: Gannett Fleming — Sam Wood — (717) 763-7212 ext. 2605 Tank Location: Painesville, Ohio (Lake County) Tank Size: 750,000 Gallon Spheroid—147'HWL Owner: City of Painesville — George Ginnis — (440) 392-2975 Tank Location: Zanesville, Ohio Tank Size: 250,000 Gallon Ground Storage Tank — 38'8"0 x 29'tall Owner: Maysville Regional Water District Engineer/Inspector: Burgess and Niple — Lise Sibicky — (304) 485-8541 Tank Location: Cambria County, PA (Ebensburg) Tank Size: 300,000 Gallon Spheroid—142'tall Owner: Cambria County Contractor: Clark Contracting — Brandon Onstead — (814) 977-8466 Engineer/Inspector: Bureau of Engineering & Architecture — Lance Selznick — (814) 472-0305 Tank Location: Salem, Pennsylvania (Shickshinny Tank) Tank Size: 300,000 Gallon Ground Storage Tank — 40'0 x 35'tall Owner: PAWC — Bruce Brubaker — (717) 796-7362 Engineer/Inspector: Tank Industry Consultants — Patrick Brown Tank Location: Big Stone Gap, Virginia (Clearwell Tank) Tank Size: 1,000,000 Gallon Ground Storage Tank — 60'0 x 48'tall Owner: Town of Big Stone Gap Engineer/Inspector: The Lane Group -- Steve McElroy — (276) 523-3771 Tank Location: Big Stone Gap, Virginia (Irondale Tank) Tank Size: 1,000,000 Gallon Ground Storage Tank — 72'0 x 32'tall Owner: Town of Big Stone Gap Engineer/Inspector: The Lane Group — Steve McElroy — (276) 523-3771 Tank Location: Cocoa, Florida Tank Size: 5,000,000 Gallon Ground Storage Tank —160'0 Owner: City of Cocoa — Troy Howell — (321) 635-7772 Tank Location: Reading, Pennsylvania (Mountain Tank #2) Tank Size: 500,000 Gallon Ground Storage Tank — 48'0 x 38'tall Owner: PAWC — Bruce Brubaker — (717) 796-7362 Engineer/Inspector: Tank Industry Consultants — Patrick Brown Tank Location: Cass County, Missouri Tank Size: 300,000 Gallon Spheroid —164' HWL Owner: Cass County Contractor: Gerard Tank & Steel Inc. — Larry Ostrom — (785) 243-3895 Tank Location: White Sulphur Springs, West Virginia Tank Size: 750,000 Gallon Ground Storage Tank — 74'Ox 30'tall Owner: City of White Sulphur Springs — Paul Sharp Engineer/Inspector: Ghosh Engineers — Russ Coleman — (304) -590-7164 Tank Location: Orleans, Massachusetts Tank Size: 2,000,000 Gallon Standpipe — 54.5'0 x 114' HWL Owner: Town of Orleans — (508) 240-3700 Engineer/Inspector: Haley & Ward — (781) 890-3980 Tank Location: Painesville, Ohio (Lake County) Tank Size: 300,000 Gallon Standpipe — 30'0 x 58.5'tall Owner: Lake County Ohio Engineer/Inspector: Burgess and Niple — Tim Antos — (440) 354-9700 Tank Location: Clarion County, Pennsylvania (Cook Forest) Tank Size: 200,000 Gallon Standpipe — 24'0 x 40'tall 40,000 Galion Spheroid — 60'4"tall Owner: DCNR Cooks Forest State Park — Steve Steele — (814) 744-8407 Engineer/Inspector: Konzel Construction — Ben Konzel — (814) 969-0854 Tank Location: Coatesville, Pennsylvania (Glendale Tank) Tank Size: 1,000,000 Gallon Ground Storage Tank — 66'0 x 40'tall Owner: PAWC — Bruce Brubaker — (717) 796-7362 Engineer/Inspector: Tank Industry Consultants — Patrick Brown Tank Location: Saegertown, Pennsylvania Tank Size: 38'0 x 30'tall Flat Bottom Tank Owner: Lord Corporation — Darrell Weaver — (814) 763-2345 Contractor: Witherup Fabrication — Kevin Witherup — (814) 385-6601 2011 Worldwide Projects Tank Location: Fairfax, Virginia Tank Size: 5,500,000 Gallon Ground Storage Tank -130'0 Contractor: CB&I— Fred Wright — (724) 933-4021 Engineer/Inspector: Hazen & Sawyer — (703) 218-2034 Tank Location: Columbus, Ohio Tank Size: 2,000,000 Gallon Hydropillar —186' HWL Owner Contact: City of Columbus Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: EMH&T — Tim Huffman — (614) 654-7677 Tank Location: Pickerington, Ohio Tank Size: 750,000 Gallon Spheroid —176' HWL Owner: City of Pickerington — Scott Parker — (614) 833-2221 Contractor: CB&I — Fred Wright — (724) 933-4021 Engineer/Inspector: USR Corporation — Bill Johngrass — (614) 464-4500 Tank Location: Womelsdorf, Pennsylvania Tank Size: 68'0 x 56'tall Ground Storage Tank Owner: Womelsdorf-Robesonia Joint Authority Engineer/Inspector: SSM Group — David Bright — (610) 621-2000 Tank Location: Fort Drum, New York Tank Size: 1,000,000 Gallon Hydropillar — 208' HWL Owner: U.S. Army Corp of Engineers — (917) 790-8176 Contractor: CB&I — Dan Johnson — (724) 933-4021 Tank Location: Bethlehem, West Virginia Tank Size: 500,000 Gallon Spheroid —145' HWL Owner: Village of Bethlehem — Don Junkins — (304) 242-0015 Tank Location: Prince William County, Virginia Tank Size: 2,000,000 Gallon Hydropillar —119' HWL Owner: Prince William County Service Authority — (703) 335-8925 Contractor: CBI — Fred Wright — (724) 933-4464 Tank Location: South Hadley, Massachusetts Tank Size: 1,500,000 Gallon Hydropillar —108.6' HWL Owner: South Hadley Water Department Fire District #1 Engineer/Inspector: Infrastructure Technologies, Inc. — Joe Harris — (203) 230-8771 Tank Location: Sudbury, Massachusetts Tank Size: 1,000,000 Gallon Ground Storage Tank — 74'0 Owner: City of Sudbury Engineer: H2O Engineering — Ed Chiang — (781) 209-5800 Tank Location: Fort Recovery, Ohio Tank Size: 250,000 Gallon Spheroid —130.5' HWL Owner: Village of Fort Recovery Engineer/Inspector: Choice One Engineers — Jeff Puthoff — (937) 726-0478 Tank Location: Grove City, Ohio Tank Size: 2,250,000 Gallon Hydropillar —122' HWL Owner: Grove City, Ohio Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: EMH&T — Shane Spencer — (614) 775-4482 Tank Location: Tipp City, Ohio Tank Size: 1,000,000 Gallon Hydropillar —138.5' HWL Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer: LBJ, Inc. — Bill Schinder — (937) 259-5046 Inspector: Dixon — Shannon Vidika — (330) 983-0062 Tank Location: Englewood, Ohio Tank Size: 1,000,000 Gallon Multi -Column —100' HWL Owner: City of Englewood Engineer/Inspector: Consulting Engineers — Ken Griffiths — (937) 836-4888 Tank Location: Taunton, Massachusetts Tank Size: 1,000,000 gallon Hydropillar 156' HWL Owner: City of Taunton Contractor: CB&I — Bill Coogan — (302) 983-4332 Engineer/Inspector: CDM — Neil Campbell — (603) 222-8332 Tank Location: Cambria County, Pennsylvania Tank Size: Two (2) 38'0 Ground Storage Tanks Engineer/Inspector: Greensburg Environmental —John Miller— (724) 853-7188 Tank Location: Albion, Pennsylvania Tank Size: 1,000,000 Gallon Multi -Column —169' HWL Owner: City of Albion Engineer/Inspector: K.J. Johnson —John Ozimek — (412) 761-2747 Tank Location: Elvaton, Maryland Tank Size: 2,000,000 Gallon CET —142.5' HWL Owner: Anne Arundel City Contractor: CB&I — Fred Wright — (724) 933-4021 Engineer/Inspector: O'Brien & Gere Tank Location: Westborough, Massachusetts Tank Size: 2,000,000 Gallon Ground Storage Tank — 76'0 Owner: Town of Westborough Engineer/Inspector: Infrastructure Technologies — Joe Harris — (203) 230-8771 Tank Location: Natrona Heights, Pennsylvania (Harrison Township) Tank Size: 600,000 Ground Storage Tank Owner: Harrison Township Water Authority Engineer/Inspector: NIRA — Jim Nordquist 412-262-3970 Tank Location: Saegertown, Pennsylvania Tank Size: 38'0 x 30'tall Flat Bottom Tank Owner: Lord Corporation — Darrell Weaver — (814) 763-2345 Engineer/Inspector: Witherup Fabrication — Kevin Witherup — (814) 385-6601 ,, �..-� STRUCTURAL 0RL ID�; � COATINGS INDUSTRIES CORP. DIVISION 2010 Worldwide Jobs Tank Location: Harrison County, Mississippi (Pine Hills Tank) Tank Size: 500,000 Gallon Spheroid —159' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askins — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Wood County, Texas Tank Size: 200,000 Gallon Multi -Column —159.5' HWL Owner: Jones Water Supply Corp. — Frances Delk — (903) 967-2840 Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/inspector: Daniel & Brown Inc. — Eddy Daniel — (972) 784-7777 Tank Location: Calcasieu Parish, Louisiana Tank Size: 300,000 Gallon Multi -Column —150' HWL Owner: Waterworks District No. 14 of Ward 5, Parish of Calcasieu Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Meyer & Associates — Mark McCarty — (318) 625-8353 Tank Location: Harrison County, Mississippi (Fire Station Tank) Tank Size: 500,000 Gallon Spheroid —154' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askins — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Harrison County, Mississippi (Cunningham Road Tank) Tank Size: 500,000 Gallon Spheroid —140' HWL Owner: Harrison County Utility Authority Contractor: CB&I— Pat Askin — (205) 678-9224 ext.29 Engineer/Inspector: Brown & Mitchell Engineers — Dax Alexander — (228) 864-7612 Tank Location: Scott County, Missouri Tank Size: 300,000 Gallon Multi -Column —147' HWL Owner: Scott County PWSD No. 4 Contractor: Caldwell — Jenny Ferguson — (502) 964-3361 Engineer/Inspector: Water Engineering, Inc. — John Chittenden — (573) 471-5680 PROTECTION THAT GOES BEYOND THE SURFACE P.O. BOX 1681 470 MITCHELL HILL RD. BUTLER, PA 16003.1681 PHONE 724 283 9845 FAX 724 283 1772 WEB WWW.WORLOWIDEPAINTERS.COM Tank Location: Isle of Wight, Virginia Tank Size: 100,000 Gallon Spheroid —142' HWL Owner: The County of Isle of Wight, Virginia Contractor: Caldwell — Jenny Ferguson — (502) 964-3361 Engineer/Inspector: Bury & Partners — Stephanie Hudik — (757) 229-1776 Tank Location: Germantown, Ohio Tank Size: 750,000 Gallon CET —134' HWL Owner: The Village of Germantown, Ohio Contractor: Caldwell — Joel Womack — (502) 964-3361 Engineer/Inspector: Poggemeyer Design Group — Thomas J Borck — (419) 352-7537 Tank Location: Kane, Illinois Tank Size: 100,000 Gallon Spheroid —127' HWL Owner: The Village of Kane, Illinois Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Impector: Heneghan & Associates — Robert Manns — (618) 498-6418 Tank Location: Cape May, New Jersey (Lower Township) Tank Size: 500,000 Gallon Spheroid —152.5' HWL Owner: Township of Lower MUA Contractor: CB&I — Bill Coogan — (302) 325-8409 Engineer/Inspector: CMX — Patrick Westhoven — (732) 577-9000 Tank Location: Oregon, Ohio (Lucas County) Tank Size: 2,000,000 Gallon CET —146.5' HWL Owner: City Of Oregon Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: Arcadis — Jeff Swartz — (419) 473-1121 Tank Location: Nantucket Memorial Airport, Massachusetts Tank Size: Four (4) Jet A Fuel Tanks — Approximately 10'0 x 37' long Owner: Nantucket Memorial Airport — Alfred Peterson — (508) 325-5300 Tank Location: Cedar Rapids, Iowa Tank Size: 2,000,000 Gallon Hydropillar —151' HWL Owner: The City of Cedar Rapids, Iowa Engineer/Inspector: Kollmer Consultants, Inc. — Bob Kollmer — (651) 462-7286 Tank Location: Breaux Bridge, Louisiana Tank Size: 300,000 Gallon Torus Bottom Multi -Column —120' HWL Owner: The City of Breaux Bridge, Louisiana Contractor: Caldwell — Steve Oliver — (502) 964-3361 Engineer/Inspector: Domingue, Szabo & Associates - Christopher Richard — (337) 232-5182 Tank Location: Fulton County, New York Tank Size: 200,000 Gallon Multi -Column Tank — 78'3" HWL Owner: Orchard Earth and Pipe in Syracuse, New York Contractor: Caldwell — Lewis Eisenhower — (502) 964-3361 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Nantucket Island, Massachusetts (North Pasture Tank) Tank Size: 2,000,000 Gallon CET —104' HWL Owner: Wannacomet Water Company Contractor: CB&I — Glenn Rhines — (724) 933-4021 Engineer: Haley and Ward Inc. — John O'Brian — (781) 890-3980 Inspector: Merithew, Inc. — David Merithew — (508) 279-9965 Tank Location: Hunlock Creek, Pennsylvania Tank Size: Raw Water Storage Tank — 44'0 x 31.9'tall Fuel Oil Storage Tank — 46.5'0 x 41.67'tail Owner: UGI Development Company — (610) 373-7999 Contractor: Caldwell — Mike Braden — (502) 964-3361 Tank Location: Pembroke, Massachusetts Tank Size: 750,000 Gallon Spheroid —182.6 HWL Owner: Town of Pembroke, Massachusetts Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Jefferson, Ohio Tank Size: 500,000 Galion Spheroid —127' HWL Owner: Aqua Ohio, Inc. — Mike Fritz — (330) 832-2764 Contractor: CB&I — Fred Wright — (724) 933-4021 r Tank Location: Colonie, New York (Albany County) Tank Size: 2,500,000 Gallon Ground Storage Tank — 94'0 x 60'tall Owner: W.M. Schultz Construction, Inc. Contractor: CB&I — Dan Johnson — (724) 933-4463 Engineer/Inspector: CT Male Associates — (518) 786-7400 Tank Location: Rochester, Minnesota (Olmsted County) Tank Size: 2,000,000 Gallon Hydropillar —119.5' HWL Owner: The City of Rochester, Minnesota Contractor: CB&I — Jae Eismann — (815) 439-6000 Engineer/Inspector: McGhie & Betts, Inc. — Lindsey Meek — (507) 289-3919 Tank Location: Syracuse, New York Tank Size: 125,000 Gallon Ground Storage Tank 28'0 x 28'tall (Coye Road) 250,000 Gallon Ground Storage Tank 38'0 x 29'3"tall (New Westvale) Owner: Onondaga County Water Authority — Geoffrey Miller — (315) 455-7061 Engineer/Inspector: Tank Industry Consultants — Patrick Brown — (317) 271-3100 Tank Location: Westbrook, Connecticut (Lee County) Tank Size: 1,550,000 Gallon Standpipe — 50'0 x 108'tall Owner: D'Amato Construction Company Contractor: CB&I — Dan Johnson — (724) 933-4021 Engineer/Inspector: Connecticut Water — John King — (806) 669-8630 Tank Location: Pearl, Mississippi (Rankin County) Tank Size: 1,000,000 Gallon Hydropillar —150' HWL Owner: City of Pearl, Mississippi Contractor: CB&I — Pat Askins — (205) 678-9224 Engineer/Inspector: Heflin Engineers — Hugh Heflin — (601) 824-7569 Tank Location: Hazleton, Pennsylvania (Luzerne County) Tank Size: 2,000,000 Gallon Standpipe — 60'0 x 97'tall Owner: Hazleton Site Contractors and the Hazelton City Authority Contractor: Fisher Tank — Mike Goldberg — (610) 494-7200 ext. 112 Engineer/Inspector: Schumacher Engineering — (570) 455-9407 Tank Location: St. Mary's, Pennsylvania (Elk County) Tank Size: 400,000 Gallon Ground Storage Tank — 44'0 Owner: St. Mary's Area Water Authority Contractor: Witherup Fabrication & Erection — Kevin Witherup — (814) 385-6601 Tank Location: Brunswick, Ohio (Medina County) Tank Size: 1,000,000 Gallon Hydropillar —133'6" HWL Contractor: CB&I — Fred Wright — (724) 933-4021 Engineer/Inspector: Cold Harbor Building Company — Tim Pinchot -- (440) 285-8842 Tank Location: Huber Heights, Ohio Tank Size: 1,750,000 Gallon Standpipe — 50'0 x 120'tall Owner: City of Huber Heights Engineer/Inspector: Nelson Tank Engineering — Raymond Otberg — (517) 312-1692 Tank Location: Canton, Ohio Tank Size: 9'0 x 14'long Boiler Tank Contractor: World International Testing — Nick Bressler — (740) 264-1111 Tank Location: Orange Beach, Alabama (Ono Island) — Roof Tank Size: 1,000,000 Gallon CET —141.5' HWL Tank Location: Orange Beach, Alabama (Roscoe Road) — Exterior Tank Size: 1,000,000 Gallon CET —120' HWL Owner: Orange Beach Water Authority Contractor. CB&I — Michael Cheney — (205) 678-9224 ext. 22425 Tank Location: Fleetwood, Pennsylvania (Berks County) Tank Size: 500,000 Gallon Ground Storage Tank — 50'0 x 35'tall Owner: Borough of Fleetwood Contractor: Fisher Tank — Michael Goldberg — (610) 494-7200 ext. 112 Engineer/Inspector: ARRO Engineering — Bradley Smith — (610) 374-5285 Tank Location: Delhi, Louisiana (Richland Parish) Tank Size: 750,000 Gallon Spheroid —153' HWL Owner: Town of Delhi, Louisiana Contractor: CB&I — Michael Cheney — (205) 678-9224 Engineer/Inspector: MML&H, Inc. — Glenn Turner— (318) 448-0888 Santilli, Ray From: Santilli, Ray Sent: Friday, October 18, 2013 8:47 AM To:'jchamberlain@worldwidepainters.com' Subject: Bid for'Bradford Street Standpipe Improvements' Subsequent to yesterday's bid opening, Worldwide Industries Corp is the apparent low bidder for the 'Bradford Street Standpipe Improvements'. One of the listed Minimum Requirements was "Contractor shall submit a complete list of all similar contracts performed in the past two (2) years with contact names and telephone numbers." Your submission included a listing of contracts only through 2010. Please forward to me by email a listing of similar contracts performed in the past two years. If you have any questions, please call me. Thank you. Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Phone 978.688.9516 Fax 978.688.9556 Email rsantilli(@townofnorthandover.com Web www.townofnorthandover.com ADDENDA #1— October 10, 2013 INVITATION FOR BIDS BRADFORD STREET STANDPIPE IMPROVEMENTS TOWN OF NORTH ANDOVER, MASSACHUSETTS The following answers are provided to questions submitted by potential bidders: 1. Are there any drawings for this tank? Drawings were not prepared for this project. Photographs of the interior and exterior of the tank are included in the Invitation for Bids document. 2. Is containment required? This project includes minor repairs to an existing tank. As such, full containment of the tank is not required. 3. Is lead paint present? To the best of the Town's knowledge, lead paint is not present. Full removal of the interior and exterior paint was completed prior to re -painting the tank in 2001. Santilli, Ray From: Hmurciak, Linda Sent: Tuesday, October 08, 2013 8:21 AM To: Santilli, Ray Cc: Alt, Glen Subject: FW: Bradford Street Standpipe Hi Ray, Below are the answers to the questions posed by Pittsburgh Tank and Tower. 1. Drawings were not prepared for this project. Photos of the interior and exterior of the tank are included starting on page 33 of 65 of this IFB. 2. This project includes minor repairs to an existing tank. As such, full containment of the tank is not required. 3. To the best of our knowledge, lead paint is not present. Full removal of the interior and exterior paint was completed prior to repainting the tank during the 2001 tank repainting project. Linda Linda Hmurciak Superintendent Town of North Andover Drinking Water Treatment Plant 420 Great Pond Road North Andover, MA 01845 Phone 978.688.9574 Fax 978.688.9575 Email Ihmurciak@townofnorthandover.com Web www.TownofNorthAndover.com From: Santilli, Ray Sent: Monday, October 07, 2013 12:43 PM To: Hmurciak, Linda Subject: FW: Bradford Street Standpipe Please provide me with responses to the questions below. Thanks Ray Santilli Assistant Town Manager Town of North Andover 120 Main Street North Andover, MA 01845 Phone 978.688.9516 Fax 978.688.9556 Email rsantilli(a,townofnorthandover.com Web www.townofnorthandover.com From: Melanie Hoffman [mailto:mhoffmanQ2ttmco.com] Sent: Monday, October 07, 2013 11:46 AM To: Santilli, Ray Subject: Bradford Street Standpipe Are there any drawings for this tank? Is containment required? Is lead paint present? Respectfully, Melanie Hoffman Administrative Assistant Pittsburg Tank & Tower Maintenance Co., Inc. PO Box 1849 Henderson, KY 42419 270-869-9400, #230 Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. The contents of this e-mail and any attachments are confidential and the property of the Weston & Sampson companies. The e-mail contents are only to be used by the intended recipient of the e-mail. If you are not the intended recipient then use, disclosure, copying, distribution or reliance on the e-mail is prohibited. All professional advice from us should be obtained in writing (not e-mail). TOWN OF NORTH ANDOVER INVITATION FOR BIDS BRADFORD STREET STANDPIPE IMPROVEMENTS Contact Address Telephone Number: Fax Number: Email September 25, 2013 Ray Santilli Assistant Town Manager 120 Main Street North Andover, MA 01845 978-688-9516 978-688-9556 rsantilli@townofnorthandover.com Table of Contents 1. Introduction............................................................... 3 2. Submission Deadline and Instructions ................................. 3 3. Questions, Addendum or Proposed Modifications ................... 4 4. Minimum Requirements..................................................... 5 5. Scope of Services.............................................................. 5 Scope and Sequence of Work .................................. 6 Control of Work and Materials ............................. 7 Special Provisions ............................................. 9 Measurement and Payment ................................. 11 Submittals......................................................12 CleaningUp ................................................... 16 Painting Steel Water Storage Tanks ....................... 17 Steel Water Storage Tanks & Appurtenances........... 26 Tank Photographs ............................................. 33 6. Prevailing Wage Rates........................................................38 7. Payment Bond..............................................................38 8. Bid Deposit...................................................................38 9. Evaluation of Bids.......................................................... 38 10. Term of Contract......................................................... 39 Appendix A — Price Proposal ............................................... 40 Standard Town of North Andover Contract With Supplement "C" ....................................................41 Certifications.................................................................. 61 PaymentBond..................................................................64 Prevailing Wage Rates........................................................65 Town of North Andover IFB Page 2 of 65 Bradford Street Standpipe Improvements 1. Introduction The Town of North Andover is soliciting bids from qualified companies for miscellaneous appurtenance repairs and replacements, and minor coating repairs at the Bradford Street Standpipe in North Andover. Qualified companies are requested to submit bids to the Assistant Town Manager at North Andover Town Hall, 120 Main Street, North Andover, MA, in accordance with the instructions contained within this Invitation for Bids. Notice of this IFB is published in the Central Register, which is a weekly publication of the Office of the Secretary of the Commonwealth, the Eagle -Tribune (a newspaper of general circulation) and posted on the Town website (www.townofnorthandover.com) under "Bids, Quotes and Proposals". The Town will accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on Thursday, October 17, 2013 to be considered. Proposals submitted by fax or by electronic mail will not be considered. All proposals must be submitted to: Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall 120 Main Street North Andover, MA 01845 The Town of North Andover may cancel this IFB or reject in whole or in part any and all proposals, if they determine that cancellation or rejection serves the best interest of the Town of North Andover. 2. Submission Deadline and Instructions Qualified companies are requested to submit the pricing proposal sheet (Appendix A) in a sealed envelope marked "Bradford Street Standpipe" with the applicant's name and address on the front. Applicants should provide one (1) signed original proposal. Fax or electronic submissions will not be accepted. Applicants must also execute and include in the sealed submission the Certificate of Vote, Certificate of Non -Collusion, the Certificate of Tax Compliance and the Certification of Labor Harmony and OSHA Training Requirements. The Town of North Andover, through the Town Manager, is the awarding authority and reserves the right to reject any and all proposals or parts of proposals; to waive any defects, information, and minor irregularities; to accept exceptions to these specifications; and to award contracts or to cancel this Invitation for Bids if it is in the Town of North Andover's best interest to do so. Proposals must be signed as follows: a) if the bidder is an individual, by her/him personally; b) if the bidder is a partnership, by the name of the partnership, followed by the signature of each general partner; and c) if the bidder is a corporation, by the authorized officer, whose signature must be attested to by the Clerk/Secretary of the corporation and the corporate seal affixed. Town of North Andover IFB Page 3 of 65 Bradford Street Standpipe Improvements All sealed proposals must be received and registered by the Assistant Town Manager's office by Thursday, October 17, 2013 at 2:00 p.m. All outer envelopes must be labeled "Bradford Street Standpipe" and mailed or hand delivered to the following address: Mr. Ray Santilli, Assistant Town Manager North Andover Town Hall 120 Main Street North Andover, MA 01845 No proposals will be accepted after the time and date noted. Late delivery of materials due to any type of delivery system shall be cause for rejection. If on the date and time of the submittal deadline the North Andover Town Hall is closed due to an uncontrolled event such as fire, snow, ice, wind or building evacuation, the submittal deadline will be postponed until 2:00 p.m. on the next normal business day. 3. Questions, Addendum or Proposal Modification Questions concerning this IFB must be submitted in writing to: Mr. Ray Santilli, Assistant Town Manager, 120 Main Street North Andover, MA 01845, or they may be emailed to Mr. Santilli at rsantilli@townofnorthandover.com. All questions/inquiries must be received by 4:30 p.m. on Tuesday, October 8, 2013 to be considered. Questions/inquiries may be delivered, mailed, emailed or faxed. Written responses will be posted on the Town's website (www.townofnorthandover.com) in "Bids, Quotes and Proposals" by Thursday, October 10, 2013 at 2:00 p.m. If any changes are made to this IFB, an addendum will be posted on the Town's website in "Bids, Quotes and Proposals". It is the sole responsibility of the bidder to ascertain the existence of any addenda and/or modifications issued by the Town. As this IFB has been published on the Town's website (www.townofnorthandover.com) all bidders are responsible for checking the website for any addenda and /or modifications that are subsequently made to this IFB. The Town accepts no liability for and will provide no accommodations to bidders who fail to check for amendments and/or modifications to this IFB and subsequently submit inadequate or incorrect responses. Bidders may not alter (manually or electronically) the IFB language or any IFB component files. Modifications to the body of the IFB, Scope of Work, terms and conditions, or which change the intent of this IFB are prohibited and may disqualify a response. All proposals submitted in response to this IFB shall remain firm for sixty (60) days following the submittal deadline. It is anticipated that the contract will be awarded within thirty (30) days after the submittal deadline. Bidders are not to communicate directly with any employee of the Town of North Andover, except as specified in this IFB, and no other individual employee or representative is authorized to provide any information or respond to any question or inquiry concerning this IFB. Town of North Andover IFB Page 4 of 65 Bradford Street Standpipe Improvements Bidders may contact the Contact Person for this IFB in the event this IFB is incomplete or the bidder is having trouble obtaining any part of the IFB electronically through the Town website (www.townofnorthandover.com), including, and without limitation the form and attachments. Bidder with disabilities or hardships that seek reasonable accommodations, which may include the receipt of IFB information and/or addenda and/or modifications in an alternative format, must communicate such requests in writing to the contact person, and reasonable accommodation will be made by agreement with the contact person on behalf of the Town of North Andover. 4. Minimum Requirements Each bidder must demonstrate that it meets the following minimum requirements: A. Contractor must demonstrate a minimum of five (5) years experience providing the services required in the Scope of Services. B. Contractor shall submit a complete list of all similar contracts performed in the past two (2) years with contact names and telephone numbers. C. The contractor shall furnish all labor, equipment, and vehicles as required for work in accordance with the scope of services. D. The contractor shall conform to all requirements of federal, state and local laws, including compliance with the prevailing wage laws. E. Submission of required statements and forms. 5. Scope of Services Section 01014 — Scope and Sequence of Work Section 01110 — Control of Work and Materials Section 01140 — Special Provisions Section 01270 — Measurement and Payment Section 01330 — Submittals Section 01740 — Cleaning Up Section 09972 — Painting Steel Water Storage Tanks Section 13207 — Steel Water Storage Tanks and Appurtenances Tank and Vault Photographs Town of North Andover IFB Page 5 of 65 Bradford Street Standpipe Improvements SECTION 01014 — SCOPE AND SEQUENCE OF WORK PART 1 — GENERAL 1.01 WORK INCLUDED: A. The scope of work includes miscellaneous appurtenance repairs and replacements and minor coating repairs at the Bradford Street Standpipe in North Andover, Massachusetts. The project includes a base bid as well as bid alternates A and B. B. The 1.0 million gallon welded standpipe with domed roof was constructed in 1955, last repainted in 2001 and last inspected in January of 2013. The height and diameter of the standpipe are approximately 94 -feet and 42 -feet, respectively. The standpipe is located on Bradford Street near the intersection with Barker Street in a residential area. The standpipe is surrounded by a chain link perimeter fence with a 16 -foot wide gate that allows access to the tank from Bradford Street. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 GENERAL: A. The Contractor shall be responsible for scheduling its activities and the activities of any subcontractors involved, to meet the completion date and sequencing requirements established for the contract. Scheduling of the work shall be coordinated with the Owner and Engineer. The Construction Sequence Requirements shall be used by the Contractor to form a complete schedule for the project, which shall be coordinated with the Owner and Engineer. Prior to performing any work at the site, the Contractor shall submit a detailed plan to the Engineer for review. The plan shall describe the proposed sequence, methods, and timing of the work. 3.02 CONSTRUCTION SEQUENCING REQUIREMENTS: A. The Contractor shall complete all work under this project by May 31, 2014. B. Upon request by the Contractor, the Owner shall drawdown the water in the standpipe once (at the expense of the Owner) prior to the start of work. The Contractor shall provide the Owner with a minimum of seven (7) days prior notification in order to allow ample time for the Owner to drawdown the water in the standpipe. All work shall be completed while the standpipe is out of service. In addition, the standpipe shall not be out of service for more than thirty (30) consecutive calendar days. Further, the tank shall not be out of service during peak water system demand (approximately June 1 through October 1). END OF SECTION 01014 Town of North Andover IFB Page 6 of 65 Bradford Street Standpipe Improvements SECTION 01110 - CONTROL OF WORK AND MATERIALS PART 1 — GENERAL (NOT APPLICABLE) PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 HAULING, HANDLING AND STORAGE OF MATERIALS: A. The Contractor shall, at his own expense, handle and haul all materials furnished by him and shall remove any of his surplus materials at the completion of the work. B. The Contractor shall provide suitable and adequate storage for equipment and materials furnished by him that are liable to injury and shall be responsible for any loss of or damage to any equipment or materials by theft, breakage, or otherwise. C. All materials and equipment to be incorporated in the Work shall be placed so as not to injure any part of the Work or existing facilities and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the work. Materials and equipment shall be kept neatly piled and compactly stored in such location as will cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants. D. The Contractor shall be responsible for all damages to the work under construction during its progress and until final completion and acceptance even though partial payments have been made under the Contract. 3.02 CARE AND PROTECTION OF PROPERTY: A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be promptly restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, to the satisfaction of the Engineer. 3.03 REJECTED MATERIALS AND DEFECTIVE WORK: A. Materials furnished by the Contractor and condemned by the Engineer as unsuitable or not in conformity with the specifications shall forthwith be removed from the work by the Contractor, and shall not be made use of elsewhere in the work. Town of North Andover IFB Page 7 of 65 Bradford Street Standpipe Improvements B. Any errors, defects or omissions in the execution of the work or in the materials furnished by the Contractor, even though they may have been passed or overlooked or have appeared after the completion of the work, discovered at any time before the final payment is made hereunder, shall be forthwith rectified and made good by and at the expense of the Contractor and in a manner satisfactory to the Engineer. C. The Contractor shall reimburse the Owner for any expense, losses or damages incurred in consequence of any defect, error, omission or act of the Contractor or his employees, as determined by the Engineer, occurring previous to the final payment. 3.03 SANITARY REGULATIONS: A. Sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided in sufficient numbers in such manner and at such locations as may be approved. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The Contractor shall rigorously prohibit the committing of nuisances within, on or about the work. Any employees found violating these provisions shall be discharged and not again employed on the work without the written consent of the Engineer. The sanitary conveniences specified above shall be the obligation and responsibility of the Contractor. 3.05 SAFETY AND HEALTH REGULATIONS: A. This project is subject to the Safety and Health regulations of the U.S. Department of Labor set forth in 29 CFR, Part 1926, and to the Massachusetts Department of Labor and Industries, Division of Industrial Safety "Rules and Regulations for the Prevention of Accidents in Construction Operations (454 CMR 10.0 et. seq.)." Contractors shall be familiar with the requirements of these regulations. tKIT8WM1J rWl V6 JMill[INT41163el A. The Contractor acknowledges that he has satisfied himself as to the conditions existing at the site of the work, the type of equipment required to perform this work, the quality and quantity of the materials furnished insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the photos and specifications made a part of this contract. Any failure of the Contractor to acquaint himself with available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any conclusion or interpretation made by the Contractor on the basis of the information made available by the Owner. 3.07 ELECTRIC SERVICE: A. The Contractor shall make all necessary applications and arrangements and pay for all fees and charges for electrical energy for power and light necessary for the proper Town of North Andover IFB Page 8 of 65 Bradford Street Standpipe Improvements completion of this contract during its entire progress. The Contractor shall provide and pay for all temporary wiring, switches, connections, and meters. B. There shall be sufficient electric lighting so that all work may be done in a workmanlike manner where there is not sufficient daylight. END OF SECTION 01110 SECTION 01140 — SPECIAL PROVISIONS PART 1 — GENERAL (NOT APPLICABLE) PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 WATER FOR CONSTRUCTION PURPOSES: A. In locations where water is in sufficient supply, the Contractor may be allowed to use water without charge for construction purposes. The express approval of the Owner shall be obtained before water is used. Waste of water by the Contractor shall be sufficient cause for withdrawing the privilege of unrestricted use. B. The Owner shall provide one million gallons of water to re -fill the tank, free of charge, once work is complete. Any subsequent refilling of the tank shall be at the expense of the Contractor. 3.02 DIMENSIONS OF EXISTING STRUCTURES: A. Where the dimensions and locations of existing structures are of critical importance in the installation or connections of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information. 3.03 OCCUPYING PRIVATE PROPERTY: A. The Contractor shall not enter upon nor occupy with men, equipment or materials any property outside of the public highways or Owner's property or easements, except with the written consent of the property owner or property owner's agent. 3.04 COORDINATION OF WORK: A. The General Contractor shall be responsible for coordinating his own work as well as that of any subcontractors. He shall be responsible for notification of the Engineer when each phase of work is expected to begin and the approximate completion date. Town of North Andover IFB Page 9 of 65 Bradford Street Standpipe Improvements 3.05 TIME FOR COMPLETION OF CONTRACT: A. The time for completion of this contract is stipulated in Section 01014, SCOPE AND SEQUENCE OF WORK. The Bidder shall base his bid on completing the proposed work by the completion date stipulated in the Scope and Sequence of Work. 3.06 CUTTING, FITTING AND PATCHING: A. The Contractor shall do all cutting, fitting, or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other Contractors, as shown upon or reasonably implied by the photos and the specifications for the completed structure, including all existing work. B. The Contractor shall not endanger any work by cutting, digging, or otherwise and shall not cut or alter the work of any other Contractor, save with the consent of the Engineer. C. Workmanship and materials of patching and repair work shall match the adjacent similar work and shall conform to the applicable sections of the specification. Patches and joints with existing work shall provide, as applicable in each case, visual, structural, and waterproofing continuity. 3.07 CONTRACTOR'S REPRESENTATIVE: A. The Contractor shall designate a representative who will be available to respond to emergency calls by the Owner at any time day and night and on weekends and holidays should such a situation arise. 3.08 HOURS OF CONSTRUCTION ACTIVITY: A. The Contractor shall conduct all construction activity between 7:30 a.m. and 4:30 p.m., Monday through Friday. No construction work shall be allowed on Saturdays, Sundays or Holidays without written authorization from the Owner. B. The Owner will provide personnel for assistance in locating and operating valves at no cost to the Contractor during the Owner's normal working hours (Monday through Friday 7:00 a.m. to 3:30 p.m.). When this assistance is required by the Contractor outside of the Owner's normal working hours the cost will be incurred by the Contractor at the prevailing overtime rate of pay for the personnel providing the assistance. The Owner will bill the Contractor directly. 3.09 MASSACHUSETTS DATA SECURITY REGULATIONS: A. The Contractor is required to comply with data security regulations contained in 201 CMR 17.00 that have been established to safeguard personal information of Massachusetts residents contained in paper or electronic records. The Contractor shall Town of North Andover IFB Page 10 of 65 Bradford Street Standpipe Improvements not submit to the Engineer or Owner documents in paper or electronic form that contain personal information (person's name combined with one or more of the following — Social Security Number, driver's license number or state -issued identification card number, financial institution account number, or credit or debit card number). Any document submitted to the Engineer that violates this provision shall be returned to the Contractor and the Contractor shall remove personal information from the document prior to resubmitting it to the Engineer. The Contractor shall require each Subcontractor to also comply with the MA data security regulations insofar as they involve submittal of personal information to the Engineer and Owner. END OF SECTION 01140 SECTION 01270 — MEASUREMENT AND PAYMENT PART 1 —DESCRIPTION 1.01 GENERAL A. The following sections describe the measurement and payment for the work to be done under this contract. B. The lump sum price shall constitute full compensation as herein specified, for all of the work completed in accordance with the Scope of Work. The payment items listed herein and as noted in this contract are intended to provide full payment for the work as specified herein. Any work called for or implied in the documents but not listed as a payment item shall be considered incidental to the overall project. 