Loading...
HomeMy WebLinkAboutContract #: 005659 - From: 12-31-2014 To: - Waterline Industries Corporation - Town of North Andover4 O fD I� A f7 O � n C A� O b i I J Santilli, Ray From: Santilli, Ray Sent: Thursday, October 31, 2013 3:05 PM To: 'Mody, Tapan' Cc: Kundin, Pete; 'BORegan@waterlineind.com'; Thibodeau, Bruce Subject: RE: Sole source bid for Electric Actuators Gentlemen, Please be advised that the Town of North Andover does not have any contractual relationship with Rotork. Contrary to Mr. Kundin's statement, there was no formal bid received from Rotork in response to the issued Invitation for Bids. The contract for the purchase and installation of electrical actuators was awarded to Waterline Industries. 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 From: Mody, Tapan [mailto:Tapan.Mody@rotork.com] Sent: Thursday, October 31, 2013 3:01 PM To: Santilli, Ray; Thibodeau, Bruce Cc: Kundin, Pete Subject: FW: Sole source bid for Electric Actuators Ray / Bruce, My General Manager had sent this out, wanted to make sure you got it. I did get a chance to speak with Waterline about this, they received it. Pete (my General Manager) had gotten a delivery notification fault. Tapan B. Mody Area Sales Manager - New England Mobile: (603) 781-8904 Office: 22 Pinewood Road, Hudson, NH 03051 North American Headquarters: (585) 247-2304 - 675 Mile Crossing BLVD, Rochester, NY 14624 Tapan.ModvCa)rotork.com I web: www.rotork.com VQI�ZM� Inside Sales - Quoting (all products) extension -(585) 247-2304 x -10442 Technical Support - (After Sales Technical Support, ASTS) - (585) 247 - 2304 x - 10459 http://www.linkedin.com/in/tapanmodv From: Kundin, Pete Sent: Thursday, October 31, 2013 9:04 AM To: Rsantilli(&townofnorthandover.com; BThibodeau(aotownofnorthandover.com Cc: Mody, Tapan; BOReganawaterlineind.com Subject: Sole source bid for Electric Actuators Gentlemen: Rotork Controls has manufactured actuators since its inception in 1957. We built a factory in Rochester NY in 1976. We also opened our first New England field office in 1985. We presently have three direct employees in New England - one Area Manager and two field technicians living in close proximity to your plant. I don't believe any manufacturer of actuators can make that claim. In fact, our local representative, the Wise company, has also been with us for over 30 years. We recently bid a public project and won the project, receiving a Purchase Order from Waterline Industries. We bid this according to your bid documents in what we thought was an open public bid. We have been told that the water department is now saying they will not review our submittal equipment saying this was a "Sole Source" bid for Auma Actuators. We have a copy of that letter. We have considerable experience in the process which municipalities need to go through to Sole Source equipment. We are extremely surprised that this was not made clear earlier in the bid process. We have had numerous on site meetings with personnel who had even said they were happy to see Rotork win the project. We have expended significant cost to this point as you might expect. Please confirm that you have intended to not have competitive manufacturers bidding on this project. Clearly your own bid documents state that the replacement of this equipment is due to obsolescence so that commonality of spare parts is not an issue. A project of this size is what we consider a major project internally and we have to have the contract reviewed by our legal department as a matter of course. We will now have to alert them it is being cancelled and will not really have a reasonable story to tell them. I look forward to hearing from you. Time is of the essence here as Waterline Industries feels compelled to cancel our order due to the response of your water department. Regards, Pete Kundin General Manager - East Coast Factory Store 675 Mile Crossing Blvd Rochester NY 14624 Tel: 1-585-719-1220 1 Mobile: 1-585-410-4587 email: pete.kundin(@rotork.com l web: www.rotork.com This message has been scanned for malware by Websense. www.websense.com 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: hftp://www.sec.state.ma.us/pre/preidx.htm. Please consider the environment before printing this email. Santilli, Ray From: Kundin, Pete [Pete.Kundin@rotork.com] Sent: Thursday, October 31, 2013 9:04 AM To: Santilli, Ray; Thibodeau, Bruce Cc: Mody, Tapan; BORegan@waterlineind.com Subject: Sole source bid for Electric Actuators Gentlemen: Rotork Controls has manufactured actuators since its inception in 1957. We built a factory in Rochester NY in 1976. We also opened our first New England field office in 1985. We presently have three direct employees in New England - one Area Manager and two field technicians living in close proximity to your plant. I don't believe any manufacturer of actuators can make that claim. In fact, our local representative, the Wise company, has also been with us for over 30 years. We recently bid a public project and won the project, receiving a Purchase Order from Waterline Industries. We bid this according to your bid documents in what we thought was an open public bid. We have been told that the water department is now saying they will not review our submittal equipment saying this was a "Sole Source" bid for Auma Actuators. We have a copy of that letter. We have considerable experience in the process which municipalities need to go through to Sole Source equipment. We are extremely surprised that this was not made clear earlier in the bid process. We have had numerous on site meetings with personnel who had even said they were happy to see Rotork win the project. We have expended significant cost to this point as you might expect. Please confirm that you have intended to not have competitive manufacturers bidding on this project. Clearly your own bid documents state that the replacement of this equipment is due to obsolescence so that commonality of spare parts is not an issue. A project of this size is what we consider a major project internally and we have to have the contract reviewed by our legal department as a matter of course. We will now have to alert them it is being cancelled and will not really have a reasonable story to tell them. I look forward to hearing from you. Time is of the essence here as Waterline Industries feels compelled to cancel our order due to the response of your water department. Regards, Pete Kundin General Manager - East Coast Factory Store 675 Mile Crossing Blvd Rochester NY 14624 Tel: 1-585-719-1220 1 Mobile: 1-585-410-4587 email: pete.kundin@rotork.com I web: www.rotorl<.com TOWN OF NORTH ANDOVER DIVISION OF PUBLIC WORKS WATER TREATMENT PLANT 420 GREAT POND ROAD, 0 1845 -2909 Linda M. Hmurciak Superintendent October 30, 2013 Mr. Brendan O'Regan Waterline Industries Corporation 7 London Lane Seabrook, NH 03874 Dear Mr. O'Regan: BRUCE D. THIBODEAU, P.E. DIRECTOR Telephone (978) 688-9574 Fax (978) 688-9575 Per the Invitation for Bids dated July 17, 2013 for AUMA Electric Actuators the Town of North Andover Water Treatment Plant is refusing your submittals for Rotork Control actuators. Sincerely, Linda Hmurciak Superintendent North Andover Water Treatment Plant TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Ralph W. Dumke, President Waterline Industries Corporation 7 London Lane Seabrook, NH 03874 Dear Mr. Dumke: , NORTH 1 �O`tt�e° F � A �SS•1CHUSEt October 28, 2013 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the executed contract between the Town of North Andover and Waterline Industries Corporation for the purchase and installation of electrical actuators at the Water Treatment Plant. 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, Raymond T. Santilli Assistant Town Manager Enclosure cc., Ms. Linda Hmurciak, Water Treatment Plant Contract File 0' *AIA Document A310" — 7970 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Waterline Industries Corp. of 7 London Lane, Seabrook, (Here insert full name and address or legal title of Contractor) NH 03874 as Principal, hereinafter called the Principal, and CorePointe Insurance Company of 401 S. Old Woodward (Here insert full name and address or legal title of Surety) Avenue, Suite 300, Birmingham, MI 48009 a corporation duly organized under the laws of the State of Michigan as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover of 120 Main (Here insert full name and address or legal title of Owner) Street, North Andover, 01845 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5% OF BID ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Purchase & Installation of Electrical Actuators at Water (Here insert full name, address and description of project) Treatment Plant NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract :*pith another party -to perform. the Wort: covered by said bid; then tris obligation shall be nuu and void, otherwise to remain in full force and effect. and sealed this 8th day of August, 2013 Waterline Industries Corp. A�k (Princi al) (Seal) (Wi ess) (Title) Ralph W. Dumke, President CorePointe Insurance Company (Surety) (Witness) A,::2:= (Title) Mark D. Leskanic (Seal) Attorney -in -Fact AIA Document A310TM —1970. Copyright 01963 and 1970 by The American institute of Architects. POWER OF ATTORNEY COREPOINTE INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that COREPOINTE INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 401 S. Old Woodward Ave, Suite 300, Birmingham, Michigan, has made, constituted and appointed, and does by these presents make, constitute and appoint: Newton S Johnson Oscar B Johnson Mark D Leskanic Amanda L Morgan its true and lawful Attorney -in -Fact, to sign its name as surety as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifteen Million and 00/100 Dollars ($15,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Michigan, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions, which were duly and validly adopted at a meeting of the Board of Directors of the Company held on December 6, 2012: RESOLVED, that all bonds, undertakings, powers of attorney, and other instruments for and on behalf of the Company which it is authorized to execute, may be executed in the name and on behalf of the Company by the Chairman of the Board or the President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board of Directors, or in any power of attorney executed as provided for in these resolutions, may execute any such bond, undertaking, or other instrument as provided in such resolution or power of attorney. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20th day of May, 2013. CorePoi nsurance Company (S(,al) BY J s S. Haan Its President STATE OF MICHIGAN ) ) ss: COUNTY OF OAKLAND ) Attest- By ttest: B Y Thomas J. O'Brien Its Secretary Sworn to before me, a Notary Public in the State of Michigan, this 20th. day of May, to be the President, and the Secretary, respectively, of CorePointe Insurance Compan Mark T Notary My Co (Seal) Haan and Thomas J. O'Brien who swore State of Michigan m Expires February 21, 2015 I, the undersigned, Assistant Secretary of COREPOINTE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of (Seal) Steven Coward TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Ralph W. Dumke, President Waterline Industries Corporation 7 London Lane Seabrook, NH 03874 Dear Mr. Dumke: f NORTH 1 o. ��SSICHUS 'toy October 28, 2013 TEL (978) 688-9516 FAX (978) 688-9556 . Enclosed please find the executed contract between the Town of North Andover and Waterline Industries Corporation for the purchase and installation of electrical actuators at the Water Treatment Plant. 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, Raymond T. Santilli Assistant Town Manager Enclosure cc., Ms. Linda Hmurciak, Water Treatment Plant Contract File 6 ACORD CERTIFICATE OF LIABILITY INSURANCE D IYYY) F //30/30/200113. 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 endorsements . PRODUCER Noyle W Johnson Insurance Agency Inc. 119 River Street P.O. BOX 279 Montpelier VT 05601-0279 CONT NAME: ACT Pam DeGraff or Holly French PHONE, (802)223-7735 FAX . (602)223-1515 EMAIL sse INSURERS AFFORDING COVERAGE NAIL S INSURERA:Old Republic Construction INSURED Waterline Industries Corporation, et al 7 London Lane Seabrook NH 03874 INSURER.B:National Union Fire INSURERC: INSURER D: INSURER E : INSURERF: rrnVr_PAr_Fc CERTIFICATE NUMRER-CL1393019144 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 I LTR TYPE OF INSURANCE ADDL UBR POLICY NUMBER POLICY EFF M Y POLICY EXP MIDDY Y LIMITS AUTNORI2EDREPRE EN ATIVE acl. GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PR MI E ce $ 100,000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 5,000 A CLAIMS -MADE aOCCUR CG95931304 0/1/2013 10/1/2014 PERSONAL E, ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY X JFrTPRO X LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ P' X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS A2CA95931304 10/1/2013 10/1/2014 BODILY INJURY (Per accident) $ YtDAMAGE $ PROPERTY accident) UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 B X EXCESS LIAB [N CLAIMS -MADE 766142 10/1/2013 10/1/2014 DED I I RETENTION $ A WORKERS COMPENSATION X WC STATU-ORYLIM TS OTH- FIR AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory In NH) NIA CWg5931305 10/1/2013 10/1/2014 E.L. EACH ACCIDENT $ 11000,000 E.L. DISEASE - EA EMPLOYE $ 11000,000 E.L. DISEASE - POLICY LIMIT $ 11000,000 If yes, descry under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS ! LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace is required) Town of North Andover is Additional Insured on General Liability per form CG20100704 (attached). CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010/05) ©1988-Z )O ACORD CORPORAMON. All rights reserved. INS026 (201005).01 The ACORD name and logo are registered marks ofUCORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of North Andover 120 Main Street AUTNORI2EDREPRE EN ATIVE acl. North Andover, MA 01845 ACORD 25 (2010/05) ©1988-Z )O ACORD CORPORAMON. All rights reserved. INS026 (201005).01 The ACORD name and logo are registered marks ofUCORD POLICY NUMBER: A-2CG-959312-03 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 Q� THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES 7" 0 K;-.wncvVL.�r ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT. information required to com lete this Schedule if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 2010 07 04 S. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainten- ance or repairs) to be performed by or on be- half of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the Injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. ® ISO Properties, Inc., 2004 Page 1 of 1 0 TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli TEL (978) 688-9516 Assistant Town Manager * ^ FAX (978) 688-9556 October 10, 2013 Mr. Ralph W. Dumke, President Waterline Industries Corporation 7 London Lane Seabrook, NH 03874 Dear Mr. Dumke: By previous letter, you were advised the Town of North Andover awarded a contract to Waterline Industries Corporation for the purchase and installation of electrical actuators at the Water Treatment Plant. The contract documents you executed were forwarded to Town Counsel for final review. The Certificate of Liability Insurance submitted contains `Waiver of Subrogation' language. Both Town Counsel and the Town's insurance carrier have determined that this language is not acceptable and not in compliance with the contract requirements. The Town will not waive its rights of recovery. Please submit an appropriate Certificate of Liability Insurance without this specific language. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager ,R Santilli, Ray From: Janet Nolan [Janet.Nolan@cabotrisk.com] Sent: Monday, October 07, 2013 2:44 PM To: Patricia Sullivan Cc: Santilli, Ray Subject: RE: Insurance Question Please be advised MIIA recommends any waiver of subrogation language be removed from contracts prior to signing. The Town should not waive their rights of recovery. Regards, Janet Nolan Account Manager Member Services 15 Cabot Road Woburn, MA 01801-1003 Direct Dial #781-939-6863 800-526-6442 x6863 800-222-5963 x6863 Fax #781-376-9907 CONFIDENTIALITY NOTICE: The information contained in this e-mail message, including any attachments, is for the sole use of the intended recipient(s) and may contain confidential and privileged information. Any unauthorized review, use, disclosure of distribution is prohibited. If you are not the intended recipient, and have received this communication in error, please contact the sender by reply e-mail and destroy all copies of the original message. Thank you. -----Original Message ----- From: Patricia Sullivan Sent: Tuesday, October 01, 2013 2:08 PM To: Janet Nolan Subject: FW: Insurance Question Hi Janet, Do you see any issue with subro language? Patricia Sullivan, CIC Senior Account Executive MIIA Member Services Cabot Risk Strategies 15 Cabot Road Woburn, MA 01801 Phone: 800-526-6442 Direct Phone: 781-939-6824 Fax: 781-376-9907 Confidentiality Notice: The information contained in this e-mail message, including any attachments, is for the sole use of the intended recipient(s) and may contain confidential and priviledged information. Any unauthorized review, use, disclosure of distribution is prohibited. If you are not the intended recipient, and have received this communication in error, please contact the sender by reply e-mail and destroy all copies of the original message. Thank you. -----Original Message ----- From: Santilli, Ray[mailto:rsantill@townofnorthandover.com] Sent: Monday, September 30, 2013 4:07 PM To: Patricia Sullivan Subject: Insurance Question Hey Tricia, The Town is currently executing a contract with Waterline Industries for the purchase and installation of electrical actuators at the Water Treatment Plant. Attached is the insurance certificate submitted by the company along with the Town's contractual insurance requirements. Town Counsel recommended I seek MIIA's opinion as to the inclusion of a 'Waiver of Subrogation' by the company's insurance carrier. Please advise. 