1.02 ITEM 1 — BASE BID A. The lump sum price for Item 1 shall constitute full compensation for furnishing all labor, materials, tools and equipment and constructing the project, complete, .as shown in the photos and called for in the specifications. Work includes but is not limited to: pressure washing the interior floor and walls of the tank to remove any mud, silt, and foreign sediment accumulation; removal and replacement of the existing support bracket which secures the vertical section of the interior circulation pipe to the shell of the standpipe; abrasive blast cleaning and recoating all damaged surfaces along the points of contact for the old support bracket, surfaces of the reinforcement pad and surfaces of the new bracket; removal and replacement of the existing interior davit arm of the first shell manway; abrasive blast cleaning and recoating all damaged surfaces in and around the existing first shell manway and existing and proposed davit arm points of contact; abrasive blast cleaning and recoating the interior face of the shell rim angle (4 -inch shelf along the entire circumference of standpipe); abrasive blast cleaning and recoating approximately thirty-two (3 2) 1'/2"0 roof rigging couplings; provision of new gaskets for the two (2) shell manways; safety precautions and ventilation requirements; removal and disposal of approximately 1 -foot of residual water and sediment/silt buildup Town of North Andover IFB Page 11 of 65 Bradford Street Standpipe Improvements (approximately a 2 -inch thick layer or six cubic yards of buildup) remaining in the standpipe after the Town drains the tank; and chlorination and disinfection testing of the standpipe prior to placing the standpipe back in service. Surface preparation includes SSPC-SP #10 Near -White Metal abrasive blast cleaning. Interior coatings shall be a three -coat zinc/epoxy system. Work shall also include full compensation for coordinating with the Water Department and any other utilities necessary to complete the work. Should the Contractor choose to complete painting operations while the ambient temperatures (air, coating materials and substrate) are outside of allowable ranges, any costs associated with implementing specific methods and equipment to stabilize these conditions, shall be the sole burden of the Contractor. 1.03 ITEM 2 — ALTERNATE A A. The lump sum price for Item 2 shall constitute full compensation for furnishing all labor, materials, tools and equipment to construct the project complete as indicated as Alternate A. Work includes provision of epoxy filler/surfacer on the shell rim angle sloped (10% minimum slope) from the knuckle of the shell rim angle to the roof plate (roughly a 4 - inch wide shelf) around the entire circumference of the standpipe. It is anticipated that the volume of epoxy filler/surfacer required is approximately ten (10) gallons. 1.04 ITEM 3 — ALTERNATE B A. The lump sum price for Item 3 shall constitute full compensation for furnishing all labor, materials, tools and equipment to construct the project complete as indicated as Alternate B. Work includes cleaning and repainting approximately sixteen linear feet of 12 -inch piping and valving (check valve, altitude valve and gate valve) and the access ladder in the tank's valve vault located adjacent to the water storage tank. END OF SECTION 01270 SECTION 01330 — SUBMITTALS PART 1 - GENERAL 1.01 WORK INCLUDED: A. The Contractor shall provide the Engineer with submittals as required by the contract documents. PART 2 — PRODUCTS (NOT APPLICABLE) Town of North Andover IFB Page 12 of 65 Bradford Street Standpipe Improvements PART 3 - EXECUTION 3.01 GENERAL: A. The Contractor shall submit the shop and working drawing submittals either electronically or hard copy. 3.02 ELECTRONIC SUBMITTALS: A. In accordance with the accepted schedule, the Contractor shall submit promptly to the Engineer by email (davida@wseinc.com) or on Compact Disc (mail to Weston & Sampson Engineers, attention: CSD), one electronic copy in Portable Document Format (PDF) of shop or working drawings required as noted in the specifications, of equipment, structural details and materials fabricated especially for this Contract. B. Each electronic copy of the shop or working drawing shall be accompanied by the Engineer's standard shop drawing transmittal form (see attached). C. The Contractor shall receive a shop drawing memorandum with the Engineer's approval or comments via email. 3.03 HARD COPY SUBMITTALS: A. In accordance with the accepted schedule, the Contractor shall submit promptly to the Engineer, by mail (to Weston & Sampson Engineers, attention: CSD), six (6) copies each of shop or working drawings required as noted in the specifications, of equipment, structural details and materials fabricated especially for this Contract. B. Each shipment of drawings shall be accompanied by the Engineer's (if applicable) standard shop drawing transmittal form (see attached). 3.04 SHOP AND WORKING DRAWINGS: A. Shop and working drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and/or brand of finish of shop coat, grease fittings, etc., depending on the subject of the drawings. B. All shop and working drawings shall be submitted to the Engineer using the standard shop drawing transmittal form below. Only drawings that have been prepared, checked and corrected by the fabricator should be submitted to the Contractor by his subcontractors and vendors. Prior to submitting drawings to the Engineer, the Contractor shall check thoroughly all such drawings to satisfy himself that the subject matter thereof conforms to the Contract Documents in all respects. Shop drawings shall be reviewed and marked with the date, checker's name and indication of the Contractor's approval, and only then shall be submitted to the Engineer. Shop drawings unsatisfactory to the Contractor shall be returned directly to their source for correction, without submittal to Town of North Andover IFB Page 13 of 65 Bradford Street Standpipe Improvements the Engineer. Shop drawings submitted to the Engineer without the Contractor's approval stamp and signature will be rejected. Any deviation from the Contract Documents indicated on the shop drawings must be identified on the drawings and in a separate submittal to the Engineer. C. The Contractor shall be responsible for the prompt submittal and resubmittal, as necessary, of all shop and working drawings so that there will be no delay in the work due to the absence of such drawings. D. The Engineer will review the shop and working drawings as to their general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Corrections of comments made on the drawings during the review do not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating his work with that of all other trades; and performing his work in a safe and satisfactory manner. The review of the shop drawings is general and shall not relieve the Contractor of the responsibility for details of design, dimensions, code compliance, etc., necessary for interfacing with other components, proper fitting and construction of the work required by the Contract and for achieving the specified performance. The Engineer will review submittals two times: once upon original submission and a second time if the Engineer requires a revision or corrections. The Contractor shall reimburse the Owner amounts charged to the Owner by the Engineer for performing any review of a submittal for the third time or greater. E. With few exceptions, shop drawings will be reviewed and returned to the Contractor within 15 days of submittal. F. No material or equipment shall be purchased or fabricated especially for this Contract nor shall the Contractor proceed with any portion of the work, the design and details of which are dependent upon the design and details of equipment or other features for which review is required, until the required shop and working drawings have been submitted and reviewed by the Engineer as to their general conformance and compliance with the project and its Contract Documents. All materials and work involved in the construction shall then be as represented by said drawings. EXHIBIT 1 TO SECTION 01330 SUBMITTALS SHOP DRAWING TRANSMITTAL FORM Town of North Andover IFB Page 14 of 65 Bradford Street Standpipe Improvements 0 O > CD v in a c N L C @ N N N v � L m U O C mai 3 N y `N > j v o E c N y C N O (� A C: O C O m U ca Nm N O � U mo U 7` Ry N 0) O O c0 Wty OO m 3 --''U0O� =c ma • Un -N o cUcQ m rCL LL m .xm a OW Z O_ O m ZL o C7 p UY—�cIr Q c J U� ZU�m¢mF-� L o E U w a_ Q 08 0' L au C 00U 0�(nm<DE'rn VO a C11 U � � m m N CL Q d U E N co O — •O K N 0 N 3 Z C (Q N ° a y z 3 m rn O o r C ^n U E a E m d N y o ci o f c o c E � N > j ID ¢ N N o E U n m o E N Z J E _s Z m F W C C 0) E O a O 0 Zi co O LLI U cr D O U) END OF SECTION 01330 Town of North Andover IFB Page 15 of 65 Bradford Street Standpipe Improvements CD j m \ a \ �U VO a C11 ¢ a ° a y z °. Z °Z o O �s Z y ° cA j w X w W > N aLLW w z 2Oa V C9 m �2 ° U U W Z zz�' zoo t m ¢a� w • O e O °o¢ m ¢ LL O N ic t O a m W k p��W U o u�coi • C = xC7 1= tt 0 LU U \ W N a0 LL � Z .t O w � O o Z N 3 t LU ° O LL w v r F Z • ¢ • \ Q O • J t • LL U < ¢ \ Z 8 t/) . Z u W • Q w ¢¢ Q • TO C 0 v ce O N Z U O z 6w zF a o x C — m LL = W 00 z w O Z tM 00 x U ° N Ox W O z W o tu m �Q W co C O 0)(00v °~' w a a w _ ¢a U t W QE ° z w y3 C. (n t0 Q O a V (n c Ute•-� W Z o C C A x Z U OC�'Q Cy.O y w m F 52 ? a ¢c4 �NUy mti rs d o F- ¢ to CL �3 Z Ui za Z 0 O Y otf ¢0 UZZ o ¢ W 6LL cc H O_ 7 W. o a cc O 0- U) Z Z WU Z 0w2Wp (n U Wwo J U °wo<ww O x w z t z © z © © yw 4. LU O °z a ¢ END OF SECTION 01330 Town of North Andover IFB Page 15 of 65 Bradford Street Standpipe Improvements SECTION 01740 — CLEANING UP PART 1 - GENERAL 1.01 DESCRIPTION: A. The Contractor must employ at all times during the progress of his work adequate cleanup measures and safety precautions to prevent injuries to persons or damage to property. The Contractor shall immediately, upon request by the Engineer provide adequate material, equipment and labor to cleanup and make safe any and all areas deemed necessary by the Engineer. PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 DAILY CLEANUP: A. The Contractor shall clean up, at least daily, all refuse, rubbish, scrap and surplus material, debris and unneeded construction equipment resulting from the construction operations and sweep the area. The site of the work and the adjacent areas affected thereby shall at all times present a neat, orderly and workmanlike appearance. B. Upon written notification by the Engineer, the Contractor shall within 24 hours clean up those areas, which in the Engineer's opinion are in violation of this section and the above referenced sections of the specifications. C. If in the opinion of the Engineer, the referenced areas are not satisfactorily cleaned up, all other work on the project shall stop until the cleanup is satisfactory. 3.02 MATERIAL OR DEBRIS IN DRAINAGE FACILITIES: A. Where material or debris has washed or flowed into or has been placed in existing watercourses, ditches, gutters, drains, pipes, structures, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the work, and the ditches, channels, drains, pipes, structures, and work shall, upon completion of the work, be left in a clean and neat condition. 3.03 REMOVAL OF TEMPORARY STRUCTURES AND EQUIPMENT: A. On or before completion of the work, the Contractor shall, unless otherwise specifically directed or permitted in writing, tear down and remove all temporary structures built by him; shall remove all temporary works, tools and machinery or other construction equipment furnished by him; shall remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the property and adjacent property affected by his operations in a neat and satisfactory condition. 3.04 RESTORATION OF DAMAGED PROPERTY: A. The Contractor shall restore or replace, when and as directed, any property damaged by his work, equipment or employees, to a condition at least equal to that existing immediately prior to the beginning of operations. To this end the Contractor shall do as required all necessary highway or driveway, walk and landscaping work. Materials, equipment, and methods for such restoration shall be as approved by the Engineer. 3.05 FINAL CLEANUP: A. Before acceptance by the Owner, the Contractor shall perform a final cleanup to bring the construction site to its original or specified condition. This cleanup shall include removing all trash and debris off of the premises. Before acceptance, the Engineer shall approve the condition of the site. END OF SECTION 01740 SECTION 09972 — PAINTING STEEL WATER STORAGE TANKS PART 1 - GENERAL 1.01 WORK INCLUDED: A. This section specifies the preparation of surfaces, and furnishing and application of paint to the interior and exterior (if needed) surfaces and appurtenances of the steel water storage tank impacted and the valve vault piping and valving. B. Disinfection of interior surfaces prior to use for potable water shall also be provided under this section. 1.02 RELATED WORK: A. Section 13207, STEEL WATER STORAGE TANKS AND APPURTENANCES 1.03 REFERENCES: A. The following standards form a part of this specification and indicate the minimum standards required unless indicated otherwise: American Water Works Association LAWWA) AWWA D102 Standard for Painting Steel Water Storage Tanks AWWA D105 Standard for Disinfection of Water Storage Facilities Town of North Andover IFB Page 17 of 65 Bradford Street Standpipe Improvements Steel Structures Painting Council (SSPQ SSPCSP-6 Surface Preparation Specification for Commercial Blast Cleaning. SSPCSP-7 Surface Preparation Specification for Brush -Off Blast Cleaning. SSPCSP-10 Surface Preparation Specification for Near -White Blast Cleaning. SSPC SP -11 Surface Preparation Specification for Power Tool Cleaning to Bare Metal. SSPCPA-1 Paint Application Specification for Shop, Field, and Maintenance Painting. SSPCPA-3 Paint Application Guide for Safety in Paint Application. SSPCVis-1 Pictorial Surface Preparation Standards for Painting Steel Structures National Sanitation Foundation (NSF NSF Standard 61 Coatings and Linings American National Standards Institute (ANSI) ANSI2117.1 Safety Requirements for Working in Tanks and other Confined Spaces Federal Aviation Administration (FAAl FAA Advisory Circular 70/7460-1 Chapter 3 1.04 QUALITY ASSURANCE A. No Contractor shall be considered qualified unless it has at least five years of experience in the field of water tank cleaning and tank painting. B. Contractor shall be a qualified rigger or shall engage the services of a qualified rigger on the job at all times when rigging is being used. The foreman in charge shall have all rigging inspected by the rigger prior to use. C. Contractor shall abide by all local, state and federal laws for confined space entry. D. All colors, unless specified herein, shall be provided to match the existing colors surrounding the point of application. The color selected will not necessarily conform to the manufacturer's color chart and any tinting required shall be done by the paint manufacturer to conform to the existing paint color. E. Only non -lead based pigmentation shall be allowed for interior or exterior primers and topcoats. 1.05 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: A. Shop drawings (six copies) shall consist of manufacturer's cuts or catalogs including descriptive literature and complete characteristics, and code requirements. Town of North Andover IFB Page 18 of 65 Bradford Street Standpipe Improvements B. Plan for providing adequate cross ventilation during welding, abrasive blasting, painting and curing of the interior of the tank. C. Certified test reports shall be submitted indicating results from dry film thickness. D. Plan for the chlorinating method to be used with calculations for the amount of chlorine to be added to the tank. PART 2 - PRODUCTS 2.01 GENERAL: A. The following coating manufacturers shall constitute the source of all coating materials and thinners for the scope of work specified in this section. Only one manufacturer shall supply the coating materials for the tanks and no intermixing of products between manufacturers shall be permitted. B. Interior coating system shall be accepted by the National Sanitation Foundation (NSF) Standard 61 for use in contact with potable water. C. Contractor shall accept delivery of materials and shall arrange storage in a dry safe place. Coating material shall be delivered to the jobsites in the original, unopened containers, plainly marked with the proper product designation. No paint manufactured more than six months prior to use will be accepted. D. Contractor shall provide for surface preparation and priming followed by the specified intermediate and/or topcoats. 2.02 INTERIOR COATINGS FOR STEEL TANK: A. Interior coatings shall be a three -coat zinc/epoxy system. Interior coatings shall be applied on the interior face of the shell rim angle as well as to all interior surfaces damaged by appurtenance removal and replacement. Under Alternate A, a trowel grade epoxy filler/surfacer shall be installed at the shell rim angle to fill pits and build a slope to promote water runoff. B. Dry film thickness of coats shall be as follows or as recommended by the manufacturer. 1. Prime coat: 2.5 — 3.5 mils 2. Surfacer/filler coat: varies 3. Full intermediate prime coat: 6.0 - 8.0 mils 4. Top coat: 6.0 - 8.0 mils C. Prime coat painting material shall be Tnemec Co., Series 91 — H2O Hydro -Zinc; or Sherwin-Williams, Malvern, PA, Galvapac Zinc Primer; or approved equal. Town of North Andover IFB Page 19 of 65 Bradford Street Standpipe Improvements D. The surfacer/filler coat painting material shall be Tnemec Co., Filler and Surfacer 63- 1500, or approved equal. The coat shall be an NSF 61 approved modified amine epoxy, trowel grade. E. Full intermediate prime coat painting material shall be Tnemec Co., Series N140-1255 Beige; PPG Protective and Marine Coatings, Little Rock, AR, Amerlock 400 (gray); or Sherwin-Williams, Malvern, PA, Macropoxy 646 PW Light Blue; or approved equal. F. Top coat painting material shall be Tnemec Co., N141-15 BL (Tank White); PPG Protective and Marine Coatings, Little Rock, AR, Amerlock 400 (white); Sherwin- Williams, Malvern, PA, Macropoxy 646 PW Mill White; or approved equal. 2.03 EXTERIOR COATINGS FOR SPOT REPAIR: A. Spot repair of exterior coatings shall consist of a three -coat zinc/epoxy/polyurethane coating system. Exterior spot repairs shall be performed where interior appurtenance work causes heat -damage to exterior coatings. B. Dry film thicknesses of coats shall be as follows or as recommended by the manufacturer: 1. Prime coat: 2.5 - 3.5 mils 2. Full intermediate prime coat: 3.0 - 4.0 mils 3. Top coat: 2.5 - 3.5 mils C. Prime coat painting material shall be Tnemec, Kansas City, MO, Series 1 Omnithane; PPG Protective and Marine Coatings, Little Rock, AR, Amercoat 68HS; Sherwin- Williams, Malvern, PA, Galvapac Zinc Primer; or approved equal. D. Full intermediate prime coat painting material shall be Tnemec, Kansas City, MO, Series V27 Typoxy; PPG Protective and Marine Coatings, Little Rock, AR Amerlock 2 (gray); or Sherwin-Williams, Malvern, PA Macropoxy 646 Fast Cure; or approved equal. E. Top coat painting material shall be Tnemec, Kansas City, MO, Series V73 Endura - Shield; PPG Protective and Marine Coatings, Little Rock, AR, Amercoat 450H or PSX 700, Siloxane; Sherwin-Williams, Malvern, PA, Acrolon 218 HS; or approved equal. F. Top coat paint shall be Delft Blue, to match the color of the existing top coat. 2.04 VALVE VAULT COATINGS: A. Except as otherwise indicated, all paint used shall be of the type listed in the schedule below, by Tnemec Company, Inc., or equivalent paints by Sherwin-Williams Company, International Paints, or other approved paint fully equal to paint manufactured by the above named companies. No brand other than those named will be considered for approval unless the brand and type of paint proposed for each item in the following painting schedule are submitted in writing to the Engineer, along with sufficient data supported by certified tests. Town of North Andover IFB Page 20 of 65 Bradford Street Standpipe Improvements PAINT SCHEDULE Key TNEMEC Note 1 APE Acrylic Polyurethane 73 Endura -Shield 3.0 Enamel CEE Catalyzed Epoxy L69F Epoxoline 11 4.0 CEP Catalyzed Epoxy Primer L69F Epoxoline 3.0 Notes 1: Minimum Dry Film Thickness/Coat (mils) 2: Furnished by reputable manufacturer and acceptable to the Engineer. 3: Shall be used as a tie -coat between incompatible paints @ 3.0-4.0 mils. 4: This paint is suitable for temperatures up to 1200°F and must be final cured at 400°F for one hour. 5: Bleaching oil is a translucent gray paint stain with a chemical additive to enhance the natural bleaching tendencies of cedar shingles. Item Field Coats 1 st 2nd 3rd Miscellaneous interior ferrous piping, metalwork, ferrous parts or operating devices, valve handles, levers, pumps, CEP CEE APE and ferrous hangers and supports (exterior exposure) PART 3 - EXECUTION 3.01 PREPARATIONS: A. INTERIOR SURFACES OF EXISTING STEEL TANKS: 1. Any accumulated silt and debris that has settled at the bottom of the standpipe shall be removed and disposed by Contractor. Inspection in May of 2008 estimated that 1/2" of silt settled at the bottom of the standpipe. The standpipe shall be washed clean before blast cleaning. Dust that has settled on any part of the structure as a result of the blast cleaning shall be removed before field priming. 2. The surfaces of all new appurtenances, the adjacent interior surfaces, rigging couplings, and the shell rim angle shall be abrasive blast cleaned to remove all paint in accordance with SSPC SP -10, Near -White Blast Cleaning. 3. Blast cleaning procedure shall use angular grit abrasive. Steel shot will not be accepted. The size and gradation shall be such as to produce a 1.5 - 2.0 mils angular anchor profile that is sharp and clean with no embedded spent abrasive material. 4. Abrasive blast cleaning shall be effective in removing existing paint, corrosion deposits and scale as defined in the surface preparation SSPC SP -10 specification and as shown in the visual standards SSPC Vis -1. Town of North Andover IFB Page 21 of 65 Bradford Street Standpipe Improvements 5. Areas of excessively rough surface profile, weldment and/or metal loss representing less than a 30% and greater than a 10% reduction in wall thickness should be coated with a trowel grade 100% solids epoxy surfacer, so as to bring these surfaces level with the original plate surface. This procedure is intended to maintain the continuity of the applied coating system. 6. Alternate A — The Contractor shall build a slope of trowel grade 100% solids epoxy surfacer on the shell rim angle to shed condensation that drips from the roof plates to rest on the shell rim angle. The slope shall extend from knuckle of the shell rim angle to the roof plate at a minimum slope of 10%. The slope shall be constructed with a consistent slope and smooth finish for the entire circumference of the tank. B. EXTERIOR SURFACES OF EXISTING STEEL TANKS: 1. Exterior surfaces subject to spot repair shall be cleaned of dirt, dust, paint chalk and foreign residue by high pressure power washing followed by spot power tool cleaning damaged areas to SSPC-SP 11 standards. The surrounding coatings shall be feathered back to sound tight material and shall expose at least '/2 -inch of each previously applied coat of paint. C. VALVE VAULT SURFACE PREPARATION: 1. Before any surface is painted, it shall be cleaned carefully of all dust, dirt, grease, loose rust, mill scale, old weathered paint, efflorescence, etc. All necessary special preparatory treatment shall then be applied. Where required, imperfections and holes in surfaces to be painted shall be filled in an approved manner. 2. Cleaning and painting shall be so programmed that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. 3. Surfaces which have been cleaned, pretreated, or otherwise prepared for painting, shall be painted with the first field coat as soon as practicable after such preparation has been completed, but in any event prior to any deterioration of the prepared surface. 3.02 APPLICATION: A. GENERAL 1. Coatings materials shall be stored, mixed, applied and cured within acceptable ambient temperature ranges as identified by the painting manufacturer. Application and curing shall also be accomplished within the relative humidity range. Natural ambient conditions for curing periods shall be anticipated by the Contractor and have Engineer's approval. Town of North Andover IFB Page 22 of 65 Bradford Street Standpipe Improvements 2. No coating work shall be done if the ambient temperatures (air, coating materials and substrate) are not within the allowable ranges unless the Contractor is able to control these conditions through the use of effective equipment. 3. Coating materials shall be applied in strict accordance with the respective coating manufacturer's written recommendations. 4. Prime coat material shall be applied to the surface after blast cleaning before any rust back occurs or before the end of each day of surface preparation effort, whichever comes first. 5. Full intermediate prime coat shall be applied to all surfaces blast cleaned. Abraded areas and areas considered in an advanced state of deterioration by the Engineer shall be brush cleaned prior to application of the intermediate prime coat. 6. All coating material for interior surfaces shall be applied by airless spray equipment of a type and size suitable for the respective material. Coating material shall be applied around rivets, welds, edges and inside angles by use of a brush. 7. Coating material for exterior surfaces may be applied by approved means. Use of airless spray is preferable. Application of prime coat to the base and six inches up the side walls shall be by brush, as well as to all rivets, welds, edges and inside angles to ensure proper coverage and application. B. VENTILATION 1. Adequate ventilation shall be provided during application of coatings inside tank, utilizing non -sparking and explosion -proof equipment. Contractor shall take n precautions as necessary to ensure safe working conditions are maintained during use of paints, containing toxic or flammable solvents. 2. Contractor shall check effectiveness of the ventilation system by making periodic explosive meter readings, ensuring that the concentration of volatile material shall not exceed 20 percent of the lower explosive limit. 3. Contractor shall provide continuous forced ventilation at a rate of at not less than one complete air change every 4 hours for at least 48 hours after coating application is completely cured in accordance with the paint manufacturer's recommendations. Tank manholes shall be kept open for an additional 7 days. Contractor may use heat to obtain proper curing and to ensure that painting is completed within the project schedule. Town of North Andover IFB Page 23 of 65 Bradford Street Standpipe Improvements C. ACCEPTANCE 1. The basis for acceptance of coating work is listed below. Contractor at his own expense and in accordance with the manufacturer's recommendations shall at the Engineer's discretion, correct deviations beyond these parameters. a) No runs or sags b) No overspray or roughness c) No holidays or pinholes d) No color or gloss variations e) Allowable film thickness +2.0 mils over specified thickness. 2. Wet and dry film thickness measurements shall be made for each 100 square feet of surface painted. Additional coats shall be applied as required to attain the minimum dry film thickness specified for the painting system. 3. Paint on all interior surfaces below the overflow shall be tested with a wet sponge low -voltage holiday detector after the paint has cured for at least 5 days. Holiday testing shall be in accordance with AWWA D102. Locations where holidays are detected shall be repaired and retested. 3.03 CLEAN-UP: A. Contractor shall at all times keep the premises free from accumulation of waste materials and rubbish caused by his employees or work. At the completion of painting, Contractor shall remove all tools, scaffolding, surplus materials, and rubbish from and about the tanks. 3.04 CHLORINE DISINFECTION A. GENERAL: 1. The method of disinfection shall be approved by the Engineer before chlorine disinfection begins. 2. Contractor shall disinfect the interior surfaces of the tank within 14 days after completion of painting (including curing time). 3. Disinfection shall be done in accordance with AWWA C652, Standard for Disinfection of Water Storage Facilities. 4. Method of disposal of highly chlorinated water shall be approved by the Engineer. Use of a reducing agent shall also be approved by the Engineer. Town of North Andover IFB Page 24 of 65 Bradford Street Standpipe Improvements B. DISINFECTING CHEMICALS 1. Disinfection shall be accomplished by use of liquid chlorine, sodium hypochlorite solution, or calcium hypochlorite granules or tablets. These chemicals and their use shall be in compliance with AWWA standards. C. DISINFECTION METHODS I. Before any chemical disinfection begins, interior surfaces of the tank shall be thoroughly cleaned by use of a high pressure water jet, sweeping, scrubbing, or equally effective means. All water and dirt or foreign material accumulated in the cleaning operation shall be discharged from the tank or otherwise removed. 2. Following the cleaning operation, vent screens, overflow screens, and any other screened openings shall be checked and put in satisfactory condition to prevent birds, insects, and any other contaminants from entering the tank. 3. The following are brief descriptions of three different acceptable methods of chlorinating and do not necessarily describe the requirements of each disinfection method as detailed in AWWA C652. a) The tank shall be filled to overflow level with potable water to which enough chlorine is added to provide free chlorine residual in the full tank of not less than 10 mg/l at the end of an appropriate retention time. b) A solution of 200 mg/l available chlorine shall be directly applied for at least 30 minutes to surfaces of all parts of the tank, which would be in contact with water when the tank is filled to overflow elevation. c) Water and chlorine shall be added to the tank in amounts such that initially the solutions will contain 50 mg/l available chlorine and will fill approximately 5% of the total storage volume of the tank. This solution shall be held in each tank for at least 6 hours. Theank shall then be filled to overflow level by flowing potable water into the highly chlorinated water and shall be held full for at least 24 hours. D. TESTING 1. After the chlorination procedures are completed, and before the tank is placed in service, water from the full tank shall be sampled and tested for coliform organisms in accordance with the latest edition of Standard Methods for Examination of Water and Wastewater. Testing shall be by either the multiple tube fermentation or membrane filter technique. 2. Water samples shall also be tested to assure that no offensive odor exists due to chlorine reaction or excess chlorine residual. Town of North Andover IFB Page 25 of 65 Bradford Street Standpipe Improvements 3. If water sample results are negative, then the tank may be placed in service. If samples show the presence of coliform bacteria, repeat samples shall be taken until 2 consecutive samples are negative, or the tank shall again be subject to disinfection. 4. Samples shall also be taken from water inflowing to the tank and tested to determine if coliforms are present in the typical potable water source(s). 5. After completion of the painting of the interior of the tank, paint shall be allowed to cure a minimum of seven (7) days before filling the tank with water. Contractor shall perform VOC Testing, to verify that the water in the tank, 24 hours after filling, does not exceed regulatory limits. If VOC test fails, tank water shall be emptied and refilled and retested until test passes at no additional expense to the Owner. END OF SECTION 09972 SECTION 13207 — STEEL WATER STORAGE TANKS AND APPURTENANCES PART 1 - GENERAL 1.01 WORK INCLUDED: A. This Section covers the manufacture and construction of the steel water storage tank modifications and appurtenances, complete. B. The Contractor shall furnish all labor, materials, tools and equipment necessary to construct repairs and replace appurtenances as specified herein. 1.02 RELATED WORK: A. Section 09972, PAINTING STEEL WATER STORAGE TANKS 1.03 QUALITY ASSURANCE: A. An independent testing agency (Testing Laboratory), to be selected by the Engineer, will review and approve welding procedures and welders' qualifications. 1.04 REFERENCES: A. The following codes and standards form a part of this specification as referenced. American Water Works Association (AWWA) AWWA D100 Standard for Welded Steel Tanks for Water Storage AWWA D105 Standard'for Disinfection of Water Storage Facilities Town of North Andover IFB Page 26 of 65 Bradford Street Standpipe Improvements American Concrete Institute (ACID ACI 318 -Design of Reinforced Concrete Structures 1.05 DESIGN CRITERIA: A. The materials, design, fabrication and construction of repairs to the steel water storage tank shall conform to the latest revision of AWWA D100. 1.06 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL, SPECIFICATIONS SUBMIT THE FOLLOWING: A. Shop drawings for all appurtenances. Shop drawings shall consist of manufacturer's scale drawings, cuts or catalogs including descriptive literature and complete characteristics, specifications, and code requirements. B. Welding procedures to be used on this project shall be submitted to the Engineer for his approval prior to the start of construction. Reports certifying the qualifications of welding procedures, welders, and welding operations that the Contractor intends to use shall also be submitted to the Engineer prior to beginning construction. 1.07 GUARANTEE: A. The Contractor shall guarantee the products against defective materials or workmanship for a period of one year from date of acceptance by the Owner. If any material or workmanship proves to be defective within one year, they shall be replaced or repaired by the Contractor at the Contractor's expense. PART 2 — PRODUCTS 2.01 APPURTENANCES: A. Appurtenances shall be provided and installed by the Contractor as shown in the photographs in accordance with these specifications and Section 7 of AWWA D100. B. Provide new gaskets for the two existing 18" x 24" oval shell manways. C. Replace the damaged manway davit arm with a new hinge or davit arm assembly. D. Replace one of the support brackets that secure the vertical section of the interior circulation pipe to the shell. E. Materials, fabrication, and erection of miscellaneous steel sections shall conform to the applicable requirements of the AISC Specification. Steel shapes, plates and bars shall conform to ASTM A36. Sheet steel shall be cold -rolled or hot -rolled carbon sheet steel conforming to ASTM A366 or ASTM A569 as appropriate. Steel pipe shall conform to ASTM A53. Stainless steel shall be Type 304 unless otherwise indicated or specified. Town of North Andover IFB Page 27 of 65 Bradford Street Standpipe Improvements PART 3 - EXECUTION 3.01. APPURTENANCES: A. The contractor shall perform all cutting, fitting and patching required to remove existing appurtenances and install new appurtenances. 3.02 WELDING: A. DEFINITIONS: 1. The welding terms used in these specifications shall be interpreted according to the definitions given in the American Welding Society (AWS) "Standard Welding Terms and their Definitions." 2. The word "Inspector" shall mean the Contractor's field representative conducting all specified tests and examinations of the welding. The Testing Laboratory shall mean the independent commercial firm or organization selected by the Engineer and approved by the Owner to conduct such tests and examinations as is deemed fit. 3. The Inspector shall be an employee of the Contractor who is completely independent of the authority of the Contractor's superintendent in charge of this construction or any of his subordinate personnel. 4. The Testing Laboratory shall be under the control and direction of the Engineer. The Owner will reimburse the Testing Laboratory for all testing, inspections and radiography requested by the Engineer, excluding any tests performed as a result of repairs, defective work, improper workmanship, or retests as required by the Engineer. All costs for testing and inspections that are approved by the Engineer and required as a result of defective work, repairs, or retests shall be borne by the Contractor and deducted from the lump sum price for improvements to the storage tank. 6. All costs of preparing welding procedures and specifications shall be considered incidental to the project. B. QUALIFICATION OF PROCEDURES AND WELDERS: 1. Only qualified welders shall do any welding on the stressed joints of the tanks and the appurtenances fastened to them by welding. Welders certified prior to the beginning of welding work on the tanks, and whose qualifications are current and acceptable to the Engineer, may be employed on the work without further qualification. Town of North Andover IFB Page 28 of 65 Bradford Street Standpipe Improvements 2. If a welder employed on the work loses his qualification through faulty work, he must be re -qualified before he may be reemployed on work requiring qualified welders. 3. Procedure specifications, procedure qualifications tests and welder's performance tests shall be in accordance with the latest provisions of Section IX, Welding Qualifications, American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code. 4. Actual welding procedures to be used on this construction shall be submitted to the Engineer for his approval prior to the start of construction. Reports certifying the qualifications of welding procedures, welders, and welding operations that the Contractor intends to use, shall also be submitted to the Engineer prior to beginning construction. 5. The welding procedures shall include joint types to be used, sequence of placing weld metal in the joints, type of electrodes by AWS designation, size of electrodes, methods of cleaning (gouging, chipping, grinding, etc.), positioning and type of jigs; and for automatic welding, type and size, type and grade of fluxing material; volts, amps and speed of travel used for making qualification tests; copies of all required qualification tests; method by which low hydrogen electrodes, if used, will be stored or heated for moisture control during fabrication; and such other pertinent information necessary to the welded fabrication as required in Paragraph 101 of the latest AWS Standard Qualification Procedure. C. FIELD WELDING: 1. All items of equipment for welding and oxygen cutting shall be so designed and manufactured and be in such condition as to enable qualified welders and welding operators to follow the procedures and attain the results specified herein. 2. The Contractor shall enforce the use of approved accessories necessary for the protection and convenience of the welders and welding operators and for the proper and efficient execution of the work. 3. Welds shall be as called for on the approved fabrication drawings and the approved Procedure Specification. The location or size shall not be changed without approval of the Engineer. 4. Welding shall not be performed when the surfaces of the parts to be welded are wet from rain, snow, or ice, or when rain or snow is falling on such surfaces, or during periods of high winds, unless the welder or welding operator and work are protected properly. Welding shall not be performed when the base metal temperature is less than 0° F. When the base metal temperature is within the range 0 to 32° F, the base metal within 3 in. of the location where welding is to be started shall be heated until it is warm to the touch, and this warmth shall be maintained at least 3 in. ahead of the arc as welding progresses. Town of North Andover IFB Page 29 of 65 Bradford Street Standpipe Improvements 5. All welds that are to be incorporated in the final welds shall be made by certified welders and shall be as sound as final welds. Tack welds must be removed from joints where stress is primary. 6. Depressions, undercuts or gouges in the base metal or weld metal caused by the removal of staging clips, lugs, braces, or other such appurtenances, shall be filled in with sound weld metal and ground to a smooth surface, even with the plate or weld. 7. Each welder shall place his identification mark near the welds made by him in such a manner that all weldments can be properly associated with the welder who deposited them. 8. Contractor shall provide portable power generation equipment or shall pay installation and service charges for electrical service to the site for all welding. D. QUALITY OF WELDS: 1. All weld metal shall be sound throughout and there shall be no cracks in any weld or weld pass. 2. All welds shall be free from overlap and the base weld shall be free from undercutting which exceed the limits given in Section 11.4 of AWWA D100. 3. All craters shall be filled to the full cross-section of the welds. 4. The construction crew shall remove weld scale or slag, spatter, burrs and other sharp or rough projections in a manner that will leave the surface suitable for any required non-destructive testing and the subsequent cleaning and painting operation. E. INSPECTION: 1. In order to coordinate inspections with the construction schedule the Contractor shall notify the Engineer of his readiness three (3) days in advance of inspections. If, without further adequate notification, weldments have not been completed for inspection as scheduled, the additional cost of inspection shall be borne by the Contractor. 2. The Inspector shall witness the welding and testing of all qualification tests required. 3. The Inspector shall inspect all welding and fabrication equipment used in the work to determine that it conforms to the pertinent standard requirements of the AWWA standards for such equipment. Town of North Andover IFB Page 30 of 65 Bradford Street Standpipe Improvements 4. When the quality of a welder's or welding operator's work does not satisfy specified standards, the Inspector shall require testing of his qualifications by requalification. All inspection costs incurred for this reason shall be paid by the Contractor. 5. Methods of non-destructive testing inspections other than radiography shall be used when required by the Engineer. F. PAINTING AND DISINFECTION: 1. Painting and disinfection of the steel storage tanks shall be in accordance with specification Section 09972, PAINTING STEEL WATER STORAGE TANKS. G. CORRECTIONS: 1. When welding is unsatisfactory or indicates inferior workmanship, defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: a) Excessive convexity. Reduce to size by removal of excess weld metal by grinding. b) Shrinkage cracks, cracks in base metal, craters, and excessive porosity. Remove defective portions of base and weld metal down to sound metal, and deposit additional sound weld metal. c) Undercutting, undersize, and excessive concavity. Clean and deposit additional weld metal. d) Overlapping and incomplete fusion. Remove and replace the defective portion of weld. e) Slag inclusions. Remove those parts of the weld containing slag and fill with sound weld metal. f) Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. 2. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than the electrode used for making the weld. Surface shall be cleaned thoroughly before re -welding. 3. A cracked weld shall be removed throughout its length unless the extent of the crack can be ascertained to be limited, in which case the weld shall be removed 2 inches beyond each end of the crack and repairs made. 4. Where work performed subsequent to the making of a deficient weld has rendered the weld inaccessible or has caused new conditions which would make correction of the deficiency dangerous or ineffectual the original conditions shall be restored by removal of welds or members or both before making the necessary corrections, or else the deficiency shall be compensated by additional work in accordance with a revised design approved by the Engineer. Town of North Andover 1FB Page 31 of 65 Bradford Street Standpipe Improvements 5. Improperly fitted and misaligned parts shall be cut apart and re -welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200T. Parts to be heated for straightening shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. 6. In the event that faulty welding or removal thereof for re -welding, shall so damage the base metal that in the judgment of the Engineer the re -weld will not satisfy the intent of the specifications, the Contractor shall remove and replace the damaged materials or shall compensate for the deficiency in a manner approved by the Engineer. END OF SECTION 13207 Town of North Andover IFB Page 32 of 65 Bradford Street Standpipe Improvements TANK PHOTOGRAPHS Side view Elevated view Town of North Andover IFB Page 33 of 65 Bradford Street Standpipe Improvements Interior view of shell manway davit arm Interior side view of shell manway Town of North Andover IFB Page 34 of 65 Bradford Street Standpipe Improvements Fill Pipe Support Bracket 1 Shell rim angle (1 of 2) Town of North Andover IFB Page 35 of 65 Bradford Street Standpipe Improvements Roof rigging coupling (typical of 32 couplings) Town of North Andover IFB Page 36 of 65 Bradford Street Standpipe Improvements Interior of valve vault 1 Interior of valve vault 2 Town of North Andover IFB Page 37 of 65 Bradford Street Standpipe Improvements 6. Prevailing Wage Rates The successful bidder will at all times comply with the prevailing wage rates as determined by the Department of Labor Standards under the provisions of Massachusetts General Laws as shall be in force and as amended. The prevailing wage rates are attached. 7. Payment Bond In accordance with Massachusetts General Laws, if the contract price is $25,000 or greater, the successful bidder shall provide a payment bond in the amount of 50% of the total projected cost of the contract. The payment bond must be on the Town's form that is attached. 8. Bid Deposit In accordance with Massachusetts General Laws, all bidders are required to submit a bid deposit in the amount of 5% of the value of the total bid. 9. Evaluation of Bids Bids will first be examined for their responsiveness to what is requested in this IFB. Responsibility of the bidder will then be ascertained. The Town is required to award the contract to the lowest responsive and responsible bidder. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. ■ Responsiveness Bidders must completely fill out and submit the bid form and all other required forms. All supplies and services that are the subject of the bid must meet the minimum standards and scope of services set forth in the purchase description including the standards by which the procurement officer will determine acceptability as to quality, workmanship, results of inspections and tests, and suitability for a particular purpose. ■ Responsibility Bidders must demonstrate that they meet measures of responsibility. The Town will not award a contract to any bidder who cannot furnish satisfactory evidence of his ability and experience in this type of work and that he has sufficient plant and capital to enable him to prosecute and complete the work as outlined in the Scope of Services. The Town may make such investigations as it deems necessary to determine the above and a bidder shall furnish any information requested in this regard. All costs not listed on the bid price sheet will not be considered part of the contract and therefore will not be paid. The Town of North Andover will not be charged fuel surcharges or administrative fees as part of any contract entered into as a result of this IFB. Additionally the Town of North Andover IFB Page 38 of 65 Bradford Street Standpipe Improvements Town of North Andover will not be charged late fees unless payment is not made within sixty (60) days of the receipt of invoice. The Town of North Andover is a tax exempt entity so no sales tax will be assessed to any purchases made under this proposed contract. 10. Term of Contract The successful bidder will be required to execute the standard Town of North Andover contract and the appropriate supplement as attached. Town of North Andover IFB Page 39 of 65 Bradford Street Standpipe Improvements APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible, responsive bidder offering the lowest price for the work to be performed. The Town reserves the right to award the contract on the basis of the Base Bid only, or the Base Bid plus Alternate A, or the Base Bid plus Alternate A plus Alternate B. The lump sum prices listed below shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, engineering costs, etc., to cover the finished work per Scope of Services. Base Bid $ Alternate A $ Alternate B $ Addenda are acknowledged: Business Name Business Address Business Phone Email Address Signature Fax Name of Person Authorized to sign Price Proposal Title of Person Authorized to sign Price Proposal Signature of Above Person Town of North Andover IFB Page 40 of 65 Bradford Street Standpipe Improvements Town of North Andover CONTRACT CONTRACT# DATE: This Contract is entered into on, or as of, this date by and between the Town of North Andover (the "Town"), and Contractor: Address: Telephone Number: _ Fax Number: 1. This is a Contract for the procurement of the following: 2. The Contract price to be paid to the Contractor by the Town of North Andover is: 3. Payment will be made as follows: 4. Definitions: 4.1 Acceptance: All Contracts require proper acceptance of the described goods or services by the Town of North Andover. Proper acceptance shall be understood to include inspection of goods and certification of acceptable performance for services by authorized representatives of the Town to insure that the goods or services are complete and are as specified in the Contract. Town of North Andover IFB Page 41 of 65 Bradford Street Standpipe Improvements 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 Sub -Contractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before June 30, 2014, unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. Town of North Andover IFB Page 42 of 65 Bradford Street Standpipe Improvements 7. Permits and Approvals: Permits, Licenses, Approvals and all other legal or administrative prerequisites to its performance of the Contract shall be secured and paid for by the Contractor. 8. Termination and Default: 8.1 Without Cause. The Town may terminate this Contract on seven (7) calendar days notice when in the best interests of the Town by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. Upon termination without cause, Contractor will be paid for services rendered to the date of termination. 8.2 For Cause. If the Contractor is determined by the Town to be in default of any term or condition of this Contract, the Town may terminate this Contract on seven (7) days notice by providing notice to the Contractor, which shall be in writing and shall be deemed delivered and received when given in person to the Contractor, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the Contractor. 8.3 Default. The following shall constitute events of a default under the Contract: 1) any material misrepresentation made by the Contractor to the Town; 2) any failure to perform any of its obligations under this Contract including, but not limited to the following: (i) failure to commence performance of this Contract at the time specified in this Contract due to a reason or circumstance within the Contractor's reasonable control, (ii) failure to perform this Contract with sufficient personnel and equipment or with sufficient material to ensure the completion of this Contract within the specified time due to a reason or circumstance within the Contractor's reasonable control, (iii) failure to perform this Contract in a manner reasonably satisfactory to the Town, (iv) failure to promptly re -perform within a reasonable time the services that were rejected by the Town as unsatisfactory, or erroneous, (v) discontinuance of the services for reasons not beyond the Contractor's reasonable control, (vi) failure to comply with a material term of this Contract, including, but not limited to, the provision of insurance and non-discrimination, (vii) any other acts specifically and expressly stated in this Contract as constituting a basis for termination of this Contact, and (viii) failure to comply with any and all requirements of state law and/or regulations, and Town bylaw and/or regulations. 9. The Contractor's Breach and the Town's Remedies: Failure of the Contractor to comply with any of the terms or conditions of this Contract shall be deemed a material breach of this Contract, and the Town of North Andover shall Town of North Andover IFB Page 43 of 65 Bradford Street Standpipe Improvements have all the rights and remedies provided in the Contract documents, the right to cancel, terminate, or suspend the Contract in whole or in part, the right to maintain any and all actions at law or in equity or other proceedings with respect to a breach of this Contract, including damages and specific performance, and the right to select among the remedies available to it by all of the above. From any sums due to the Contractor for services, the Town may keep the whole or any part of the amount for expenses, losses and damages incurred by the Town as a consequence of procuring services as a result of any failure, omission or mistake of the Contractor in providing services as provided in this Contract. 10. Statutory Compliance: 10.1 This Contract will be construed and governed by the provisions of applicable federal, state and local laws and regulations; and wherever any provision of the Contract or Contract documents shall conflict with any provision or requirement of federal, state or local law or regulation, then the provisions of law and regulation shall control. Where applicable to the Contract, the provisions of the General Laws are incorporated by reference into this Contract, including, but not limited to, the following: General Laws Chapter 30B — Procurement of Goods and Services. General Laws Chapter 30, Sec. 39, et seq: - Public Works Contracts. General Laws Chapter 149, Section 44A, et seq: Public Buildings Contracts. 10.2 Wherever applicable law mandates the inclusion of any term and provision into a municipal contract, this Section shall be understood to import such term or provision into this Contract. To whatever extent any provision of this Contract shall be inconsistent with any law or regulation limiting the power or liability of cities and towns, such law or regulation shall control. 10.3 The Contractor shall give all notices and comply with all laws and regulations bearing on the performance of the Contract. If the Contractor performs the Contract in violation of any applicable law or regulation, the Contractor shall bear all costs arising therefrom. 10.4 The Contractor shall keep itself fully informed of all existing and future State and National Laws and Municipal By-laws and Regulations and of all orders and decrees of any bodies or tribunals having jurisdiction in any manner affecting those engaged or employed in the work, of the materials used in the work or in any way affecting the conduct of the work. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or Contract for this work in violation of any such law, by-law, regulation, order or decree, it shall forthwith report the same in writing to the Town. It shall, at all times, itself observe and comply with all such existing and future laws, by-laws, regulations, orders and decrees; and shall Town of North Andover IFB Page 44 of 65 Bradford Street Standpipe Improvements protect and indemnify the Town of North Andover, and its duly appointed agents against any claim or liability arising from or based on any violation whether by him or its agents, employees or subcontractors of any such law, by-law, regulation or decree. 11. Conflict of Interest: Both the Town and the Contractor acknowledge the provisions of the State Conflict of Interest Law (General Laws Chapter 268A), and this Contract expressly prohibits any activity which shall constitute a violation of that law. The Contractor shall be deemed to have investigated the application of M.G.L. c. 268A to the performance of this Contract; and by executing the Contract documents the Contractor certifies to the Town that neither it or its agents, employees, or subcontractors are thereby in violation of General Laws Chapter 268A. 12. Certification of Tax Compliance This Contract must include a certification of tax compliance by the Contractor, as required by General Laws Chapter 62C, Section 49A (Requirement of Tax Compliance by All Contractors Providing Goods, Services, or Real Estate Space to the Commonwealth or Subdivision). 13. Discrimination The Contractor will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151B (Law Against Discrimination) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. 14. Assignment: Assignment of this Contract is prohibited, unless and only to the extent that assignment is provided for expressly in the Contract documents. 15. Condition of Enforceability gainst the Town: This Contract is only binding upon, and enforceable against, the Town if. (1) the Contract is signed by the Town Manager or its designee; and (2) endorsed with approval by the Town Accountant as to appropriation or availability of funds; and (3) endorsed with approval by the Town Counsel as to form. 16. Corporate Contractor: If the Contractor is a corporation, it shall endorse upon this Contract (or attach hereto) its Clerk's Certificate certifying the corporate capacity and authority of the party signing this Contract for the corporation. Such certificate shall be accompanied by a letter or other Town of North Andover IFB Page 45 of 65 Bradford Street Standpipe Improvements instrument stating that such authority continues in full force and effect as of the date the Contract is executed by the Contractor. This Contract shall not be enforceable against the Town of North Andover unless and until the Contractor complies with this section. The Contractor, if a foreign corporation, shall comply with the provisions of the General Laws, Chapter 181, Sections 3 and 5, and any Acts and Amendments thereof, and in addition thereto, relating to the appointment of the Commissioner of Corporations as its attorney, shall file with the Commissioner of Corporations a Power of Attorney and duly authenticated copies of its Charter or Certificate of Incorporation; and said Contractor shall comply with all the laws of the Commonwealth. 17. Liability of Public Officials: To the full extent permitted by law, no official, employee, agent or representative of the Town of North Andover shall be individually or personally liable on any obligation of the Town under this Contract. ` 18. Indemnification: The Contractor shall indemnify, defend and save harmless the Town, the Town's officers, agents and employees, from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, costs, expenses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by the Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective, or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this contract. 19. Workers Compensation Insurance: The Contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker's Compensation Act) to all employees of the Contractor who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts. Failure to provide and continue in force such insurance during the period of this Contract shall be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article. Town of North Andover IFB Page 46 of 65 Bradford Street Standpipe Improvements The Contractor shall furnish to the Town evidence of such insurance prior to the execution of this Contract before the same shall be binding on the parties thereto, except if specifically waived by the Town. 20. Documents, Materials, Etc. Any materials, reports, information, data, etc. given to or prepared or assembled by the Contractor under this Contract are to be kept confidential and shall not be made available to any individual or organization by the Contractor (except agents, servants, or employees of the Contractor) without the prior written approval of the Town, except as otherwise required by law. The Contractor shall comply with the provisions Chapter 66A of the General Laws of Massachusetts as it relates to public documents, and all other state and federal laws and regulations relating to confidentiality, security, privacy and use of confidential data. Any materials produced in whole or in part under this Contract shall not be subject to copyright, except by the Town, in the United States or any other country. The Town shall have unrestricted authority to, without payment of any royalty, commission, or additional fee of any type or nature, publicly disclose, reproduce, distribute and otherwise use, and authorize others to use, in whole or in part, any reports, data or other materials prepared under this Contract. All data, reports, programs, software, equipment, furnishings, and any other documentation or product paid for by the Town shall vest in the Town at the termination of this Contract. The Contractor shall at all times, during or after termination of this Contract, obtain the prior written approval of the Town before making any statement bearing on the work performed or data collected under this Contract to the press or issues any material for publication through any medium. 21. Audit, Inspection and Recordkeeping At any time during normal business hours, and as often as the Town may deem it reasonably necessary, there shall be available in the office of the Contractor for the purpose of audit, examination, and/or to make excerpts or transcript all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 22. Payment The Town agrees to make all reasonable efforts to pay to the Contractor the sum set forth in the Contractor's bid or proposal within thirty (30) days of receipt of an invoice detailing the work completed and acceptance from the Town of the work completed. Town of North Andover IFB Page 47 of 65 Bradford Street Standpipe Improvements 23. Waiver and Amendment Amendments, or waivers of any additional term, condition, covenant, duty or obligation contained in this Contract may be made only by written amendment executed by all signatories to the original Agreement, prior to the effective date of the amendment. To the extent allowed by law, any conditions, duties, and obligations contained in this Contract may be waived only by written Agreement by both parties. Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver, nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter. 24. Forum and Choice of Law This Contract and any performance herein shall be governed by and be construed in accordance with the laws of the Commonwealth. Any and all proceedings or actions relating to subject matter herein shall be brought and maintained in the courts of the Commonwealth or the federal district court sitting in the Commonwealth, which shall have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal rights of the parties. 25. Notices Any notice permitted or required under the provisions of this Contract to be given or served by either of the parties hereto upon the other party hereto shall be in writing and signed in the name or on the behalf of the party giving or serving the same. Notice shall be deemed to have been received at the time of actual service or three (3) business days after the date of a certified or registered mailing properly addressed. Notice to the Contractor shall be deemed sufficient if sent to the address set forth in the Contract and to the Town of North Andover by being sent to the Town Manager, Town Hall, 120 Main Street, North Andover, Massachusetts 01845. 26. Binding on Successors: This Contract shall be binding upon the Contractor, its assigns, transferees, and/or successors in interest (and where not corporate, the heirs and estate of the Contractor). 27. Complete Contract: This instrument, together with its endorsed supplements, and the other components of the contract documents, constitutes the entire contract between the parties, with no agreements other than those incorporated herein. Town of North Andover IFB Page 48 of 65 Bradford Street Standpipe Improvements 28. Supplemental Conditions: The foregoing provisions apply to all contracts to which the Town of North Andover shall be a party. One of the following "Supplements" must be "checked" as applicable to this Contract, shall be attached hereto, and shall in any event apply as the nature of the Contract requires. The Supplement contains additional terms governing the Contract: [ ] GOODS SUPPLEMENT "G" - Applicable to Contracts for the procurement of Goods (governed by the provisions of General Laws Chapter 3013) [ ] SERVICES SUPPLEMENT "S" - Applicable to Contracts for the procurement of Services (governed by the provisions of General Laws Chapter 3013) [ X] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for Construction Town of North Andover IFB Page 49 of 65 Bradford Street Standpipe Improvements IN WITNESS WHEREOF the parties have hereto and to two other identical instruments set forth their hands the day and year first above written. THE TOWN Division/Department Head Contract Manager Town Manager Date APPROVED AS TO FORM: Town Counsel Date THE CONTRACTOR Company Name Signature Print Name & Title CERTIFICATION AS TO AVAILABILITY OF FUNDS: Town Accountant Town of North Andover IFB Bradford Street Standpipe Improvements Date Date Page 50 of 65 SUPPLEMENT "C" [] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for the construction of: (1) Public Buildinfs and Public Works (governed by the provisions of General Laws Chapter 30B); (2) Public Buildings (governed by the provisions of General Laws Chapter 149,§ 44A, et seq.); and (3) Public Works (governed by the provisions of General Laws Chapter 30, §39M, et seq) This form supplements the Town of North Andover "Contract and General Conditions" and applies only to contracts for the construction, reconstruction, alteration, remodeling or repair of public works or public buildings. 2. Wherever the law requires one contracting with a city or town to be bonded, such obligation shall be understood to be a term and condition of this Contract. The Contractor agrees to secure such bond (where required) in the form required by the Town and provide an original thereof to the Town prior to the commencement of performance. Equal : 3.1. In the case of a closed Specification written for a specific item or items to be furnished under the Base Bid, such specifications shall, as applicable, be in compliance with the Massachusetts General Laws, Chapter 30, Section 39M and Chapter 149, Sec. 44A et seq. 3.2. Where the name of an item, material or manufacturer is mentioned in the Specifications or on the Drawings, except as above noted, the intent is to establish a standard and in no way should be construed to exclude any item or manufacturer not mentioned by name, but whose product meets the Specifications as to design, utility and quality. Final decision shall rest with the Project Representative as to its acceptability. 4. Change orders to contracts governed by General Laws Chapter 30B may not increase the quantity of goods or services provided by more than twenty-five (25%) per cent, in compliance with Sec. 13 of Chapter 30B. The Contractor will carry out the obligations of this contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, Sec. 1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The Contractor will at all times comply with the wage rates as determined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws Chapter 149, Sections 26 and 27D (Prevailing Wage), as shall be in force and as amended. 6. The Contractor shall continuously maintain adequate protection of all work from damage and shall protect the property of the Town and others, including adjacent property, from injury or loss arising Town of North Andover IFB Page 51 of 65 Bradford Street Standpipe Improvements in connection with the Contract. The Contractor shall make good any such damage, injury or loss, except as may be directly due to errors in the Contract Documents or caused by agents or employees of the Town, or due to causes beyond the Contractor's control and not the Contractor's fault or negligence. 7. The Contractor shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of Federal, State and local laws and codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. The Contractor will erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public, shall post danger signs warning against the hazards created by such features of construction such as pits, protruding nails, hosts, well holes, elevator hatchways, scaffolding, window openings, stairways and falling materials; and shall designate a responsible member of its organization on the work, whose duty shall be the prevention of accidents. 8. The Town shall at all times have access to the work wherever it is in preparation or progress and the Contractor shall provide suitable accommodations for such access. 9. The Contractor shall appoint a competent superintendent and foreman and any necessary assistants, all of whom shall be satisfactory to the Town. If the Town in its sole discretion determines that the construction superintendent, foreman, or assistants are unacceptable to the Town, then upon seven days notice from the Town, the Contractor shall replace such person or persons with people acceptable to the Town. 10. The Contractor shall give efficient supervision to the work, using its best skill and attention. The Contractor shall carefully study and compare the drawings, specifications and other instructions and shall at once report to the Town any error, inconsistency or omission which shall be discovered. Included in this responsibility shall be supervision of all work performed by subcontractors on the work. 11. If the Contractor should neglect to prosecute the work properly, or fail to perform the contract or any of its provisions, the Town, upon three days written notice, may, without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. 12. Inspection by the Town's Project Representative 12.1. The Town shall have the right to designate a Project Representative who may make periodic visits to the site to familiarize the Town generally with the progress and quality of the work, and to determine in general if the work is proceeding in accordance with the Contract Documents. The Project Representative will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, and will not be responsible for the Contractor's failure to carry out the construction work in accordance with the Contract Documents. During such visits and on the basis of these observations while at the site, the Project Representative will keep the Town informed on the progress of the work, will endeavor to guard the Town against defects and deficiencies in the work of contractors, and may condemn structural work as failing to conform to the Contract Documents. The Project Representative shall have authority to act on behalf of the Town only to the extent expressly delegated by the Town, which shall be shown to the Contractor, and shall have authority to stop the work whenever such stoppage may reasonably be necessary to insure the proper execution of the Contract. Town of North Andover IFB Page 52 of 65 Bradford Street Standpipe Improvements 12.2. In connection with the work, the Project Representative shall not be responsible for construction methods, means, techniques, sequences or procedures employed by the Contractor or the Contractor's safety programs, requirements, regulations, or precautions. 13. Decisions of the Project Representative 13.1. The Project Representative shall, within a reasonable time, make decisions on all claims of the Town or the Contractor and on all other matters relating to the execution and progress of the structural work or the interpretation of the Contract Documents. 13.2. The Project Representative's decision, in matters relating to the project, shall be final, if within the terms of the Contract Documents. 13.3. If, however, the Project Representative fails to render a decision within ten days after the parties have presented their evidence, either party may then avail itself of the remedies provided in this contract or available to it by law. If the Project Representative renders a decision after such remedies have commenced, such decision may be entered as evidence but shall not disturb or interrupt such proceedings except where such decision is acceptable to the parties concerned. 14.1 Use of Premises by the Contractor: 14.1. The Contractor shall confine its apparatus, the storage of materials and the operations of its workmen to limits indicated by law, by-laws, permits or directions of the Town and shall not unreasonably encumber the premises with its materials. 14.2. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will endanger its safety. 15. Maintenance of Premises: The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work, and at the completion of the work it shall remove all its rubbish from and about the work site and all its tools, scaffolding and surplus materials and shall leave its work "broom -clean", or its equivalent, unless more exactly specified. In case of dispute, the Town may remove the rubbish and charge the cost to the several contractors, as the Town shall determine to be just. 1.6. Right to Terminate If the Contractor should (1) be adjudged a bankrupt, (2) make a general assignment for the benefit of creditors, (3) have a receiver appointed on account of its insolvency, (4) persistently or repeatedly refuse or fail to supply enough personnel and resources to perform the contract, (5) fail to make prompt payment to subcontractors or to providers of materials or labor, (6) persistently disregard laws and regulations or lawful directives of the Town, or (7) be guilty of a substantial violation of any provision of the Contract, then the Town may, without prejudice to any other right or remedy and after giving the Contractor (or any surety) seven days written notice, terminate the contract and the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method it deems appropriate. Town of North Andover IFB Page 53 of 65 Bradford Street Standpipe Improvements In such cases, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid amount owed to the Contractor for work already completed shall exceed the expense of finishing the work, including compensation for additional architectural, managerial, legal and administrative services, such excess shall be paid to the Contractor. If such expenses shall exceed such unpaid balances, the Contractor shall pay the difference to the Town. The Contractor shall not be relieved of liability to the Town by virtue of any termination of this contract, and any claim for damages against the Contractor relating to the Contractor's performance under this contract shall survive any termination hereunder. Notwithstanding any other provision of this Agreement, the Town reserves the right at any time in its absolute discretion to suspend or terminate this Agreement in whole or in part for its convenience upon seven days written notice to the Contractor. The Town shall incur no liability by reason of such termination except for the obligation to pay compensation for all work performed by the Contractor and accepted by the Town to the termination date. 17. Progress Payments: 17.1. The Contractor shall submit to the Town an itemized Application for Payment, supported to the extent required by the Town by invoices or other vouchers, showing payments for materials and labor, payments to Subcontractors and such other evidence of the Contractor's right to payment. 17.2. The Contractor shall, before the first application, submit to the Town a schedule of values of the various parts of the work, including quantities aggregating the total sum of the Contract, divided so as to facilitate payments to Subcontractors, m made out in such formas the Town and the Contractor may agree upon, and, if required, supported by such evidence as to its correctness. This schedule, when approved by the Town, shall be used as a basis for payment, unless it is found to be in error. If applying for payments, the Contractor shall submit a statement based upon this schedule. 18. Withholding of Pam 18.1. The Town may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary in its reasonable opinion to protect the Town of North Andover from loss on account of: 18.1.1. Defective work not remedied. 18.1.2. Claims filed or reasonable evidence indicating probable filing of claims. 18.1.3. Failure of the Contractor to make payments properly to Subcontractors or for material or labor. 18.1.4. A reasonable doubt that the Contract can be completed for the balance then unpaid. 18.1.5. Damage to another contractor. 18.1.6. Delays resulting in liquidated damages. Town of North Andover IFB Page 54 of 65 Bradford Street Standpipe Improvements 18.2. Withholding of payments shall be in strict compliance with statutory requirements. 19. Claims by Contractor and Liability of Town All claims by the Contractor against the Town shall, unless otherwise provided by law, be initiated by a written claim submitted to the Town no later than seven (7) calendar days after the event or the first appearance of the circumstances causing the claim. The claim shall set forth in detail all known facts and circumstances supporting the claim. The Contractor shall continue its performance under this contract regardless of the submission or existence of any claims. The limit of liability of the Town under this Agreement is limited to the compensation provided herein for work actually performed, and shall in no event include liability for delays or for incidental, special or consequential damages or lost profits or for damages or loss from causes beyond the Town's reasonable control. 20. Liquidated Damages: Because both parties recognize (1) that the time for completion of this Contract is of the essence, (2) that the Town will suffer loss if the work is not completed within the contract time specified, plus any extension thereof allowed in accordance with the provisions of this contract, and (3) the delays, expense and difficulties involved in a legal proceeding to determine the actual loss suffered by the Town if the work is not completed in time, it is agreed that the Contractor will pay the Town as liquidated damages representing an estimate of delay damages, not as a penalty, the sum of One Thousand Dollars ($1,000) per day for each calendar day of delay until the work is completed, whether the work is completed by the Contractor or some other person. The Town's right to impose liquidated damages shall in no way prohibit or restrict the Town's right to bring a legal action for damages in lieu of or in addition to its option to impose liquidated damages. The Town may deduct any liquidated damages from money due the Contractor, and if such payment is insufficient to cover the liquidated damages, then the Contractor shall pay the amount due. 21. The Contractors' Mutual Responsibility: Should the Contractor cause damage to any separate subcontractor on the work, the Contractor agrees, upon due notice, to settle with such contractor by agreement, or by recourse to remedies provided by law or by the provisions of the contract. If such separate contractor sues the Town on account of any damage alleged to have been sustained, the Town shall notify the Contractor, who shall defend such proceedings at the Town's expense and, if any judgment against the Town arises therefrom, the Contractor shall pay or satisfy it and pay all costs incurred by the Town. 22. Separate Contracts: 22.1. The Town reserves the right to let other Contracts in connection with this work under similar General Conditions. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate its work with theirs. 22.2. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall inspect and promptly report to the Town any defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance Town of North Andover IFB Page 55 of 65 Bradford Street Standpipe Improvements of the other contractor's work as fit and proper for the reception of its work except as to defects which may develop in the other contractor's work after the execution of its work. 22.3. To insure the proper execution of its subsequent work, the Contractor shall measure work already in place and shall at once report to the Town any discrepancy between the executed work and the Drawings. 23. Subcontracts: 23.1. All Subcontracts shall be awarded in conformity with the requirements of the General Laws, Commonwealth of Massachusetts, Chapter 149, Sections 44A to 44L, inclusive. 23.2. The Contractor agrees that it is as fully responsible to the Town for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly employed by it. 23.3. Nothing contained in the Contract Documents shall create any contractual relationship between any Subcontractor and the Town. 24. Contractor -Subcontractor Relations: The Contractor agrees to bind every Subcontractor and every Subcontractor agrees to be bound by the terms of the Agreement, the General Conditions of the Contract, the Supplementary General Conditions, the Drawings and Specifications, as far as applicable to its work, including the provisions of the General Laws, Commonwealth of Massachusetts, Chapter 149, Section 44A, et seq. 25. Indemnification: 25.1. The Contractor shall indemnify, defend and save harmless the Town, its officers, agents and employees from and against any and all damages, liabilities, actions, suits, proceedings, claims, demands, losses, recoveries and judgments of every nature and description (including reasonable attorneys' fees) brought or recovered against them that may arise in whole or in part out of or in connection with the work being performed or to be performed, or out of any act or omission by the Contractor, its employees, agents, subcontractors, material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by any party indemnified hereunder. The Contractor further agrees to reimburse the Town for damage to its property caused by Contractor, its employees, agents, subcontractors or material men, and anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including damages caused by his, its or their use of faulty, defective or unsuitable material or equipment, unless the damage is caused by the Town's gross negligence or willful misconduct. The existence of insurance shall in no way limit the scope of the Contractor's indemnification under this Contract. 