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@townofnorthandover.com Web www.townofnorthandover.com 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. Santilli, Ray From: Carol McGravey [chm@uf-law.com] Sent: Thursday, September 26, 2013 4:32 PM To: Santilli, Ray Subject: RE: Contract Documents Ray, The insurance certificate contains a waiver of subrogation, which MIIA does not recommend and which we do not customarily allow. Also, the GL coverage is $1M/$2m , not $1M/$3m, with a $6M umbrella. Is this acceptable to you. As a reminder, we should consider a change to the contract requirements if this continues to be an issue. I would suggest reviewing the recommendations in the MIIA risk management manual. Thanks. Carol -----Original Message ----- From: Santilli, Ray[mailto:rsantill@townofnorthandover.com] Sent: Wednesday, September 25, 2013 2:23 PM To: Carol McGravey Subject: Contract Documents 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 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. ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 9/5/2013 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(les) 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 endorsements . PRODUCER Noyle W Johnson Insurance Agency Inc. River Street P.O. BOX 279 Montpelier VT 05601-0279 CONTACT Pam DeGraff or Holl French NAME: y PHONE (802)223-7735 F'� o. (802)223-7515 AIC119 EMAIL INSURERS AFFORDING COVERAGE NAIC# INSURERA:Old Republic Insurance Co. 67614al INSURED Waterline Industries Corporation, et al 7 London Lane Seabrook NH 03874 INSURERB:National Union Fire Ins CO INSURERC: INSURER D: INSURER E INSURER F: rtnVFQer.Fc CFRTIFICATF NIIMRFR:CL1292716499 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 TYPE OF INSURANCE Town of North Andover POLICY NUMBER POLICY EFF / ICY EXP Y LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY r DAMAGE0 RENTED PREMISES Ea occurrence $ 100 000 MED EXP (An one person) $ 5,000 A CLAIMS -MADE OCCUR CG95931203 10/1/2012 /2013 PERSONAL & ADV INJURY $ 1,000,600 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY X PRO X LOC AUTOMOBILE LIABILITY MBIN Ea acc deDtSINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO A ALL OWNED SCHEDULED FL2CA95931203 10/1/2012 10/1/2013 BODILY INJURY (Per accident) $ AUTOS AUTOS NON -OWNED PROPERTY DAMAGE $ (Per accident HIRED AUTOSAUTOS Uninsured motorists PD $ 25,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 B X EXCESS LIAB CLAIMS -MADE $ 8766089 10/1/2012 10/1/2013 DED RETENTION$ WORKERS COMPENSATION X WC STATUS FIR AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN I—] E.L. EACH ACCIDENT $ 11000,000 E.L. DISEASE - EA EMPLOYE $ 1 L000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) NIA CWg5931204 10/1/2012 10/1/2013 E.L. DISEASE - POLICY LIMIT $ 1 000 000 If yes, describe under DESCRIPTION OF OPERATIONS below LL - DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Town of North Andover is Additional Insured on General Liability per form CG20100704 (attached). Policy includes Waiver of Subrogation per form CG24040509 (attached). CeidCPI I ATInN ACORD 26 (2010106) U 1953-2U1 U ACURU wkieURAT wrv. Au rights reserves. INS026 (201005).01 The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of North Andover 120 Main Street North Andover, MA 01845 AUTHORIZED REPRESENTATIVE t" Pamela DeGraff/PAM n' :" Ii'✓ ACORD 26 (2010106) U 1953-2U1 U ACURU wkieURAT wrv. Au rights reserves. INS026 (201005).01 The ACORD name and logo are registered marks of ACORD 4 POLICYNUMBER: A-2CG-959312-03 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL (INSURED - OWNERS LESSEES OR CONTRACTORS - SCHEDULED. PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 2010 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainten- ance or repairs) to be performed by or on be- half of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. 0 ISO Properties, Inc., 2004 Page 1 of 1 13 0 POLICYNUMBER: A-2CG-959312-03 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or °your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This Waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 13 PAYMENT BOND Bond No, 85016 KNOW ALL MEN BY THESE PRESENTS, that we Waterline Industries Corp. with a place of business at 7 London Lane Seabrook NH 03874 as Principal (the "Principal"), and CorePointe Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 401 S. Old Woodward Avenue, Suite 300, Birmingham MI 48009 as Surety (the "Surety"), are held and finely bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum Of One Hundred Thirteen Thousand Two Hundred Twenty Three and 50/1001hs ($113,223.50) 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 Purchase and Installation of Electrical Actuators at Water Treatment Plant 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 SURETY [Name and Seal] Ralph W. Dumke, President [Title] Attest: _50 Prospect Street, Waltham, MA 02453 [Address] (781)642-9000 [Phone] Attest: END OF PAYMENT BOND POWER OF ATTORNEY COREPOINTE INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that COREPOINTE INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 401 S. Old Woodward Ave, Suite 300, Birmingham, Michigan, has made, constituted and appointed, and does by these presents make, constitute and appoint: Newton S Johnson Oscar B Johnson Mark D Leskanic Amanda L Morgan its true and lawful Attorney -in -Fact, to sign its name as surety as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifteen Million and 00/100 Dollars ($15,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Michigan, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions, which were duly and validly adopted at a meeting of the Board of Directors of the Company held on December 6, 2012: RESOLVED, that all bonds, undertakings, powers of attorney, and other instruments for and on behalf of the Company which it is authorized to execute, may be executed in the name and on behalf of the Company by the Chairman of the Board or the President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board of Directors, or -in any power of attorney executed as provided for in these resolutions, may execute any such bond, undertaking, or other instrument as provided in such resolution or power of attorney. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20th day of Maj, 2013. CorePoi nsurance Company ,'Seal) By Jan s S. Haan Its President STATE OF MICHIGAN ) ) ss: COUNTY OF OAKLAND ) Attest: By n4IL,NJ V Thomas J. O'Brien Its Secretary Sworn to before me, a Notary Public in the State of Michigan, this 20thday of May, to be the President, and the Secretary, respectively, of CorePointe Insurance Compan Mark L Notary My Co (Seal) Haan and Thomas J. O'Brien who swore State of Michigan n Expires February 21, 2015 1, the undersigned, Assistant Secretary of CO.REPOINTE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of (Seal) Steven Coward 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 8/29/2013 Ralph W. Dumke, President Waterline Industries Corp. Print Name & Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Ralph W. Dumke , authorized signatory for Waterline Industries Corp. 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 Ralph W. Dumke, President Town of North Andover IFB Purchase & Installation of Electrical Actuators at WTP 8/29/2013 Date Page 32 of 35 CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature �_ Date 829/2013 Ralph W. Dumke, President Print Name & Title Town of North Andover IFB Purchase & Installation of Electrical Actuators at WTP Waterline Industries Corp. Company Name Page 33 of 35 CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the Waterline Industries Corp. held on 8/23/2013 it was VOTED, THAT Ralph W. Dumke (Name) President (Officer) of Waterline Industries Corp. 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 Waterline Industries Corp. on its behalf by such officer under seal of Waterline Industries Corp. , shall be valid and binding upon Waterline Industries Corp. I hereby certify that I am the clerk of the above named Waterline Industries Corp. and that Ralph W. Dumke is the duly elected officer as above of said Waterline Industries Corp. . and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. 8/29/2013 (Date) Town of North Andover IFB Purchase & Installation of Electrical Actuators at WTP (Clerk) Alicia McLaughlin, Corporate Secretary Page 34 of 35 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: �10RTH O `shin �61N0 O A . ON* �SSACHUSE� September 13, 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 Waterline Industries Corporation for the purchase and installation of electrical actuators at the Water Treatment Plant. The value of the contract is estimated at $226447 thus a payment bond in the amount of $113,223.50 is submitted. 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 Santilh Assistant Town Manager Mr. Ralph W. Dumke, President Waterline Industries Corporation 7 London Lane Seabrook, NH 03874 Dear Mr. Dumke: August 30, 2013 TEL (978) 688-9516 FAX (978) 688-9556 The Town of North Andover has decided to award a contract to Waterline Industries Corporation for the purchase and installation of electrical actuators at the Water Treatment Plant in accordance with the Invitation for Bids dated July 17, 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. The value of the contract is $226,447 thus a payment bond is required in the amount of $113,223.50. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosures i 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: Waterline Industries Corporation Address: 7 London Lane Seabrook, NH 03874 Telephone Number: 603-474-7477 Fax Number: 603-474-8578 1. This is a Contract for the procurement of the following: Purchase and installation of electrical actuators at Water Treatment Plant per the Invitation for Bids dated July 17, 2013 2. The Contract price to be paid to the Contractor by the Town of North Andover is: 16 A0423620201 SG12.1 AUMA Electric Actuator $ 5,789.00 ea $ 92,624 6 A042362 SG12.1 AUMA Electric Actuator $ 5,354.00 ea $ 32,124 1 8902082 SARI 0.1-13B/GS100.3 AUMA Electric Actuator $ 6,683.00 ea $ 6,683 16 8902082 SA10.1-13B/GS100.3 AUMA Electric Actuator $ 5,938.50 ea $ 95,016 TOTAL $226,447 3. Payment will be made as follows: Upon completion of services and receipt of invoice, net 30 (Rev 5-2007) Contract by and between Town of North Andover and Waterline Industries Corporation Page I L i 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. 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before December 31, 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 Waterline Industries Corporation Page 2 <><«.';<::>: 7 London Lane "V�T E LIN E ...,, Seabrook NH 03874 "Phone: 603-474-7477 Fax: 603-474-8578 TO: Town of North Andover Attn: Raymond Santilli 120 Main Street North Andover, MA 01845 WE ARE SENDING YOU: Shop Drawings Copy of Letter X Attached Prints Change Order LETTER OF TRANSMITTAL DATE: 9 -Sep -13 JOB # RE: Contract Documents Purchase & Install of Electrical Actuators at the Water Treatment Plant Under separate cover via the following items. Plans Specifications Samples P1 Design Calculations Copies Date No. Description Dear Mr. Santilli, Enclosed please find: 1 Three 3 executed copies of the Agreement 2 Three 3 executed copies of the 50% Payment Bond 3 One 1 copy of Waterline's W-9 4 Three 3 copies of the Certificate of Insurance Please let me know if you should need anything else. Thank you, Jennifer Winter THESE ARE TRANSMITTED as checked below: For approval Approved as submitted X For your use Approved as noted X As requested Returned for corrections For review/comment X For Signature REMARKS: Resubmit copies for approval Submit copies for distribution Return corrected prints Drawings/P&S (on loan only) to be returned to us If enclosures are not as noted, kindly notify us at once. Form W=9 Request for Taxpayer Give Form to the (Rev. December 2011) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service Name (as shown on your income tax return) Waterline Industries Corp. N Business nameldisregarded entity name, if different from above a) rn M o- C Check appropriate box for federal tax classification: o ElIndividual/sole proprietor E]C Corporation )aS Corporation El Partnership ❑ Trust/estate CLc 0 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Exempt payee 0 ------------------------------- � M C N p`, E]Other (see instructions) ► v Address (number, street, and apt. or suite no.) Requester's name and address (optional) C. 7 London Lane m City, state, and ZIP code U) Seabrook, NH 03874 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For individuals, this is your social security number However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions onn page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Social security number - m _ Employer identification number F --T---1 0M00INIM©K Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4. Sign Signature of 9/6/2013 Here U.S. person 10 -Date 0 - General General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a. Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners' share of effectively connected income. Cat. No. 10231X Form W-9 (Rev. 12-2011) A� �® CERTIFICATE OF LIABILITY INSURANCE 9i5i2o3 YY) 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 Noyle W Johnson Insurance Agency Inc. 119 River Street P.O. Box 279 Montpelier VT 05601-0279 CONTACT am eraor y NAME: PDGff Holl French FH°NEA N , (802)223-7735 FIS No (802)223-7515 E4MADD iRLE INSURERS AFFORDING COVERAGE NAIC# INSURERA:Old Republic Insurance Co. INSURED Waterline Industries Corporation, et al 7 London Lane Seabrook NH 03874 INSURERB:National Union Fire Ins Co L1,i5, INSURER C: INSURER D: INSURER E: INSURER F: rnvFlaar.Fc rFRTl1:lrATF NIIMRFR-CL1292716499 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 ADDLSUBR POLICY NUMBER POLICY EFF N POLICY EXP IDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO ENTED PREMISES Ea occurrence $ lOO O00 MED EXP An one person) $ 5,000 A CLAIMS -MADE OCCUR CG95931203 10/1/2012 10/1/2013 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 2,000,000 $ POLICY X PRO X LOC AUTOMOBILE LIABILITY NE EaacccdentSINGLELIMIT 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO p' ALL OWNED SCHEDULED A2CA95931203 10/1/2012 10/1/2013 BODILY INJURY (Per accident) $ AUTOS AUTOS NON -OWNED PROPERTY DAMAGE $ (Per accident HIRED AUTOS AUTOS Uninsured motorists PD $ 25,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 B X EXCESS LIAB I CLAIMS -MADE $ 766089 10/1/2012 10/1/2013 DED RETENTION$ A WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 OFFICERIM(Mandatory In H) EXCLUDED? (Mandatory In NH) NIA CW95931204 10/1/2012 10/1/2013 E.L. DISEASE -POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below LL - DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Town of North Andover is Additional Insured on General Liability per form CG20100704 (attached). Policy includes Waiver of Subrogation per form CG24040509 (attached). nrnr�c�nwrc ung nco rANrFI I ATInM ACORD 25 (2010105) U 19BU-2010 AGORU cUKPUKA I wnl. An rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of North Andover 120 Main Street North Andover, MA 01845 AUTHORIZED REPRESENTATIVE r.. Pamela DeGraff/PAM ACORD 25 (2010105) U 19BU-2010 AGORU cUKPUKA I wnl. An rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD POLICY NUMBER: A-2CG- 959312-03 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS,LESSEES OR CONTRACTORS -SCHEDULED -PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 2010 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exc!u- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment fumished in connection with such work, on the project (other than service, mainten- ance or repairs) to be performed by or on be- half of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 1 ❑0 POLICYNUMBER: A-2CG-959312-03 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 " WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 0 APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible and responsive bidder offering the lowest aggregate price. All prices are to remain firm for the duration of the Contract. The bid prices will include all delivery and shipping charges In the event of a discrepancy between the unit price and the total price, the unit price shall govern. Unit Price Total Price A. Replacement for Filter to Waste valve and Influent valve A0423620201 SG12.1 AUMA Electric Actuator Quantity —16 $ 789 ea $z- e 6 2.q B. Replacement for the Filter Effluent valve A042362 SG12.1 AUMA Electric Actuator Quantity — 6 $ 5?j j `- ea C. Replacement for the Back Wash Flow Control valve 8902082 SARI 0.1-13B/GS100.3 AUMA Electric Actuator Quantity —1 $ 6 (93 ea $-6.46,53 D. Replacement for the Back Wash Effluent (Drain) valve and the Back Wash Isolation valve 8902082 SA10.1-13B/GS100.3 AUMA Electric Actuator Quantity —16 $ S, 938.x° ea $ 9:5..0 / 6 GRAND TOTAL $ z2_6jN Town of North Andover IFB Page 10 of 35 Purchase & Installation of Electrical Actuators at WTP Addenda 1, 2, are acknowledged: Signature Ralph W. Dumke, President Business Name Waterline Industries Corp. Business Address 7 London Lane, Seabrook, NH 03874 Business Phone (603) 474-7477 Fax (603) 474-8578 Ralph W. Dumke Name of Person Authorized to sign Price Proposal President Title of Person Authorized to sign Price Proposal Signature of Above Person Ralph W. Dumke, President Town of North Andover IFB Page 11 of 35 Purchase & Installation of Electrical Actuators at WTP 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 8/29/2013 Ralph W. Dumke, President Print Name & Title Waterline Industries Corp. Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Ralph W. Dumke authorized signatory for Waterline Industries Corp. 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 Ralph W. Dumke, President 8/29/2013 Date Town of North Andover IFB Page 32 of 35 Purchase & Installation of Electrical Actuators at WTP CERTIFICATION 11\ C113 M11115.3 90 MIIIII%\U IZ17.: /Z111.7:\ ►11�(17��1 1' I The undersigned certifies under penalties of perjury that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed at the work and that all employees to be employed at the worksite and in the work will have completed an OSHA -approved construction safety and health course lasting at least ten (10) hours. Signature Date 8/29/2013 Ralph W. Dumke, President Print Name & Title Waterline Industries Corp. Company Name Town of North Andover IFB Page 33 of 35 Purchase & Installation of Electrical Actuators at WTP CERTIFICATE OF VOTE At a duly authorized meeting the Board of Directors of the Waterline Industries Corp. held on 8/23/2013 it was VOTED, THAT Ralph W. Dumke (Name) President (Officer) of Waterline Industries Corp. 