25.2. In any and all claims against the Town or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or Town of North Andover IFB Page 56 of 65 Bradford Street Standpipe Improvements any Subcontractor under Workmen's Compensation Acts, disability benefit acts or other employee benefit acts. 25.3. The intent of the Specifications regarding insurance is to specify minimum coverage and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor's responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect it and the Town from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the Work. 26. The Contractor's Insurance: 26.1. The Contractor shall purchase and maintain such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 26.1.1. Claims under Worker's Compensation, disability benefit and other similar employee benefit acts; 26.1.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; 26.1.3. Claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual personal liability coverage; 26.1.4. Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 26.2. The insurance required by the above shall be written for not less than the following minimum limits of liability: 26.2.1. Worker's Compensation Insurance Requirements Workers' Compensation coverage as required by the laws of the Commonwealth of Massachusetts. 26.2.2. Liability Insurance Requirements Liability insurance shall include all major divisions and shall be on a comprehensive general basis including Premises and Operations, Owners and Contractor's Protective, Products and Completed Operations, and Owned, Non -owned and Hired Motor Vehicles. All such insurance shall be written for not less than any limits of liability required by law, unless otherwise provided in the contract documents, or the following limits, whichever are greater: Town of North Andover IFB Page 57 of 65 Bradford Street Standpipe Improvements Comprehensive General Liability Insurance (Broad Form) Bodily Injury $1,000,000 per person $3,000,000 per occurrence Property Damage $1,000,000 per occurrence $3,000,000 annual aggregate Automobile Liability Insurance $500,000 per person $1,000,000 per occurrence 26.3. The above insurance policies shall also be subject to the following requirements: 26.3.1. Insurance coverage for the Contractor's Comprehensive General Liability, as hereinafter specified under Paragraph entitled "Protective Liability Insurance" shall be written by one and the same insurance company to avoid the expense of duplicate and/or overlapping coverage and to facilitate and expedite the settlement of claims. 26.3.2. Certificates of Insurance acceptable to the Town shall be addressed to and filed with the Town prior to commencement of the work. Renewal certificates shall be addressed to and filed with the Town at least ten (10) days prior to the expiration date of required policies. 26.3.3. No insurance coverage shall be subject to cancellation without at least thirty (30) days prior written notice forwarded by registered or certified mail to the Town. The Town shall also be notified of the attachment of any restrictive amendments to the policies. 26.3.4. All Certificates of Insurance shall be on the "MIIA" or "ACORD" Certificate of Insurance form, shall contain true transcripts from the policies, authenticated by the proper officer of the Insurer, evidencing in particular those insured, the extent of coverage, the location and operations to which the insurance applies, the expiration date and the above-mentioned notice clauses. 26.3.5. All premium costs shall be included in the Contractor's bid. 26.3.6. All insurance shall be written on an occurrence basis. Coverage shall be maintained without interruption from date of the Contract until date of final payment and termination of any coverage required to be maintained after payment. 27. Protective Liability Insurance: 27.1. The Contractor shall purchase and maintain such insurance as described in the preceding paragraph as will protect the Town from claims which may arise from operations under the Contract, including operations performed for the named insureds by independent contractors and general inspection thereof by the named insureds. 27.2. The Contractor shall also purchase and maintain such insurance as will protect the Town against Automobile Non -Ownership Liability in connection with the Contractor's Town of North Andover IFB Page 58 of 65 Bradford Street Standpipe Improvements operations under the Contract, whether such operations be by itself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. 27.3. The limits of liability for coverage required under the preceding paragraphs shall be as specified under the provisions hereof governing the Contractor's General Liability Policy. 27.4. The Town shall be named as an additional insured on the above referenced liability Policies, and the Contractor's insurance shall be the primary coverage. The cost of such insurance, including required endorsements and amendments, shall be the sole responsibility of the Contractor. 28. Liens: Neither the Final Payment nor any part of the retained percentage shall become due until the Contractor, if required, shall deliver to the Town a complete release of all liens arising out of the Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that as far as it has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. The Contractor shall comply with all statutory provisions of the General Laws of the Commonwealth of Massachusetts with regard to liens, Chapter 254 and 149 as amended (as a minimum requirement). 29. Guarantees: 29.1 The Contractor guarantees and warrants to the Town that all labor furnished under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 29.2. If at any time any part of the work constructed under the terms of this contract shall in the opinion of the Town Manager require repairing due to defective work or materials furnished by the Contractor, he may notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to start such repairs within ten days of the date of giving it notice thereof and to complete the same to the satisfaction of the Town Manager with reasonable dispatch, then the latter may employ other persons to make such repairs. The Town shall charge the expense thereof to the Contractor and may use any moneys still retained to pay for the same, and if such sum is insufficient, the Contractor shall be obligated to pay the balance thereof. 29.3. All guarantees and warranties required in the various Sections of the Specifications which originate with a Subcontractor or Manufacturer must be delivered to the Town before final payment to the Contractor may be made for the amount of that subtrade or for the phase of work to which the guarantee or warranty relates. The failure to deliver a required guarantee or warranty shall be held to constitute a failure of the Subcontractor to fully complete his work in accordance with the Contract Documents. The Contractor's obligation to correct work is in addition to, and not in substitution of, such guarantees or warranties as may be required in the various Sections of the Specifications. Town of North Andover IFB Page 59 of 65 Bradford Street Standpipe Improvements This Agreement is intended to take effect as a sealed instrument. Witness our hands and seals hereto: Dated: The Town of North Andover by: Town Manager Department/Division Head Town Accountant Certified as to Appropriation Town Counsel Certified as to Form The Contractor by: Authorized Signature Town of North Andover IFB Bradford Street Standpipe Improvements Page 60 of 65 CERTIFICATIONS CERTIFICATE OF NON -COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union, club or other organization, entity, or group of individuals. Signature Date Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I authorized signatory for Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes, permit or other fees, reporting of employees and contractors, and withholding and remitting child support. Signature Date Town of North Andover IFB Page 61 of 65 Bradford Street Standpipe Improvements CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Print Name & Title Town of North Andover IFB Bradford Street Standpipe Improvements Date Company Name Page 62 of 65 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the held on it was VOTED, THAT (Name) (Officer) of be and hereby is authorized to execute contracts and bonds in the name and on behalf of said , and affix its corporate seal hereto; and such execution of any contract or obligation in the name of on its behalf by such officer under seal of , shall be valid and binding upon that I hereby certify that I am the clerk of the above named and is the duly elected officer as above of said and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. (Date) (Clerk) Town of North Andover IFB Page 63 of 65 Bradford Street Standpipe Improvements PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS, that we with a place of business at as Principal (the "Principal"), and , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of lawful money of the United States of America, to be paid to the Obligee, for which payment, well and truly to be made, we bind ourselves, our respective heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has assumed and made a contract with the Obligee, bearing the date of for the construction of NOW, THE CONDITIONS of this obligation are such that if the Principal and all subcontractors under said contract shall pay for all labor performed or furnished and for all materials used or employed in said contract and in any and all duly authorized modifications, alterations, extensions of time, changes or additions to said contract that may hereafter be made, notice to the Surety of such modifications, alterations, extensions of time, changes or additions being hereby waived, the foregoing to include, but not be limited to, any other purposes or items set out in, and to be subject to, the provisions of Massachusetts General Laws, Chapter 30, Section 39M, and Chapter 149, Section 29, as amended then this obligation shall become null and void; otherwise, it shall remain in full force and virtue. IN WITNESS WHEREFORE, the Principal and Surety have hereto set their hands and seals this day of PRINCIPAL [Name and Seal] SURETY [Attorney-in-fact] [Seal] [Title] [Address] Attest: [Phone] Attest: Town of North Andover IFB Page 64 of 65 Bradford Street Standpipe Improvements THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVALL. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Governor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 to 27H HEATHER E. ROWE Lt. Governor Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Miscellaneous appurtenance repairs and replacements, and minor coating repairs of Bradford Street standpipe Job Location: Bradford Street Information about Prevailing Wage Schedules for Awarding Authorities and Contractors • This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the "Wage Request Number" on all pages of this schedule. • Awarding authorities must request an updated wage schedule from the Department of Labor Standards ("DLS") if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. • 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. Once a contractor has been selected by the awarding authority, the wage schedule shall be made a part of the contract for that project. The wage schedule must be posted in a conspicuous place at the work site during 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 regardless of whether they are employed by the prime contractor, a filed sub -bidder, or any sub -contractor. • All apprentices working on the project are required to be registered with the Massachusetts Division of Apprentice Training (DAT). Apprentices must keep his/her apprentice identification card on his/her person during all work hours on the project. If an apprentice rate is listed on the prevailing wage schedule for the trade in which an apprentice is registered with the DAT, the apprentice may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. If an apprentice rate is not listed on the prevailing wage schedule for the trade in which an apprentice is registered with the DAT, the apprentice must be paid the journeyworker's rate for the trade. • The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F "rental of equipment" contracts. • Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports directly to the awarding authority and keep them on file for three years. Each weekly payroll report must contain: the employee's name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/pw. • Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) 626-6953. • Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) 727-3465. • Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and criminal penalties. Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Construction (2 AXLE) DRIVER - EQUIPMENT 12/01/2012 $30.45 $8.91 $8.00 $0.00 $47.36 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (3 AXLE) DRIVER - EQUIPMENT 12/01/2012 $30.52 $8.91 $8.00 $0.00 $47.43 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B (4 & 5 AXLE) DRIVER - EQUIPMENT 12/01/2012 $30.64 $9.07 $8.00 $0.00 $47.71 TEAMSTERSJOINT COUNCIL NO. 107.ONE B ADS/SUBMERSIBLE PILOT 08/01/2013 $84.21 $9.80 $18.17 $0.00 $112.18 PILE DRIVER LOCAL 56 (70NE 1) 08/01/2014 $87.36 $9.80 $18.17 $0.00 $115.33 08/01/2015 $90.51 $9.80 $18.17 $0.00 $118.48 AIR TRACK OPERATOR 06/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 LABORERS -7.ONE2 12/01/2013 $31.10 $7.10 $11.80 $0.00 $50.00 06/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 12/01/2014 $32.10 $7.10 $11.80 $0.00 $51.00 06/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 12/01/2015 $33.10 $7.10 $11.80 $0.00 $52.00 06/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 12/01/2016 $34.35 $7.10 $11.80 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER" ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2013 $29.88 $10.40 $5.95 $0.00 $46.23 HEAT & FROST INSULATORS LOCAL 6 (BOSTON) 12/01/2013 $30.68 $10.40 $5.95 $0.00 $47.03 06/01/2014 $31.58 $10.40 $5.95 $0.00 $47.93 12/01/2014 $32.48 $10.40 $5.95 $0.00 $48.83 06/01/2015 $33.43 $10.40 $5.95 $0.00 $49.78 12/01/2015 $34.38 $10.40 $5.95 $0.00 $50.73 ASPHALT RAKER 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS - ZONE 2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ASPHALT/CONCRETE/CRUSHER PLANT -ON SITE 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERA TING ENGINEERS LOCAL 4 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERATING ENGINEERS LOCAL 4 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ------------------------------------------------------------ - ---------------------------------- - - ------------------- ---- --- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 2 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $11.80 $0.00 Unemployment BARCO-TYPE JUMPING TAMPER 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS - ZONE 2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER 06/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 LABORERS-ZONE2 12/01/2013 $31.1.0 $7.10 $11.80 $0.00 $50.00 06/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 12/01/2014 $32.10 $7.10 $11.80 $0.00 $51.00 06/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 12/01/2015 $33.10 $7.10 $11.80 $0.00 $52.00 06/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 12/01/2016 $34.35 $7.10 $11.80 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER" BOILERMAKER 01/01/2010 $37.70 $6.97 $11.18 $0.00 $55.85 BOILERMAKERS LOCAL 29 Apprentice - BOILERMAKER - Local 29 Effective Date - 01/01/2010 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $24.51 $6.97 $11.18 $0.00 $42.66 2 65 $24.51 $6.97 $11.18 $0.00 $42.66 3 70 $26.39 $6.97 $11.18 $0.00 $44.54 4 75 $28.28 $6.97 $11.18 $0.00 $46.43 5 80 $30.16 $6.97 $11.18 $0.00 $48.31 6 85 $32.05 $6.97 $11.18 $0.00 $50.20 7 90 $33.93 $6.97 $11.18 $0.00 $52.08 8 95 $35.82 $6.97 $11.18 $0.00 $53.97 ---------_....--......-----°-----._-..- Notes: - - - - i Apprentice to Journeyworker Ratio:l:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 08/01/2013 $48.06 $10.18 $18.15 $0.00 $76.39 WATERPROOFING) 02/01/2014 $48.62 $10.18 $18.15 $0.00 $76.95 BRICKLAYERS LOCAL 3 (LYNN) 08/01/2014 $49.52 $10.18 $18.22 $0.00 $77.92 02/01/2015 $50.08 $10.18 $18.22 $0.00 $78.48 08/01/2015 $50.98 $10.18 $18.29 $0.00 $79.45 02/01/2016 $51.55 $10.18 $18.29 $0.00 $80.02 08/01/2016 $52.45 $10.18 $18.37 $0.00 $81.00 02/01/2017 $53.02 $10.18 $18.37 $0.00 $81.57 --------------------- ---------- ----------------------------------------------------- ------------------ - ---- - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 3 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- BRICKIPLASTERICEMENT MASON -Local 3 Lynn Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.03 $10.18 $18.15 $0.00 $52.36 2 60 $28.84 $10.18 $18.15 $0.00 $57.17 3 70 $33.64 $10.18 $18.15 $0.00 $61.97 4 80 $38.45 $10.18 $18.15 $0.00 $66.78 5 90 $43.25 $10.18 $18.15 $0.00 $71.58 Effective Date - 02/01/2014 - ..,__ __.., _._ __-., _._. - _ - _ - Supplemental $56.15 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.31 $10.18 $18.15 $0.00 $52.64 2 60 $29.17 $10.18 $18.15 $0.00 $57.50 3 70 $34.03 $10.18 $18.15 $0.00 $62.36 4 80 $38.90 $10.18 $18.15 $0.00 $67.23 5 90 $43.76 $10.18 $18.15 $0.00 $72.09 Notes: $7.10 $12.60 $0.00 $55.40 __ _ _ ____ Apprentice to Journeyworker Ratio:l:5 - ..,__ __.., _._ __-., _._. - _ - _ - __ - - $56.15 BULLDOZER/GRADER/SCRAPER OPERA77NG ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 06/01/2013 12/01/2013 $39.96 $40.74 $10.00 $10.00 $13.55 $13.55 $0.00 $0.00 $63.51 $64.29 CAISSON & UNDERPINNING BOTTOM MAN 06/01/2013 $34.20 $7.10 $12.60 $0.00 $53.90 LABORERS - FOUNDATIONAND MARINE 12/01/2013 $34.95 $7.10 $12.60 $0.00 $54.65 06/01/2014 $35.70 $7.10 $12.60 $0.00 $55.40 12/01/2014 $36.45 $7.10 $12.60 $0.00 $56.15 06/01/2015 $37.20 $7.10 $12.60 $0.00 $56.90 12/01/2015 $37.95 $7.10 $12.60 $0.00 $57.65 06/01/2016 $38.70 $7.10 $12.60 $0.00 $58.40 12/01/2016 $39.70 $7.10 $12.60 $0.00 $59.40 For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING LABORER 06/01/2013 $33.05 $7.10 $12.60 $0.00 $52.75 LABORIFRS - 17OUNDA77ON AND MARINE 12/01/2013 $33.80 $7.10 $12.60 $0.00 $53.50 06/01/2014 $34.55 $7.10 $12.60 $0.00 $54.25 12/01/2014 $35.30 $7.10 $12.60 $0.00 $55.00 06/01/2015 $36.05 $7.10 $12.60 $0.00 $55.75 12/01/2015 $36.80 $7.10 $12.60 $0.00 $56.50 06/01/2016 $37.55 $7.10 $12.60 $0.00 $57.25 12/01/2016 $38.55 $7.10 $12.60 $0.00 $58.25 For apprentice rates see "Apprentice- LABORER" -- --- ---.- - --- - --- ------------------- ------------------- ----- ------------ -- --------------------------- --------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 4 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 12/01/2013 $30.60 $7.10 $11.80 Unemployment $49.50 CAISSON & UNDERPINNING TOP MAN 06/01/2013 $33.05 $7.10 $12.60 $0.00 $52.75 LABORERS - FOUNDATIONAND MARINE 12/01/2013 $33.80 $7.10 $12.60 $0.00 $53.50 06/01/2014 $34.55 $7.10 $12.60 $0.00 $54.25 12/01/2014 $35.30 $7.10 $12.60 $0.00 $55.00 06/01/2015 $36.05 $7.10 $12.60 $0.00 $55.75 12/01/2015 $36.80 $7.10 $12.60 $0.00 $56.50 06/01/2016 $37.55 $7.10 $12.60 $0.00 $57.25 12/01/2016 $38.55 $7.10 $12.60 $0.00 $58.25 For apprentice rates see "Apprentice- LABORER" CARBIDE CORE DRILL OPERATOR LABORERS-ZONE2 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 09/01/2013 $34.53 $9.80 $15.61 $0.00 $59.94 03/01/2014 $35.13 $9.80 $15.61 $0.00 $60.54 09/01/2014 $35.90 $9.80 $15.61 $0.00 $61.31 03/01/2015 $36.67 $9.80 $15.61 $0.00 $62.08 ----- --- ------------- -------------------------------- -- ._ ..------ -- - - -- - ---------- ------------ ---- -- -- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 5 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - CARPENTER - Zone 2 Eastern MA Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.27 $9.80 $1.57 $0.00 $28.64 2 60 $20.72 $9.80 $1.57 $0.00 $32.09 3 70 $24.17 $9.80 $10.90 $0.00 $44.87 4 75 $25.90 $9.80 $10.90 $0.00 $46.60 5 80 $27.62 $9.80 $12.47 $0.00 $49.89 6 80 $27.62 $9.80 $12.47 $0.00 $49.89 7 90 $31.08 $9.80 $14.04 $0.00 $54.92 8 90 $31.08 $9.80 $14.04 $0.00 $54.92 Effective Date - 03/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.57 2 60 $21.08 3 70 $24.59 4 75 $26.35 5 80 $28.10 6 80 $28.10 7 90 $31.62 8 90 $31.62 (Notes: $9.80 $1.57 $0.00 $28.94 $9.80 $1.57 $0.00 $32.45 $9.80 $10.90 $0.00 $45.29 $9.80 $10.90 $0.00 $47.05 $9.80 $12.47 $0.00 $50.37 $9.80 $12.47 $0.00 $50.37 $9.80 $14.04 $0.00 $55.46 $9.80 -----__.. $14.04 ---.-....-..-- $0.00 $55.46 -----------------------µ--------------- Apprentice to Journe"orker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (LYNN) 07/01/2013 $42.68 $10.90 $18.71 $1.30 01/01/2014 $43.60 $10.90 $18.71 $1.30 07/01/2014 $44.20 $10.90 $18.71 $1.30 01/01/2015 $45.14 $10.90 $18.71 $1.30 07/01/2015 $45.72 $10.90 $18.71 $1.30 01/01/2016 $46.64 $10.90 $18.71 $1.30 $73.59 $74.51 $75.11 $76.05 $76.63 $77.55 ----------------------------------- ------ --- -- --- - ----------------- -- --- --------------- ----------- ----------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 6 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- CEMENT MASONRY/PLASTERING -Eastern Mass (Lynn) Effective Date - 07/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.34 $10.90 $12.21 $1.30 $45.75 2 60 $25.61 $10.90 $13.71 $1.30 $51.52 3 65 $27.74 $10.90 $14.71 $1.30 $54.65 4 70 $29.88 $10.90 $15.71 $1.30 $57.79 5 75 $32.01 $10.90 $16.71 $1.30 $60.92 6 80 $34.14 $10.90 $17.71 $1.30 $64.05 7 90 $38.41 $10.90 $18.71 $1.30 $69.32 Effective Date - 01/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.80 $10.90 $12.21 $1.30 $46.21 2 60 $26.16 $10.90 $13.71 $1.30 $52.07 3 65 $28.34 $10.90 $14.71 $1.30 $55.25 4 70 $30.52 $10.90 $15.71 $1.30 $58.43 5 75 $32.70 $10.90 $16.71 $1.30 $61.61 6 80 $34.88 $10.90 $17.71 $1.30 $64.79 7 90 $39.24 $10.90 $18.71 $1.30 $70.15 _-____----._._........_..._._-__--------------_ (Notes: -- Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. _-._.....-_------- Apprentice to Journeyworker Ratio:1:3 ---- .._..------------ CHAIN SAW OPERATOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS - ZONE 2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" CLAM SHELLS/SLURRY BUCKETSMEADING MACHINES 06/01/2013 $41.34 $10.00 $13.55 $0.00 $64.89 OPERATING ENGINEERS LOCAL 4 12/01/2013 $42.12 $10.00 $13.55 $0.00 $65.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR 06/01/2013 $28.19 $10.00 $13.55 $0.00 $51.74 OPERATING ENGINEERS LOCAL 4 12/01/2013 $28.74 $10.00 $13.55 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41 --------------- - ---- - -- ---------------- ------------ -- ----- ----------- - - ------------- - ------------ - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 7 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.51 $7.80 $0.00 $0.00 $30.31 2 55 $24.76 $7.80 $3.52 $0.00 $36.08 3 60 $27.01 $7.80 $3.84 $0.00 $38.65 4 65 $29.26 $7.80 $4.16 $0.00 $41.22 5 70 $31.51 $7.80 $13.68 $0.00 $52.99 6 75 $33.76 $7.80 $14.00 $0.00 $55.56 7 80 $36.01 $7.80 $14.32 $0.00 $58.13 8 90 $40.51 $7.80 $14.96 $0.00 $63.27 ----.__....--------_.Y..._--- Notes: LABORERS - ZONE 2 -----..__..._.. - E Steps are 750 hrs. i For apprentice rates see "Apprentice- LABORER" Apprentice to Journeyworker Ratio:I:I DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 DEMO: ADZEMAN 12/01/2011 $31.80 $7.10 $12.45 $0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2011 $32.80 $7.10 $12.45 $0.00 $52.35 LABORERS - 70NE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 $0.00 $52.10 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 $7.10 $12.45 $0.00 $52.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: JACKHAMMER OPERATOR 12/01/2011 $32.55 $7.10 $12.45 $0.00 $52.10 LABORERS - 70NE 2 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 $0.00 $51.35 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER 08/01/2013 $56.14 $9.80 $18.17 $0.00 $84.11 PILE DRIVER LOCAL 56 (70NE 1) 08/01/2014 $58.24 $9.80 $18.17 $0.00 $86.21 08/01/2015 $60.34 $9.80 $18.17 $0.00 $88.31 DIVER TENDER 08/01/2013 $40.10 $9.80 $18.17 $0.00 $68.07 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $41.60 $9.80 $18.17 $0.00 $69.57 08/01/2015 $43.10 $9.80 $18.17 $0.00 $71.07 DIVER TENDER (EFFLUENT) 08/01/2013 $60.15 $9.80 $18.17 $0.00 $88.12 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $62.40 $9.80 $18.17 $0.00 $90.37 08/01/2015 $64.65 $9.80 $18.17 $0.00 $92.62 ------------------------- -------------- ------------------------------------------------ ----------------------- - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 8 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DIVER/SLURRY (EFFLUENT) 08/01/2013 $84.21 $9.80 $18.17 $0.00 $112.18 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $87.36 $9.80 $18.17 $0.00 $115.33 08/01/2015 $90.51 $9.80 $18.17 $0.00 $118.48 DRAWBRIDGE OPERATOR (Construction) 09/01/2013 $43.96 $13.00 $14.42 $0.00 $71.38 ELECTRICIANS LOCAL 103 03/01/2014 $44.45 $13.00 $14.68 $0.00 $72.13 09/01/2014 $45.12 $13.00 $14.70 $0.00 $72.82 03/01/2015 $45.84 $13.00 $14.72 $0.00 $73.56 09/01/2015 $46.80 $13.00 $14.75 $0.00 $74.55 03/01/2016 $47.75 $13.00 $14.78 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' ELECTRICIAN 09/01/2013 $43.96 $13.00 $14.42 $0.00 $71.38 ELECTRICIANS LOCAL 103 03/01/2014 $44.45 $13.00 $14.68 $0.00 $72.13 09/01/2014 $45.12 $13.00 $14.70 $0.00 $72.82 03/01/2015 $45.84 $13.00 $14.72 $0.00 > $73.56 09/01/2015 $46.80 $13.00 $14.75 $0.00 $74.55 03/01/2016 $47.75 $13.00 $14.78 $0.00 $75.53 ------------------ - --- -- - --- ------ --- - --------- ----- ----- ----------- --------------------------------------- -- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 9 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ELECTRICIAN- Local 103 Effective Date - 09/01/2013 Step percent 1 40 2 40 3 45 4 45 5 50 6 55 7 60 8 65 9 70 10 75 Effective Date- 03/01/2014 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate $17.58 $13.00 $0.53 $0.00 $31.11 $17.58 $13.00 $0.53 $0.00 $31.11 $19.78 $13.00 $10.78 $0.00 $43.56 $19.78 $13.00 $10.78 $0.00 $43.56 $21.98 $13.00 $11.11 $0.00 $46.09 $24.18 $13.00 $11.45 $0.00 $48.63 $26.38 $13.00 $11.77 $0.00 $51.15 $28.57 $13.00 $12.11 $0.00 $53.68 $30.77 $13.00 $12.43 $0.00 $56.20 $32.97 $13.00 $12.77 $0.00 $58.74 Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.78 $13.00 $0.53 $0.00 $31.31 2 40 $17.78 $13.00 $0.53 $0.00 $31.31 3 45 $20.00 $13.00 $11.04 $0.00 $44.04 4 45 $20.00 $13.00 $11.04 $0.00 $44.04 5 50 $22.23 $13.00 $11.37 $0.00 $46.60 6 55 $24.45 $13.00 $11.70 $0.00 $49.15 7 60 $26.67 $13.00 $12.03 $0.00 $51.70 8 65 $28.89 $13.00 $12.37 $0.00 $54.26 9 70 $31.12 $13.00 $12.69 $0.00 $56.81 10 75 $33.34 $13.00 $13.03 $0.00 $59.37 Notes:: App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 --,.__-__._._.---------_.. Apprentice to Journeyworker Ratio:2:3*** ---_---------__- ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2012 $52.45 $8.78 $6.96 $0.00 $68.19 ---------------- - ......... ... --- - - - ------- ------------ ----- - ------------------ ---------- ------ - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 10 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ELEVATOR CONSTRUCTOR - Loca14 Effective Date - 01/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.23 $8.78 $0.00 $0.00 $35.01 2 55 $28.85 $8.78 $6.96 $0.00 $44.59 3 65 $34.09 $8.78 $6.96 $0.00 $49.83 4 70 $36.72 $8.78 $6.96 $0.00 $52.46 5 80 $41.96 $8.78 $6.96 $0.00 $57.70 Notes: .._.. - - ,.� - ..�. - ® _._ ® - ---..-....._. _- _ - _.__ -- - - �. - Steps 1-2 are 6 mos.; Steps 3-5 are 1 year $31.10 $7.10 $11.80 $0.00 $50.00 Apprentice to Journeyworker Ratio:1:1 12/01/2014 $31.60 $7.10 $11.80 $0.00 ELEVATOR CONSTRUCTOR HELPER - 01/01/2012 $38.59 $8.78 $6.96 $0.00 $54.33 ELEVATOR CONSTRUCTORS LOCAL 4 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS-ZONE2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 05/01/2013 $38.50 $10.00 $13.02 $0.00 $61.52 OPERATING ENGINEERS LOCAL 4 11/01/2013 $39.26 $10.00 $13.02 $0.00 $62.28 05/01/2014 $40.03 $10.00 $13.02 $0.00 $63.05 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENGYARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2013 $39.91 $10.00 $13.02 $0.00 $62.93 OPERATING ENGINEERS LOCAL 4 11/01/2013 $40.68 $10.00 $13.02 $0.00 $63.70 05/01/2014 $41.45 $10.00 $13.02 $0.00 $64.47 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 05/01/2013 $21.17 $10.00 $13.02 $0.00 $44.19 OPERATING ENGINEERS LOCAL 4 11/01/2013 $21.63 $10.00 $13.02 $0.00 $44.65 05/01/2014 $22.08 $10.00 $13.02 $0.00 $45.10 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIRE ALARM INSTALLER 09/01/2013 $43.96 $13.00 $14.42 $0.00 $71.38 ELECTRICIANS LOCAL 103 03/01/2014 $44.45 $13.00 $14.68 $0.00 $72.13 09/01/2014 $45.12 $13.00 $14.70 $0.00 $72.82 03/01/2015 $45.84 $13.00 $14.72 $0.00 $73.56 09/01/2015 $46.80 $13.00 $14.75 $0.00 $74.55 03/01/2016 $47.75 $13.00 $14.78 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' ------------------------------------------------------------------------------------------------------------------------------------------ Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 11 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FIRE ALARM REPAIR / MAINTENANCE 09/01/2013 $32.97 $13.00 $12.77 $0.00 $58.74 / COMMISSIONTNGELEcTRICIANs LOCAL 703 03/01/2014 $33.44 $13.00 $13.03 $0.00 $59.47 09/01/2014 $33.84 $13.00 $13.05 $0.00 $59.89 03/01/2015 $34.38 $13.00 $13.06 $0.00 $60.44 09/01/2015 $35.10 $13.00 $13.08 $0.00 $61.18 03/01/2016 $35.81 $13.00 $13.10 $0.00 $61.91 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN' FIREMAN (ASST. ENGINEER) 06/01/2013 $33.73 $10.00 $13.55 $0.00 $57.28 OPERATING ENGINEERS LOCAL 4 12/01/2013 $34.39 $10.00 $13.55 $0.00 $57.94 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FLAGGER & SIGNALER 06/01/2013 $20.50 $7.10 $11.80 $0.00 $39.40 LABORERS - ZONE 2 12/01/2013 $20.50 $7.10 $11.80 $0.00 $39.40 06/01/2014 $20.50 $7.10 $11.80 $0.00 $39.40 12/01/2014 $20.50 $7.10 $11.80 $0.00 $39.40 06/01/2015 $20.50 $7.10 $11.80 $0.00 $39.40 12/01/2015 $20.50 $7.10 $11.80 $0.00 $39.40 06/01/2016 $20.50 $7.10 $11.80 $0.00 $39.40 12/01/2016 $20.50 $7.10 $11.80 $0.00 $39.40 For apprentice rates see "Apprentice- LABORER" FLOORCOVERER 09/01/2013 $38.61 $9.80 $16.71 $0.00 $65.12 FLOORCOVERERS LOCAL 2168 70NE 1 03/01/2014 $38.61 $9.80 $16.71 $0.00 $65.12 --- ----- ------ ------------ ---- -- - ----- - - - - ------------- - --- - I ------------------------- - --- ---- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 12 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- FLOORCOVERER -Local 2168 Zone I Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension unemployment Total Rate 1 50 $19.31 $9.80 $1.79 $0.00 $30.90 2 55 $21.24 $9.80 $1.79 $0.00 $32.83 3 60 $23.17 $9.80 $11.34 $0.00 $44.31 4 65 $25.10 $9.80 $11.34 $0.00 $46.24 5 70 $27.03 $9.80 $13.13 $0.00 $49.96 6 75 $28.96 $9.80 $13.13 $0.00 $51.89 7 80 $30.89 $9.80 $14.92 $0.00 $55.61 8 85 $32.82 $9.80 $14.92 $0.00 $57.54 Effective Date - 03/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.31 $9.80 $1.79 $0.00 $30.90 2 55 $21.24 $9.80 $1.79 $0.00 $32.83 3 60 $23.17 $9.80 $11.34 $0.00 $44.31 4 65 $25.10 $9.80 $11.34 $0.00 $46.24 5 70 $27.03 $9.80 $13.13 $0.00 $49.96 6 75 $28.96 $9.80 $13.13 $0.00 $51.89 7 80 $30.89 $9.80 $14.92 $0.00 $55.61 8 85 $32.82 $9.80 $14.92 $0.00 $57.54 - - Notes: - - ------------.__.._..._._..-_..--r.- ----_._, Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 FORK LIFT/CHERRY PICKER 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERATING ENGINEERS LOCAL 4 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS 06/01/2013 $28.19 $10.00 $13.55 $0.00 $51.74 OPERATING ENGINEERS LOCAL 4 12/01/2013 $28.74 $10.00 $13.55 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 01/01/2013 $35.51 $7.80 $14.60 $0.00 $57.91 SYSTEMS) GLAZIERS LOCAL 35 (7.0NE 2) ------------ --- - ---- - -- -- ----- ----------I - ----- -------------------------------------------- --------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 13 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.76 $7.80 $0.00 $0.00 $25.56 2 55 $19.53 $7.80 $3.25 $0.00 $30.58 3 60 $21.31 $7.80 $3.54 $0.00 $32.65 4 65 $23.08 $7.80 $3.84 $0.00 $34.72 5 70 $24.86 $7.80 $12.83 $0.00 $45.49 6 75 $26.63 $7.80 $13.13 $0.00 $47.56 7 80 $28.41 $7.80 $13.42 $0.00 $49.63 8 90 $31.96 $7.80 $14.01 $0.00 $53.77 - - - - - _.._._---°--_._.- Notes: - - - - - - - - - - - - - - - - - Steps are 750 hrs. Apprentice to Journeyworker Ratio: 1: 1 HOISTING ENGINEER/CRANES/GRADALLS OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 - ------ ------------- - -------------- ---------- - ------------------ ------ -------------------- ------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 14 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- OPERATING ENGINEERS -Local 4 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.19 $10.00 $0.00 $0.00 $32.19 2 60 $24.20 $10.00 $13.55 $0.00 $47.75 3 65 $26.22 $10.00 $13.55 $0.00 $49.77 4 70 $28.24 $10.00 $13.55 $0.00 $51.79 5 75 $30.26 $10.00 $13.55 $0.00 $53.81 6 80 $32.27 $10.00 $13.55 $0.00 $55.82 7 85 $34.29 $10.00 $13.55 $0.00 $57.84 8 90 $36.31 $10.00 $13.55 $0.00 $59.86 Effective Date - 12/01/2013 $45.95 0 $9.82 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.62 $10.00 $0.00 $0.00 $32.62 2 60 $24.67 $10.00 $13.55 $0.00 $48.22 3 65 $26.73 $10.00 $13.55 $0.00 $50.28 4 70 $28.78 $10.00 $13.55 $0.00 $52.33 5 75 $30.84 $10.00 $13.55 $0.00 $54.39 6 80 $32.90 $10.00 $13.55 $0.00 $56.45 7 85 $34.95 $10.00 $13.55 $0.00 $58.50 8 90 $37.01 $10.00 $13.55 $0.00 $60.56 Notes: $19.08 $2.14 $75.99 Apprentice to Journeyworker Ratio:1:6 08/01/2015 $45.95 0 $9.82 HVAC (DUCTWORK) 09/01/2013 $42.35 $9.82 $19.08 $2.14 $73.39 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2014 $43.20 $9.82 $19.08 $2.14 $74.24 08/01/2014 $44.05 $9.82 $19.08 $2.14 $75.09 02/01/2015 $44.95 $9.82 $19.08 $2.14 $75.99 08/01/2015 $45.95 $9.82 $19.08 $2.14 $76.99 02/01/2016 $46.95 $9.82 $19.08 $2.14 $77.99 08/01/2016 $48.10 $9.82 $19.08 $2.14 $79.14 02/01/2017 $49.20 $9.82 $19.08 $2.14 $80.24 08/01/2017 $50.30 $9.82 $19.08 $2.14 $81.34 02/01/2018 $51.45 $9.82 $19.08 $2.14 $82.49 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) 09/01/2013 $43.96 $13.00 $14.42 $0.00 $71.38 ELECTRICIANS LOCAL 103 03/01/2014 $44.45 $13.00 $14.68 $0.00 $72.13 09/01/2014 $45.12 $13.00 $14.70 $0.00 $72.82 03/01/2015 $45.84 $13.00 $14.72 $0.00 $73.56 09/01/2015 $46.80 $13.00 $14.75 $0.00 $74.55 03/01/2016 $47.75 $13.00 $14.78 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' --- -- ------------- ----------------- ------------ I ------------------- ----- - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 15 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HVAC (TESTING AND BALANCING - AIR) 09/01/2013 $42.35 $9.82 $19.08 $2.14 $73.39 SHEETMETAL WORKF,RS LOCAL 17 -A 02/01/2014 $43.20 $9.82 $19.08 $2.14 $74.24 08/01/2014 $44.05 $9.82 $19.08 $2.14 $75.09 02/01/2015 $44.95 $9.82 $19.08 $2.14 $75.99 08/01/2015 $45.95 $9.82 $19.08 $2.14 $76.99 02/01/2016 $46.95 $9.82 $19.08 $2.14 $77.99 08/01/2016 $48.10 $9.82 $19.08 $2.14 $79.14 02/01/2017 $49.20 $9.82 $19.08 $2.14 $80.24 08/01/2017 $50.30 $9.82 $19.08 $2.14 $81.34 02/01/2018 $51.45 $9.82 $19.08 $2.14 $82.49 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 PIPEFITTERS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 PIPEFITTERS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HYDRAULIC DRILLS 06/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 LABORERS - ZONE 2 12/01/2013 $31.10 $7.10 $11.80 $0.00 $50.00 06/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 12/01/2014 $32.10 $7.10 $11.80 $0.00 $51.00 06/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 12/01/2015 $33.10 $7.10 $11.80 $0.00 $52.00 06/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 12/01/2016 $34.35 $7.10 $11.80 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER" INSULATOR (PIPES & TANKS) 09/01/2013 $42.11 $10.95 $12.10 $0.00 $65.16 HEAT & FROST INSULATORS LOCAL 6 (BOSTON) 09/01/2014 $44.11 $10.95 $12.10 $0.00 $67.16 ........ --.. _----------- ---- ------------- - ---- - - - ----------- - ------ - - ------ ------ Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 16 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) - Loca16 Boston Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.06 $10.95 $9.00 $0.00 $41.01 2 60 $25.27 $10.95 $9.62 $0.00 $45.84 3 70 $29.48 $10.95 $10.24 $0.00 $50.67 4 80 $33.69 $10.95 $10.86 $0.00 $55.50 Effective Date - 09/01/2014 06/01/2013 $30.10 Supplemental Effective Date - 03/16/2013 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.06 $10.95 $9.00 $0.00 $42.01 2 60 $26.47 $10.95 $9.62 $0.00 $47.04 3 70 $30.88 $10.95 $10.24 $0.00 $52.07 4 80 $35.29 $10.95 $10.86 $0.00 $57.10 ._.---------..-...- Notes: $7.70 $18.35 $0.00 $54.71 5 85 Steps are 1 year ( $7.70 $18.35 $0.00 $56.50 6 90 ----_ ------ Apprentice to Journeyworker Ratio:1:4 --- ------._ $0.00 ------ Notes: ._.. --- --._...... ........ ___.....�, IRONWORKER/WELDER IRONWORKERS LOCAL 7 (LAWRENCE AREA) 03/16/2013 $35.82 $7.70 $18.35 $0.00 $61.87 09/16/2013 $36.44 $7.70 $18.60 $0.00 $62.74 Apprentice - IRONWORKER - Local 7 Lawrence 06/01/2013 $30.10 $7.10 Effective Date - 03/16/2013 $11.80 $0.00 Supplemental $49.00 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $21.49 $7.70 $18.35 $0.00 $47.54 2 70 $25.07 $7.70 $18.35 $0.00 $51.12 3 75 $26.87 $7.70 $18.35 $0.00 $52.92 4 80 $28.66 $7.70 $18.35 $0.00 $54.71 5 85 $30.45 $7.70 $18.35 $0.00 $56.50 6 90 $32.24 $7.70 $18.35 $0.00 $58.29 Notes: ._.. --- --._...... ........ ___.....�, „-,. ..�... - - _ - - ___ _.__ ...... __ ...�. - ...�.. ..�.. - - Structural 1:6; Ornamental 1:4 12/01/2015 $32.60 $7.10 -- __-- Apprentice to Journeyworker Ratio: - ...__------------- $0.00 $51.50 JACKHAMMER & PAVING BREAKER OPERATOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS-ZONE2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ---------------- ------------------- Issue Date: 09/12/2013 Wage Request Number: -------- ------------------ 20130912-032 ----------------------- Page 17 of 37 Classification LABORER LABORERS - ZONE 2 Apprentice - LABORER - Zone 2 Effective Date - 06/01/2013 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate 2 70 $20.90 $7.10 $11.80 Unemployment $39.80 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 Apprentice Base Wage Health Supplemental Pension Unemployment Total Rate 1 60 $17.91 $7.10 $11.80 $0.00 $36.81 2 70 $20.90 $7.10 $11.80 $0.00 $39.80 3 80 $23.88 $7.10 $11.80 $0.00 $42.78 4 90 $26.87 $7.10 $11.80 $0.00 $45.77 Effective Date - 12/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.21 $7.10 $11.80 $0.00 $37.11 2 70 $21.25 $7.10 $11.80 $0.00 $40.15 3 80 $24.28 $7.10 $11.80 $0.00 $43.18 4 90 $27.32 $7.10 $11.80 $0.00 $46.22 Notes: $31.85 $7.10 $11.80 $0.00 $50.75 __.-__-_- --- Apprentice to Journeyworker Ratio: 1:5 --_._....._- -__---- --®-- $0.00 $51.25 LABORER: CARPENTER TENDER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" LABORER: CEMENT FINISHER TENDER LABORERS-ZONE2 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 7 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 For apprentice rates see "Apprentice- LABORER" ------------------------------------- - -- --------------------- ---------------------- -------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 18 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER 12/01/2011 $29.35 $7.10 $11.55 $0.00 $48.00 LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" LABORER: MASON TENDER 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS -7.ONF2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" LABORER: MULTI -TRADE TENDER 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 LABORERS - ZONE 2 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 For apprentice rates see "Apprentice- LABORER" LABORER: TREE REMOVER 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 LABORERS - 70NE 2 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 This classification applies to the wholesale removal of standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines. For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS-ZONE2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ------ --- -------- --- ------------------- - - - ----. ------ ------- -------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 19 of 37 Classification MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 08/01/2013 $36.66 $10.18 $16.83 $0.00 $63.67 02/01/2014 $37.11 $10.18 $16.83 $0.00 $64.12 08/01/2014 $37.82 $10.18 $16.90 $0.00 $64.90 02/01/2015 $38.27 $10.18 $16.90 $0.00 $65.35 08/01/2015 $38.98 $10.18 $16.97 $0.00 $66.13 02/01/2016 $39.43 $10.18 $16.97 $0.00 $66.58 08/01/2016 $40.13 $10.18 $17.05 $0.00 $67.36 02/01/2017 $40.59 $10.18 $17.05 $0.00 $67.82 Apprentice- MARBLE & TILE FINISHER -Local 3 Marble & Tile $18.56 $10.18 $16.83 $0.00 Effective Date - 08/01/2013 2 60 $22.27 $10.18 Supplemental $0.00 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.33 $10.18 $16.83 $0.00 $45.34 2 60 $22.00 $10.18 $16.83 $0.00 $49.01 3 70 $25.66 $10.18 $16.83 $0.00 $52.67 4 80 $29.33 $10.18 $16.83 $0.00 $56.34 5 90 $32.99 $10.18 $16.83 $0.00 $60.00 Effective Date - 02/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.56 $10.18 $16.83 $0.00 $45.57 2 60 $22.27 $10.18 $16.83 $0.00 $49.28 3 70 $25.98 $10.18 $16.83 $0.00 $52.99 4 80 $29.69 $10.18 $16.83 $0.00 $56.70 5 90 $33.40 $10.18 $16.83 $0.00 $60.41 --------..W._-......-.......-- (Notes: I $51.59 ---------_-_. $18.29 ---_ $80.06 ---_____ .--_-----____----_. Apprentice to Journeyworker Ratio:1:3 $52.49 $10.18 --____...._.____ $0.00 --_ MARBLE MASONSJILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2013 $48.10 $10.18 $18.15 $0.00 $76.43 02/01/2014 $48.66 $10.18 $18.15 $0.00 $76.99 08/01/2014 $49.56 $10.18 $18.22 $0.00 $77.96 02/01/2015 $50.12 $10.18 $18.22 $0.00 $78.52 08/01/2015 $51.02 $10.18 $18.29 $0.00 $79.49 02/01/2016 $51.59 $10.18 $18.29 $0.00 $80.06 08/01/2016 $52.49 $10.18 $18.37 $0.00 $81.04 02/01/2017 $53.06 $10.18 $18.37 $0.00 $81.61 ---------------- - - - ------ -- - ---------- ------ ------------------ --------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 20 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE -TILE -TERRAZZO MECHANIC -Local 3 Marble & Tile Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.05 $10.18 $18.15 $0.00 $52.38 2 60 $28.86 $10.18 $18.1.5 $0.00 $57.19 3 70 $33.67 $10.18 $18.15 $0.00 $62.00 4 80 $38.48 $10.18 $18.15 $0.00 $66.81 5 90 $43.29 $10.18 $18.15 $0.00 $71.62 Effective Date - 02/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.33 $10.18 $18.15 $0.00 $52.66 2 60 $29.20 $10.18 $18.15 $0.00 $57.53 3 70 $34.06 $10.18 $18.15 $0.00 $62.39 4 80 $38.93 $10.18 $18.15 $0.00 $67.26 5 90 $43.79 $10.18 $18.15 $0.00 $72.12 Notes: Apprentice to Journeyworker Ratio:1:5 MECH. SWEEPER OPERATOR (ON CONST. SITES) 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MECHANICS MAINTENANCE 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 2) 04/01/2013 $32.47 $9.80 $15.76 $0.00 $58.03 MILL WRIGHTS LOCAL 1121 -7.one 2 10/01/2013 $33.06 $9.80 $15.76 $0.00 $58.62 04/01/2014 $33.66 $9.80 $15.76 $0.00 $59.22 10/01/2014 $34.42 $9.80 $15.76 $0.00 $59.98 04/01/2015 $35.19 $9.80 $15.76 $0.00 $60.75 ---- ----- - -- --- ----- ---------------------- - - - ------------ ----------- ---------- --- - - - - --------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 21 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MILLWRIGHT- Local 1121 Zone 2 Effective Date - 04/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $17.86 $9.80 $4.32 $0.00 $31.98 2 65 $21.11 $9.80 $13.01 $0.00 $43.92 3 75 $24.35 $9.80 $13.80 $0.00 $47.95 4 85 $27.60 $9.80 $14.58 $0.00 $51.98 Effective Date - 10/01/2013 $11.80 $0.00 $50.00 Supplemental 12/01/2014 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $18.18 $9.80 $4.32 $0.00 $32.30 2 65 $21.49 $9.80 $13.01 $0.00 $44.30 3 75 $24.80 $9.80 $13.80 $0.00 $48.40 4 85 $28.10 $9.80 $14.58 $0.00 $52.48 --------__........_.__.___..._.__._._-_.-..,--_-._..-_.._-_...__._, Notes: $11.80 $0.00 $50.00 12/01/2014 Steps are 2,000 hours $7.10 $11.80 $0.00 $50.50 Apprentice to Journeyworker Ratio -f.5 $32.10 $7.10 $11.80 $0.00 $51.00 MORTAR MIXER 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS - ZONE 2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" OILER (OTHER THAN TRUCK CRANES,GRADALLS) 06/01/2013 $21.17 $10.00 $13.55 $0.00 $44.72 OPERATING ENGINEERS LOCAL 4 12/01/2013 $21.59 $10.00 $13.55 $0.00 $45.14 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) 06/01/2013 $24.57 $10.00 $13.55 $0.00 $48.12 OPERATING ENGINEERS LOCAL 4 12/01/2013 $25.06 $10.00 $13.55 $0.00 $48.61 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - 70NE 2 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41 ----------------------------- -- -- ----------------- -------- - -------------------- - -- ------------------------ - --- ---- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 22 of 37 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 01/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $22.51 $7.80 $0.00 $0.00 $30.31 2 55 $24.76 $7.80 $3.52 $0.00 $36.08 3 60 $27.01 $7.80 $3.84 $0.00 $38.65 4 65 $29.26 $7.80 $4.16 $0.00 $41.22 5 70 $31.51 $7.80 $13.68 $0.00 $52.99 6 75 $33.76 $7.80 $14.00 $0.00 $55.56 7 80 $36.01 $7.80 $14.32 $0.00 $58.13 8 90 $40.51 $7.80 $14.96 $0.00 $63.27 ----------_._.-- fNotes: ----.._._---_.__...------, $28.73 $7.80 $14.32 $0.00 Steps are 750 hrs. 8 90 $32.32 $7.80 $14.96 $0.00 Apprentice to Journeyworker Ratio: 1:1 ------------___.-----___.-__..----- `(Notes: ----- Total Rate PAINTER (SPRAY OR SANDBLAST, NEW) * 01/01/2013 $35.91 $7.80 $15.60 $0.00 $59.31 * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used. PAINTERS LOCAL 35 - ZONE 2 . Apprentice- PAINTER Local 35 Zone 2 - Spray/Sandblast -New Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.96 $7.80 $0.00 $0.00 $25.76 2 55 $19.75 $7.80 $3.52 $0.00 $31.07 3 60 $21.55 $7.80 $3.84 $0.00 $33.19 4 65 $23.34 $7.80 $4.16 $0.00 $35.30 5 70 $25.14 $7.80 $13.68 $0.00 $46.62 6 75 $26.93 $7.80 $14.00 $0.00 $48.73 7 80 $28.73 $7.80 $14.32 $0.00 $50.85 8 90 $32.32 $7.80 $14.96 $0.00 $55.08 ------------___.-----___.-__..----- `(Notes: ----- �� ----._ Apprentice to Journeyworker Ratiwf --.-�.,------------------- PAINTER (SPRAY OR SANDBLAST, REPAINT) PAINTERS LOCAL 35 - ZONF. 2 01/01/2013 $33.97 $7.80 $15.60 $0.00 $57.37 ----------------------- ----------------- - ------------- - ------------ --- ---------- - ------ ---- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 23 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - PAINTER Local 35 Zone 2 Effective Date - 01/01/2013 Step percent - Spray/Sandblast - Repaint Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 2 55 1 50 $16.99 $7.80 $0.00 $0.00 3 60 $24.79 $7.80 2 55 $18.68 $7.80 $3.52 $0.00 $7.80 $30.00 $0.00 3 60 $20.38 $7.80 $3.84 $0.00 $0.00 $32.02 6 75 4 65 $22.08 $7.80 $4.16 $0.00 7 80 $34.04 $7.80 5 70 $23.78 $7.80 $13.68 $0.00 $7.80 $45.26 $0.00 6 75 $25.48 $7.80 $14.00 $0.00 - - - $47.28 Steps are 750 hrs. 7 80 $27.18 $7.80 $14.32 $0.00 -- - - - Apprentice Z Journeyworker Ratio:1:1 $49.30 - - - 8 90 $30.57 $7.80 $14.96 $0.00 ------- $53.33 ----------- Notes: - - - - - - - - - - - - - - - - - - I - ----- - - - - - Apprentice to Journeyworker Ratio: 1:1 - - - - - -- - --- - - - - - - PAINTER (TRAFFIC MARKINGS) 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 LABORERS - 70NE 2 12/01/2013 $30.35 $7.10 $11.80 $0.00 $49.25 06/01/2014 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2014 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2015 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2015 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2016 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2016 $33.60 $7.10 $11.80 $0.00 $52.50 For Apprentice rates see "Apprentice- LABORER" PAINTER / TAPER (BRUSH, NEW) * 01/01/2013 $34.51 $7.80 $15.60 $0.00 $57.91 * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.PAINTERS LOCAL 35 - 70NE 2 Apprentice- PAINTER -Local 35 Zone 2 - BRUSHNEW Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.26 $7.80 $0.00 $0.00 $25.06 2 55 $18.98 $7.80 $3.52 $0.00 $30.30 3 60 $20.71 $7.80 $3.84 $0.00 $32.35 4 65 $22.43 $7.80 $4.16 $0.00 $34.39 5 70 $24.16 $7.80 $13.68 $0.00 $45.64 6 75 $25.88 $7.80 $14.00 $0.00 $47.68 7 80 $27.61 $7.80 $14.32 $0.00 $49.73 8 90 $31.06 $7.80 $14.96 $0.00 $53.82 - - - - - - - - - - - Notes: - - - - - - - - - - - - - - - - - -- Steps are 750 hrs. I -- - - - Apprentice Z Journeyworker Ratio:1:1 - - - - - - - - - - - - - --- - - - ------------ --- ---- - ---------------------------------------------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 - ------------ ------- ------ - -- -- ------ Page 24 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment PAINTER / TAPER (BRUSH, REPAINT) 01/01/2013 $32.57 $7.80 $15.60 $0.00 $55.97 PAINTERS LOCAL 35 - ZONE 2 Apprentice- PAINTER Local 35 Zone 2 -BRUSH REPAINT Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.29 $7.80 $0.00 $0.00 $24.09 2 55 $17.91 $7.80 $3.52 $0.00 $29.23 3 60 $19.54 $7.80 $3.84 $0.00 $31.18 4 65 $21.17 $7.80 $4.16 $0.00 $33.13 5 70 $22.80 $7.80 $13.68 $0.00 $44.28 6 75 $24.43 $7.80 $14.00 $0.00 $46.23 7 80 $26.06 $7.80 $14.32 $0.00 $48.18 8 90 $29.31 $7.80 $14.96 $0.00 $52.07 -------------.---_______.----.......----.._.. Notes: - Steps are 750 hrs. Apprentice to Journeyworker Ratio:]:I PANEL & PICKUP TRUCKS DRIVER 12/01/2012 $30.28 $9.07 $8.00 $0.00 $47.35 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2013 $40.10 $9.80 $18.17 $0.00 $68.07 DECK) PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2014 $41.60 $9.80 $18.17 $0.00 $69.57 08/01/2015 $43.10 $9.80 $18.17 $0.00 $71.07 PILE DRIVER PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $40.10 $9.80 $18.17 $0.00 08/01/2014 $41.60 $9.80 $18.17 $0.00 08/01/2015 $43.10 $9.80 $18.17 $0.00 $68.07 $69.57 $71.07 ------ ----- ---------------- I ------------------- -- ----------- ---- - --- ----- ----------------- - ----- - ----- - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 25 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PILEDRIVER - Local 56 Zone 1 Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.05 $9.80 $18.17 $0.00 $48.02 2 60 $24.06 $9.80 $18.17 $0.00 $52.03 3 70 $28.07 $9.80 $18.17 $0.00 $56.04 4 75 $30.08 $9.80 $18.17 $0.00 $58.05 5 80 $32.08 $9.80 $18.17 $0.00 $60.05 6 80 $32.08 $9.80 $18.17 $0.00 $60.05 7 90 $36.09 $9.80 $18.17 $0.00 $64.06 8 90 $36.09 $9.80 $18.17 $0.00 $64.06 Effective Date - 08/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.80 $9.80 $18.17 $0.00 $48.77 2 60 $24.96 $9.80 $18.17 $0.00 $52.93 3 70 $29.12 $9.80 $18.17 $0.00 $57.09 4 75 $31.20 $9.80 $18.17 $0.00 $59.17 5 80 $33.28 $9.80 $18.17 $0.00 $61.25 6 80 $33.28 $9.80 $18.17 $0.00 $61.25 7 90 $37.44 $9.80 $18.17 $0.00 $65.41 8 90 $37.44 $9.80 $18.17 $0.00 $65.41 -_.__.-_._..._.__.. ----------------- (Notes: - -- I - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 - - - - - - - - - - - - - - PIPEFITTER & STEAMFITTER PIPFFITTERS LOCAL 537 (Local 138) 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 Apprentice- PIPEFITTER Local 537 (Local 138) Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.80 $8.75 $4.50 $0.00 $32.05 2 45 $21.15 $8.75 $12.39 $0.00 $42.29 3 60 $28.21 $8.75 $12.39 $0.00 $49.35 4 70 $32.91 $8.75 $12.39 $0.00 $54.05 5 80 $37.61 $8.75 $12.39 $0.00 $58.75 -------..__._.........------------®®._._---_, Notes: * * 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) e...._ ----�°----------------� 1 Apprentice to Journeyworker Ratio:** - -- ---------------------------------------- - - ------------------------- -- - ------------------ --- - Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 26 of 37 Classification PIPELAYER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" PLUMBER PLUMBERS & GASFITTERS LOCAL 12 (Local 138) Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 03/01/2013 $45.23 $9.32 $13.29 $0.00 $67.84 Apprentice- PLUMBERIGASFITTER -Local 12 (Local 138) $7.10 $11.80 $0.00 $49.00 Effective Date - 03/01/2013 $30.60 $7.10 $11.80 Supplemental $49.50 Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.83 $9.32 $4.97 $0.00 $30.12 2 40 $18.09 $9.32 $5.61 $0.00 $33.02 3 55 $24.88 $9.32 $7.53 $0.00 $41.73 4 65 $29.40 $9.32 $8.81 $0.00 $47.53 5 75 $33.92 $9.32 $10.09 $0.00 $53.33 -- -----___.---------_.---_._.--.------___---------, Notes: Steps are 1 yr Step 4 with lic$50.43 Step5 with lic$56.22 L-- _--- --.--------- -.-,------------ Apprentice to Journeyworker Ratio:1:5 PNEUMATIC CONTROLS (TEMP.) 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 PIPEFITTERS LOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" PNEUMATIC DRILL/TOOL OPERATOR LABORERS-ZONE2 For apprentice rates see "Apprentice- LABORER" POWDERMAN & BLASTER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 06/01/2013 $30.85 $7.10 $11.80 $0.00 $49.75 12/01/2013 $31.35 $7.10 $11.80 $0.00 $50.25 06/01/2014 $31.85 $7.10 $11.80 $0.00 $50.75 12/01/2014 $32.35 $7.10 $11.80 $0.00 $51.25 06/01/2015 $32.85 $7.10 $11.80 $0.00 $51.75 12/01/2015 $33.35 $7.10 $11.80 $0.00 $52.25 06/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 12/01/2016 $34.60 $7.10 $11.80 $0.00 $53.50 ------------------------ --- - ----- ----------- - ----- ---- - - ------ Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 27 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate OPERATING ENGINEERS LOCAL 4 $6.34 $6.23 $0.00 $27.11 Unemployment $15.76 POWER SHOVEL/DERRICK/TRENCHING MACHINE 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERATING ENGINEERS LOCAL 4 $0.00 $29.54 5 75 $18.18 $6.34 $6.23 READY -MIX CONCRETE DRIVER 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 7 85 $20.60 $6.34 $6.23 $0.00 $33.17 PUMP OPERATOR (CONCRETE) 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERATING ENGINEERS LOCAL 4 $0.00 -a �_ r ------__..-..._._--._...--..__._...- Apprentice to Journeyworker Ratio:l:5 06/01/2015 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" $51.00 12/01/2015 $32.60 PUMP OPERATOR (DEWATERING, OTHER) 06/01/2013 $28.19 $10.00 $13.55 $0.00 $51.74 OPERATING ENGINEERS LOCAL 4 $6.34 $6.23 $0.00 $27.11 3 65 $15.76 $6.34 12/01/2013 $28.74 $10.00 $13.55 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" $0.00 $29.54 5 75 $18.18 $6.34 $6.23 READY -MIX CONCRETE DRIVER 04/30/2009 $25.80 $5.96 $5.34 $0.00 $37.10 TEAMSTERS LOCAL 42 7 85 $20.60 $6.34 $6.23 $0.00 $33.17 RECLAIMERS 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 $0.00 -a �_ r ------__..-..._._--._...--..__._...- Apprentice to Journeyworker Ratio:l:5 06/01/2015 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" $51.00 12/01/2015 $32.60 RESIDENTIAL WOOD FRAME (All Other Work) 04/01/2011 $24.24 $8.67 $15.51 $0.00 $48.42 CARPENTERS -ZONE 2 (Residential Wood) RESIDENTIAL WOOD FRAME CARPENTER ** 05/01/2011 $24.24 $6.34 $6.23 $0.00 $36.81 ** The Residential Wood Frame Carpenter classification applies only to the construction of new, wood frame residences that do not exceed four stories including the basement. CARPENTERS -zoNE, 2 (Residential Wood) As of 9/1/09 Carpentry work on wood -frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate. Apprentice- CARPENTER (Residential Wood Frame) -Zone 2 Effective Date - 05/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $14.54 $6.34 $0.00 $0.00 $20.88 2 60 $14.54 $6.34 $6.23 $0.00 $27.11 3 65 $15.76 $6.34 $6.23 $0.00 $28.33 4 70 $16.97 $6.34 $6.23 $0.00 $29.54 5 75 $18.18 $6.34 $6.23 $0.00 $30.75 6 80 $19.39 $6.34 $6.23 $0.00 $31.96 7 85 $20.60 $6.34 $6.23 $0.00 $33.17 8 90 $21.82 $6.34 $6.23 $0.00 $34.39 __..-----------.---------------- (Notes: $11.80 $0.00 -a �_ r ------__..-..._._--._...--..__._...- Apprentice to Journeyworker Ratio:l:5 06/01/2015 $32.10 $7.10 RIDE -ON MOTORIZED BUGGY OPERATOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS - ZONE 2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" ---- - -- - --- -------------- ------------ Issue Date: 09/12/2013 Wage Request Number: ------ --------------------------------------------------------- 20130912-032 Page 28 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $10.50 Unemployment ROLLER/SPREADER/MULCHING MACHINE 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 $39.21 $10.50 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" $60.41 ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) ROOFERSLOCAL33 Apprentice- ROOFER - Loca133 Effective Date - 08/01/2013 Step percent 08/01/2013 $38.31 $10.50 $10.70 $0.00 $59.51 02/01/2014 $39.21 $10.50 $10.70 $0.00 $60.41 08/01/2014 $40.11 $10.50 $10.70 $0.00 $61.31 02/01/2015 $41.01 $10.50 $10.70 $0.00 $62.21 08/01/2015 $41.91 $10.50 $10.70 $0.00 $63.11 02/01/2016 $42.81 $10.50 $10.70 $0.00 $64.01 Apprentice Base Wage Health Supplemental Pension Unemployment Total Rate 1 50 $19.16 2 60 $22.99 3 65 $24.90 4 75 $28.73 5 85 $32.56 Effective Date - 02/01/2014 Step percent Apprentice Base Wage $10.50 $10.50 $10.50 $10.50 $10.50 Health $3.38 $10.70 $10.70 $10.70 $10.70 Pension $0.00 $0.00 $0.00 $0.00 $0.00 Supplemental Unemployment $33.04 $44.19 $46.10 $49.93 $53.76 Total Rate 1 50 $19.61 $10.50 $3.38 $0.00 $33.49 2 60 $23.53 $10.50 $10.70 $0.00 $44.73 3 65 $25.49 $10.50 $10.70 $0.00 $46.69 4 75 $29.41 $10.50 $10.70 $0.00 $50.61 5 85 $33.33 $10.50 $10.70 $0.00 $54.53 ----....__..._._.-_.....------.._.-------------�, (Notes: ** 1:5, 2:6-10, the 1:10; Reroofmg: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. - --_.._----------_.-•------- Apprentice to Journeyworker Ratio:** ROOFER SLATE / TILE / PRECAST CONCRETE 08/01/2013 $38.56 $10.50 $10.70 $0.00 $59.76 ROOFERS LOCAL 33 02/01/2014 $39.46 $10.50 $10.70 $0.00 $60.66 08/01/2014 $40.36 $10.50 $10.70 $0.00 $61.56 02/01/2015 $41.26 $10.50 $10.70 $0.00 $62.46 08/01/2015 $42.16 $10.50 $10.70 $0.00 $63.36 02/01/2016 $43.06 $10.50 $10.70 $0.00 $64.26 For apprentice rates see "Apprentice- ROOFER" ----------------------------- ----------------- - - - -- - - ---- - --- ---- --- ---- - ------------------ ....------- -- ------- -- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 29 of 37 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate SHEETMETAL WORKER 09/01/2013 $42.35 $9.82 $19.08 $2.14 $73.39 SHEETMETAL WORKERS LOCAL 17 -A 02/01/2014 $43.20 $9.82 $19.08 $2.14 $74.24 08/01/2014 $44.05 $9.82 $19.08 $2.14 $75.09 02/01/2015 $44.95 $9.82 $19.08 $2.14 $75.99 08/01/2015 $45.95 $9.82 $19.08 $2.14 $76.99 02/01/2016 $46.95 $9.82 $19.08 $2.14 $77.99 08/01/2016 $48.10 $9.82 $19.08 $2.14 $79.14 02/01/2017 $49.20 $9.82 $19.08 $2.14 $80.24 08/01/2017 $50.30 $9.82 $19.08 $2.14 $81.34 02/01/2018 $51.45 $9.82 $19.08 $2.14 $82.49 Apprentice- SHEET METALWORKER -Local 17-A Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.94 $9.82 $4.82 $0.00 $31.58 2 40 $16.94 $9.82 $4.82 $0.00 $31.58 3 45 $19.06 $9.82 $8.45 $1.12 $38.45 4 45 $19.06 $9.82 $8.45 $1.12 $38.45 5 50 $21.18 $9.82 $9.24 $1.21 $41.45 6 50 $21.18 $9.82 $9.49 $1.21 $41.70 7 60 $25.41 $9.82 $10.80 $1.38 $47.41 8 65 $27.53 $9.82 $11.59 $1.47 $50.41 9 75 $31.76 $9.82 $13.16 $1.64 $56.38 10 85 $36.00 $9.82 $14.23 $1.80 $61.85 Effective Date - 02/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.28 $9.82 $4.82 $0.00 $31.92 2 40 $17.28 $9.82 $4.82 $0.00 $31.92 3 45 $19.44 $9.82 $8.45 $1.12 $38.83 4 45 $19.44 $9.82 $8.45 $1.12 $38.83 5 50 $21.60 $9.82 $9.24 $1.21 $41.87 6 50 $21.60 $9.82 $9.49 $1.21 $42.12 7 60 $25.92 $9.82 $10.80 $1.38 $47.92 8 65 $28.08 $9.82 $11.59 $1.47 $50.96 9 75 $32.40 $9.82 $13.16 $1.64 $57.02 10 85 $36.72 $9.82 $14.23 $1.80 $62.57 _.._ _.. _ _...._--. - - - .._ _. _ -._...-.._._ - _ __ - _.. _ _. -- - - - ___. - - - Notes: Steps are 6 mos. I Apprentice to Journeyworker Ratio:l :4 SIGN ERECTOR 06/01/2013 $25.81 $7.07 $7.05 $0.00 $39.93 PAINTERS LOCAL, 35 - ZONE 2 ---- ------------------------ --------- -------------------- -------- --- - -... ..-.----- - - ----- ------ ----------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 30 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- SIGN ERECTOR -Local 35 Zone 2 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 $0.00 $0.00 $19.98 2 55 $14.20 $7.07 $2.45 $0.00 $23.72 3 60 $15.49 $7.07 $2.45 $0.00 $25.01 4 65 $16.78 $7.07 $2.45 $0.00 $26.30 5 70 $18.07 $7.07 $7.05 $0.00 $32.19 6 75 $19.36 $7.07 $7.05 $0.00 $33.48 7 80 $20.65 $7.07 $7.05 $0.00 $34.77 8 85 $21.94 $7.07 $7.05 $0.00 $36.06 9 90 $23.23 $7.07 $7.05 $0.00 $37.35 - - Notes: -- - - - - - - -- - - - - - - - - - - - - - - - - - - -- $52.52 Steps are 4 mos. $38.50 $8.42 $8.00 $0.00 $54.92 T - Apprentice to Journeyworker Ra Tio-i I - - - - - - - - - - - - - - - - - - SPECIALIZED EARTH MOVING EQUIP < 35 TONS 12/01/2012 $30.74 $8.91 $8.00 $0.00 $47.65 TEAMSTERS JOINT COUNCIL NO IOZONE B SPECIALIZED EARTH MOVING EQUIP > 35 TONS 12/01/2012 $31.03 $8.91 $8.00 $0.00 $47.94 TEAMSTERS JOINT COUNCIL NO IOZONE B SPRINKLER FITTER 03/01/2013 $48.13 $8.42 $12.60 $0.00 $69.15 SPRINKLER FITTERS LOCAL 550 - (Section B) Apprentice - SPRINKLER FITTER - Local 550 (Section B) Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.85 $8.42 $8.00 $0.00 $33.27 2 40 $19.25 $8.42 $8.00 $0.00 $35.67 3 45 $21.66 $8.42 $8.00 $0.00 $38.08 4 50 $24.07 $8.42 $8.00 $0.00 $40.49 5 55 $26.47 $8.42 $8.00 $0.00 $42.89 6 60 $28.88 $8.42 $8.00 $0.00 $45.30 7 65 $31.28 $8.42 $8.00 $0.00 $47.70 8 70 $33.69 $8.42 $8.00 $0.00 $50.11 9 75 $36.10 $8.42 $8.00 $0.00 $52.52 10 80 $38.50 $8.42 $8.00 $0.00 $54.92 - - - - - - - - - - Notes: - -- - - - - - - - - - - - - - - - - - I Steps are 850 hours -- - - - - T Appre. Tice to Journeyworke, Ra�io- i.1 - - - - - - - - - - - - - - - - - STEAM BOILER OPERATOR 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" - --- ----- -- ------- ­_ - ---- ----------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 - --------------- -------- ---- - - -- -------------- Page 31 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $13.00 Unemployment TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 $33.44 $13.00 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" $59.47 TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 103 09/01/2013 $32.97 $13.00 $12.77 $0.00 $58.74 03/01/2014 $33.44 $13.00 $13.03 $0.00 $59.47 09/01/2014 $33.84 $13.00 $13.05 $0.00 $59.89 03/01/2015 $34.38 $13.00 $13.06 $0.00 $60.44 09/01/2015 $35.10 $13.00 $13.08 $0.00 $61.18 03/01/2016 $35.81 $13.00 $13.10 $0.00 $61.91 Apprentice- TELECOMMUNICATION TECHNICIAN - Local 103 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $13.19 $13.00 $0.40 $0.00 $26.59 2 40 $13.19 $13.00 $0.40 $0.00 $26.59 3 45 $14.84 $13.00 $10.04 $0.00 $37.88 4 45 $14.84 $13.00 $10.04 $0.00 $37.88 5 50 $16.49 $13.00 $10.29 $0.00 $39.78 6 55 $18.13 $13.00 $10.53 $0.00 $41.66 7 60 $19.78 $13.00 $10.78 $0.00 $43.56 8 65 $21.43 $13.00 $11.03 $0.00 $45.46 9 70 $23.08 $13.00 $11.28 $0.00 $47.36 10 75 $24.73 $13.00 $11.53 $0.00 $49.26 Effective Date - 03/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $13.38 $13.00 $0.40 $0.00 $26.78 2 40 $13.38 $13.00 $0.40 $0.00 $26.78 3 45 $15.05 $13.00 $10.29 $0.00 $38.34 4 45 $15.05 $13.00 $10.29 $0.00 $38.34 5 50 $16.72 $13.00 $10.54 $0.00 $40.26 6 55 $18.39 $13.00 $10.79 $0.00 $42.18 7 60 $20.06 $13.00 $11.04 $0.00 $44.10 8 65 $21.74 $13.00 $11.29 $0.00 $46.03 9 70 $23.41 $13.00 $11.54 $0.00 $47.95 10 75 $25.08 $13.00 $11.79 $0.00 $49.87 kNotes: Apprentice to Journeyworker Ratio:1:1 ------------------------ -------------- -- --------------------- ----------------------_ -------- -------------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 32 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 2 60 $28.20 $10.18 $18.15 Unemployment $56.53 TERRAZZO FINISHERS 08/01/2013 $47.00 $10.18 $18.15 $0.00 $75.33 BRICKLAYERS LOCAL 3 - MARBLE & TILE $37.60 $10.18 $18.15 $0.00 $65.93 02/01/2014 $47.56 $10.18 $18.15 $0.00 $75.89 08/01/2014 $48.46 $10.18 $18.22 $0.00 $76.86 02/01/2015 $49.02 $10.18 $18.22 $0.00 $77.42 08/01/2015 $49.92 $10.18 $18.29 $0.00 $78.39 02/01/2016 $50.49 $10.18 $18.29 $0.00 $78.96 08/01/2016 $51.39 $10.18 $18.37 $0.00 $79.94 02/01/2017 $51.96 $10.18 $18.37 $0.00 $80.51 Apprentice- TERRAZZO FINISHER -Local 3 Marble & Tile Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.50 $10.18 $18.15 $0.00 $51.83 2 60 $28.20 $10.18 $18.15 $0.00 $56.53 3 70 $32.90 $10.18 $18.15 $0.00 $61.23 4 80 $37.60 $10.18 $18.15 $0.00 $65.93 5 90 $42.30 $10.18 $18.15 $0.00 $70.63 Effective Date - 02/01/2014 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 50 $23.78 $10.18 $18.15 $0.00 $52.11 2 60 $28.54 $10.18 $18.15 $0.00 $56.87 3 70 $33.29 $10.18 $18.15 $0.00 $61.62 4 80 $38.05 $10.18 $18.15 $0.00 $66.38 5 90 $42.80 $10.18 $18.15 $0.00 $71.13 - - - - - - - - - - (Notes: - - - r..........-._ ..-......._. _.. - - ...... _.._ --- -- - ....., Apprentice to Journeyworker Ratio: 1:3 TEST BORING DRILLER 06/01/2013 $34.45 $7.10 $12.60 $0.00 $54.15 LABORERS - FOUNDATION AND MARINE 12/01/2013 $35.20 $7.10 $12.60 $0.00 $54.90 06/01/2014 $35.95 $7.10 $12.60 $0.00 $55.65 12/01/2014 $36.70 $7.10 $12.60 $0.00 $56.40 06/01/2015 $37.45 $7.10 $12.60 $0.00 $57.15 12/01/2015 $38.20 $7.10 $12.60 $0.00 $57.90 06/01/2016 $38.95 $7.1.0 $12.60 $0.00 $58.65 12/01/2016 $39.95 $7.10 $12.60 $0.00 $59.65 For apprentice rates see "Apprentice- LABORER" --------- - ----------------------------------------------- --------------------------------- ----------------- ---- ---------- -- -- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 33 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment TEST BORING DRILLER HELPER 06/01/2013 $33.17 $7.10 $12.60 $0.00 $52.87 LABORERS - FOUNDATIONAND MARINE 12/01/2013 $33.92 $7.10 $12.60 $0.00 $53.62 06/01/2014 $34.67 $7.10 $12.60 $0.00 $54.37 12/01/2014 $35.42 $7.10 $12.60 $0.00 $55.12 06/01/2015 $36.17 $7.10 $12.60 $0.00 $55.87 12/01/2015 $36.92 $7.10 $12.60 $0.00 $56.62 06/01/2016 $37.67 $7.10 $12.60 $0.00 $57.37 12/01/2016 $38.67 $7.10 $12.60 $0.00 $58.37 For apprentice rates see "Apprentice- LABORER" TEST BORING LABORER 06/01/2013 $33.05 $7.10 $12.60 $0.00 $52.75 LABORERS - FOUNDATIONAND MARINE 12/01/2013 $33.80 $7.10 $12.60 $0.00 $53.50 06/01/2014 $34.55 $7.10 $12.60 $0.00 $54.25 12/01/2014 $35.30 $7.10 $12.60 $0.00 $55.00 06/01/2015 $36.05 $7.10 $12.60 $0.00 $55.75 12/01/2015 $36.80 $7.10 $12.60 $0.00 $56.50 06/01/2016 $37.55 $7.10 $12.60 $0.00 $57.25 12/01/2016 $38.55 $7.10 $12.60 $0.00 $58.25 For apprentice rates see "Apprentice- LABORER" TRACTORS/PORTABLE STEAM GENERATORS 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPERATING ENGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 12/01/2012 $31.32 $8.91 $8.00 $0.00 $48.23 TEAMSTERS JOINT COUNCIL NO. IO ZONE B TUNNEL WORK - COMPRESSED AIR 06/01/2013 $45.33 $7.10 $13.00 $0.00 $65.43 LABORERS(COMPRESSED AIR) 12/01/2013 $46.08 $7.10 $13.00 $0.00 $66.18 06/01/2014 $46.83 $7.10 $13.00 $0.00 $66.93 12/01/2014 $47.58 $7.10 $13.00 $0.00 $67.68 06/01/2015 $48.33 $7.10 $13.00 $0.00 $68.43 12/01/2015 $49.08 $7.10 $13.00 $0.00 $69.18 06/01/2016 $49.83 $7.10 $13.00 $0.00 $69.93 12/01/2016 $50.83 $7.10 $13.00 $0.00 $70.93 For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 06/01/2013 $47.33 $7.10 $13.00 $0.00 $67.43 LABORERS (COMPRESSED AIR) 12/01/2013 $48.08 $7.10 $13.00 $0.00 $68.18 06/01/2014 $48.83 $7.10 $13.00 $0.00 $68.93 12/01/2014 $49.58 $7.10 $13.00 $0.00 $69.68 06/01/2015 $50.33 $7.10 $13.00 $0.00 $70.43 12/01/2015 $51.08 $7.10 $13.00 $0.00 $71.18 06/01/2016 $51.83 $7.10 $13.00 $0.00 $71.93 12/01/2016 $52.83 $7.10 $13.00 $0.00 $72.93 For apprentice rates see "Apprentice- LABORER" ----------------------------- ---------------- --------------------------------- ----------------- ----------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 34 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment TUNNEL WORK - FREE AIR 06/01/2013 $37.40 $7.10 $13.00 $0.00 $57.50 LABORERS (IWE AIR TUNNEL) 12/01/2013 $38.15 $7.10 $13.00 $0.00 $58.25 06/01/2014 $38.90 $7.10 $13.00 $0.00 $59.00 12/01/2014 $39.65 $7.10 $13.00 $0.00 $59.75 06/01/2015 $40.40 $7.10 $13.00 $0.00 $60.50 12/01/2015 $41.15 $7.10 $13.00 $0.00 $61.25 06/01/2016 $41.90 $7.10 $13.00 $0.00 $62.00 12/01/2016 $42.90 $7.10 $13.00 $0.00 $63.00 For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - FREE AIR (HAZ. WASTE) 06/01/2013 $39.40 $7.10 $13.00 $0.00 $59.50 LABORERS (TREE AIR TUNNEL) 12/01/2013 $40.15 $7.10 $13.00 $0.00 $60.25 06/01/2014 $40.90 $7.10 $13.00 $0.00 $61.00 12/01/2014 $41.65 $7.10 $13.00 $0.00 $61.75 06/01/2015 $42.40 $7.10 $13.00 $0.00 $62.50 12/01/2015 $43.15 $7.10 $13.00 $0.00 $63.25 06/01/2016 $43.90 $7.10 $13.00 $0.00 $64.00 12/01/2016 $44.90 $7.10 $13.00 $0.00 $65.00 For apprentice rates see "Apprentice- LABORER" VAC -HAUL 12/01/2012 $30.74 $8.91 $8.00 $0.00 $47.65 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B WAGON DRILL OPERATOR 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS-ZONE2 12/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 06/01/2016 $33.10 $7.10 $11.80 $0.00 $52.00 12/01/2016 $33.85 $7.10 $11.80 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER" WASTE WATER PUMP OPERATOR 06/01/2013 $40.34 $10.00 $13.55 $0.00 $63.89 OPERATING ENGINEERS LOCAL 4 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" WATER METER INSTALLER 03/01/2013 $45.23 $9.32 $13.29 $0.00 $67.84 PLUMBERS& GASFITTERS LOCAL 12 (Local 138) For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBERIGASFITTER" ' Outside Electrical - East CABLE TECHNICIAN (Power Zone) 09/01/2013 $25.66 $8.70 $4.48 $0.00 $38.84 OUTSIDE. ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' CABLEMAN (Underground Ducts & Cables) 09/01/2013 $36.55 $8.70 $6.58 $0.00 $51.83 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' DRIVER / GROUNDMAN CDL 09/01/2013 $29.94 $8.70 $6.05 $0.00 $44.69 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) 09/01/2013 $23.52 $8.70 $5.24 $0.00 $37.46 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' - --- -------------- ------------- ---- -------------------- -- - ---- - --- -- - .....,-.... ... ..--- --- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 35 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $27.80 $8.70 $4.71 $0.00 $41.21 Unemployment $29.94 EQUIPMENT OPERATOR (Class A CDL) 09/01/2013 $36.35 $8.70 $9.43 $0.00 $54.48 OUTSIDE ELECTRICAL WORKERS- EAST LOCAL 104 $0.00 $46.94 5 80 $34.22 $8.70 $6.88 For apprentice rates see "Apprentice- LINEMAN' $49.80 6 85 $36.35 $8.70 $7.62 $0.00 EQUIPMENT OPERATOR (Class B CDL) 09/01/2013 $32.08 $8.70 $6.59 $0.00 $47.37 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 01/29/2012 $17.18 --- ____-- _- Apprentice to Journeyworker Ratio: 1:2 For apprentice rates see "Apprentice- LINEMAN' - - - GROUNDMAN 09/01/2013 $23.52 $8.70 $3.72 $0.00 $35.94 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' 01/29/2012 $15.15 $3.37 $0.00 $0.00 $18.52 GROUNDMAN -Inexperienced (<2000 Hrs.) 09/01/2013 $19.25 $8.70 $2.85 $0.00 $30.80 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 For apprentice rates see "Apprentice- LINEMAN' JOURNEYMAN LINEMAN 09/01/2013 $42.77 $8.70 $11.78 $0.00 $63.25 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 Apprentice- LINEMAN (Outside Electrical) -East Local 104 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $25.66 $8.70 $4.24 $0.00 $38.60 2 65 $27.80 $8.70 $4.71 $0.00 $41.21 3 70 $29.94 $8.70 $5.43 $0.00 $44.07 4 75 $32.08 $8.70 $6.16 $0.00 $46.94 5 80 $34.22 $8.70 $6.88 $0.00 $49.80 6 85 $36.35 $8.70 $7.62 $0.00 $52.67 7 90 $38.49 $8.70 $8.83 $0.00 $56.02 ---------`-__-------___.-____ (Notes: 01/29/2012 $17.18 --- ____-- _- Apprentice to Journeyworker Ratio: 1:2 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 - - - TELEDATA CABLE SPLICER 07/16/2012 $26.33 $4.18 $2.79 $0.00 $33.30 OUTSIDE ELECTRICAL WORKERS- EAST LOCAL 104 TELEDATA LINEMAN/EQUIPMENT OPERATOR 07/16/2012 $24.78 $4.18 $2.74 $0.00 $31.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 TELEDATA WIREMANANSTALLER/TECHNICIAN 07/16/2012 $24.78 $4.18 $2.74 $0.00 $31.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 TREE TRIMMER 01/29/2012 $17.18 $3.37 $0.00 $0.00 $20.55 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 This classification applies only to the trimming of branches on and around utility lines. TREE TRIMMER GROUNDMAN 01/29/2012 $15.15 $3.37 $0.00 $0.00 $18.52 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 This classification applies only to the trimming of branches on and around utility lines. ----------------- - - - - -- - --- ------ --------- - -------- ------------------------------ ---------------------------------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 36 of 37 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre -determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. I IE -11L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 1IE-1 IL. All steps are six months (1000 hours) unless otherwise specified * Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. ---------- ------- - -- - ------------------------- - - ------------------- -- - --. _----- - - -------------- Issue Date: 09/12/2013 Wage Request Number: 20130912-032 Page 37 of 37 Request Official Wage Schedule Confirmation Page 1 of 2 Your request for an Official Prevailing Wage Schedule has been successfully received and is being processed by DOS. The schedule will be emailed to the email address provided in your request. Please note the wage request number 20130912-032 for future inquires. Request another official Wage Schedule http://prevailingwage.detma.org/WageRequest.aspx?wr=121 &AspxAutoDetectCookieSup... 9/12/2013 Santilli, Ray From: REGS@sec. state. ma. us Sent: Thursday, September 12, 2013 11:08 AM To: Santilli, Ray Subject: Publish Date Assigned for General Contracts A publish date of 9/25/13 has been assigned to your General Contracts submission with description of: Bradford St. Standpipe: Work includes miscellaneous appurtenance repairs and replacements and minor coating repairs. Please note the Massachusetts Secretary of State's office has determined that most emails to and from municipal offices and officials are public records. For more information please refer to: http://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. SPR Central Register General Contract Submit Confirmation State Publications and Regulations W*llliam Francis Galvin, Secretary of the Commonwealth Page 1 of 2 The following General Contract submission was successfully received. Planned date of publish is 9/25/2013 Awarding Agency Agency Name and Address: Town of North Andover 120 Main Street North Andover, MA 01845 Project Number: Estimated Cost: Contractor Qualification: Required for DCAM contracts over $100,000, Massachusetts Highway contracts over $50,000. Contact Information Name: JFKay Santilli, Assistant Town Manager Phone: 978-688-9516 Fax 978-688-9556 Email Address: rsantilli(i ,townofnorthandover.com Notify email address listed when final publish date assigned. Contract Information Project: Plans/Specifications Available: Place, date and time General Bid Deadline*: Sub Bid Deadline: Bradford Street Standpipe - work includes miscellaneous appurtenance repairs and replacements, and minor coating re airs The complete Invitation for Bids document will be available on Wednesday, September 25, 2013 at 11:00 a.m. at www.townofnorthandover.com by clicking on 'Bids, Quotes and Pro op sals' 10/17/2013 Time 2:00 p.m. Time Sub Bid Categories: Additional Information http://www.sec.state.ma.us/sprpublicforms/GCSubmitConfirmation.aspx?ID=81431 9/12/2013 I 5. Scope of Services Section 01014 — Scope and Sequence of Work Section 01110 — Control of Work and Materials Section 01140 — Special Provisions Section 01270 — Measurement and Payment Section 01330 — Submittals Section 01740 — Cleaning Up Section 09972 — Painting Steel Water Storage Tanks Section 13207 — Steel Water Storage Tanks and Appurtenances Tank and Vault Photographs SECTION 01014 — SCOPE AND SEQUENCE OF WORK PART 1 — GENERAL 1.01 WORK INCLUDED: A. The scope of work includes miscellaneous appurtenance repairs and replacements and minor coating repairs at the Bradford Street Standpipe in North Andover, Massachusetts. The project includes a base bid as well as bid alternates A and B. B. The 1.0 million gallon welded standpipe with domed roof was constructed in 1955, last repainted in 2001 and last inspected in January of 2013. The height and diameter of the standpipe are approximately 94 -feet and 42 -feet, respectively. The standpipe is located on Bradford Street near the intersection with Barker Street in a residential area. The standpipe is surrounded by a chain link perimeter fence with a 16 -foot wide gate that allows access to the tank from Bradford Street. PART 2 - PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 GENERAL: A. The Contractor shall be responsible for scheduling its activities and the activities of any subcontractors involved, to meet the completion date and sequencing requirements established for the contract. Scheduling of the work shall be coordinated with the Owner and Engineer. The Construction Sequence Requirements shall be used by the Contractor to form a complete schedule for the project, which shall be coordinated with the Owner and Engineer. Prior to performing any work at the site, the Contractor shall submit a detailed plan to the Engineer for review. The plan shall describe the proposed sequence, methods, and timing of the work. 3.02 CONSTRUCTION SEQUENCING REQUIREMENTS: A. The Contractor shall complete all work under this project by May 31, 2014. B. Upon request by the Contractor, the Owner shall drawdown the water in the standpipe once (at the expense of the Owner) prior to the start of work. The Contractor shall provide the Owner with a minimum of seven (7) days prior notification in order to Town of North Andover IFB Bradford Street Standpipe Improvements Page XX of XX 1 allow ample time for the Owner to drawdown the water in the standpipe. All work shall be completed while the standpipe is out of service. In addition, the standpipe shall not be out of service for more than thirty (30) consecutive calendar days. Further, the tank shall not be out of service during peak water system demand (approximately June 1 through October 1). END OF SECTION 01014 SECTION 01110 - CONTROL OF WORK AND MATERIALS PART 1 — GENERAL (NOT APPLICABLE) PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 HAULING, HANDLING AND STORAGE OF MATERIALS: A. The Contractor shall, at his own expense, handle and haul all materials furnished by him and shall remove any of his surplus materials at the completion of the work. B. The Contractor shall provide suitable and adequate storage for equipment and materials furnished by him that are liable to injury and shall be responsible for any loss of or damage to any equipment or materials by theft, breakage, or otherwise. C. All materials and equipment to be incorporated in the Work shall be placed so as not to injure any part of the Work or existing facilities and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the work. Materials and equipment shall be kept neatly piled and compactly stored in such location as will cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants. D. The Contractor shall be responsible for all damages to the work under construction during its progress and until final completion and acceptance even though partial payments have been made under the Contract. 3.02 CARE AND PROTECTION OF PROPERTY: The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be promptly restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, to the satisfaction of the Engineer. 3.03 REJECTED MATERIALS AND DEFECTIVE WORK: A. Materials furnished by the Contractor and condemned by the Engineer as unsuitable or not in conformity with the specifications shall forthwith be removed from the work by the Contractor, and shall not be made use of elsewhere in the work. B. Any errors, defects or omissions in the execution of the work or in the materials furnished by the Contractor, even though they may have been passed or overlooked or Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements have appeared after the completion of the work, discovered at any time before the final payment is made hereunder, shall be forthwith rectified and made good by and at the expense of the Contractor and in a manner satisfactory to the Engineer. C. The Contractor shall reimburse the Owner for any expense, losses or damages incurred in consequence of any defect, error, omission or act of the Contractor or his employees, as determined by the Engineer, occurring previous to the final payment. 3.04 SANITARY REGULATIONS: Sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided in sufficient numbers in such manner and at such locations as may be approved. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The Contractor shall rigorously prohibit the committing of nuisances within, on or about the work. Any employees found violating these provisions shall be discharged and not again employed on the work without the written consent of the Engineer. The sanitary conveniences specified above shall be the obligation and responsibility of the Contractor. 3.05 SAFETY AND HEALTH REGULATIONS: This project is subject to the Safety and Health regulations of the U.S. Department of Labor set forth in 29 CFR, Part 1926, and to the Massachusetts Department of Labor and Industries, Division of Industrial Safety "Rules and Regulations for the Prevention of Accidents in Construction Operations (454 CMR 10.0 et. seq.)." Contractors shall be familiar with the requirements of these regulations. 3.06 SITE INVESTIGATION: The Contractor acknowledges that he has satisfied himself as to the conditions existing at the site of the work, the type of equipment required to perform this work, the quality and quantity of the materials furnished insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the photos and specifications made a part of this contract. Any failure of the Contractor to acquaint himself with available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any conclusion or interpretation made by the Contractor on the basis of the information made available by the Owner. 