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 Waterline Industries Corp. on its behalf by such officer under seal of Waterline Industries Corp. , shall be valid and binding upon Waterline Industries Corp. I hereby certify that I am the clerk of the above named Waterline Industries Corp. that Ralph W. Dumke and is the duly elected officer as above of said Waterline Industries Corp. , and that the above vote has not been amended or rescinded and remains in full force and effect as the date of this contract. 8/29/2013 (Date) LWA (Clerk) Alicia McLaughlin, Corporate Secretary Town of North Andover IFB Page 34 of 35 Purchase & Installation of Electrical Actuators at WTP PAYMENT BOND Bond No. 85016 KNOW ALL MEN BY THESE PRESENTS, that we Waterline Industries Corp. with a place of business at 7 London Lane Seabrook NH 03874 as Principal (the "Principal'), and CorePointe Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 401 S. Old Woodward_ Avenue, Suite 300, Birmingham, MI 48009 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Thirteen Thousand Two Hundred Twenty Three and 50/100ths ($113,223.50) 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 Purchase and Installation of Electrical Actuators at Water Treatment Plant 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 SURETY Waterline Industries Cor . CorePointe Insuranre Com t �w 0�x [Name and Seal] [Attornjy-in-faA-1[Se4aJ Mar D. Leskanic Ralph W. Dumke, President 50 Prospect Street, Waltham, MA 02453 [Address] (781)642-9000 [Phone] Attest: END OF PAYMENT BOND POWER OF ATTORNEY COREPOINTE INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that COREPOINTE INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 401 S. Old Woodward Ave, Suite 300, Birmingham, Michigan, has made, constituted and appointed, and does by these presents make, constitute and appoint: Newton S Johnson Oscar B Johnson Mark D Leskanic Amanda L Morgan its true and lawful Attorney -in -Fact, to sign its name as surety as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifteen Million and 00/100 Dollars ($15,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Michigan, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions, which were duly and validly adopted at a meeting of the Board of Directors of the Company held on December 6, 2012: RESOLVED, that all bonds, undertakings, powers of attorney, and other instruments for and on behalf of the Company which it is authorized to execute, may be executed in the name and on behalf of the Company by the Chairman of the Board or the President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board of .Directors, or in any power of attorney executed as provided for in these resolutions, may execute any such bond, undertaking, or other instrument as provided in such resolution or power of attorney. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20th day of May, 2013. CorePoi nsurance Company ;Seal) By Jan/s S. Haan Its President STATE OF MICHIGAN ) ) ss: COUNTY OF OAKLAND ) Attest: .1 wvt.� 6 &,"� Thomas J. O'Brien Its Secretary Sworn to before me, a Notary Public in the State of Michigan, this 20thh day of May, to be the President, and the Secretary, respectively, of CorePointe Insurance Compan Mark DeTia Notary'Pub My Commi (Seal) Haan and Thomas J. O'Brien who swore State of Michigan n Expires February 21, 2015 I, the undersigned, Assistant Secretary of COREPOINTE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of o4t— ultJ (Scat) Steven Coward ✓ k PAYMENT BOND Bond No. 85016 KNOW ALL MEN BY THESE PRESENTS, that we Waterline Industries Corp. with a place of business at 7 London Lane Seabrook NH 03874 as Principal (the "Principal'), and _ CorePointe Insurance Company , a corporation qualified to do business in the Commonwealth of Massachusetts, with a place of business at 401 S. Old Woodward Avenue, Suite 300, Birmingham, MI 48009 as Surety (the "Surety"), are held and firmly bound unto the Town of North Andover, Massachusetts as Obligee (the "Obligee"), in the sum of One Hundred Thirteen Thousand Two Hundred Twenty Three and 50/100ths ($113,223.50) 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 Purchase and Installation of Electrical Actuators at Water Treatment Plant , 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 SURETY Waterline Industries Cor . CorePointe Insuranc Company,, [Name and Seal] [Attorney-in-fact] [Seal] Mark D. Leskanic Ralph W. Dumke, President [Title] Attest: 50 Prospect Street. Waltham. MA 02453 [Address] (781)642-9000 [Phone] Attest: END OF PAYMENT BOND POWER OF ATTORNEY COREPOINTE INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS, that COREPOINTE INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 401 S. Old Woodward Ave, Suite 300, Birmingham, Michigan, has made, constituted and appointed, and does by these presents make, constitute and appoint: Newton S Johnson Oscar B Johnson Mark D Leskanic Amanda L Morgan its true and lawful Attorney -in -Fact, to sign its name as surety as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifteen Million and 00/100 Dollars ($15,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Michigan, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions, which were duly and validly adopted at a meeting of the Board of Directors of the Company held on December 6, 2012: RESOLVED, that all bonds, undertakings, powers of attorney, and other instruments for and on behalf of the Company which it is authorized to execute, may be executed in the name and on behalf of the Company by the Chairman of the Board or the President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board of Directors, or in any power of attorney executed as provided for in these resolutions, may execute any such bond, undertaking, or other instrument as provided in such resolution or power of attorney. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20th day of May, 2013. CorePoi nsurance Company (Seal) By Ja s S. Haan Its President STATE OF MICHIGAN ) ) ss: COUNTY OF OAKLAND ) Attest: a 11 nlvt.� 6 &-,� Thomas J. O'Brien Its Secretary Sworn to before me, a Notary Public in the State of Michigan, this 20thday of May, 2, y Ja es . Haan and Thomas J. O'Brien who swore to be the President, and the Secretary, respectively, of CorePointe Insurance Company Marka is Notary Pub. State of Michigan My Commission Expires February 21, 2015 (Seal) 1, the undersigned, Assistant Secretary of COREPOINTE INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this day of — jokd� 4�?4w (Seal) Steven Coward PART 1 - COMPLETED PROJECTS LIST ALL PUBLIC AND PRIVATE BUILDING PROJECTS YOUR FIRM HAS COMPLETED SINCE THE DATE YOUR CURRENT CERTIFICATE OF ELIGIBILITY WAS ISSUED (NOT EXTENDED).' PROJECT TITLE & LOCATION WORK CATEGORY CONTRACT PRICE START DATE DATE COMPLETED 319 - Haverhill, MA - Wastewater Treatment Plant Upgrades WW $9,462,057.52 Apr -04 Sep -07 324 - Haverhill, MA - Wastewater Treatment Facility SCADA WW $1,647,677.00 Nov -06 May -07 329 - Portland, ME - Wastewater Treatment Facility Disinfection Mechanical $1,343,372.00 May -05 Jun -06 332 - Blandford, MA - Long Pond Water Treatment Facility Water $3,477,777.00 Aug -05 Apr -07 333 - Chelmsford, MA - Crooked Springs Water Treatment Plant Water $6,696,677.00 Jan -06 Mar -07 334 - Tewksbury, MA - Colonial Drive Water Tank Water $5,298,702.00 Mar -06 Oct -07 335 - Salem, MA - Bridge Street Pump Station Water $407,677.00 Dec -06 Aug -07 336 - Nashua, NH - Hydarulic Gate Water $117,409.00 Sep -06 Sep -06 337 - Westfield, MA - Tank Valve Mechanical $114,938.00 Apr -06 Jul -06 338 - Athol, MA - Water Tank Tank $360,342.00 May -06 Dec -06 339 - Dover, NH - Varney Brook Pump Station PS $836,777.00 Jun -06 Mar -07 340 - Plymouth, MA - Wastewater Treatment Plant Improvements WW $367,974.00 Jun -06 Dec -06 341 - Northampton, MA - Kenne Clarifier Drive WW $48,677.00 Jun -06 Dec -06 342 - Seabrook, NH - Dechlorination Facility Improvements Mechanical $97,394.00 Jul -06 Dec -06 343 - North Andover, MA - Water Storage Tank Water $5,267,677.00 Jul -06 May -08 344 - Concord, MA - Wastewater Treatment Facility Improvements WW $9,809,057.00 Jul -06 May -08 345 - Kittery, ME - WWTF Phase I Improvements WW $207,700.00 Jun -07 Dec -07 348 - Cumberland, RI - Sneech Pond WTP Upgrades WTP $1,657,677.00 Oct -06 Jun -07 350 - Chelmsford, MA - Meadow Brook Pump Station Water PS $871,827.00 Jun -07 Dec -07 351 - Wilmington, MA - Chem Feed System Water PS $182,000.00 Jun -07 Nov -07 352 - Stoneham, MA - Northwest Pump Station Water PS $417,699.00 Jun -07 Dec -07 353 - Bolton, MA - Bolton School Wastewater Treatment Facility WW $2,017,356.00 Jun -07 Aug -08 354 - Kittery, ME - WWTF Phase I Improvements WW $207,700.00 Jun -10 Aug -10 355 - Worcester, MA - Kelly Square Controls Mechanical $482,377.00 Jun -07 Apr -08 356 - Middletown, RI - Wave Ave WWPS Upgrade PS $2,582,668.00 Aug -07 Jul -08 357 - North Andover, MA - Outlet Structure Mechanical $360,676.00 Oct -07 May -08 358 - Pittsfield, MA - Sewer Lift Station Upgrades PS $1,259,654.00 Jul -07 Dec -08 359 - Woburn, MA - Irrigation Pump Station Installation Mechanical $157,157.00 Dec -07 May -08 360 - Oak Bluffs, MA - Primary Clarifier WW $2,476,577.00 Nov -07 Dec -08 361 - Swansea, MA - Desalination Project W $14,740,656.00 Oct -07 Apr -09 362 - Rochester, NH - Washington St. Pump Station PS $454,077.00 Feb -07 Oct -08 363 - Sutton, MA - Woodbury Pond Pump Station PS $720,499.00 Feb -08 Oct -08 364 - Westerly, RI - Disinfection Pilot Study Sytem Mech. & Electrical $445,777.00 Mar -08 Mar -09 365 - Hardwick, MA - Wheelwright WWTF Upgrades WW $1,862,101.00 Mar -08 Mar -09 366 - Abington/Rockland, MA - Upgrades of Water Treatment Plant WTP $337,277.00 Apr -08 Oct -08 367 - Acton, MA - Kennedy & Marshall Wells WTP $5,919,074.00 Apr -08 Feb -09 368 - Uxbridge, MA - 1.5MG Water Tank Tank $2,847,777.00 Mar -08 Mar -09 369 - Canton, MA - 0.95MGD Water Treatment Facility WTP $2,777,777.00 May -08 Aug -09 370 - Westfield, MA - Replacement of Filter Media WTP $75,577.00 Sep -08 Oct -08 371 - Lincoln, MA - The Groves at Lincoln WW $1,257,772.00 Jul -08 Jul -10 372 - Westford, MA - Hildreth Hills Tank Rehab Tank $70,549.00 Sep -08 Sep -08 373 - Manchester By The Sea, MA - Beach St. Sewer Replacement Sewer Replacement $197,797.00 Sep -08 Oct -08 374 - Danvers, MA - Water Treatment Plant Phase I WTP $817,677.00 Oct -08 Dec -09 375 - Billerica, MA - Wastewater Treatment Plant Upgrade WWTP $8,932,777.00 Dec -08 Sep -10 376 - Laconia, NH - Water System Upgrade Water $32,379.00 Jan -09 Jul -09 377 - Holyoke, MA - Hydroelectric Station Wind Energy $2,587,777.00 Mar -09 Oct -10 378 - Framingham, MA - Water Storage Tank Water $657,777.00 Mar -09 Oct -09 379 - Framingham, MA - William J. Heights Booster Station PS $737,637.00 Mar -09 Sep -10 380 - Sturbridge, MA - New Water Supply, Well #4 Water $3,351,681.00 Dec -09 Sep -11 381 - Plymouht, MA - Water & WWTP Improvements MCI Water & WW $2,247,167.00 May -09 Jul -10 382 - Erving, MA - Disinefection Chamber Access Bldg WW $287,677.00 May -09 Oct -09 383 - Templeton, MA - Wind Turbine Project Wind Energy $671,171.00 Jul -09 Sep -09 384 - Plymouth, MA - Phase III Bradford Well TP Improvements Water $2,547,677.00 Oct -09 Jul -10 385- Abington/Rockland, MA - Residual Handling Facil. Water .$2,057,137.00 Jul -09 Sep -11 386 - Webster, MA - WWTF Improvements - Phase 1 WW $7,967,677.00 Aug -09 May -11 387 - Marshfield, MA - Mono Pole Installation Wind Energy $100,338.00 Aug -09 Sep -09 388 - Springfield, MA - Remove/Replace Bar Screens Mechanical $525,777.00 Aug -09 Dec -09 389 - Raynham, MA - Fountain Well Water Treatment Plant Water $3,987,677.00 Oct -09 Feb -11 390 - Hopkinton, MA - Fruit Street Wastewater Treatment Plant WW $7,455,963.00 Jan -10 Aug -11 391 - N. Conway, NH - Furnish & Install Solar Array System Solar $1,121,547.00 Dec -09 Oct -10 392 - Newburyport, MA - Wastewater Treatment Plant Improvements WWTP $12,267,506.63 Jan -10 Feb -12 393 - Lee, MA - Furnish & Install Solar Array System Solar $538,777.00 Feb -10 Oct -10 394 - Shutesbu , MA - Solar Pholtovoltaic Array Solar $32,090.00 1 Jun -10 Jun -10 395 - Falmouth, MA - Photovoltaic Installation at High School ISolar 1 $231,977.00 1 Apr -10 Mar -11 396 - Canton, MA - Neponset Street Water Treatment Facility WTF $8,031,760.10 May-10 May-12 398 - Portland, ME - Northeast Pump Station Piping Replacment PS $802,307.45 Jun-10 Nov-10 399 - Chicopee, MA - Flood Control Works PS Repair PS $896,751.34 Jul-10 Feb-12 400 - North Conway, NH - Water Treatment Facility Water $1,257,874.00 Sep-10 Aug-11 401 - Orange, MA - Well 2A Improvements Project Water $236,561.00 Oct-10 Aug-11 402 - Windsor, CT - WPCF Disinfection Improvements WTP $517,677.00 Nov-10 Aug-11 403 - Wayland, MA - Wastewater Treatment Facility Upgrade Project WWTP $4,283,128.00 Nov-10 May-12 405 - Fall River, MA - Central Street Pump Station PS $3,065,198.42 Jan-11 Jul-12 406 - New Smyrna Beach, FL - Chlorine Contact Basin & Cover Mechanical $47,677.00 Mar-11 May-11 407 - Beverly, MA - Pipe Gallery Support Rehab. Mechanical $104,577.00 Feb-11 Jul-11 408 - Hopkinton, MA - Legancy Farms Wastewater Treatment Plant WWTP $3,521,757.13 Dec-11 Feb-13 409 - Hopkinton, MA - Alprilla Farms Water Treatment Plant WTP $1,293,630.86 Dec-11 Oct-12 410 - Springfield, MA - Provin Mountain Reservoir Rehab. W $2,454,867.42 Mar-11 Mar-12 411 - Attleboro, MA - Nitrogen Removal Pilot Plant ' WTP $397,025,88 May-11 Jan-12 412 - Medway, MA - Wastewater Treatment Facility Improvements WWTF $1,897,897.00 Aug-11 Feb-13 S1101 - Waltham, MA - Wastewater Pump Station Improvements PS $423,959.00 Sep-11 Aug-12 11102 - Saugus, MA - Lincoln Ave Pump Station PS $443,188.44 Sep-11 Aug-12 11103 - Westerly, RI - Bradford 4 Pump Station PS $982,297.00 Dec-11 Sep-12 11104 - Merrimac, MA - Wallace Way WTP Tank Cleaning WTP $163,745.00 Apr-12 May-12 11105 - Plainville, MA - Turnpike Lake Well WTF Filter Rehab. WTF $185,660.00 Jun-12 Jul-12 11106 - Lowell, MA - WTF Photovoltaic System Install Solar $1,950,470.45 Apr-12 Feb-13 11107 - Brockton, MA - Water Booster Pump Stations PS $1,207,777.00 Apr-12 Feb-13 11206 - Wells River, VT - Hydroelectric Station Hydro $2,084,272.16 Sep-12 May-13 11208 - Hampton, NH - WWTF Dewatering Project WW $1,037,677.00 Jan-13 Aug-13 11209 - Grafton, MA - East Street WTP Modifications WTP $199,677.00 Jan-13 Mar-13 11301 - Randolph, MA - WTP Piping & Sedimentation Basin WTP $121,527.00 Apr-13 Jul-13 11302 - Peabody, MA - Dexter Road Pump Station PS $29,590.00 Jan-13 Mar-13 11307 - Warren, MA - Concrete Containment Pad Mechanical $31,342.00 Apr-13 May-13 Attach additional sheets if necessary. *If your firm has been terminated from a project prior to completion of the work or has failed or refused to complete its work under any contract, full details and an explanation must be provided. See Part 3 of this Update Statement. PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH COMPLETE PROJECT LISTED ON THE PREVIOUS PAGE. RECENTLY COMPLETED PROJECTS PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE WASTEWATER TREATMENT PLANT UPGRADES OWNER: CITY OF HAVERHILL, MA Fred Haffety 978-374-2382 Amount: $10,996,177 DESIGNER: CAMP, DRESSER & MCKEE, INC. Lee Storrs 617-452-6000 319 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT PLANT SCADA UPGRADE OWNER: CITY OF HAVERHILL, MA Joe Jordan 978-374-2382 Amount: $1,647,677 DESIGNER: WRIGHT-PIERCE Brad Weeks 207-761-2991 324 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT FACILITY SYSTEMS UPGR OWNER: CITY OF PORTLAND, ME Scott Firmin 207-761-8320 Amount: $1,337,177 DESIGNER: WRIGHT-PIERCE Brad Weeks 207-761-2991 329 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 LONG POND WATER TREATMENT FACILITY OWNER: TOWN OF BLANDFORD Joan Levakis 413-848-2605 Amount: $3,477,777 DESIGNER: TIGHE & BOND Frances Cameron 413-572-3212 332 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 CROOKED SPRINGS WATER TREATMENT PLANT OWNER: CITY OF CHELMSFORD, MA Bob Delaney 978-250-5233 Amount: $6,696,677 DESIGNER: DUFRESNE-HENRY Tom Mahanna 978-692-1913 333 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 COLONIAL DRIVE WATER TANK OWNER: TOWN OF TEWKSBURY, MA Dave Cressman 978-858-0345 Amount: $5,298,702 DESIGNER: CAMP, DRESSER & MCKEE, INC. Lou Mammolette 603-222-8300 334 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 BRIDGE STREET PUMP STATION OWNER: CITY OF SALEM, MA Susan Cranney 978-745-3302 Amount: $407,677 DESIGNER: MIDDLESEX CORP. Joel Shaw 978-742-4422 335 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 HYDRAULIC GATE OP. OWNER: CITY OF NASHUA, NH Mark Bernier 603-589-3330 Amount: $115,177 DESIGNER: CITY OF NASHUA, NH Mark Bernier 603-589-3330 336 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 TANK ALTITUDE VALVE OWNER: CITY OF WESTFIELD, MA Tammy Tefft 413-572-6254 Amount: $111,892 DESIGNER: PRISM ENVIRONMENTAL John Cordaro 508-366-0772 337 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 GARFIELD ROAD WATER TANK OWNER: TOWN OF ATHOL, MA Dana Cooley 978-249-4542 Amount: $627,677 DESIGNER: TATA & HOWARD Shira McWaters 508-366-5760 338 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 VARNEY BROOK PUMP STATION OWNER: CITY OF DOVER, NH Danel Kelly 603-516-6030 Amount: $836,777 DESIGNER: WRIGHT-PIERCE Kevin Obery 207-725-8721 339 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT PLANT IMPROVEMENTS OWNER: TOWN OF PLYMOUTH, MA Pam Hagler 508-830-4062 Amount: $359,677 DESIGNER: TOWN OF PLYMOUTH, MA Pam Hagler 508-830-4062 340 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 KEENE CLARIFIER DRIVE OWNER: TOWN OF NORTHAMPTON, MA John Carver 413-587-1092 Amount: $48,677 DESIGNER: TOWN OF NORTHAMPTON, MA John Carver 413-587-1092 341 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 DECHLORINATION FACILITY IMPROVEMENTS OWNER: TOWN OF SEABROOK, NH Fred Welch 603-474-3311 Amount: $91,852 DESIGNER: CMA ENGINEERS Paul Schmidt 603-431-6196 342 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WATER STORAGE TANK OWNER: TOWN OF NORTH ANDOVER, MA William Hmurciak 978-685-0950 Amount: $5,267,677 DESIGNER: WESTON & SAMPSON Sally Smith 978-532-1900 343 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT FACILITY IMPROVEMENTS OWNER: TOWN OF CONCORD, MA Alan Cathcart 978-318-3250 Amount: $9,767,677 DESIGNER: CAMP, DRESSER & MCKEE, INC. John Maher 617-452-6000 344 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT FACILITY IMPROVEMENTS OWNER: TOWN OF