3.07 ELECTRIC SERVICE: A. The Contractor shall make all necessary applications and arrangements and pay for all fees and charges for electrical energy for power and light necessary for the proper completion of this contract during its entire progress. The Contractor shall provide and pay for all temporary wiring, switches, connections, and meters. B. There shall be sufficient electric lighting so that all work may be done in a workmanlike manner where there is not sufficient daylight. SECTION 01140 — SPECIAL PROVISIONS Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements It PART 1 — GENERAL (NOT APPLICABLE) PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 WATER FOR CONSTRUCTION PURPOSES: A. In locations where water is in sufficient supply, the Contractor may be allowed to use water without charge for construction purposes. The express approval of the Owner shall be obtained before water is used. Waste of water by the Contractor shall be sufficient cause for withdrawing the privilege of unrestricted use. B. The Owner shall provide one million gallons of water to re -fill the tank, free of charge, once work is complete. Any subsequent refilling of the tank shall be at the expense of the Contractor. 3.02 DIMENSIONS OF EXISTING STRUCTURES: Where the dimensions and locations of existing structures are of critical importance in the installation or connections of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information. 3.03 OCCUPYING PRIVATE PROPERTY: The Contractor shall not enter upon nor occupy with men, equipment or materials any property outside of the public highways or Owner's property or easements, except with the written consent of the property owner or property owner's agent. 3.04 COORDINATION OF WORK: The General Contractor shall be responsible for coordinating his own work as well as that of any subcontractors. He shall be responsible for notification of the Engineer when each phase of work is expected to begin and the approximate completion date. 3.05 TIME FOR COMPLETION OF CONTRACT: The time for completion of this contract is stipulated in Section 01014, SCOPE AND SEQUENCE OF WORK. The Bidder shall base his bid on completing the proposed work by the completion date stipulated in the Scope and Sequence of Work. 3.06 CUTTING, FITTING AND PATCHING: A. The Contractor shall do all cutting, fitting, or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other Contractors, as shown upon or reasonably implied by the photos and the specifications for the completed structure, including all existing work. B. The Contractor shall not endanger any work by cutting, digging, or otherwise and shall not cut or alter the work of any other Contractor, save with the consent of the Engineer. Town of North Andover IFB Bradford Street Standpipe Improvements Page XX of XX C. Workmanship and materials of patching and repair work shall match the adjacent similar work and shall conform to the applicable sections of the specification. Patches and joints with existing work shall provide, as applicable in each case, visual, structural, and waterproofing continuity. 3.07 CONTRACTOR'S REPRESENTATIVE: The Contractor shall designate a representative who will be available to respond to emergency calls by the Owner at any time day and night and on weekends and holidays should such a situation arise. 3.08 HOURS OF CONSTRUCTION ACTIVITY: A. The Contractor shall conduct all construction activity between 7:00 a.m. and 5:00 p.m., Monday through Friday. No construction work shall be allowed on Saturdays, Sundays or Holidays without written authorization from the Owner. B. The Owner will provide personnel for assistance in locating and operating valves at no cost to the Contractor during the Owner's normal working hours (Monday through Friday 7:00 a.m. to 3:30 p.m.). When this assistance is required by the Contractor outside of the Owner's normal working hours the cost will be incurred by the Contractor at the prevailing overtime rate of pay for the personnel providing the assistance. The Owner will bill the Contractor directly. 3.09 MASSACHUSETTS DATA SECURITY REGULATIONS: The Contractor is required to comply with data security regulations contained in 201 CMR 17.00 that have been established to safeguard personal information of Massachusetts residents contained in paper or electronic records. The Contractor shall not submit to the Engineer or Owner documents in paper or electronic form that contain personal information (person's name combined with one or more of the following — Social Security Number, driver's license number or state -issued identification card number, financial institution account number, or credit or debit card number). Any document submitted to the Engineer that violates this provision shall be returned to the Contractor and the Contractor shall remove personal information from the document prior to resubmitting it to the Engineer. The Contractor shall require each Subcontractor to also comply with the MA data security regulations insofar as they involve submittal of personal information to the Engineer and Owner. END OF SECTION 01140 SECTION 01270 — MEASUREMENT AND PAYMENT PART 1 —DESCRIPTION 1.01 GENERAL A. The following sections describe the measurement and payment for the work to be done under this contract. B. The lump sum price shall constitute full compensation as herein specified, for all of the work completed in accordance with the Scope of Work. The payment items listed Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements herein and as noted in this contract are intended to provide full payment for the work as specified herein. Any work called for or implied in the documents but not listed as a payment item shall be considered incidental to the overall project. 1.02 ITEM 1 — BASE BID The lump sum price for Item 1 shall constitute full compensation for furnishing all labor, materials, tools and equipment and constructing the project, complete, as shown in the photos and called for in the specifications. Work includes but is not limited to: pressure washing the interior floor and walls of the tank to remove any mud, silt, and foreign sediment accumulation; removal and replacement of the existing support bracket which secures the vertical section of the interior circulation pipe to the shell of the standpipe; abrasive blast cleaning and recoating all damaged surfaces along the points of contact for the old support bracket, surfaces of the reinforcement pad and surfaces of the new bracket; removal and replacement of the existing interior davit arm of the first shell manway; abrasive blast cleaning and recoating all damaged surfaces in and around the existing first shell manway and existing and proposed davit arm points of contact; abrasive blast cleaning and recoating the interior face of the shell rim angle (4 -inch shelf along the entire circumference of standpipe); abrasive blast cleaning and recoating approximately thirty-two (32) P/2"O roof rigging couplings; provision of new gaskets for the two (2) shell manways; safety precautions and ventilation requirements; removal and disposal of approximately 1 -foot of residual water and sediment/silt buildup (approximately a 2 -inch thick layer or six cubic yards of buildup) remaining in the standpipe after the Town drains the tank; and chlorination and disinfection testing of the standpipe prior to placing the standpipe back in service. Surface preparation includes SSPC-SP #10 Near -White Metal abrasive blast cleaning. Interior coatings shall be a three -coat zinc/epoxy system. Work shall also include full compensation for coordinating with the Water Department and any other utilities necessary to complete the work. Should the Contractor choose to complete painting operations while the ambient temperatures (air, coating materials and substrate) are outside of allowable ranges, any costs associated with implementing specific methods and equipment to stabilize these conditions, shall be the sole burden of the Contractor. 1.03 ITEM 2 — ALTERNATE A The lump sum price for Item 2 shall constitute full compensation for furnishing all labor, materials, tools and equipment to construct the project complete as indicated as Alternate A. Work includes provision of epoxy filler/surfacer on the shell rim angle sloped (10% minimum slope) from the knuckle of the shell rim angle to the roof plate (roughly a 4 -inch wide shelf) around the entire circumference of the standpipe. It is anticipated that the volume of epoxy filler/surfacer required is approximately ten (10) gallons. 1.04 ITEM 3 — ALTERNATE B The lump sum price for Item 3 shall constitute full compensation for furnishing all labor, materials, tools and equipment to construct the project complete as indicated as Alternate B. Work includes cleaning and repainting approximately sixteen linear feet of 12 -inch piping and valving (check valve, altitude valve and gate valve) and the access ladder in the tank's valve vault located adjacent to the water storage tank. Town of North Andover IFB Bradford Street Standpipe Improvements Page XX of XX END OF SECTION 01270 SECTION 01330 — SUBMITTALS PART 1 - GENERAL 1.01 WORK INCLUDED: A. The Contractor shall provide the Engineer with submittals as required by the contract documents. PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 GENERAL: A. The Contractor shall submit the shop and working drawing submittals either electronically or hard copy. 3.02 ELECTRONIC SUBMITTALS: A. In accordance with the accepted schedule, the Contractor shall submit promptly to the Engineer by email (davida@wseinc.com) or on Compact Disc (mail to Weston & Sampson Engineers, attention: CSD), one electronic copy in Portable Document Format (PDF) of shop or working drawings required as noted in the specifications, of equipment, structural details and materials fabricated especially for this Contract. B. Each electronic copy of the shop or working drawing shall be accompanied by the Engineer's standard shop drawing transmittal form (see attached). C. The Contractor shall receive a shop drawing memorandum with the Engineer's approval or comments via email. 3.03 HARD COPY SUBMITTALS: A. In accordance with the accepted schedule, the Contractor shall submit promptly to the Engineer, by mail (to Weston & Sampson Engineers, attention: CSD), six (6) copies each of shop or working drawings required as noted in the specifications, of equipment, structural details and materials fabricated especially for this Contract. B. Each shipment of drawings shall be accompanied by the Engineer's (if applicable) standard shop drawing transmittal form (see attached). 3.04 SHOP AND WORKING DRAWINGS: A. Shop and working drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and/or brand of finish of shop coat, grease fittings, etc., depending on the subject of the drawings. B. All shop and working drawings shall be submitted to the Engineer using the standard shop drawing transmittal form below. Only drawings that have been prepared, checked and corrected by the fabricator should be submitted to the Contractor by his Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements subcontractors and vendors. Prior to submitting drawings to the Engineer, the Contractor shall check thoroughly all such drawings to satisfy himself that the subject matter thereof conforms to the Contract Documents in all respects. Shop drawings shall be reviewed and marked with the date, checker's name and indication of the Contractor's approval, and only then shall be submitted to the Engineer. Shop drawings unsatisfactory to the Contractor shall be returned directly to their source for correction, without submittal to the Engineer. Shop drawings submitted to the Engineer without the Contractor's approval stamp and signature will be rejected. Any deviation from the Contract Documents indicated on the shop drawings must be identified on the drawings and in a separate submittal to the Engineer. C. The Contractor shall be responsible for the prompt submittal and resubmittal, as necessary, of all shop and working drawings so that there will be no delay in the work due to the absence of such drawings. D. The Engineer will review the shop and working drawings as to their general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Corrections of comments made on the drawings during the review do not relieve the Contractor from compliance with requirements of the Contract Documents. The Contractor is responsible for: confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; coordinating his work with that of all other trades; and performing his work in a safe and satisfactory manner. The review of the shop drawings is general and shall not relieve the Contractor of the responsibility for details of design, dimensions, code compliance, etc., necessary for interfacing with other components, proper fitting and construction of the work required by the Contract and for achieving the specified performance. The Engineer will review submittals two times: once upon original submission and a second time if the Engineer requires a revision or corrections. The Contractor shall reimburse the Owner amounts charged to the Owner by the Engineer for performing any review of a submittal for the third time or greater. E. With few exceptions, shop drawings will be reviewed and returned to the Contractor within 15 days of submittal. F. No material or equipment shall be purchased or fabricated especially for this Contract nor shall the Contractor proceed with any portion of the work, the design and details of which are dependent upon the design and details of equipment or other features for which review is required, until the required shop and working drawings have been submitted and reviewed by the Engineer as to their general conformance and compliance with the project and its Contract Documents. All materials and work involved in the construction shall then be as represented by said drawings. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements N Nbw O N C N 7 m CL O c 3 � � p C N � N � L N " E o � N L c g m 3 rn c m C m y m > j v v E m 0 Q G O L m .^N. N O N •p y 0 0 m o 01-5 cu 0 7 U U U U N N m 2 m - 0 0 '50 0 Lu Qw T �aYO� CC O U1:1) .� Cc o w cc .„ T CC O F Z JE m N z U z E- N c Oa C N m 3 U x c 0 Q c — N CC a w N_ oa O? a O W z L z Z 20 2 (D 0 Vy�oCCCC°c ZU�= mQml� «_ ot-EUNz'Y 3 a z U W U 98 ¢ 0zOUvotnW(b m LU a U E U � � m m .N N 0 U N � m � N � a o XCL � O �_ � O a c ° 0 cis 2g` d '6 �E cL E m m fL C Q `h m o 5 U a m N � N N > N c c _ M E m M N N Q > o E 4) c � W d c a 00 E L tir C N N G Q O C J c ¢ Q •= q'� C E 3 OO N U O z m m a L �Z1T Hw END OF SECTION 01330 Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements m L j m \ 3 ¢ Cc o y m zw a a 98 ¢ LU a U 4 z Q O z O 0 �¢ z N a a ° a uj co w N W zoo U w 7 U U m S �2 J zoz� U w z zpi 1 co • O ata oo¢ w O m ¢ U) 1 OFW G 0 O N U w ir 0 o Sz- •¢ w o(7 F 1 U Z ¢ ��as • w �. O W � cc W o O z 0 O v ¢ O Z • Qz ui Z Z p i .Q • RS R IG Q N t w Z Ug • i Oa F O F ¢8 8 E C z u y x Occ F Om ° UU z L) Z m F cw 00U o :1O Lu w ¢ 7 I— w n U w o m zw¢ W to C O w ch>� Q.Cr o E0� w i = w fir_ N ° Z� n. Cn N—Q O a wcwi gza O Z O p C y w S < U <mG y N� ¢v Q a F-¢y,nCOL ya z0.. U_ Z O x Cd W O ¢( z w aw cc rd s¢ z z F N w wU Z O w¢ w o U a J °woa° UJ w Q �xUOUz z z © © 0 41) U w LU cr d • F� to 5 4zaa¢¢ END OF SECTION 01330 Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements SECTION 01740 — CLEANING UP PART 1 - GENERAL 1.01 DESCRIPTION: The Contractor must employ at all times during the progress of his work adequate cleanup measures and safety precautions to prevent injuries to persons or damage to property. The Contractor shall immediately, upon request by the Engineer provide adequate material, equipment and labor to cleanup and make safe any and all areas deemed necessary by the Engineer. PART 2 — PRODUCTS (NOT APPLICABLE) PART 3 - EXECUTION 3.01 DAILY CLEANUP: A. The Contractor shall clean up, at least daily, all refuse, rubbish, scrap and surplus material, debris and unneeded construction equipment resulting from the construction operations and sweep the area. The site of the work and the adjacent areas affected thereby shall at all times present a neat, orderly and workmanlike appearance. B. Upon written notification by the Engineer, the Contractor shall within 24 hours clean up those areas, which in the Engineer's opinion are in violation of this section and the above referenced sections of the specifications. C. If in the opinion of the Engineer, the referenced areas are not satisfactorily cleaned up, all other work on the project shall stop until the cleanup is satisfactory. 3.02 MATERIAL OR DEBRIS IN DRAINAGE FACILITIES: Where material or debris has washed or flowed into or has been placed in existing watercourses, ditches, gutters, drains, pipes, structures, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the work, and the ditches, channels, drains, pipes, structures, and work shall, upon completion of the work, be left in a clean and neat condition. 3.03 REMOVAL OF TEMPORARY STRUCTURES AND EQUIPMENT: On or before completion of the work, the Contractor shall, unless otherwise specifically directed or permitted in writing, tear down and remove all temporary structures built by him; shall remove all temporary works, tools and machinery or other construction equipment furnished by him; shall remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the property and adjacent property affected by his operations in a neat and satisfactory condition. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 3.04 RESTORATION OF DAMAGED PROPERTY: The Contractor shall restore or replace, when and as directed, any property damaged by his work, equipment or employees, to a condition at least equal to that existing immediately prior to the beginning of operations. To this end the Contractor shall do as required all necessary highway or driveway, walk and landscaping work. Materials, equipment, and methods for such restoration shall be as approved by the Engineer. 3.05 FINAL CLEANUP: Before acceptance by the Owner, the Contractor shall perform a final cleanup to bring the construction site to its original or specified condition. This cleanup shall include removing all trash and debris off of the premises. Before acceptance, the Engineer shall approve the condition of the site. END OF SECTION 01740 SECTION 09972 — PAINTING STEEL WATER STORAGE TANKS PART 1 - GENERAL 1.01 WORK INCLUDED: A. This section specifies the preparation of surfaces, and furnishing and application of paint to the interior and exterior (if needed) surfaces and appurtenances of the steel water storage tank impacted and the valve vault piping and valving. B. Disinfection of interior surfaces prior to use for potable water shall also be provided under this section. 1.02 RELATED WORK: A. Section 13207, STEEL WATER STORAGE TANKS AND APPURTENANCES 1.03 REFERENCES: The following standards form a part of this specification and indicate the minimum standards required unless indicated otherwise: American Water Works Association (AWWA) AWWA D102 Standard for Painting Steel Water Storage Tanks AWWA D105 Standard for Disinfection of Water Storage Facilities Steel Structures Painting Council (SSPC� SSPCSP-6 Surface Preparation Specification for Commercial Blast Cleaning. SSPCSP-7 Surface Preparation Specification for Brush -Off Blast Cleaning. SSPCSP-10 Surface Preparation Specification for Near -White Blast Cleaning. SSPC SP -1I Surface Preparation Specification for Power Tool Cleaning to Bare Metal. SSPCPA-1 Paint Application Specification for Shop, Field, and Maintenance Painting. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements SSPCPA-3 Paint Application Guide for Safety in Paint Application. SSPCVis-1 Pictorial Surface Preparation Standards for Painting Steel Structures. National Sanitation Foundation (NSF NSF Standard 61 Coatings and Linings American National Standards Institute (ANSI) ANSI2117.1 Safety Requirements for Working in Tanks and other Confined Spaces Federal Aviation Administration (FAA,) FAA Advisory Circular 70/7460-1 Chapter 3 1.04 QUALITY ASSURANCE A. No Contractor shall be considered qualified unless it has at least five years of experience in the field of water tank cleaning and tank painting. B. Contractor shall be a qualified rigger or shall engage the services of a qualified rigger on the job at all times when rigging is being used. The foreman in charge shall have all rigging inspected by the rigger prior to use. C. Contractor shall abide by all local, state and federal laws for confined space entry. D. All colors, unless specified herein, shall be provided to match the existing colors surrounding the point of application. The color selected will not necessarily conform to the manufacturer's color chart and any tinting required shall be done by the paint manufacturer to conform to the existing paint color. E. Only non -lead based pigmentation shall be allowed for interior or exterior primers and topcoats. 1.05 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL SPECIFICATIONS, SUBMIT THE FOLLOWING: A. Shop drawings (six copies) shall consist of manufacturer's cuts or catalogs including descriptive literature and complete characteristics, and code requirements. B. Plan for providing adequate cross ventilation during welding, abrasive blasting, painting and curing of the interior of the tank. C. Certified test reports shall be submitted indicating results from dry film thickness. D. Plan for the chlorinating method to be used with calculations for the amount of chlorine to be added to the tank. PART 2 - PRODUCTS A. The following coating manufacturers shall constitute the source of all coating materials and thinners for the scope of work specified in this section. Only one manufacturer shall supply the coating materials for the tanks and no intermixing of products between manufacturers shall be permitted. B. Interior coating system shall be accepted by the National Sanitation Foundation (NSF) Standard 61 for use in contact with potable water. C. Contractor shall accept delivery of materials and shall arrange storage in a dry safe place. Coating material shall be delivered to the jobsites in the original, unopened containers, plainly marked with the proper product designation. No paint manufactured more than six months prior to use will be accepted. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements D. Contractor shall provide for surface preparation and priming followed by the specified intermediate and/or topcoats. 2.02 INTERIOR COATINGS FOR STEEL TANK: A. Interior coatings shall be a three -coat zinc/epoxy system. Interior coatings shall be applied on the interior face of the shell rim angle as well as to all interior surfaces damaged by appurtenance removal and replacement. Under Alternate A, a trowel grade epoxy filler/surfacer shall be installed at the shell rim angle to fill pits and build a slope to promote water runoff. B. Dry film thickness of coats shall be as follows or as recommended by the manufacturer. 1. Prime coat: 2.5 — 3.5 mils 2. Surfacer/filler coat: varies 3. Full intermediate prime coat: 6.0 - 8.0 mils 4. Top coat: 6.0 - 8.0 mils C. Prime coat painting material shall be Tnemec Co., Series 91 — H2O Hydro -Zinc; or Sherwin-Williams, Malvern, PA, Galvapac Zinc Primer; or approved equal. D. The surfacer/filler coat painting material shall be Tnemec Co., Filler and Surfacer 63- 1500, or approved equal. The coat shall be an NSF 61 approved modified amine epoxy, trowel grade. E. Full intermediate prime coat painting material shall be Tnemec Co., Series N140-1255 Beige; PPG Protective and Marine Coatings, Little Rock, AR, Amerlock 400 (gray); or Sherwin-Williams, Malvern, PA, Macropoxy 646 PW Light Blue; or approved equal. F. Top coat painting material shall be Tnemec Co., N141-15 BL (Tank White); PPG Protective and Marine Coatings, Little Rock, AR, Amerlock 400 (white); Sherwin- Williams, Malvern, PA, Macropoxy 646 PW Mill White; or approved equal. 2.03 EXTERIOR COATINGS FOR SPOT REPAIR: A. Spot repair of exterior coatings shall consist of a three -coat zinc/epoxy/polyurethane coating system. Exterior spot repairs shall be performed where interior appurtenance work causes heat -damage to exterior coatings. B. Dry film thicknesses of coats shall be as follows or as recommended by the manufacturer: 1. Prime coat: 2.5 - 3.5 mils 2. Full intermediate prime coat: 3.0 - 4.0 mils 3. Top coat: 2.5 - 3.5 mils C. Prime coat painting material shall be Tnemec, Kansas City, MO, Series 1 Omnithane; PPG Protective and Marine Coatings, Little Rock, AR, Amercoat 68HS; Sherwin- Williams, Malvern, PA, Galvapac Zinc Primer; or approved equal. D. Full intermediate prime coat painting material shall be Tnemec, Kansas City, MO, Series V27 Typoxy; PPG Protective and Marine Coatings, Little Rock, AR Amerlock 2 (gray); or Sherwin-Williams, Malvern, PA Macropoxy 646 Fast Cure; or approved equal. E. Top coat painting material shall be Tnemec, Kansas City, MO, Series V73 Endura - Shield; PPG Protective and Marine Coatings, Little Rock, AR, Amercoat 450H or PSX 700, Siloxane; Sherwin-Williams, Malvern, PA, Acrolon 218 HS; or approved equal. F. Top coat paint shall be Delft Blue, to match the color of the existing top coat. 2.04 VALVE VAULT COATINGS: Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements A. Except as otherwise indicated, all paint used shall be of the type listed in the schedule below, by Tnemec Company, Inc., or equivalent paints by Sherwin-Williams Company, International Paints, or other approved paint fully equal to paint manufactured by the above named companies. No brand other than those named will be considered for approval unless the brand and type of paint proposed for each item in the following painting schedule are submitted in writing to the Engineer, along with sufficient data supported by certified tests. PAINT SCHEDULE Key Tnemec Note 1 APE Acrylic Polyurethane 73 Endura -Shield 3.0 Enamel CEE Catalyzed Epoxy L69F Epoxoline 1I 4.0 CEP Catalyzed Epoxy Primer L69F Epoxoline 3.0 Notes 1: Minimum Dry Film Thickness/Coat (mils) 2: Furnished by reputable manufacturer and acceptable to the Engineer. 3: Shall be used as a tie -coat between incompatible paints @ 3.0-4.0 mils. 4: This paint is suitable for temperatures up to 1200°F and must be final cured at 400°F for one hour. 5: Bleaching oil is a translucent gray paint stain with a chemical additive to enhance the natural bleaching tendencies of cedar shingles. Item Field Coats 1st 2nd 3`d Miscellaneous interior ferrous piping, metalwork, ferrous parts or operating devices, valve handles, levers, pumps, CEP CEE APE and ferrous hangers and supports (exterior exposure) PART 3 - EXECUTION 3.01 PREPARATIONS: A. INTERIOR SURFACES OF EXISTING STEEL TANKS: 1. Any accumulated silt and debris that has settled at the bottom of the standpipe shall be removed and disposed by Contractor. Inspection in May of 2008 estimated that 1/2" of silt settled at the bottom of the standpipe. The standpipe shall be washed clean before blast cleaning. Dust that has settled on any part of the structure as a result of the blast cleaning shall be removed before field priming. 2. The surfaces of all new appurtenances, the adjacent interior surfaces, rigging couplings, and the shell rim angle shall be abrasive blast cleaned to remove all paint in accordance with SSPC SP -10, Near -White Blast Cleaning. 3. Blast cleaning procedure shall use angular grit abrasive. Steel shot will not be accepted. The size and gradation shall be such as to produce a 1.5 - 2.0 mils angular anchor profile that is sharp and clean with no embedded spent abrasive material. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 4. Abrasive blast cleaning shall be effective in removing existing paint, corrosion deposits and scale as defined in the surface preparation SSPC SP -10 specification and as shown in the visual standards SSPC Vis -1. 5. Areas of excessively rough surface profile, weldment and/or metal loss representing less than a 30% and greater than a 10% reduction in wall thickness should be coated with a trowel grade 100% solids epoxy surfacer, so as to bring these surfaces level with the original plate surface. This procedure is intended to maintain the continuity of the applied coating system. 6. Alternate A — The Contractor shall build a slope of trowel grade 100% solids epoxy surfacer on the shell rim angle to shed condensation that drips from the roof plates to rest on the shell rim angle. The slope shall extend from knuckle of the shell rim angle to the roof plate at a minimum slope of 10%. The slope shall be constructed with a consistent slope and smooth finish for the entire circumference of the tank. B. EXTERIOR SURFACES OF EXISTING STEEL TANKS: 1. Exterior surfaces subject to spot repair shall be cleaned of dirt, dust, paint chalk and foreign residue by high pressure power washing followed by spot power tool cleaning damaged areas to SSPC-SP 11 standards. The surrounding coatings shall be feathered back to sound tight material and shall expose at least 1/2 -inch of each previously applied coat of paint. C. VALVE VAULT SURFACE PREPARATION: 1. Before any surface is painted, it shall be cleaned carefully of all dust, dirt, grease, loose rust, mill scale, old weathered paint, efflorescence, etc. All necessary special preparatory treatment shall then be applied. Where required, imperfections and holes in surfaces to be painted shall be filled in an approved manner. 2. Cleaning and painting shall be so programmed that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. 3. Surfaces which have been cleaned, pretreated, or otherwise prepared for painting, shall be painted with the first field coat as soon as practicable after such preparation has been completed, but in any event prior to any deterioration of the prepared surface. 3.02 APPLICATION: A. GENERAL 1. Coatings materials shall be stored, mixed, applied and cured within acceptable ambient temperature ranges as identified by the painting manufacturer. Application and curing shall also be accomplished within the relative humidity range. Natural ambient conditions for curing periods shall be anticipated by the Contractor and have Engineer's approval. 2. No coating work shall be done if the ambient temperatures (air, coating materials and substrate) are not within the allowable ranges unless the Contractor is able to control these conditions through the use of effective equipment. 3. Coating materials shall be applied in strict accordance with the respective coating manufacturer's written recommendations. 4. Prime coat material shall be applied to the surface after blast cleaning before any rust back occurs or before the end of each day of surface preparation effort, whichever comes first. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 5. Full intermediate prime coat shall be applied to all surfaces blast cleaned. Abraded areas and areas considered in an advanced state of deterioration by the Engineer shall be brush cleaned prior to application of the intermediate prime coat. 6. All coating material for interior surfaces shall be applied by airless spray equipment of a type and size suitable for the respective material. Coating material shall be applied around rivets, welds, edges and inside angles by use of a brush. 7. Coating material for exterior surfaces may be applied by approved means. Use of airless spray is preferable. Application of prime coat to the base and six inches up the side walls shall be by brush, as well as to all rivets, welds, edges and inside angles to ensure proper coverage and application. B. VENTILATION 1. Adequate ventilation shall be provided during application of coatings inside tank, utilizing nonsparking and explosion -proof equipment. Contractor shall take n precautions as necessary to ensure safe working conditions are maintained during use of paints, containing toxic or flammable solvents. 2. Contractor shall check effectiveness of the ventilation system by making periodic explosive meter readings, ensuring that the concentration of volatile material shall not exceed 20 percent of the lower explosive limit. 3. Contractor shall provide continuous forced ventilation at a rate of at not less than one complete air change every 4 hours for at least 48 hours after coating application is completely cured in accordance with the paint manufacturer's recommendations. Tank manholes shall be kept open for an additional 7 days. Contractor may use heat to obtain proper curing and to ensure that painting is completed within the project schedule. C. ACCEPTANCE 1. The basis for acceptance of coating work is listed below. Contractor at his own expense and in accordance with the manufacturer's recommendations shall at the Engineer's discretion, correct deviations beyond these parameters. a. No runs or sags b. No overspray or roughness c. No holidays or pinholes d. No color or gloss variations e. Allowable film thickness +2.0 mils over specified thickness. 2. Wet and dry film thickness measurements shall be made for each 100 square feet of surface painted. Additional coats shall be applied as required to attain the minimum dry film thickness specified for the painting system. 3. Paint on all interior surfaces below the overflow shall be tested with a wet sponge low -voltage holiday detector after the paint has cured for at least 5 days. Holiday testing shall be in accordance with AWWA D102. Locations where holidays are detected shall be repaired and retested. 3.03 CLEAN-UP: Contractor shall at all times keep the premises free from accumulation of waste materials and rubbish caused by his employees or work. At the completion of painting, Contractor shall remove all tools, scaffolding, surplus materials, and rubbish from and about the tanks. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 3.04 CHLORINE DISINFECTION A. GENERAL: 1. The method of disinfection shall be approved by the Engineer before chlorine disinfection begins. 2. Contractor shall disinfect the interior surfaces of the tank within 14 days after completion of painting (including curing time). 3. Disinfection shall be done in accordance with AWWA C652, Standard for Disinfection of Water Storage Facilities. 4. Method of disposal of highly chlorinated water shall be approved by the Engineer. Use of a reducing agent shall also be approved by the Engineer. B. DISINFECTING CHEMICALS Disinfection shall be accomplished by use of liquid chlorine, sodium hypochlorite solution, or calcium hypochlorite granules or tablets. These chemicals and their use shall be in compliance with AWWA standards. C. DISINFECTION METHODS 1. Before any chemical disinfection begins, interior surfaces of the tank shall be thoroughly cleaned by use of a high pressure water jet, sweeping, scrubbing, or equally effective means. All water and dirt or foreign material accumulated in the cleaning operation shall be discharged from the tank or otherwise removed. 2. Following the cleaning operation, vent screens, overflow screens, and any other screened openings shall be checked and put in satisfactory condition to prevent birds, insects, and any other contaminants from entering the tank. 3. The following are brief descriptions of three different acceptable methods of chlorinating and do not necessarily describe the requirements of each disinfection method as detailed in AWWA C652. a. The tank shall be filled to overflow level with potable water to which enough chlorine is added to provide free chlorine residual in the full tank of not less than 10 mg/1 at the end of an appropriate retention time. b. A solution of 200 mg/1 available chlorine shall be directly applied for at least 30 minutes to surfaces of all parts of the tank, which would be in contact with water when the tank is filled to overflow elevation. c. Water and chlorine shall be added to the tank in amounts such that initially the solutions will contain 50 mg/l available chlorine and will fill approximately 5% of the total storage volume of the tank. This solution shall be held in each tank for at least 6 hours. Theank shall then be filled to overflow level by flowing potable water into the highly chlorinated water and shall be held full for at least 24 hours. D. TESTING 1. After the chlorination procedures are completed, and before the tank is placed in service, water from the full tank shall be sampled and tested for coliform organisms in accordance with the latest edition of Standard Methods for Examination of Water and Wastewater. Testing shall be by either the multiple tube fermentation or membrane filter technique. 2. Water samples shall also be tested to assure that no offensive odor exists due to chlorine reaction or excess chlorine residual. 3. If water sample results are negative, then the tank may be placed in service. If samples show the presence of coliform bacteria, repeat samples shall be taken until 2 consecutive samples are negative, or the tank shall again be subject to disinfection. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 4. Samples shall also be taken from water inflowing to the tank and tested to determine if coliforms are present in the typical potable water source(s). 5. After completion of the painting of the interior of the tank, paint shall be allowed to cure a minimum of seven (7) days before filling the tank with water. Contractor shall perform VOC Testing, to verify that the water in the tank, 24 hours after filling, does not exceed regulatory limits. If VOC test fails, tank water shall be emptied and refilled and retested until test passes at no additional expense to the Owner. END OF SECTION 09972 SECTION 13207 — STEEL WATER STORAGE TANKS AND APPURTENANCES PART 1 - GENERAL 1.01 WORK INCLUDED: A. This Section covers the manufacture and construction of the steel water storage tank modifications and appurtenances, complete. B. The Contractor shall furnish all labor, materials, tools and equipment necessary to construct repairs and replace appurtenances as specified herein. 1.02 RELATED WORK: A. Section 09972, PAINTING STEEL WATER STORAGE TANKS 1.03 QUALITY ASSURANCE: A. An independent testing agency (Testing Laboratory); to be selected by the Engineer, will review and approve welding procedures and welders' qualifications. 1.04 REFERENCES: A. The following codes and standards form a part of this specification as referenced. American Water Works Association (AWWA) AWWA D100 Standard for Welded Steel Tanks for Water Storage AWWA D105 Standard for Disinfection of Water Storage Facilities American Concrete Institute (ACI) ACI 318 Design of Reinforced Concrete Structures 1.05 DESIGN CRITERIA: A. The materials, design, fabrication and construction of repairs to the steel water storage tank shall conform to the latest revision of AWWA D100. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 1.06 SUBMITTALS: IN ACCORDANCE WITH REQUIREMENTS OF GENERAL, SPECIFICATIONS SUBMIT THE FOLLOWING: A. Shop drawings for all appurtenances. Shop drawings shall consist of manufacturer's scale drawings, cuts or catalogs including descriptive literature and complete characteristics, specifications, and code requirements. B. Welding procedures to be used on this project shall be submitted to the Engineer for his approval prior to the start of construction. Reports certifying the qualifications of welding procedures, welders, and welding operations that the Contractor intends to use shall also be submitted to the Engineer prior to beginning construction. 1.07 GUARANTEE: A. The Contractor shall guarantee the products against defective materials or workmanship for a period of one year from date of acceptance by the Owner. If any material or workmanship prove to be defective within one year, they shall be replaced or repaired by the Contractor at the Contractor's expense. PART 2 — PRODUCTS 2.01 APPURTENANCES: A. Appurtenances shall be provided and installed by the Contractor as shown in the photographs in accordance with these specifications and Section 7 of AWWA D100. B. Provide new gaskets for the two existing 18" x 24" oval shell manways. C. Replace the damaged manway davit arm with a new hinge or davit arm assembly. D. Replace one of the support brackets that secures the vertical section of the interior circulation pipe to the shell. E. Materials, fabrication, and erection of miscellaneous steel sections shall conform to the applicable requirements of the AISC Specification. Steel shapes, plates and bars shall conform to ASTM A36. Sheet steel shall be cold -rolled or hot -rolled carbon sheet steel conforming to ASTM A366 or ASTM A569 as appropriate. Steel pipe shall conform to ASTM A53. Stainless steel shall be Type 304 unless otherwise indicated or specified. PART 3 - EXECUTION 3.01. APPURTENANCES: A. The contractor shall perform all cutting, fitting and patching required to remove existing appurtenances and install new appurtenances. 3.02 WELDING: A. DEFINITIONS: 1. The welding terms used in these specifications shall be interpreted according to the definitions given in the American Welding Society (AWS) "Standard Welding Terms and their Definitions." 2. The word "Inspector" shall mean the Contractor's field representative conducting all specified tests and examinations of the welding. The Testing Laboratory shall mean the independent commercial firm or organization selected by the Engineer Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements and approved by the Owner to conduct such tests and examinations as is deemed fit. 3. The Inspector shall be an employee of the Contractor who is completely independent of the authority of the Contractor's superintendent in charge of this construction or any of his subordinate personnel. 4. The Testing Laboratory shall be under the control and direction of the Engineer. The Owner will reimburse the Testing Laboratory for all testing, inspections and radiography requested by the Engineer, excluding any tests performed as a result of repairs, defective work, improper workmanship, or retests as required by the Engineer. 5. All costs for testing and inspections that are approved by the Engineer and required as a result of defective work, repairs, or retests shall be borne by the Contractor and deducted from the lump sum price for improvements to the storage tank. 6. All costs of preparing welding procedures and specifications shall be considered incidental to the project. B. QUALIFICATION OF PROCEDURES AND WELDERS: 1. Only qualified welders shall do any welding on the stressed joints of the tanks and the appurtenances fastened to them by welding. Welders certified prior to the beginning of welding work on the tanks, and whose qualifications are current and acceptable to the Engineer, may be employed on the work without further qualification. 2. If a welder employed on the work loses his qualification through faulty work, he must be requalified before he may be reemployed on work requiring qualified welders. 3. Procedure specifications, procedure qualifications tests and welder's performance tests shall be in accordance with the latest provisions of Section IX, Welding Qualifications, American Society of Mechanical Engineers (ASME) Boiler and Pressure Vessel Code. 4. Actual welding procedures to be used on this construction shall be submitted to the Engineer for his approval prior to the start of construction. Reports certifying the qualifications of welding procedures, welders, and welding operations that the Contractor intends to use, shall also be submitted to the Engineer prior to beginning construction. 5. The welding procedures shall include joint types to be used, sequence of placing weld metal in the joints, type of electrodes by AWS designation, size of electrodes, methods of cleaning (gouging, chipping, grinding, etc.), positioning and type of jigs; and for automatic welding, type and size, type and grade of fluxing material; volts, amps and speed of travel used for making qualification tests; copies of all required qualification tests; method by which low hydrogen electrodes, if used, will be stored or heated for moisture control during fabrication; and such other pertinent information necessary to the welded fabrication as required in Paragraph 101 of the latest AWS Standard Qualification Procedure. C. FIELD WELDING: 1. All items of equipment for welding and oxygen cutting shall be so designed and manufactured and be in such condition as to enable qualified welders and welding operators to follow the procedures and attain the results specified herein. Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements 2. The Contractor shall enforce the use of approved accessories necessary for the protection and convenience of the welders and welding operators and for the proper and efficient execution of the work. 3. Welds shall be as called for on the approved fabrication drawings and the approved Procedure Specification. The location or size shall not be changed without approval of the Engineer. 4. Welding shall not be performed when the surfaces of the parts to be welded are wet from rain, snow, or ice, or when rain or snow is falling on such surfaces, or during periods of high winds, unless the welder or welding operator and work are protected properly. Welding shall not be performed when the base metal temperature is less than 0° F. When the base metal temperature is within the range 0 to 32° F, the base metal within 3 in. of the location where welding is to be started shall be heated until it is warm to the touch, and this warmth shall be maintained at least 3 in. ahead of the arc as welding progresses. 5. All welds that are to be incorporated in the final welds shall be made by certified welders and shall be as sound as final welds. Tack welds must be removed from joints where stress is primary. 6. Depressions, undercuts or gouges in the base metal or weld metal caused by the removal of staging clips, lugs, braces, or other such appurtenances, shall be filled in with sound weld metal and ground to a smooth surface, even with the plate or weld. 7. Each welder shall place his identification mark near the welds made by him in such a manner that all weldments can be properly associated with the welder who deposited them. 8. Contractor shall provide portable power generation equipment or shall pay installation and service charges for electrical service to the site for all welding. D. QUALITY OF WELDS: 1. All weld metal shall be sound throughout and there shall,be no cracks in any weld or weld pass. 2. All welds shall be free from overlap and the base weld shall be free from undercutting which exceed the limits given in Section 11.4 of AWWA D100. 3. All craters shall be filled to the full cross-section of the welds. 4. The construction crew shall remove weld scale or slag, spatter, burrs and other sharp or rough projections in a manner that will leave the surface suitable for any required non-destructive testing and the subsequent cleaning and painting operation. E. INSPECTION: 1. In order to coordinate inspections with the construction schedule the Contractor shall notify the Engineer of his readiness three (3) days in advance of inspections. If, without further adequate notification, weldments have not been completed for inspection as scheduled, the additional cost of inspection shall be borne by the Contractor. 2. The Inspector shall witness the welding and testing of all qualification tests required. 3. The Inspector shall inspect all welding and fabrication equipment used in the work to determine that it conforms to the pertinent standard requirements of the AWWA standards for such equipment. 4. When the quality of a welder's or welding operator's work does not satisfy specified standards, the Inspector shall require testing of his qualifications by Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements requalification. All inspection costs incurred for this reason shall be paid by the Contractor. 5. Methods of non-destructive testing inspections other than radiography shall be used when required by the Engineer. F. PAINTING AND DISINFECTION: 1. Painting and disinfection of the steel storage tanks shall be in accordance with specification Section 09972, PAINTING STEEL WATER STORAGE TANKS. G. CORRECTIONS: 1. When welding is unsatisfactory or indicates inferior workmanship, defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: a. Excessive convexity. Reduce to size by removal of excess weld metal by grinding. b. Shrinkage cracks, cracks in base metal, craters, and excessive porosity. Remove defective portions of base and weld metal down to sound metal, and deposit additional sound weld metal. c. Undercutting, undersize, and excessive concavity. Clean and deposit additional weld metal. d. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. e. Slag inclusions. Remove those parts of the weld containing slag and fill with sound weld metal. f. Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. 2. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than the electrode used for making the weld. Surface shall be cleaned thoroughly before rewelding. 3. A cracked weld shall be removed throughout its length unless the extent of the crack can be ascertained to be limited, in which case the weld shall be removed 2 inches beyond each end of the crack and repairs made. 4. Where work performed subsequent to the making of a deficient weld has rendered the weld inaccessible or has caused new conditions which would make correction of the deficiency dangerous or ineffectual the original conditions shall be restored by removal of welds or members or both before making the necessary corrections, or else the deficiency shall be compensated by additional work in accordance with a revised design approved by the Engineer. 5. Improperly fitted and misaligned parts shall be cut apart and rewelded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200°F. Parts to be heated for straightening shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. 6. In the event that faulty welding or removal thereof for rewelding, shall so damage the base metal that in the judgement of the Engineer the reweld will not satisfy the intent of the specifications, the Contractor shall remove and replace the damaged materials or shall compensate for the deficiency in a manner approved by the Engineer. END OF SECTION 13207 Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements TANK AND VAULT PHOTOGRAPHS Elevated view Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements Interior view of shell manway davit arm Interior side view of shell manway Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements Fill Pipe Support Bracket 1 Shell rim angle (1 of 2) Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements Shell rim angle (2 of 2) Roof rigging coupling (typical of 32 couplings) Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements Interior of valve vault 1 Interior of valve vault 2 Town of North Andover IFB Page XX of XX Bradford Street Standpipe Improvements INTEROFFICE MEMORANDUM DATE: September 9, 2013 TO: Ray Santilli, Assistant Town Manager FROM: Linda Hmurciak, Superintendent WTP RE: Bradford Stand Pipe Please find attached the technical specifications for the Bradford Standpipe Improvement Project Invitation for Bids. I have been working with Tara McManus, Weston & Sampson Engineers who has prepared the scope of work and construction estimate. It is anticipate that the cost for the work described in the specs will be approximately $42,000 for the base bid. The work described in Alternative A will be approximately an additional $10,000 and Alternative B will be approximately $8,000. Pending the bid prices associated with the alternatives, we are recommending awarding the project on the basis of the Base Bid, or the Base Bid plus Alternative A, or the Base Bid plus Alternative A and Alternative B as required to maintain a total project cost less than $60,000. The project description can be found in Section 01014, paragraph 1.01A, and the project completion date of May 23, 2014, can be also found in Section 01014, paragraph 3.02A. If possible we would like to request a three week bid window as these type of contractors get booked rather quickly thus may not have a slot for us until next Spring if we cannot get them in this Fall. Also, this is not a Capital Improvement item. Bruce and I have discussed this and there are sufficient funds in the FYI Water Budget for the above engineer's estimate for this project. Please contact me should you have any questions or concerns. Again, I apologize for the confusion. r^ THIS END UP FURNITURE, Desk, hutch, book- case, end table, $100 maple dining room table $50 new recliner $100 best 508-843-6695 ANDOVER, 4 Montclair Ave Sat. Sept 28th, 8-12, Household items, dishes, jewelry, crafts and supplies, toys and women and kids clothes OM1«Sr "" AMANA Dryer, WHIRLPOOL Washer, Ceramic Top MAYTAG Stove, GE Microwave wall mount, All white, All good condition. $600 for the lot. Call, 978-767-0221 ©AMAZINGIO New Full or Queen Mat- tress Set European Pillowtop. In plastic. Cost $1099 Sell $249. Can deliver. 603-305-9763 BROYHILL Queen sleeper sofa with matching chair 8 ottoman, excellent cond. $750. * Mahogany secretary $250. * 26" Round glass top table $50. * Ethan Alan drop leaf coffee table $35.* Wrought Iron table 8 4 chairs $200. Call (978) 879-4127 BUNK BEDS - (4) with box spring included. Ex- cellent condition. Safety ladder. $700/Best offer (617) 838-8704 CHANDELIER NEW - 3 Lights, Brushed Nickel /Alabaster Glass. 20"w 17"h, 48" Chain. Retails $169. Like new. Will sell for $50. Call 603-918-8344 ,, DCS STOVE For sale, DCS Stove './'I 0 inches. Asking $1,000. Great Working Condition. Pro- pane Gas connections. (978) 604-0192 FURNITURE Brown leather sofa. Very little use. Excellent condition,. Asking $300. Lighted Hutch $100. Danvers, MA 978 539-8779 Leave message. Ai - ; A FURNITURE Reeling Loveseat,couch and coffee table,$1,150, also available pictures, end ta- bles and area rug.Manchester 978-973-0412. GE Side by Side Refrigerator, 21 cu.ft, Black, 2 ice settings and water on door. Comes with 2 extra water filters 1.5 yrs. old fits opening 33.5 "x 66.75" $475 Call (978) 465-5975 REFRIGERATOR Kenmore, 2 door, with ice/wa- ter on the' door. 4.5 yrs old. Fits opening 33 x 66.5". Bisque color. $350. (978) 373-3332 - STERLING SILVER PLACE SETTINGS Towle Silver, King Richard Design, 8 Place Settings, never used, original packing from Daniel Lowes Co. At Danvers, $1800. Call 603 918 8971 **i ***** WOOD STOVE Older wood stove that meas- , ures 20" deep; 32" long, and 34" tall. It is a — side loader and the sticker says, U. S. Stove Co., Chattanooga TN. $450 603-362-6337 HEAVY DUTY WALKER With seat holds up to 300lbs. Adjustable height, 2 baskets, wide tires, $85. Call 978-372-3870 r CASH FOR TOOLS - Hand or power! Carpenters, machinists, mechanics, plumbers, rollaways. — 1-800-745-8665 Notice is hereby given that the Lawrence Conservation Commis- sion will hold a Public Meeting rela- tive to a Request for Determination of Applicability filed by Pinnacle Con- struction Company, 160 Lorum St., Tewksbury, MA for a proposed ad- dition to an existing building located at 400 Canal St. The proposed work includes the construction of a 42' by 44' addition with all associated ac- cess ramp, loading docks and site grading to accommodate the new addition. The meeting will be held on Monday, September 30, 2013 at 7:00 PM at the Planning Dept., 225 Essex St., 3rd floor, Lawrence, MA. Lawrence Conservation Commis- _ sion ET - 9/25/13 NOTICE OF PUBLIC HEARING Notice is hereby given that the Lawrence Planning Board will hold a public hearing on October 2, 2013 at 7:00 PM in the City Council Chambers, City Hall, 200 Common _ St., Lawrence, MA to all parties inter- ested in the application by F.H.A.J.V. Realty Trust, Sakar Bhasin, Trustee for a Special Permit in accordance with Section 29-20 of the Revised -= Zoning Ordinances of the City of Lawrence for signage. The property known as 48 Furber St. aka 610 An- dover St. is located in a B -1 zoning district. By order of the Lawrence Planning Bd. Norman Nimmo, Chairman ET - 9/18, 9/25/13 NOTICE OF PUBLIC MEETING Notice is hereby given that the Lawrence Planning Board will hold a public meeting on October 2, 2013 at 7:00 PM in the City Council Chambers, City Hall, 200 Common St., Lawrence, MA to all -parties inter- ested in the application by Columbia Gas of Massachusetts, Steve Bryant and/or Frank Davis for a Site Plan 11 Approval in accordance with Sec- tion 29-27 of the Revised Zoning Ordinances of the City of Lawrence to construct a new 6500 s.f. build- ing for the storage of equipment and materials. The property known as 55 Marston St. is located in an 1-2 zoning district. By order of the Lawrence Planning Bd. Norman Nimmo, Chairman ET - 9/18, 9/25/13 Commonwealth of Massachusetts The Trial Court Probate and Family Court Essex Probate and Family Court - 36 Federaf Street Salem, MA 01970 (978) 744-1020 NOTICE OF PETITION FOR CHANGE OF NAME Docket No. ES13C0198CA In the matter of: Bryan Marshall Steinkamp Of: Haverhill, MA To all persons interested in peti- tion described: A petition has been presented by - Amanda Hope Lindsay on behalf of Bryan Marshall Steinkamp request- ing that: Bryan Marshall Steinkamp be allowed to change his/her/ their name as follows: Bryan Marshall Lindsay IF YOU DESIRE TO OBJECT THERETO, YOU OR YOUR ATTOR- NEY MUST FILE A WRITTEN AP- - PEARANCE IN SAID COURT AT: Sa- lem ON OR BEFORE TEN O'CLOCK IN THE MORNING (10:00 AM) ON: - 10/15/2013 WITNESS, Hon. Mary Anne Sa- hagian, First Justice of this Court. Date: September 16, 2013 Pamela Casey O'Brien Register of Probate ET - 9/25/13 * HIGHEST PRICES PAID for platinum, diamonds, gold, silver, paintings, estates. Linda's Jewelers, 781-596-1886.2 Market St., Lynn, MA Military hems Wanted NAME YOUR PRICE - Most Countries, Rev War through Vietnam. Call Peter (781) 631-1718 ARIENS 8 Hp, Snow Blower, with heated grips Valued at $1400, Selling $700. ROLL TOP DESK - Solid Oak, $300 Call (603) 898-0716 ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you send- ing them back the difference. Also beware when responding to classed ads that ask you to send shipping cost. Possible scam! BLACK,' FULL SIZE BED FRAME INCLUDES HEADBOARD 8 FOOTBOARD. IN GREAT CON- DITION. $100 CALL 978-922-9188 CONVERTABLE BOOT FOR CHRYSLER SEBRING Late 80's to early 90's $25. Call 978-777-3216 EXERCISE INVERSION TABLE excellent condition and 3 foot wide small trampoline. Paid $350 new - asking $150 for both. Call (978) 526-9848 after 5 pm HAND TOOLS WANTED Planes -chisels -adzes -clamps -calipers. Machinist and Mechanics. Useful tools, All Trades. Estate Lots. 1-888-405-2007. HOSPITAL BED with electric motor, excellent condition $200. Electric stand-up chair brown, very good condition $200. Motorized scooter $100.Or best offers on each. 617-680-6060 LOVESEAT - green tweed with 2 recliners, good condition $250 or best offer. Stationary bicycle $25. No. Salem, NH call 603-401-2384 MOVING -MUST SELL!! Almost new Kitchen set, granite top table 6 matching chairs (2 captains on rollers) $500. Gently used satin living room set -sofa, IovB- seat, 2 matching chairs 2 end tables 8 2 lamps (regal looking) $600. Ranch mink coat from IJ Fox Boston wom 6 times $1000.'Ex- quisite Yolanda's blush colored beaded gown wom only few hours $400. Other mise items All like new make an offer Located Pelham, NH. (239) 590-5273 PHILLIPS 22 INCH COLOR TV, remote control 8 hookups. Excellent condition. $35 or best offer. Call 978-427-1315 Refurbished stair s,ora 1 installed. Refurbished power chairs, Jazzy 8 Jet3 603-236-1227 ROSE OF SHARON TREES About 30. From 1 ft. to 10 ft. tall. From $1 to $15 each. (978) 686-0770 STOVE Beautiful Cast Iron Stove -1909 wood burning Regal Atlantic $1995. Excellent condition. Call (978)768-6509 Timber Wolf Wood Stove USED1 SEASON - EXCELLENT CONDITION New: $1599.99 / Blower: $250.00 NOW: $625.00 (you pick up) 603-362-5627 chiefconsentino@myfairpoint.net BOXFORD PUBLIC SCHOOLS BID NOTIFICATION . INSTALLATION OF A NEW PLAYGROUND The Boxford Elementary Schools is receiving sealed bids for the In- stallation of a new Playground at the Harry Lee Cole .School. Specifi- cations and job description may be obtained from Steven Greenberg at sgreenberg@tritownschoolunion. corn or by calling 978-887-0771 Ext. 221 on September 25, 2013 at 10:00 AM. Pre-bid Conference is Weds., Oct. 9, 2013 at 11:00 AM at the H. L. Cole School, 26 Middleton Rd., Boxford, MA. Bids are due on Thurs., Oct. 17, 2013 at 11:00 AM at the Office of the Superintendent, 28 Middleton Rd., Boxford, MA 01921. Late bids will not be accepted. The Boxford School Committee, through the Asst. Superintendent of Opera- tions, is the awarding authority and reserves the right to accept the bid that is most responsive, responsible and advantageous, and/or to accept or reject any or all bids or any por- tion thereof that is deemed in the best interest of the Boxford Public Schools and/or the Town of Boxford. ET - 9/25/13 TOWN OF ANDOVER MASSACHUSETTS ADVERTISEMENT Sealed bids for furnishing the following will be received at the Of- fice of Central Purchasing, Andover Town Offices, 36 Bartlet St., Ando- ver, Massachusetts 01810 until the time specified below at which time the bids will be publicly opened and read. The time received will be stamped on each bid and for a con- sistency of time, the wall clock in the Purchasing Office will be the deter- mining time. ITEM Bid No. 010/10-13/301 Water Main and Hydrant Replacement, Andover, MA BID OPENING October 10, 2013 11:00 A.M. Specifications and bid forms may be obtained at the Office of Central Purchasing, Andover Town Offices, 36 Bartlet Street, Andover, MA, be- ginning on September 25, 2013. Specifications and bid forms may also be obtained on the Central Purchasing Department webpage located at www.andoverma.gov. A bid security in the amount of 5% of the total bid will be required. Andover is an affirmative action/ equal opportunity purchaser. The Town reserves the right to accept or reject, in whole or in part, any or all bids or take whatever, other action may be deemed necessary to be in the best interest of the Town. Thomas P. Watkins Purchasing Agent ET - 9/25/13 Commonwealth of Massachusetts The Trial Court Probate and Family Court Essex Probate and Family Court 36 Federal Street Salem, MA 01970 DIVORCE SUMMONS BY PUBLICATION AND MAILING Docket No. SDR Mildred Mildred Diaz -Nunez VS. Carlos R Nunez To the Defendant: The Plaintiff has filed a Complaint for Divorce requesting that the Court grant a divorce for IRRETRIEV- ABLE BREAKDOWN. allow plaintiff to resume former name of MILDRED DIAZ The Complaint is on file at the Court. An Automatic Restraining Or- der has been entered in this matter preventing you from taking any ac- tion which would negatively impact the current financial status of either party. SEE Supplemental Probate Court Rule 411. You are hereby summoned to serve upon: Mildred J Diaz -Nunez 2 Washington Way Lawrence, MA 01843 your answer, if any, on or before 12/23/2013. If you fail to do so, the court will proceed to the hearing and adjudication of this action. You are also required to file a copy of your answer, if any, in the office of the Register of this Court. WITNESS, Hon. Mary Anne Sa- hagian, First Justice of this Court. Date: August 8, 2013 Pamela Casey O'Brien Register of Probate ET - 9/25/13 r CLASSIFIED MARKETPLACE THE EAGLE -TRIBUNE We( MERCHANDISE COCKER SPANIEL PUPPIES - 3 BLACK 1 Male, I MINI POODLE - 16 week old male. First Shat: 2 Female. BROWN,1 male. All vet checked. Health Cert fixate. To a good home who will VERMONT CASTING/DEFIANT WOOD STOVE Light beige, porcelain. Excellent shape. $225 firm. Call (603) 642-5455 1/2 hp DC motor, 2500rpm, 90V, 5.2A $50.00 * DC servo motor, U12M4, 284Watts, 43V -8A $75. * Power variac, 24OV-15a $100 Call (978) 774-0958 2 STAGE GAS SNOW THROWER - 5 HP 22 inch clearing path, Tecumseh engine, 6 forward speeds 2 reverse, operator/parts manual in- cluded. $200. Call (978) 281-3823 4 GALLON SQUARE 8 5 GALLON ROUND BUCKETS WITH UD Clean, food grade. Great for planting, storage, gardening, etc. $1 each. CALL (978) 682-6939. BEAUTIFUL HARDMAN PECK PIANO. SMALL UPRIGHT, Good condition, Needs slight work and tuning. $300. Call 978-546-6054 or 978-361-6258 AKC NEWFOUNDLAND PUPPIES Champion Sired 1 male 2 female black. 10 Weeks first shots. $1800 603-377-0137 AKC REG BERNESE MOUNTAIN DOG PUPS males 8 females, ready 9/21, raised on farm in Topsfield wAids, mom is family pet, vet checked and 1 st shots $1700 judybeaton@verizon.net or call 978-887-3721 ATTENTION! ATTENTION! Beware of anyone replying to your ad offering to send you a check for shipping and you sending them back the difference. Also beware when responding to classified ads that ask you to send shipping cost. Possible scam! MWA&4 . ?Z I CANE CORSO 2 beautiful female pups, blue brindle, ICCF registered. Must be seen! Serious inquiries only. (978) 390-8220 CHIHUAHUA - super tiny 8 cute 1 yr old pure- YGIIII& 7`018I DOBERMAN PINCHER Blue Doberman - 2 1/2 year male Blue Doberman, ears natural - tail docked, all shots. Great with everyone, and other dogs! Enjoys walks and runs in the fields. Vet references required - (Sadly must let him go) Price Negotiable 978-504-1672 call for details. DOLL FACED PERSIAN KITTENS, 1 male 61 female. Exquisite White Ready to go, $300 each. Call Jim 978-397-0198 FRENCH BULLDOG/ PUG Hybrid Pups Stay under 25lbs, Love Kids. Vet Checked 6 . Shots., $800 Text/Call 978-239-7233 or Email; opalwitley@aol.com KITTENS, 2 Males. White with a patch of Gray, One has black. Available now. $150. Call 978-423-7809 KITTENS - 3 gorgeous 8 wk old kittens; 2 orange male tabbies and a beautiful mufti -color female with double paws. Vet checked, 1st shots. Dewormed., Litter box trained. Ready to go, with Vet certificate. Dont wart - they will go fast. $175 firm. (978) 314-1707 Lab Pups AKC Yellow+Fox Reds. Adorable,lst shots, health certificates, ready now. $750.603-231-7206 11 LABRADOR RETRIEVERS, AKC Registered, Black, $750 each. From Champion Lines, Hunting 8 Showing. Health Certificates Ready to go, 9/23. Call Susan, 978-518-6867 LARGE LAB CROSS PUPPY happy/healthy pu- pfiirst shots, vetted,good for families, ready 9/19 $475 603-944-2114 for info MALTESE PUPS pure white very friendly. Vet checked, wormed, shots, micro chipped, ready now. $700 6 up. Call 603 435-9344. MINI DACHSHUND - Female 6 mo, All up to date with shots 6 all paper work. $850/best To good home, call Sherri 603- 498-7445 bred male chihuahua, very typey. $400 to good loving home only. (603) 581-8111 CHOW CHOW PUPPY Very sweet,lovable red male. Smooth coat. Champion sired. 7 months old. UTD on shots. House trained 8 crate trained. $600 603-923-1293 Neuter required. U,_ REDBONE PUPPIES, New Litter, 4 males, Cockapoo, Pekapoo, Cavachon, Goldendoodle, 4 females, chipped, health papers, shots, Morkies, Shorkie, Yorkie, Caim, Maltese, Porn wormed, World Champion bloodline, UKC Teddy Bear, Shih-poo etc $350+ 603-942-9970 papers. Kathy 603-582-1916; 617-419-6393. MORTGAGEE'S SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain mort- gage given by George R. Haddad to Washington Mutual Bank F.A., dated April 1, 2004, and recorded in the Essex County (Northern District) Registry of Deeds in Book 8681, Page 168, of which mortgage the undersigned is the present holder, for breach of the conditions of said mortgage and for the purpose of foreclosing, the same will be sold at public auction at 11:00 A.M. on Wednesday the 23rd day of October, 2013, on the mortgaged premises located at 52 Wilmot Street, Lawrence, Massachusetts, all and singular the real estate described in said mortgage as follows: "...the following described property located in ESSEX County, Massachusetts: ,LEGAL DESCRIPTION TO BE ATTACHED HERETO AND MADE A PART HEREOF. Exhibit i4 Legal Description Loan No. 0082843251 Mortgagor: George R. Haddad Lender: Washington Mutual Bank, F.A. Property: 52 Wilmot Street, Lawrence, Massachusetts 01841 The land in Lawrence with all the buildings thereon, being Lot numbered 122 on a plan of (Durant Lands) dated 1901, and recorded with the North District of Essex Registry of Deeds, Book 186, Page 600 and is bounded as follows: NORTHERLY by Lot 121, on said plan, one hundred four (11 04) feet; EASTERLY by Wilmot Street, fifty (50) feet; ' SOUTHERLY by land of the Society of Friends and by Lot 123A on said plan, one hundred twenty-two (11 22) feet; and WESTERLY by land of one McCarthy. Containing 5,650 square feet more or less. For title see deed recorded herewith. which currently has the address of 52 WILMOT STREET, LAWRENCE, Massachusetts 01841 ("Property Address"): TOGETHER WITH all the improvements now or hereafter erected on the property, and all easements, appurtenances, and fixtures now or hereafter a part of the property. All replacements and additions shall also be covered by this Security Instrument. All of the foregoing is referred to in this Security Instrument as the "Property"..." Said premises will be sold subject to and/or with the benefit of any and all restrictions, easements, improvements, covenants, outstanding tax title, municipal or Other public taxes, assessments, liens or claims in the nature of liens, and existing encumbrances of record created prior to the mortgage, if any there be. Said premises will also be sold subject to all leases and tenancies having priority over said mortgage, to tenancies or occupations by persons on the premises now or at the time of the said auction which tenancies or occupa- tions are subject to said mortgage, to rights or claims in personal property installed by tenants or former tenants now located on the premises, and also to all laws and ordinances including, but not limited to, all building and zoning laws and ordinances. THE TERMS OF SALE: FIVE THOUSAND and 00/100 ($5,000.00) DOL- LARS will be required to be paid by bank or certified check only by the purchaser at the time and place of sale, and the balance of the purchase price shall be paid by bank or certified check in or within thirty five (35) days thereafter with Attorneys Stanton & Davis, 1000 Plain Street, Marshfield, Massachusetts. The successful bidder at the sale of the premises shall be required to sign a Memorandum of Sale of Real Property By Auctioneer containing the above terms at the Auction sale. Other terms, If any, to be announced at the time and place of the sale. SIGNED: JPMorgan Chase Bank, National Association, Successor in interest by purchase from the Federal Deposit Insurance Corporation, as Receiver for Washington Mutual Bank f/k/a Washington Mutual Bank F.A., Present Holder of Said Mortgage, By: STANTON & DAVIS, As its Attorneys, FROM THE OFFICES OF: Jon S. Davis, Esquire, STANTON &•DAVIS, 1000 Plain Street, Marshfield, MA 02050, (781) 834-9181 (2139-2545-209F/Haddad)(09-25-13, 10-02-13, 10-09-13)(302531) ET - 9/25, 10/2, 10/9/13 I COMMONWEALTH OF MASSACHUSETTS MORTGAGEE'S NOTICE OF SALE OF REAL ESTATE - By virtue and in execution of the Power of Sale contained in a certain mortgage given by Martin J. Dunn to NESC Federal Credit Union (as a successor in interest to Lawrence Firefighters Federal Credit Union) dated January 14,2005 and recorded with Essex County (Northern District) Reg- istry of Deeds, Book 9313 Page 302, of which mortgage the undersigned is the present holder, for breach of the conditions of said mortgage, and pursuant to a Judgment of the Essex County Superior Court, dated Au- gust 6, 2013 in the matter of NESC Federal Credit Union v. Martin J. Dunn, Docket # ESCV2013-00943, authorizing said foreclosure action, and for the purpose of foreclosing, will be sold at Public Auction at One O'clock P.M. on the 10th day of October, 2013 at said mortgaged premises located at 81-85 South Broadway, Lawrence Massachusetts, Essex County, all and singular the premises described in said mortgage. The premises to be sold are more particularly described as follows: DESCRIPTION: A certain parcel of land in sad Lawrence, with the buildings thereon, bounded and described as follows: NORTHERLY: One hundred (100) feet by the southerly line of Crosby Street; EASTERLY: Fifty (50) feet by the westerly line of South Broadway; SOUTHERLY: One hundred (11 00) feet by land now or formerly of Arthur L. Fluet; and - WESTERLY: Fifty (50) feet by a passageway. Being the same premises conveyed to the mortgagor, Martin J'Dunn , by deed of Fleet National Bank f/k/a Fleet Bank, dated September 29, 1999, and recorded in the North Essex Registry of Deeds, Book 5565, Page 347. TERMS OF SALE (1) A nonrefundable deposit in cash or certified check or bank check for a minimum of $5,000.00 is to be paid by the successful bidder at the time of the auction. (2) The balance of the purchase price is to be paid to the Trust by certi- fied check or by bank check within thirty (30) days of the auction. (3) A foreclosure Deed will be issued to purchaser, upon payment of the balance of the purchase price, within thirty (30) days of the Auction. The Deed shall convey the premises subject to, and with the benefit of, all restrictions, easements, improvements, outstanding tax titles, municipal or other public taxes, assessments, liens, or claims in the nature of liens, and existing encumbrances of record senior to the lien hereby being satisfied, whether or not reference to such restrictions, easements, improvements, outstanding tax titles, municipal or other public taxes, assessments, liens, or claims in the nature of liens or encumbrances is made in the Foreclosure Deed. (4) Additionally, and not by way of limitation, the sale shall be subject to and with the benefit of any and all tenants, tenancies and occupants,if any. (5) No representation is or shall be made as to any amount of real estate taxes which may be due and outstanding. In the event that a copy of any municipal lien certificate is delivered to any bidder or prospective bidder prior to the commencement of the auction, said document is delivered for convenience purposes only and no representation is or shall be made as to said document's accuracy. (6) No representation is or shall be made as to any other mortgages, liens or encumbrances of record. (7) No representation is or shall be made as to the condition of the real estate. The real estate shall be sold "as is." (8) In the event of an error in this publication, the description of the prem- ises contained in the mortgage shall control. (9) Purchaser agrees to assume all responsibility and costs relative to system inspection and system compliance with the regulations and re- quirements of Title 5, 310 C.M.R. 15.000 at seq. it regulation should apply to said property. (10) Other terms, if any, shall be announced at the Auction. NESC Federal Credit Union By Its Attorney, Daniel P. Tarlow Daniel P. Tarlow, Esq. ET - 9/11, 9/18, 9/25 i good loving home Neuter contract a mu Black/white males $850 6 up. amity raised and pre -loved 1st shots, Cham inship bloodlines, north shore area starting 1650. Call 978-317-701 0 RKSHIRE Terrier pups, very friendly, no she et checked, shots, wormed and microchi ome. Name is Samantha. Family has mov L BEAN, Snowshoes; mens 30", women pin i'. LL BEAN, Womens white figure skates, sit 10. $35 each. All new items. (978) 792-56M WOODWORKING TOOLS - hand 8 power - drill press, tablesaw, clamps wrenches, drill bits, routers 8 bits 8 much much more. Will consider whole lot purchase. 603-548-6393 12" PARKS THICKNESS PLANER 4"02" 220 volt motor rugged wooden base on casters. $450.00 OBO _A Call 978-768-7113 Before 9PM 25, 2013 15 BUICK CENTURY Convertible 1985 V6, all power, leather interior, new tires, radiator, fuel tank, $4500. No rust. Call (978) 468-0597 CHEVROLET, Corvette 1974. 131k miles. #Matching Stingray, 350, 4 speed, clean, maintained, garaged, many new 8 original parts included, but needs rear bumper. Must sell. $4499/Best 978-687-9892 JAGUAR SJ6 1994 4 Door Sedan 95k, all power, Silver/silver leather excellent condition winter storage $4800 Call (978) 375-5494 1966 THUNDERBIRD Fair condition. $5500/best. 978-985-2717 ATTENTION1 ware of anyone replying to your ad offering o send you a check for shipping and you send - ng them back the difference. Also beware Mien responding to classified ads that ask you o send shipping cost! Possible scam! AUDI, A3 2006 Immaculate cond,DSG, pre- mium pkg, panoramic sunroof, leather, heated seats, 2.0 turbo 4 cyl. GREAT MPG. Great driving machine. Financing available.. $9800. Gary 617-901-9091 or 978-223-8817. The Town of North Andover is METHUEN CONSERVATION soliciting bids from qualified com- COMMISSION panies for miscellaneous appurte- METHUEN, MA 01844 nance repairs and replacements, Notice is hereby given that the and minor coating repairs at the Conservation Commission of the Bradford Street Standpipe in North City o'f Methuen will hold a pub - Andover.. Qualified companies are lic hearing on October 3, 2013, at requested to submit bids to the As- .7:00 p.m. in the Searles Building, sistant Town Manager at North An- 41 Pleasant Street, Second Floor dover Town Hall, 120 Main Street, Conference Room upon the peti- North Andover, MA, in accordance tion of New Locust Realty Trust with the instructions contained with- for the construction of a roadway in the Invitation for Bids (IFB). and drainage associated with a The complete IFB is available single-family residential subdivision on the Town website (www.townof- at 2 Maple Street within the 100' northandoveccom) by clicking on Buffer Zone of Bordering Vegetated "Bids, Quotes and Proposals". The Wetlands associated with Hawkes Town will only accept proposals Brook in accordance with Massa - delivered in person or by mail. All chusetts G. L. Ch. 131 Sec. 40 as proposals must be received by 2:00 amended and Chapter 12 of the p.m. on October 17, 2013 to be con- Methuen Municipal Code. sidered. Plans and forms submitted may The Town of North Andover may be viewed Monday - Friday during cancel this IFB or reject in whole or Commission office hours or by sp- in part any and all proposals, if they pointment. determine that cancellation or rejec- Submitted by Suzanne M. tion serves the best interest of the oureux, Chairperson Town of North Andover. fflT L 9/25/13 ET - 9/25/13 , '. dx MORTGAGEE'S SALE OF REAL ESTATE By virtue of and in execution of the Power of Sale contained in a certain mortgage given by Aurelio A. Depena a/k/a Brian A. Depena and Oneida Aquino a/k/a Onieda Aquino to Greenpoint Mortgage Funding, Inc., dated October 19, 2006 and recorded in Essex County (Northern District) Regis- try of Deeds in Book 10445, Page 33, as assigned to Waterfall Victoria Mas- ter Fund, Ltd. by Assignment dated June 23, 2011 and recorded with said Registry of Deeds in Book 13240, Page 3 and of which mortgage U.S. Bank National Association, as Indenture Trustee on behalf of Waterfall Victoria Mortgage Trust 2011-SBC3 is the present holder by virtue of Assignment dated November 13, 2012 and recorded with said Registry of Deeds in Book 13240, Page 5, for breach of conditions of said mortgage and for the purpose of foreclosing the same, the mortgaged premises located at 332 Broadway Street, Lawrence, Massachusetts will be sold at a Public Auction at 12:00 p.m. on October 9, 2013, at the mortgaged premises, more par- ticularly described below, all and singular the premises described in said mortgage, to wit: The land with the buildings thereon, situated in said Lawrence, bounded and described as follows: Easterly: by Broadway forty-five (45) feet; Northerly: by Florence Street seventy-five (75) feet; Westerly: by land now or formerly of Andover J. Graffam, forty-five (45) feet; and Southerly: by land now or formerly of the Essex Company seventy-five (75),feet. For our title see Deed recorded in Book 9727, Page 1. The above premises will be sold subject to all taxes, assessments, and other encumbrances which may constitute a prior lien thereon, and will be conveyed subject to any easements, restrictions of record, tenancies, and rights of redemption for unpaid federal taxes, if any, as shall, notwithstand- ing this provision, constitute valid liens or encumbrances thereon after said sale. Terms of the Sale: Cash, cashier's check, or certified check in the sum of Ten Thousand Dollars ($10,000.00) as a deposit must be shown at the time and place of the sale in order to qualify as a bidder and will be required to be paid as a deposit by the successful bidder; successful bidder to sign written Memorandum of Sale upon acceptance of bid; balance of purchase price payable in cash or current funds in thirty (30) days from the date of the sale at the offices of mortgagee's attorney, Partridge Snow & Hahn LLP, 40 Westminster Street, Suite 1100, Providence, RI 02903, or such other time as may be designated by mortgagee. The description for the premises con- tained in said mortgage shall control in the event of a typographical error in this publication. Other terms to be announced at the sale. U.S. BANK NATIONAL ASSOCIATION, AS INDENTURE TRUSTEE ON BEHALF OF WATERFALL VICTORIA MORTGAGE TRUST 2011-SBC3 by Its Attorneys, PARTRIDGE SNOW & HAHN LLP 40 Westminster Street, Suite 1100 Providence, Rhode Island 02903 (401) 861-8200 ET - 9/11, 9/18, 9/25/13 I MORTGAGEE'S SALE OF REAL ESTATE By virtue and in execution of the Power of Sale contained in a certain mortgage given by Jose Urena and Marilyn D. Jones-Urena to Mortgage Electronic Registration Systems, Inc. as nominee for WMC Mortgage Corp. its successors and assigns, dated November 17, 2006, and recorded in the Essex County (Northern District) Registry of Deeds in Book 10525, Page 248, which mortgage was assigned to U.S. Bank National Association as Trustee, successor in interest to Bank of America, National Association as Trustee as successor by merger to LaSalle Bank NA as trustee for Wash- ington Mutual Asset -Backed Certificates WMABS Series 2007-HE2 Trust by assignment dated May 3, 2012, and recorded in the Essex County (North- ern District) Registry of Deeds in Book 12946, Page 21, of which mortgage the undersigned is the assignee and the present holder, for breach of the conditions of said mortgage and for the purpose of foreclosing, the same will be sold at public auction at 12:00 P.M. on Wednesday the 23rd day of October, 2013, on the mortgaged premises located at 6 Market Street, Lawrence, Massachusetts, all and singular the real estate described in said mortgage as follows: "...the following described property located in the COUNTY of ESSEX: LEGAL DESCRIPTION ATTACHED HERETO AND MADE A PART HEREOF AND KNOWN AS EXHIBIT'A'. Exhibit A - Property Description Closing Date: 11/17/2006 Borrower(s): Jose Urena Property Address: 6 Market Street, Lawrence MA 01843 Certain tract or parcel of land, with the buildings thereon, situate in Law- rence, Essex County, Massachusetts, being shown as Lot numbered thirty three on a plan of land entitled: c%oe Land and Buildings of Homestead Association, Inc., Loring Park, South Lawrence, Mass., dated March 1921, John Franklin, C.E., recorded in the Essex County, Northern District, Regis- try of Deeds as Plan No. 428, said lot being more particularly bounded as follows: Northerly by the Southerly line of Market Street fifty (50) feet; Easterly one hundred and 81/100 (100.81) feet, partly by Lot numbered 34 as shown on said plan, and partially by Lot numbered 36 as shown on said plan; Southerly fifty five (55) feet partly by land formerly of the Homestead As- sociation, Inc., and partly by land now or late of the Essex Company; and Westerly one hundred (100) feet by lot numbered 32 as shown on said plan. Containing 5,037 square feet according to said plan. For title reference see Deed dated November 8, 2004 and recorded in Book 9176, Page 97. which currently has the address of 6 MARKET STREET LAWRENCE, Massachusetts 01843 ("Property Address"): TOGETHER WITH all the improvements' now or hereafter erected on the property, and all easements, appurtenances, and fixtures now or hereafter a part of the property. All replacements and additions shall also be covered by this Security Instrument. All of the foregoing is referred to in this Security Instrument as the "Property"..." Said premises will be sold subject to and/or with the benefit of any and all restrictions, easements, improvements, covenants, outstanding tax title, municipal or other public taxes, assessments, liens or claims in the nature of liens, and existing encumbrances of record created prior to the mort- gage, If any there be. . Said premises will also be sold subject to all leases and tenancies having priority over said mortgage, to tenancies or occupations by persons on the premises now or at the time of the said auction which tenancies or occupa- tions are subject to said mortgage, to rights or claims in personal property installed by tenants or former tenants now located on the premises, and also to all laws and ordinances including, but not limited to, all building and zoning laws and ordinances. THE TERMS OF SALE: FIVE THOUSAND and 00/100 ($5,000.00) DOL- LARS will be required to be paid by bank or certified check only by the purchaser at the time and place of sale, and the balance of the purchase price shall be paid by bank or certified check in or within thirty five (35) days thereafter with Attorneys Stanton & Davis, 1000 Plain Street, Marshfield, Massachusetts. The successful bidder at the sale of the premises shall be required to sign a Memorandum of Sale of Real Property By Auctioneer containing the above terms at the Auction sale. Other terms, if any, to be announced at the time and place of the sale. SIGNED: U.S. Bank National Association as Trustee successor in inter- est to Bank of America, National Association as Trustee as successor by merger to LaSalle Bank NA as trustee for Washington Mutual Asset - Backed Certificates WMABS Series 2007-HE2 Trust, Present Holder of Said Mortgage, By: STANTON & DAVIS, As its Attorneys, FROM THE OF- FICES OF: Jon S. Davis, Esquire, STANTON & DAVIS, 1000 Plain Street, Marshfield, MA 02050, (781) 834-9181 (2139-4186-1010F/Urena)(09-25-13, 10-02-13,10-09-13)(302533) ET - 9/25, 10/2, 10/9/13 a • a I 16 Wednesd v4it , Angel *0 2013 THE EAGLE -TRIBUNE CLASSIFIED MARKETPLACE RESPONSIBLE Certified Care Attendant, PT needed for a 951b. college educated disabled woman in Lynnfietd, MA. Momings 6 afternoon shifts. Must have good communication skills, be able to lift 6 drive. Recent references absolutely req . . Email: ladynel89@aol.com or Call, 781-598-5585 after 6:30pm We are CNA'S/HHA'S looking to take care of your loved one in your home. Private Pay Com- bined30+yrs. experience, excellent refer- ences. Private duty 7 days a week RN support Available (978) 837-2088 Jill or Donna mark ALL YOUR SPACE BACK Junk Removal & Cleanouts Dumpster rentals. Insured 603-571-0187 ANYTHING & EVERYTHING Estate Clean -outs, Demolitions, Basement, Garage, Yard Debris Dump runs. Call 978-521-0445 BEST RATES - Call Mike remove junk 6 anything from A -Z 978-973-2009 JUNK REMOVAL . Anything Goes. Free Estimate Call 978-609-5589 FRAME TO FINISH Repairs, Skim 6 New Work - Textured Ceilings 6 Metal Studs - Norman @ 603.890-3113 COMMERCIAL 6 RESIDENTIAL WIRING by ROC Electric. MA Lic #20045A. NH Lic #11463M. CALL 978-815-3876 4 QUALRY, SERVICE & PRICE F That Wont Shock You! Insured. MA#31525E NH#12831M. ItCall Mike 9784123-8510 CAPITAL AVAILABLE FOR BUSINESS, Commercial and venture capital. $50,000 and up. Call, Robert (978) 476-0208 BEST QUALITY IN TOWN 4 WONG FLOORS F Install - Sand - Refinish FREE estimate - Furry insured 617-884-3494 or 978.328-9200 www.wongflGDrs.com HAGGAR CONSTRUCTION - Kitchens, bathrooms, additions 6 decks. Roofing & siding Commercial 6 Residential (978) 685-0461 BEST CHOICE CONSTRUCTION Gutters, seamless aluminum, cleanings, leaf guard. 