KITTERY, ME Dave Cressman 978-858-0345 Amount: $207,700 DESIGNER: 345 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603474-7477 SNEECH POND WATER TREATMENT PLANT UPGRADE OWNER: TOWN OF CUMBERLAND, RI Chris Collins 401-658-0666 Amount: $1,657,677 DESIGNER: WOODARD & CURRAN John Mallin 800-446-5518 348 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 MEADOW BROOK #3 PUMP STATION OWNER: CITY OF CHELMSFORD, MA Bob Delaney 978-250-5233 Amount: $871,827 DESIGNER: STANTEC Tom Mahanna 978-692-1913 350 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 CHLORAMINE CHEM FEED SYSTEM OWNER: TOWN OF WILMINGTON, MA Michael Woods 978-6584711 Amount: $182,000 DESIGNER: WESTON & SAMPSON Margaret McCarthy 978-532-1900 351 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NORTHWEST PUMP STATION OWNER: TOWN OF STONEHAM, MA Bob Radigan 781-438-2583 Amount: $417,699 DESIGNER: MALCOLM PIRNIE William Casey 781-2244488 352 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603474-7477 BOLTON SCHOOL WASTEWATER TREATMENT FACILII OWNER: TOWN OF BOLTON, MA Don Lowe 978-779-3300 Amount: $1,988,020 DESIGNER: TATA & HOWARD Raymond Willis 508-366-5760 353 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WWTF PHASE I IMPROVEMENTS OWNER: TOWN OF KITTERY, ME Steve Tapley 207-439-4646 Amount: $207,700 DESIGNER: SEA CONSULTANTS David Michaelson 603-227-2327 354 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 KELLY SQUARE CONTROLS OWNER: CITY OF WORCESTER, MA Michael Catodo 508-799-1454 Amount: $482,377 DESIGNER: CAMP, DRESSER & MCKEE, INC. Bruce Blades 617-438-1020 355 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603474-7477 WAVE AVE WW PUMP STATION UPGRADE OWNER: TOWN OF MIDDLETOWN, RI Warren Hall 401-418-0443 Amount: $2,597,177 DESIGNER: C&E ENGINEERING Johnathan Gerhardt 401-762-1711 356 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 LAKE COCHICHEWICK OUTLET STRUCTURE OWNER: TOWN OF NORTH ANDOVER, MA William Hmurciak 978-685-9050 Amount: $376,676 DESIGNER: WESTON & SAMPSON Tara McDonald 978-532-1900 357 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 SEWER LIFT STATION UPGRADES OWNER: CITY OF PITTSFIELD, MA Colleen Hunter -Mullett 413-499-9470 Amount: $1,257,677 DESIGNER: SEA CONSULTANTS Alan Wells 860-563-7775 358 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 IRRIGATION PUMP STATION INSTALLATION OWNER: WOBURN GOLF & SKI AUTHORITY Charles Culhane Amount: $157,157 DESIGNER: IRRIGATION CONSULTING & ENG. Jeff Bowman 978-433-8972 359 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603474-7477 PRIMARY CLARIFIER OWNER: TOWN OF OAK BLUFFS, MA Joe Alosso 508-989-5927 Amount: $2,263,006.40 DESIGNER: STEARNS & WHELER Andy Ochs 508-362-5680 360 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 DESALINATION PROJECT OWNER: SWANSEA WATER DISTRICT Robert Marquis 508-676-9097 Amount: $15,097,677 DESIGNER: PRISM ENVIRONMENTAL John Cordaro 508-366-0772 361 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASHINGTON ST PUMP STATION OWNER: CITY OF ROCHESTER, NH Brian LeBrun 603-335-7609 Amount: $454,077 DESIGNER: CLD ENGINEERING 603-668-8223 362 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WOODUBURY POND PUMP STATION OWNER: TOWN OF SUTTON, MA Cheryl Ouilette 508-865-8726 Amount: $627,627 DESIGNER: STANTEC Jeff Faulkner 978-692-1913 363 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 DISINFECTION PILOT STUDY SYSTEM OWNER: TOWN OF WESTERY, RI John Marone 401-348-2561 Amount: $445,777 DESIGNER: C&E ENGINEERING Tom Nicolson 401-761-1711 364 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WHEELWRIGHT WWTF UPGRADES OWNER: TOWN OF HARDWICK, MA Bruce Evans 413-477-6959 Amount: $1,897,777 DESIGNER: WESTON & SAMPSON Anthony DeSimone 978-532-1900 365 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 UPGRADES OF WATER TREATMENT PLANT OWNER: ABINGTON/ROCKLAND JOINT WATER WOF Dan Callahan 781-878-0901 Amount: $299,777 DESIGNER: WESTON & SAMPSON. David Whitney 978-532-1900 366 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 KENNEDY AND MARSHALL WELLS WTP OWNER: TOWN OF ACTON, MA Chris Allen 978-263-9107 Amount: $5,919,074 DESIGNER: WRIGHT-PIERCE Richard Protasowicki 978-470-0666 367 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 1.5MG WATER TANK OWNER: TOWN OF UXBRIDGE, MA Bill Buma 508-278-8616 Amount: $2,847,777 DESIGNER: TATA & HOWARD Jenna Rzasa 508-366-5760 368 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 0.95MGD WATER TREATMENT FACILITY OWNER: TOWN OF CANTON, MA Ron Redquest 781-821-5017 Amount: $2,777,777 DESIGNER: TATA & HOWARD Ron Ponte 508-366-5760 369 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 REPLACEMENT OF FILTER MEDIA OWNER: CITY OF WESTFIELD, MA Tammy Tefft 413-572-6254 Amount: $75,577 DESIGNER: CITY OF WESTFIELD, MA Tammy Tefft 413-572-6254 370 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 THE GROVES AT LINCOLN OWNER: DELPHI CONSTRUCTION Larry McHugh 781-893-9900 Amount: $1,257,772 DESIGNER: DELPHI CONSTRUCTION LarryMcHugh 781-893-9900 371 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 HILDRETH HILLS TANK REHABILITATION OWNER: WESTFORD WATER DEPT. Warren Sweetser 978-692-5529 Amount: $67,977 DESIGNER: STANTEC Tom Mahanna 978-692-1913 372 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 BEACH ST.SEWER REPLACEMENT OWNER: TOWN OF MANCHESTER -BY -THE -SEA Steven Kenney 978-526-1242 Amount: $197,797 DESIGNER: WRIGHT-PIERCE 888-621-8156 373 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WATER TREATMENT PLANT PHASE I OWNER: TOWN OF DANVERS, MA Dianne Norris 978-777-2668 Amount: $817,677 DESIGNER: SEA CONSULTANTS Tara Hourihan 617-498-4694 374 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT PLANT UPGRADE OWNER: TOWN OF BILLERICA William Williams 978-671-0942 Amount: $8,932,777 DESIGNER: WOODARD AND CURRAN Tom Hazlett 800-446-5518 375 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WATER SYSTEM UPGRADE OWNER: MERIDIAN CONSTRUCTION Tim Long 603-527-0101 Amount: $32,379 DESIGNER: MERIDIAN CONSTRUCTION Tim Long 603-527-0101 376 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 HYDROLELECTRIC STATION OWNER: HOLYOKE GAS & ELECTRIC James LaVelle 413-536-9313 Amount: $2,587,777 DESIGNER: HOLYOKE GAS & ELECTRIC James LaVelle 413-536-9313 377 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WATER STORAGE TANK OWNER: TOWN OF FRAMINGHAM, MA Chrisitne Sordillo 508-532-6027 Amount: $657,777 DESIGNER: BETA GROUP Mike Hornig 781-255-1982 378 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603474-7477 WILLIAM J.HEIGHTS BOOSTER STATION OWNER: TOWN OF FRAMINGHAM, MA Christine Sordillo 508-532-6027 Amount: $737,637 DESIGNER: BETA GROUP James Dyment 401-333-2382 379 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NEW WATER SUPPLY,WELL #4 OWNER: TOWN OF STURBRIDGE Barbara Barry 508-347-2509 Amount: $3,287,287 DESIGNER: TIGHE AND BOND David Prickett 413-562-1600 380 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 MCI PLYMOUTH OWNER: COMMONWEALTH OF MA Orville Henry 617-727-4050 Amount: $2,247,167 DESIGNER: DCAM Jeff Alexio 617-727-4030 381 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 DISINFECTION CHAMBER ACCESS BLDG OWNER: TOWN OF ERVING, MA Arthur Pace 413-423-3354 Amount: $287,677 DESIGNER: TIGHE AND BOND Mike McManus 413-572-3251 382 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WIND TURBINE PROJECT OWNER: TEMPLETON LIGHT & WATER Sean Hamilton 978-939-5323 Amount: $671,171 DESIGNER: POWER ENGINEERS, LLC Dave Colombo 508-612-0382 383 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 PLYMOUTH BRADFORD WELLS OWNER: TOWN OF PLYMOUTH, MA Pam Hagler 508-747-1620 Amount: $2,547,677 DESIGNER: ENVIRONMENTAL PARTNERS Steve Olson 617-657-0200 384 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WT RESIDUAL HANDLING FACILITIES OWNER: ABINGTON/ROCKLAND JOINT WATER WOF Dan Callahan 781-878-0901 Amount: $2,057,137 DESIGNER: WESTON & SAMPSON John Hume 978-532-1900 385 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WWTF IMPROVEMENTS PHASE I OWNER: TOWN OF WEBSTER, MA John McAuliffe 508-949-3800 Amount: $7,967,677 DESIGNER: CAMP, DRESSER & MCKEE Dan Boucher 617-452-6000 386 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 MONO POLE INSTALLATION OWNER: TOWN OF MARSHFIELD Ron Menard 781-834-5574 Amount: $100,338 DESIGNER: TOWN OF MARSHFIELD Ron Menard 781-834-5574 387 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 REMOVE/REPLACE BAR SCREENS @ PUMP STATION OWNER: UNITED WATER, LLC Lance Newsome 413-732-6501 Amount: $525,777 DESIGNER: TIGHE AND BOND Ryan Siegel 413-562-1600 388 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 FOUNTAIN WELL WATER TREATMENT PLANT OWNER: TOWN OF RAYNHAM Bill Ward 508-824-2707 Amount: $3,987,677 DESIGNER: STANTEC Tom Mahanna 978-692-1913 389 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 FRUIT ST. WASTEWATER TREATMENT FACILITY OWNER: TOWN OF HOPKINTON JT Gaucher 508-597-9700 Amount: $7,243,441 DESIGNER: AECOM - Erik Meserve 781-371-4168 390 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 SOLAR ARRAY PROJECT OWNER: TOWN OF NORTH CONWAY, NH Dave Bernier 603-356-5382 Amount: $1,121,547 DESIGNER: CAMP, DRESSER & MCKEE Krista Larsen 603-222-8300 391 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT PLANT IMPROVEMENTS OWNER: CITY OF