25 yrs. experience. 978-973-5410. tt ALL THE RIGHT MOVES- Carpentry, Remodeling Home Improvements, Pairrting & Plug. Bill, 978-273-7243, 603-898-1035 CUSTOM AIR, HEATING, COOLING, DUCTLESS Serving the No. Shore S'mc& 2000 Call (781) 760.3154 Free Estimate High Efficiency OUTDOOR WOOD FURNACE from Central Boiler bums less wood. 25 year warranty. C.P. Enterprises 978-927-9663 at BATH LINERS; WALL SURROUNDS Bath Tub Reglazing IIC. insured Free Estimates Mr. Tub 80OA53-6171 mrtub.corn off V t Cutbacks, Aerating, & Fall CleanupPs, Scheduling Now Plow/Shovel & Sr. Disc. Father/Daughter D 6 S Landscaping 978'335'4710 JbF LANDSCAPING: 40+years New lawns, sod, trees shrubs loam, mows, dozer. Free estimates insured 978-685-0783 J 6 S LANDSCAPING: Now scheduling fall dean ups, aerating, dethatching. Snow Plow- ing/Shoveling. Sr disc. Phil 978.609-2390 Wakways, Patio, Stonewall, New Lawns, Tree Work, Affordable Maintenance. Call Cape Ann Landscape 978-283-4050:978-810-8111 Afordable Masonry Brick, Block,Store,Cemennt Stairs Walks/Patios/Walls/Chimneys/Ceramic Tile, Call Ted 978-387-8778/603-893-7321 D ALL TYPES OF MASONRY Q New work, repairs, small jobs welcome. Free estimates. Dave 978-948-2566 Dave's Masonry Brick, Block, Stone, Repairs, Additions, Hardscape Design, Demo and Excavation Work, Basement Waterproofing. 603-489-2382 etplace..,...." BUICK PARK AVENUE ULTRA 1999 - Runs super and.its clean $2650. Call for more information (603) 890-6941 ' LIVING ASSISTANCE SERVICES ATTENTION: CNAs, LNA's, HHNs O GOT MOLD? O Visiting Angels has openings for experienced Caregivers looking to make a difference in an Basementlattic? Ins act from $75. Mold Test, removal. [ADA Certified. A.R.S. 978-688-1111 elder's life. Minimum requirements include driv- AUDI, S4 2004. 74,000 miles. Convertible, ers license, experience, references, dean coni. FINISH /REPAIR /NEW CARPENTRY allhandymanmanh.com Cali to schedule appointment 978462-6161 BUSY LADY SERVICES- am available to do your errands! Drive you to Registered/ Insured. 978.683-8756 doctors, shopping, airport, etc. Experienced 3-H HANDYMAN Reasonably priced, basements, carpentry/ remodeling, tiles. Call 978-375-1976 "978-423-0754` or 781.842-0504 1 Am Looking For Work t t t Reliable, experienced woman available for elderly person in need of personal health care, companion, and or Dementia. Light versatile PROVIDERS ALL CHILDCARE PROVIDERS IN home duties. Will travel. Excelle5-2111 references. MASSACHUSETTS ARE TO BE Call 978-255-2111 LICENSED. Only NH Childcare Providers May Be Licensed Or Non -Licensed NEWBURYPORT, MA PCA wanted for disabled HONDA, Civic 4Dr LX Sedan 2005. only 20,700 miles. Runs like new, excellent ctron, new Michelin tires, Automatic Transmission, Black Interior, Silver Exterior, A/C, Keyless Entry, Power Windows, Cruise Control, Power Steer - ing, Power Door Locks. $9999.978-985.6483 man, Weekend nights 8-9pm, Good Pay, FORDFusion 2011 16000 iSE Sedan 4 FORD, . m. ean door. Garaged. Bordeaux Red with Stone cloth interior. $14,500.976-771-6840 Call after noon time. (978) 465-0173 McCARTHY MASONRY: Rebuilds, pointing sweeps, caps, stairs, base- Professional climbers. Brush chi scum PPm9, p HERING Services for errands, food shoppin meet repeirs, ins. free est. 978390-8469 light cleaning, laundry, doctor appointment 1`20 HOUSE CLEANING miles of Newburyport. 978-CMA752 ,PiJw" AIWAV," PCA Healthy active woman with MS in No. Home 6Office. Spring Cleanups. Construction 6 Andover looking for PCA Thurs & Sat nights 6 Rental clearouts. Weekly - bFweekly - monthly. weekend mornings. Must have own trarnspor- 15 yrs exp References. Wanete 978-079-0180 tation, references, non-smoker. 978.6854648 PCA NEEDED: Lawrence MA area. r , Temp -Perm. Heavy firing involved. Must be available every other weekend 6 fill-ins during ALL DAY JUNK REMOVAL -GFREE ESTIMATES the week, and have drivers license. 978_36 i_J216 Call 978-683-7437 between gam 2pm I mark ALL YOUR SPACE BACK Junk Removal & Cleanouts Dumpster rentals. Insured 603-571-0187 ANYTHING & EVERYTHING Estate Clean -outs, Demolitions, Basement, Garage, Yard Debris Dump runs. Call 978-521-0445 BEST RATES - Call Mike remove junk 6 anything from A -Z 978-973-2009 JUNK REMOVAL . Anything Goes. Free Estimate Call 978-609-5589 FRAME TO FINISH Repairs, Skim 6 New Work - Textured Ceilings 6 Metal Studs - Norman @ 603.890-3113 COMMERCIAL 6 RESIDENTIAL WIRING by ROC Electric. MA Lic #20045A. NH Lic #11463M. CALL 978-815-3876 4 QUALRY, SERVICE & PRICE F That Wont Shock You! Insured. MA#31525E NH#12831M. ItCall Mike 9784123-8510 CAPITAL AVAILABLE FOR BUSINESS, Commercial and venture capital. $50,000 and up. Call, Robert (978) 476-0208 BEST QUALITY IN TOWN 4 WONG FLOORS F Install - Sand - Refinish FREE estimate - Furry insured 617-884-3494 or 978.328-9200 www.wongflGDrs.com HAGGAR CONSTRUCTION - Kitchens, bathrooms, additions 6 decks. Roofing & siding Commercial 6 Residential (978) 685-0461 BEST CHOICE CONSTRUCTION Gutters, seamless aluminum, cleanings, leaf guard. 25 yrs. experience. 978-973-5410. tt ALL THE RIGHT MOVES- Carpentry, Remodeling Home Improvements, Pairrting & Plug. Bill, 978-273-7243, 603-898-1035 CUSTOM AIR, HEATING, COOLING, DUCTLESS Serving the No. Shore S'mc& 2000 Call (781) 760.3154 Free Estimate High Efficiency OUTDOOR WOOD FURNACE from Central Boiler bums less wood. 25 year warranty. C.P. Enterprises 978-927-9663 at BATH LINERS; WALL SURROUNDS Bath Tub Reglazing IIC. insured Free Estimates Mr. Tub 80OA53-6171 mrtub.corn off V t Cutbacks, Aerating, & Fall CleanupPs, Scheduling Now Plow/Shovel & Sr. Disc. Father/Daughter D 6 S Landscaping 978'335'4710 JbF LANDSCAPING: 40+years New lawns, sod, trees shrubs loam, mows, dozer. Free estimates insured 978-685-0783 J 6 S LANDSCAPING: Now scheduling fall dean ups, aerating, dethatching. Snow Plow- ing/Shoveling. Sr disc. Phil 978.609-2390 Wakways, Patio, Stonewall, New Lawns, Tree Work, Affordable Maintenance. Call Cape Ann Landscape 978-283-4050:978-810-8111 Afordable Masonry Brick, Block,Store,Cemennt Stairs Walks/Patios/Walls/Chimneys/Ceramic Tile, Call Ted 978-387-8778/603-893-7321 D ALL TYPES OF MASONRY Q New work, repairs, small jobs welcome. Free estimates. Dave 978-948-2566 Dave's Masonry Brick, Block, Stone, Repairs, Additions, Hardscape Design, Demo and Excavation Work, Basement Waterproofing. 603-489-2382 etplace..,...." MAINTENANCE MANAGER - The Eagle -Tribune, North Andover, MA Full-time. Ensure efficient operation of daily and weekly packaging production as well as weekend packaging. Supervise Machine Operators. Ensure all scheduled maintenance and repairs are performed on equipment. Excellent mechanical and electrical skills required. 3+ years management experience, knowledge of Microsoft Word and Excel as well as strong verbal and written communication skills required. Prior machine operations and newspaper experience a plus. LOADING DOCK WORKER - The Salem News, Beverly, MA Pan -time. Responsibilities include handing out newspaper bundles to independent contractors. Some moderate and repetitive lifting involved. Dependability is a must. Training is provided. Previous newspaper distribution experience a plus. Hours: Tuesday, Wednesday, Thursday, Saturday 3:00 a.m. to 6:00 a.m. and Friday 3:00 a.m. to 9:00 a.m. BUILDING MAINTENANCF,/JANITOR - North of Boston Media Group, North Andover, MA Full-time. Responsibilities include maintaining building and grounds by providing basic janitorial, grounds keeping, and repair services as needed. Hours are 8:30 a.m. to 5:00 p.m. Monday through Friday. Licensed electrician preferred but not required. Must have valid driver's license and the ability to work independently. Please stop by our North Andover office to complete an application or e-mail your resume to hr@northofboston.com RECEPTIONIST - The Eagle -Tribune, North Andover, MA Full-time. Responsibilities include answering a multi -line phone system, greeting customers, data entry and general clerical duties. Must have excellent organizational skills, ability to work independently and previous office experience. MATERIAL HANDLERS - The Eagle -Tribune, North Andover, MA Come work in our state -of -the -an packaging center to load fliers into machines for distribution in the newspaper. Entry level position. Some moderate lifting is involved. Training is piovided. All applicants must be at least 18 years of age. Full-time weekday hours 9:00 a.m. to 5:30 p.m., and a weekend night rotation -10:30 p.m. to 7:00 a.m. Friday night and 10:00 p.m. to 6:30 a.m. Saturday night. Please stop by our North Andover office to complete an application. RECEPTIONIST - The Salem News, Beverly, MA Full-time. Responsibilities include answering a multi -line phone system, greeting customers, data entry and general clerical duties. Must have excellent organizational skills, ability to work independently and previous office experience. This is a 32.5 hour position. RECEIVER/DRIVER - The Eagle -Tribune, North Andover, MA Full-time. Responsibilities include unloading inserts and general freight; driving a company truck to deliver mail products to area post offices and using powered fork trucks and narrow aisle jacks. CDL license and DOT physical required. Moderate to heavy lifting is involved. Must be at least 21 years old. MAIL CLERK - The Eagle -Tribune, North Andover, MA Full-time. Sort and distribute First Class mail to departments. Complete all paperwork for the processing of standard mail for EMC program. Process outgoing mail for proper discounting. High School education and previous clerical experience required. Must be able to work independently and have strict attention to detail. U.S. Postal experience a plus. PREPRINT CLERK - The Eagle -Tribune, North Andover, MA Full-time. Schedule inserts for publications. Create zone profiles for each zone insert. Prepare daily billing. Assist with product layouts and late inserts. High School education and excellent organizational skills, strong communications skills, strong clerical skills, ability to work well under deadline pressure. Comprehensive benefits package offered to all full-time (30+ hours) employees. For consideration, please e-mail resume and cover letter, with salary requirements, to hr@northofboston.com. Resumes receivedwithout salary requirements will not be considered. Applications may also be obtained in the lobby of any of our publications Monday through Friday,9 a.m. to 5 p.m. An Equal Opportunity Employer I; HONDA ACCORD LX 1997 Loaded 4 cyl., (gas saver) automatic, new tune uphires 6 sticker. Runs perfect $1700 Call (978) 452-5238 HONDA, Civic EX Coupe 2006. 71,500 mi. les. Silver with black interior. Great condi- tion. One owner. $9800.978-927-9302 INFINI 1 045 2003 - Black, all options, 152,000 miles. Great condition. $8000. - Cal 508-523-2667 or 978-546-9327 INFINITY 0-45 1996 4 door sedan, dark green light tan leather interior Reliable, 122k miles, pace $1800 Call (978) 744-5320 JEEP GRAND CHEROKEE 2008 - Mint condition. Fully loaded. NAV system, 75k miles. Reduced $16,000 Best offer Must see! 978-810-4213 LD(US, ES 350 2012. 20,000 miles. Estate Sale, new car warranty, Navigation, all the bells and whistles, Truffle Mica with tan in- terior. $31,088.978.969-1895 MERCEDES 1999 E320 - automatic, 191K mi- les, very well maintained, runs great. Gold, tan leather. Priced to sell $2,750. (603) 893-1575 MERCEDES E320 Station wagon 1999 4-matic, 168k miles, dark red, tan leather, runs well $2500 Call (781) 596.2847 MERCEDES S430 2001 Sedan - 4.3 her V-8, auto natic,126,000 miles. $5900. Can (978) 687-7361 MERCURY Grand Marquis Park Lane 97, 118k miles, V6, Keyless entry. Very cleaNma mained. Garaged, $3995. Call JAS 978-815-7330 Olds Alero GL 2001 Tari/Tan, 4 cyl. traction con- trol, all power options, well maint. needs noth- ing, pristine. 105k. $3950 781-640-9858 1&1V%0S1r miff" SATURN, ION 2006.37,000 miles. Silver - excellent condition, one owner. Located in Haverhill, Ma. $7,200.207 841 A637 SATURN SL SEDAN 2001 82,600 miles, clean, black/tan, well maintained, good condition 53,000 (9781283-1531:978-491-1017 cell SEBRING Convertible 2010, 4 cylinder, 32k Mites. Power options, Navigation. Leather Florida Car. $14,450/BEST Cali (978) 688-6696 SUBARU IMPREZA 2009- REDUCED $12,000 2.5i, 4 door sedan. 35k, Loaded, mconroof. aro`/ wheels, CD player, A/C. Very good - tionNon smoker Call 978-885 0878 UC 6 SONS MASONRY: BRICK - CEMENT - COUTURE HOME IMPROVEMENT: SPRING SPE - STUCCO 6 STONE, All Masonry: Steps, walks, CIALS! Decks, Siding, Windows & Doors In - walls, chimney, foundations. Call 978-688-5331 stalled & Repairs. Insured. TJ, 978-902-7644 Mario's Masonry r Steps,tile,wall,stone, patio,repair 978-682-5499 BEST CHOICE CONSTRUCTION Roofing, siding, gutters. Quality work, reason- ' ' able costs 25 yrs exp. Fully ins. 978.973-5410 . NO JOB TOO SMALL Available 7 days. Licensed and Insured Discount Prices 978.682-0399 BALDASSARI- Painting Interior/Extedor. Wallpapering 6 removal. Free estimates 12 978-688-0161; 781-953-6890 9 MOST AFFORDABLE Roofing & Siding. Decks, windows. Certified installers. LicAnsured BBB accredited. 978-265-6843 M/C, Visa RDOFING AND REPAIRS, MA LIC#105583 Fully Insured, References, Free Estimates. VISA/Mastercard Ca11800-64941161 BUICK PARK AVENUE ULTRA 1999 - Runs super and.its clean $2650. Call for more information (603) 890-6941 PLEASE NOTE: Ads under this classification may be found FORD TAURUS SEL, 2008 - Merlot metallic, ' 52k miles, Full power, Leather, Mint condition, CADILLAC 1998 ELDORADO Northstar engine, 8 SELF -STORAGE: Salem, NH; Methuen, MA. Automobiles, boats, motorcycles. household Dods, business stock, etc. r. cylinder. 98k miles. Loaded. 12 disc CD player. White. Runs great. $6000/best. 978-774-1131 Original owner. Extended service warranty expires 10/14. $13500. Call, (978) 686-5400 AUDI, S4 2004. 74,000 miles. Convertible, CHEVROLET Corvette 1988, Red, 350 V8 FORD TAURUS SES 2001 Sedan TarVBlack, V6, Grey on Grey, heated power leather, all op- tions, Bose, 6 -speed manual transmission. 340 hp V-8 engine. Great condition, ga- engine, Automatic, AC, 95k miles, Good mechanical condition, needs upholstery work. tilt, cruise, power window/seats/door locks, mint condition. 83K, $4950 781.640-9858 raged. Very fast and fun to drive!. $7500/BEST. Call (978) 3744383 baths, basements. 978-314-0816 -_ - '• - - � ?� y $12,000. 617-750-3212 DODGE NEON SE 2001 4 door, 4 cyl., AC, very nice compact. Must be seen 118,000 miles, $1850978-397-3444 Lawrence BMW 3 Series sport wagon, 2006, 6 speed manual, 1 owner, 120k, runs excellent, North DONOVAN TREE REMOVAL, LLC Sizzling Summer Specials. Free Est/Tully Insured 603-842-0487 donovantreeremoval.com FORD ESCORT SE Sedan 1999, red/grey int. Shore Area $11,650 Call 978-590-8256 Cell Boilers, hot water tanks, Bathroom and Kitchen pwr. windows/locks, AC, alarm, towner, 24K. No rust, like new tend. $4450 781840 9858 HONDA, Civic 4Dr LX Sedan 2005. only 20,700 miles. Runs like new, excellent ctron, new Michelin tires, Automatic Transmission, Black Interior, Silver Exterior, A/C, Keyless Entry, Power Windows, Cruise Control, Power Steer - ing, Power Door Locks. $9999.978-985.6483 BUICK LESABRE 1999, Maroon, All power options, traction control. Runs and drives like new. 97k miles, $4450.781-640-9858 FORDFusion 2011 16000 iSE Sedan 4 FORD, . m. ean door. Garaged. Bordeaux Red with Stone cloth interior. $14,500.976-771-6840 PLANTE'S TREE Will meet/beat any quote! Master fitter NH. Call Bill 97BA76.9827 Professional climbers. Brush chi scum PPm9, p gas grinding, firewood Fully insured. 978-399-8487 THE EAGLE -TRIBUNE GLOUCESTER DERRY NEWS NORTH of DAILY TIMES j° THE 54LEM NEWS LET'S Go BOSTONTHE DAILY NEWS ANDOVER TOWNSMAN CARRIAGE TOWNE NEWS w E e r A e R o u A OF NEWOURYPORT HAVERHILL GAZETTE MAINTENANCE MANAGER - The Eagle -Tribune, North Andover, MA Full-time. Ensure efficient operation of daily and weekly packaging production as well as weekend packaging. Supervise Machine Operators. Ensure all scheduled maintenance and repairs are performed on equipment. Excellent mechanical and electrical skills required. 3+ years management experience, knowledge of Microsoft Word and Excel as well as strong verbal and written communication skills required. Prior machine operations and newspaper experience a plus. LOADING DOCK WORKER - The Salem News, Beverly, MA Pan -time. Responsibilities include handing out newspaper bundles to independent contractors. Some moderate and repetitive lifting involved. Dependability is a must. Training is provided. Previous newspaper distribution experience a plus. Hours: Tuesday, Wednesday, Thursday, Saturday 3:00 a.m. to 6:00 a.m. and Friday 3:00 a.m. to 9:00 a.m. BUILDING MAINTENANCF,/JANITOR - North of Boston Media Group, North Andover, MA Full-time. Responsibilities include maintaining building and grounds by providing basic janitorial, grounds keeping, and repair services as needed. Hours are 8:30 a.m. to 5:00 p.m. Monday through Friday. Licensed electrician preferred but not required. Must have valid driver's license and the ability to work independently. Please stop by our North Andover office to complete an application or e-mail your resume to hr@northofboston.com RECEPTIONIST - The Eagle -Tribune, North Andover, MA Full-time. Responsibilities include answering a multi -line phone system, greeting customers, data entry and general clerical duties. Must have excellent organizational skills, ability to work independently and previous office experience. MATERIAL HANDLERS - The Eagle -Tribune, North Andover, MA Come work in our state -of -the -an packaging center to load fliers into machines for distribution in the newspaper. Entry level position. Some moderate lifting is involved. Training is piovided. All applicants must be at least 18 years of age. Full-time weekday hours 9:00 a.m. to 5:30 p.m., and a weekend night rotation -10:30 p.m. to 7:00 a.m. Friday night and 10:00 p.m. to 6:30 a.m. Saturday night. Please stop by our North Andover office to complete an application. RECEPTIONIST - The Salem News, Beverly, MA Full-time. Responsibilities include answering a multi -line phone system, greeting customers, data entry and general clerical duties. Must have excellent organizational skills, ability to work independently and previous office experience. This is a 32.5 hour position. RECEIVER/DRIVER - The Eagle -Tribune, North Andover, MA Full-time. Responsibilities include unloading inserts and general freight; driving a company truck to deliver mail products to area post offices and using powered fork trucks and narrow aisle jacks. CDL license and DOT physical required. Moderate to heavy lifting is involved. Must be at least 21 years old. MAIL CLERK - The Eagle -Tribune, North Andover, MA Full-time. Sort and distribute First Class mail to departments. Complete all paperwork for the processing of standard mail for EMC program. Process outgoing mail for proper discounting. High School education and previous clerical experience required. Must be able to work independently and have strict attention to detail. U.S. Postal experience a plus. PREPRINT CLERK - The Eagle -Tribune, North Andover, MA Full-time. Schedule inserts for publications. Create zone profiles for each zone insert. Prepare daily billing. Assist with product layouts and late inserts. High School education and excellent organizational skills, strong communications skills, strong clerical skills, ability to work well under deadline pressure. Comprehensive benefits package offered to all full-time (30+ hours) employees. For consideration, please e-mail resume and cover letter, with salary requirements, to hr@northofboston.com. Resumes receivedwithout salary requirements will not be considered. Applications may also be obtained in the lobby of any of our publications Monday through Friday,9 a.m. to 5 p.m. An Equal Opportunity Employer I; HONDA ACCORD LX 1997 Loaded 4 cyl., (gas saver) automatic, new tune uphires 6 sticker. Runs perfect $1700 Call (978) 452-5238 HONDA, Civic EX Coupe 2006. 71,500 mi. les. Silver with black interior. Great condi- tion. One owner. $9800.978-927-9302 INFINI 1 045 2003 - Black, all options, 152,000 miles. Great condition. $8000. - Cal 508-523-2667 or 978-546-9327 INFINITY 0-45 1996 4 door sedan, dark green light tan leather interior Reliable, 122k miles, pace $1800 Call (978) 744-5320 JEEP GRAND CHEROKEE 2008 - Mint condition. Fully loaded. NAV system, 75k miles. Reduced $16,000 Best offer Must see! 978-810-4213 LD(US, ES 350 2012. 20,000 miles. Estate Sale, new car warranty, Navigation, all the bells and whistles, Truffle Mica with tan in- terior. $31,088.978.969-1895 MERCEDES 1999 E320 - automatic, 191K mi- les, very well maintained, runs great. Gold, tan leather. Priced to sell $2,750. (603) 893-1575 MERCEDES E320 Station wagon 1999 4-matic, 168k miles, dark red, tan leather, runs well $2500 Call (781) 596.2847 MERCEDES S430 2001 Sedan - 4.3 her V-8, auto natic,126,000 miles. $5900. Can (978) 687-7361 MERCURY Grand Marquis Park Lane 97, 118k miles, V6, Keyless entry. Very cleaNma mained. Garaged, $3995. Call JAS 978-815-7330 Olds Alero GL 2001 Tari/Tan, 4 cyl. traction con- trol, all power options, well maint. needs noth- ing, pristine. 105k. $3950 781-640-9858 1&1V%0S1r miff" SATURN, ION 2006.37,000 miles. Silver - excellent condition, one owner. Located in Haverhill, Ma. $7,200.207 841 A637 SATURN SL SEDAN 2001 82,600 miles, clean, black/tan, well maintained, good condition 53,000 (9781283-1531:978-491-1017 cell SEBRING Convertible 2010, 4 cylinder, 32k Mites. Power options, Navigation. Leather Florida Car. $14,450/BEST Cali (978) 688-6696 SUBARU IMPREZA 2009- REDUCED $12,000 2.5i, 4 door sedan. 35k, Loaded, mconroof. aro`/ wheels, CD player, A/C. Very good - tionNon smoker Call 978-885 0878 UC 6 SONS MASONRY: BRICK - CEMENT - COUTURE HOME IMPROVEMENT: SPRING SPE - STUCCO 6 STONE, All Masonry: Steps, walks, CIALS! Decks, Siding, Windows & Doors In - walls, chimney, foundations. Call 978-688-5331 stalled & Repairs. Insured. TJ, 978-902-7644 Mario's Masonry r Steps,tile,wall,stone, patio,repair 978-682-5499 BEST CHOICE CONSTRUCTION Roofing, siding, gutters. Quality work, reason- ' ' able costs 25 yrs exp. Fully ins. 978.973-5410 . NO JOB TOO SMALL Available 7 days. Licensed and Insured Discount Prices 978.682-0399 BALDASSARI- Painting Interior/Extedor. Wallpapering 6 removal. Free estimates 12 978-688-0161; 781-953-6890 9 MOST AFFORDABLE Roofing & Siding. Decks, windows. Certified installers. LicAnsured BBB accredited. 978-265-6843 M/C, Visa RDOFING AND REPAIRS, MA LIC#105583 Fully Insured, References, Free Estimates. VISA/Mastercard Ca11800-64941161 TOYOTA CAMRY 1998 LE, 4 cylinder, Auto, AC, Power windows/doors. Runs and drives great. Needs a muffler, $1395.(603)548-3619 TOYOTA CAMRY 97. Reliable, Clean, Good Condition, FL Car, Power Windows, Power Locks, $2500/BEST (978) 689.8731 Volkswagen Passat 2006, Est. miles: 116,000. Black, 4 Door, Spacious caramel leather interior, ggood condition, heated seats, auto. trans with Pptroruc, 4-0, 2.0 L, turbo engine, 6 -disc CO. tinted windows, sun roof, AC, power seat and windows $7,000/BEST. Call (978) 886.2810 VW BEETLE Convertible 2009, RED, 26k miles. The cutest beach bug around. Loaded, Leather, Garaged! $16, 000. (978) 792-5607 VW CABRIO 2001 Convertible blue, New dutch, new battery, new tires. Heated leather seats, CO. 140k. $2,300/best. 978-948-3323 rT Aft 2007 MERCEDES BENZ E350 Arctic white, Leather, 15,411 Original miles, 1 owner, All of the bells and whistles. To many options to list. $26,775. Call 978-352-8428 Rnntcrnrrcccnurcc rr. Gr 1985 CATALINA 25' Sailboat - Slip at Beverly Marina included, $2500. Boat, motor 6 trailer included. Call 978-922-3772/978-578-7540 FIVE CENT'S SAVINGS We are currently seekinnggt/cca71n���dididddates for a Part -Time Teller opening in our Amesbury office for Thursday, Friday and Saturday hours. Primary responsibilities include: • Performing a variety of customer transactions including deposits, withdrawals and more and while supporting our business development efforts in a consistently professional manner. - Adhering to established bank policies and procedures regarding operational integrity, regulatory compliance, and customer confidentiality. The successful, detail oriented, team player we seek should possess: - Prior experience in a fast paced, service oriented culture. - Experience working within a retail environment and/or bank and online banking services preferred. - Ability and willingness to work at either Amesbury location and/or flexible hours as needed, while functioning and cross training into other support roles within the branch. Newburyport Five Cents Savings Bank offers its employees a competitive total compensation plan including 401k, comprehensive health insurance, and ongoing education. To apply please email your resume to Nancy Jones at njonesOnewburyportbank.com Member FDIC 9 Member DIF I Equal Housing lender Q I EDE The Earle -4 ribu»e The Eagle -Tribune has carrier routes available in the below communities. Call TODAY for more information. Methuen: All areas Call Steve Traverso 800 -%Ala 00 All Eagle -Tribune Carriers & Motor Routes are Independent Contractors :ta• t SEABIRD 1983 Sports Fisherman, 29' fly bridge, twin 350 Crusaders. 300hrs. on repower. Sleeps 5. All glass, clean and ready to go! $10k/best offer. Call (978) 465-0597 1999 LOWE, open aluminum boat. 16 foot with side console 25 H.P. Johnson, new tele - flex unit- great for fishing/ clamming. $2200. 978-768-3478 11111f,a t a a: Will ��lSe 'Ifflff" CLASSIC MOTOR SCOOTER 1964 LAMBRETTA 125 Riverside. New 150. Original paperwork. Needs nothing, must see! $2800. Foster, (978) 922-3551 HARLEY DAVIDSON 2003 Softail black anniver- sary edition, low mileage, excellent condition, many HD installed upgrades & extras. $11,500 978- 526-1840: 9784173-6752 HARLEY DAVIDSON 2008 DELUXE Candy Red, 6967 miles, MINT Condition, HD Hard Leather Bags, HD Windshield, Mustang Seat, Adjustable Back Rest. $13995 Call Bob, 978-36OA710 (Middleton MA) WANTED A COUPLE OF OLD SCOOTERS. Call 978-873-6707 FORD EDGE SE 2007 - All wheel drive. Excellent condition, 45k miles, $12,900 Gall (978) 521.9984 FORD EXPLORER LIMITED 2003 - Auto, 44, Roof Rack, Running Boards, Seats 7. 4 New Yokohama Tues, Heated Mirrors, No Rust. Looks and Runs Great Must See! 109k Miles, $5995. Call (978) 729-9731 FORD EXPLORER SPORT 1998 - Black, 98k Miles, Power Options, Moon Roof, Great Engine, Reliable. $1300/130. Call 781-254-1589 JEEP LIBERTY LIMITED 2004- 86k miles, All leather, heated seats 6 mirrors. Sun roof, needs some work. $5500/B0 (918) 531-2356 CHEVY SILVERADO 1500, 2002 Ext. Cab, LS 4 X 4 black /gray interior. V8, auto, tilt, cruise AC, 65K NADA $12K... $8450.781-640-9858 CHEVY SILVERADO 2004 - 4X4 Pick Up Bilk miles, Nice condition, $10,800 FIRM Plow available used 30 times. 97BA65-3913 DODGE, Dakota 2005. 105,000 miles. one owner, excellent condition, new tires, ga- raged, 44 quad cab, V6, AC, power seat 6 windows, auto transmission & more. $10,500. 978-372-4252 FORD F-150,1998, pickup. 6cyl, 2 door, 8 foot bed, good condition, 128k miles, $17D0/best. In Lawrence 508-631A575 I' rt CHEVY ASTRO VAN 2005 - Gray. Excellent condition. 6 cylinder, low miles, dutch door, 8 passenger. $7000/best. 978-278-5687 CHEVY VENTURE 2004, runs 6 drives great. Cold A/C, 150K miles, up to 8 passenger. $2600 or best offer. Call Jim (603) 490-1897 FORD CARGO VAN 2000, V8, Auto, White, 196,000 miles, Runs good, needs tires, & some work. $595. (978) 335.3006 i TOYOTA, Sienna 2005. 92,045 miles. XLE AWO. Wen maintained, very good condition! One owner, all maintenance records available. Phantom Gray Pead exterior. Gray leather ime- rior. Alloy wheels, replaced run flats with and season tires with spare. Heated, power from seats. Second row captains chairs, 60/40 Split & Stow third row. Sunshades. JBL Synthesis Premium 10 speaker audio with CO. Driver 6 passenger side impact airbags. Curtain shield airbags in all three rows. All weather mats. Just detailed. $10,900. Cal Pete at 1.978.618-0835. Absolutely ALL CARS & TRUCKS wanted! Paying up to $500. Call Murray's Auto Recycling 6034125-2562 ACALL vehicle. AWAd Mars paid. Scrap metal wanted 978-683-1273 $$ CASH PAID $$ CARS & TRUCKS WANTED 978-462-8262 www.salisburysalvage.com JUNK CARS 6 TRUCKS WANTED Picked up within 24 hrs. Up to $800 CASH PAID. CALL (603) 303-2866 JUNK CARS WANTED - HIGHEST PRICES PAID! More money for better cars. FRAM'S AUTO (978) 683-9544 JUNK Cars Wanted Highest prices paid - Call for price! 1-8DD-292-1149 Brandy Brow Auto Parts $250 to $500 Cash paid for cars 6 trucks Dave's Towing/Auto Recycle 978-064-6710 $250 6 UP JUNK CARS WANTED WEBER AUTO 6 TRUCK 1-800-594-2084 $250 ROOF REPAIRS Free roofs g/siding estimates Call Derek 978-914-7718 PLEASE NOTE: Ads under this classification may be found ' online under the Service heading of SELF -STORAGE: Salem, NH; Methuen, MA. Automobiles, boats, motorcycles. household Dods, business stock, etc. r. General Services SAMCO PAVING & Sealcoating. 978-281-0909 / 800-9344007 Prices$201.$190/.. Call 603-894-4631 Free Est. Fully Ins. www.samcopay.ngma.com www.hampshireroadseHstorage.com MATTHEW'S PLASTERING *Reliable, Quality work * Additions, kitchens, TILE Installation. Repairs. Bathrooms. Kitchens. baths, basements. 978-314-0816 Foyers. Guaranteed work. Free estimates. Jim 978.774-0067. * MV PLASTERING 6 DRYWALL * , best prices, old ceilings and walls new again. Free estimates. 978.686-5012 DONOVAN TREE REMOVAL, LLC Sizzling Summer Specials. Free Est/Tully Insured 603-842-0487 donovantreeremoval.com Gaffny Plumbing Boilers, hot water tanks, Bathroom and Kitchen LMNGSTONTree 6Stump Removal Fast/Ouality Service, Free est. Remodeling MP#8599 (978) 682-0098 978-689-8373 livirgstonfamilytree.com MASTER PLUMBER -Retired looking for small jobs. MA, NH & Maine. #9563 MA, # 1653 NH PLANTE'S TREE Will meet/beat any quote! Master fitter NH. Call Bill 97BA76.9827 Professional climbers. Brush chi scum PPm9, p gas grinding, firewood Fully insured. 978-399-8487 QUALITY TREE SERVICE BRITE SIDE Tree & Hazardous removal, trimming. Firewood. * PRESSURE WASHING * Low prices. Fully insured, free estimates We work well under pressure! 978-685-9545 Call 603-365-7364 TOYOTA CAMRY 1998 LE, 4 cylinder, Auto, AC, Power windows/doors. Runs and drives great. Needs a muffler, $1395.(603)548-3619 TOYOTA CAMRY 97. Reliable, Clean, Good Condition, FL Car, Power Windows, Power Locks, $2500/BEST (978) 689.8731 Volkswagen Passat 2006, Est. miles: 116,000. Black, 4 Door, Spacious caramel leather interior, ggood condition, heated seats, auto. trans with Pptroruc, 4-0, 2.0 L, turbo engine, 6 -disc CO. tinted windows, sun roof, AC, power seat and windows $7,000/BEST. Call (978) 886.2810 VW BEETLE Convertible 2009, RED, 26k miles. The cutest beach bug around. Loaded, Leather, Garaged! $16, 000. (978) 792-5607 VW CABRIO 2001 Convertible blue, New dutch, new battery, new tires. Heated leather seats, CO. 140k. $2,300/best. 978-948-3323 rT Aft 2007 MERCEDES BENZ E350 Arctic white, Leather, 15,411 Original miles, 1 owner, All of the bells and whistles. To many options to list. $26,775. Call 978-352-8428 Rnntcrnrrcccnurcc rr. Gr 1985 CATALINA 25' Sailboat - Slip at Beverly Marina included, $2500. Boat, motor 6 trailer included. Call 978-922-3772/978-578-7540 FIVE CENT'S SAVINGS We are currently seekinnggt/cca71n���dididddates for a Part -Time Teller opening in our Amesbury office for Thursday, Friday and Saturday hours. Primary responsibilities include: • Performing a variety of customer transactions including deposits, withdrawals and more and while supporting our business development efforts in a consistently professional manner. - Adhering to established bank policies and procedures regarding operational integrity, regulatory compliance, and customer confidentiality. The successful, detail oriented, team player we seek should possess: - Prior experience in a fast paced, service oriented culture. - Experience working within a retail environment and/or bank and online banking services preferred. - Ability and willingness to work at either Amesbury location and/or flexible hours as needed, while functioning and cross training into other support roles within the branch. Newburyport Five Cents Savings Bank offers its employees a competitive total compensation plan including 401k, comprehensive health insurance, and ongoing education. To apply please email your resume to Nancy Jones at njonesOnewburyportbank.com Member FDIC 9 Member DIF I Equal Housing lender Q I EDE The Earle -4 ribu»e The Eagle -Tribune has carrier routes available in the below communities. Call TODAY for more information. Methuen: All areas Call Steve Traverso 800 -%Ala 00 All Eagle -Tribune Carriers & Motor Routes are Independent Contractors :ta• t SEABIRD 1983 Sports Fisherman, 29' fly bridge, twin 350 Crusaders. 300hrs. on repower. Sleeps 5. All glass, clean and ready to go! $10k/best offer. Call (978) 465-0597 1999 LOWE, open aluminum boat. 16 foot with side console 25 H.P. Johnson, new tele - flex unit- great for fishing/ clamming. $2200. 978-768-3478 11111f,a t a a: Will ��lSe 'Ifflff" CLASSIC MOTOR SCOOTER 1964 LAMBRETTA 125 Riverside. New 150. Original paperwork. Needs nothing, must see! $2800. Foster, (978) 922-3551 HARLEY DAVIDSON 2003 Softail black anniver- sary edition, low mileage, excellent condition, many HD installed upgrades & extras. $11,500 978- 526-1840: 9784173-6752 HARLEY DAVIDSON 2008 DELUXE Candy Red, 6967 miles, MINT Condition, HD Hard Leather Bags, HD Windshield, Mustang Seat, Adjustable Back Rest. $13995 Call Bob, 978-36OA710 (Middleton MA) WANTED A COUPLE OF OLD SCOOTERS. Call 978-873-6707 FORD EDGE SE 2007 - All wheel drive. Excellent condition, 45k miles, $12,900 Gall (978) 521.9984 FORD EXPLORER LIMITED 2003 - Auto, 44, Roof Rack, Running Boards, Seats 7. 4 New Yokohama Tues, Heated Mirrors, No Rust. Looks and Runs Great Must See! 109k Miles, $5995. Call (978) 729-9731 FORD EXPLORER SPORT 1998 - Black, 98k Miles, Power Options, Moon Roof, Great Engine, Reliable. $1300/130. Call 781-254-1589 JEEP LIBERTY LIMITED 2004- 86k miles, All leather, heated seats 6 mirrors. Sun roof, needs some work. $5500/B0 (918) 531-2356 CHEVY SILVERADO 1500, 2002 Ext. Cab, LS 4 X 4 black /gray interior. V8, auto, tilt, cruise AC, 65K NADA $12K... $8450.781-640-9858 CHEVY SILVERADO 2004 - 4X4 Pick Up Bilk miles, Nice condition, $10,800 FIRM Plow available used 30 times. 97BA65-3913 DODGE, Dakota 2005. 105,000 miles. one owner, excellent condition, new tires, ga- raged, 44 quad cab, V6, AC, power seat 6 windows, auto transmission & more. $10,500. 978-372-4252 FORD F-150,1998, pickup. 6cyl, 2 door, 8 foot bed, good condition, 128k miles, $17D0/best. In Lawrence 508-631A575 I' rt CHEVY ASTRO VAN 2005 - Gray. Excellent condition. 6 cylinder, low miles, dutch door, 8 passenger. $7000/best. 978-278-5687 CHEVY VENTURE 2004, runs 6 drives great. Cold A/C, 150K miles, up to 8 passenger. $2600 or best offer. Call Jim (603) 490-1897 FORD CARGO VAN 2000, V8, Auto, White, 196,000 miles, Runs good, needs tires, & some work. $595. (978) 335.3006 i TOYOTA, Sienna 2005. 92,045 miles. XLE AWO. Wen maintained, very good condition! One owner, all maintenance records available. Phantom Gray Pead exterior. Gray leather ime- rior. Alloy wheels, replaced run flats with and season tires with spare. Heated, power from seats. Second row captains chairs, 60/40 Split & Stow third row. Sunshades. JBL Synthesis Premium 10 speaker audio with CO. Driver 6 passenger side impact airbags. Curtain shield airbags in all three rows. All weather mats. Just detailed. $10,900. Cal Pete at 1.978.618-0835. Absolutely ALL CARS & TRUCKS wanted! Paying up to $500. Call Murray's Auto Recycling 6034125-2562 ACALL vehicle. AWAd Mars paid. Scrap metal wanted 978-683-1273 $$ CASH PAID $$ CARS & TRUCKS WANTED 978-462-8262 www.salisburysalvage.com JUNK CARS 6 TRUCKS WANTED Picked up within 24 hrs. Up to $800 CASH PAID. CALL (603) 303-2866 JUNK CARS WANTED - HIGHEST PRICES PAID! More money for better cars. FRAM'S AUTO (978) 683-9544 JUNK Cars Wanted Highest prices paid - Call for price! 1-8DD-292-1149 Brandy Brow Auto Parts $250 to $500 Cash paid for cars 6 trucks Dave's Towing/Auto Recycle 978-064-6710 $250 6 UP JUNK CARS WANTED WEBER AUTO 6 TRUCK 1-800-594-2084