NEWBURYPORT Brendan O'Regan 978-465-4461 Amount: $12,267,506.63 DESIGNER: WESTON & SAMPSON Corey Repucci 978-532-1900 392 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 PHOLTOVOLTAIC INSTALLATION @ WTP OWNER: TOWN OF LEE, MA Robert Mason 413-243-5500 Amount: $538,777 DESIGNER: CAMP, DRESSER & MCKEE Krista Larsen 603-222-8300 393 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 SOLAR PHOLTOVOLTAIC ARRAY OWNER: TOWN OF SHUTESBURY, MA Becky Torres 413 259-1214 Amount: $32,090 DESIGNER: 603-222-8300 394 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 PHOLTOVOLTAIC INSTALLATION @ HS OWNER: Falmouth High School Buld. Committee Donald Johnson 508-548-7515 Amount: $231,977 DESIGNER: DINNISCO DESIGN Gary Ainslie 617-426-2858 395 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NEPONSET ST. 2.5 MGD WATER TREATMENT PLANT OWNER: TOWN OF CANTON, MA Mike Trotta 781-821-5017 Amount: $8,031,760.10 DESIGNER: TATA & HOWARD Elizabeth Mainini 508-303-9400 396 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NORTHEAST PS PIPING REPLACEMENT OWNER: PORTLAND WATER DISTRICT Timothy McMullin 207-523-5242 Amount: $797,977 DESIGNER: PORTLAND WATER DISTRICT Timothy McMullin 207-523-5242 398 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 FLOOD CONTROL WORKS PUMP STATION REPAIR OWNER: CITY OF CHICOPEE, MA Brian Salamon 413-594-1557 Amount: $896,751.34 DESIGNER: GZA GEO ENVIRONMENTAL Nathaniel Arai 781-278-3700 399 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WATER TREATMENT FACILITY PROJECT OWNER: NORTH CONWAY WATER PRECINCT David Bernier 603-356-5382 Amount: $1,249,507 DESIGNER: CAMP, DRESSER & MCKEE Jennifer Osgood 603-222-8300 400 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WELL 2A IMPROVEMENTS PROJECT OWNER: TOWN OF ORANGE, MA Donald Barnes 978-544-1115 Amount: $229,677 DESIGNER: WESTON & SAMPSON Daniel Lawrence 860-513-1473 401 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WPCF DISINFECTION IMPROVEMENTS OWNER: THE METROPOLITAN DISTRICT Richard Peebles 860-278-7850 Amount: $517,677 DESIGNER: HAZEN AND SAWYER Scott Bonett 860-257-1067 402 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WWTP UPGRADE PROJECT OWNER: TOWN OF WAYLAND, MA John Moynihan 508-358-7701 Amount: $4,283,128 DESIGNER: TIGHE AND BOND Ian Catlow 508-754-2201 403 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 CENTRAL STREET PUMP STATION REHAB. OWNER: CITY OF FALL RIVER, MA Terrance Sullivan 508-324-2320 Amount: $3,065,198.42 DESIGNER: CAMP, DRESSER & MCKEE Kevin Schott 401-751-5360 405 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 CHLORINE CONTACT BASIN & FLUME COVER OWNER: NEW SMYRNA BEACH UTILITIES COMMISS Dana Hale 386424-3046 Amount: $47,677 DESIGNER: QUENTIN L. HAMPTON ASSOC. 386-761-3810 406 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 PIPE GALLERY SUPPORT SYSTEM REHAB. OWNER: SALEM & BEVERLY WATER SUPPLY BOAR[ Thomas Knowlton 978-922-2600 Amount: $104,577 DESIGNER: SALEM & BEVERLY WATER SUPPLY BOAR[ Thomas Knowlton 978-922-2600 407 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 LEGACY FARMS WASTEWATER TREATMENT FACILITY OWNER: LEGACY FARMS, LLC Roy MacDowell 781-894-9898 Amount: $3,521,757.13 DESIGNER: TATA & HOWARD Raymond Willis 508-303-9400 408 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 ALPRILLA FARMS WATER TREATMENT FACILITY OWNER: LEGACY FARMS, LLC Roy MacDowell 781-894-9898 Amount: $1,256,638 DESIGNER: TATA & HOWARD Raymond Willis 508-303-9400 409 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 PROVIN MOUNTAIN RESERVOIR REHABILITATION OWNER: SPRINGFIELD WATER & SEWER COMM. Daniel Downie 413-787-6256 Amount: $2,657,477 DESIGNER: CAMP, DRESSER & MCKEE Christopher Gates 860-529-7615 410 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NITROGEN REMOVAL PILOT PLANT OWNER: CITY OF ATTLEBORO Paul Kennedy 508-223-2222 Amount: $381,677 DESIGNER: CAMP, DRESSER & MCKEE Steven Callahan 617-452-0000 411 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER TREATMENT FACILITY IMPROVEMENT: OWNER: CHARLES RIVER PCD Cheri Cousins 508-333-6762 Amount: $1,897,897 DESIGNER: CAMP, DRESSER & MCKEE Antonio Bonilla 401-457-0337 412 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WASTEWATER PUMP STATION IMPROVEMENTS OWNER: CITY OF WALTHAM, MA Joseph Pedulla 781-314-3244 Amount: $423,959 DESIGNER: CITY OF WALTHAM, MA Joseph Pedulla 781-314-3244 S1101 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 LINCOLN AVE. PUMP STATION OWNER: TOWN OF SAUGUS, MA Joe Attubato 781-231-4111 Amount: $443,188.14 DESIGNER: CAMP, DRESSER & MCKEE Steven Callahan 617-452-6000 11102 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 THE BRADFORD 4 PUMP STATION OWNER: TOWN OF WESTERLY Sal Murano 401-348-2625 Amount: $977,977 DESIGNER: STANTEC Lou Soracco 978-692-1913 11103 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WALLACE WAY WTP TANK CLEANING OWNER: TOWN OF MERRIMAC, MA Gary Tuck 978-346-8417 Amount: $136,506 DESIGNER: SGC ENGINEERING John Riordan 207-347-8130 11104 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 TURNPIKE LAKE WELL WTF FITER REHAB. OWNER: TOWN OF PLAINVILLE, MA Leland Ross 508-695-6871 Amount: $185,660 DESIGNER: WOODARD & CURRAN Bob Chapell 978-557-8150 11105 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WTF PHOTOVOLTAIC SYSTEM INSTALL OWNER: CITY OF LOWELL, MA Daniel Lahiff 978-970-4242 Amount: $1,950,470.45 DESIGNER: WOODARD & CURRAN Rob Little 978-557-8150 11106 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 OAK & E. ASHLAND WATER BOOSTER PUMP STATION OWNER: CITY OF BROCKTON, MA Michael Thoreson 508-580-7135 Amount: $1,207,777 DESIGNER: CDM SMITH Antonio Bonilla 401-457-0337 11107 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 NEWBURY HYDROELECTRIC PROJECT OWNER: NEWBURY HYDRO COMPANY 802-757-2177 Amount: $1,886,942.89 DESIGNER: ENEL GREEEN POWER NORTH AMERICA Guy Weaver 978-681-1900 11206 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WWTF DEWATERING PROJECT OWNER: TOWN OF HAMPTON, NH Mike Dube 603-929-5928 Amount: $1,037,677 DESIGNER: GHD, INC. 774-470-1630 11208 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 EAST STREET WTP MODIFICATIONS OWNER: GRAFTON WATER DISTRICT Matthew Pearson 508-839-2302 Amount: $199,677 DESIGNER: STANTEC Tom Mahanna 978-577-1411 11209 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 WTP PIPING & SEDIMENTATION BASIN OWNER: RANDOLPH-HOLBROOK JOINT WATER BO/ David Zecchini 781-767-1800 Amount: $121,527 DESIGNER: CDM SMITH Edward Storrs 401-457-0337 11301 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 DEXTER ROAD PUMP STATION OWNER: CITY OF PEABODY Daniel Doucette 978-538-5902 Amount: $25,763 DESIGNER: N/A 11302 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 CONCRETE CONTAINMENT PAD OWNER: IMEC Joseph D'Ambrosio 800-888-6554 Amount: $31,342 DESIGNER: 11307 GC: WATERLINE INDUSTRIES CORP. Ralph W. Dumke, President 603-474-7477 Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above either through a business or family relationship? YES NO X Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO X If you have answered YES to either question, explain. a� O U a N N 00 C N N 000 `n l N F Ite 69 � 69 69 00 69 69 U 69 69 U a O rn O rn O rn O rn ,� N N N N N O kr) N a 69 69 69 69 )� U M �o On it C/) U O F- Ci9 69 G9 69 6N9 cd 69 69 O O O v, ai rn r oo rn t 0 O � 3 +' rzoq 69 6� U pa) N U p., N N 00 N l N N o kf) p O1 M 69 69 69 N U O O O O O O O kr) N a 00 kn 00 M )� M �o On it kr l/') � lf) 69 Go i 69 69 � > +' N 00 o U pa) N r+" 4.1 N cd N O r3 O U w V 3 N 00 00 O M d d V ONV> s. .. O j ., C) MCd M j U 00 y� U> O cd d w >�•� cd v� U r„�Nd y0,� pU•s U ice., 1 d hod CdC7 oQ� r� Cl) r4 >v) r4wv5d t TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. John Bocchino, Jr. Vice President of Operations Weston & Sampson CMR, Inc 5 Centennial Drive Peabody, MA 01960 Dear Mr. Bocchino: October 28, 2013 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Purchase & Installation of Electrical Actuators at WTP' issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Enclosure Sincerely, Raymond T. Santilli Assistant Town Manager r SECTION 00410 BID BOND PENAL SI. t1 HM,11 Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address): Weston & Sampson CMR, Inc. 5 Centennial Drive Peabody, ' W 01960 SURETY (Name and Address of Principal Place of Business): Philadelphia Indemnity Insurance Company 100 Technology Center Drive, Suite 2B Stoughton, MA 02012 OWNER (Name and Address): Town of North Andover a 120 Main Street N. Andover, MA 01845 BID Bid Due Date: 8/08/2013 Project (Brief Description Including Location): Purchase & Installation of Electrical Actuators at Water Treatment Plant BOND Bond Number: TBA Date (Not later than Bid due date): 8/08/2013 Penal sum Five Percent 5% ( Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the temps printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER Weston & Sampson CMR, Inc (Seal) Bidder's Name and Corporate Seal By: Signa dTitle olnn.R.� ocr V ok oevt ion S Attest: Signature and Title SURETY Philadelphia Indemnity Insurance CQ -(Seal) Surety's an rporate Se By: Signature an itle David 0. Smith, attorney-in-fact (Attach Power of Attorney) Note: Above addresses are to be used for giving required notice. EJC'DC No. C-330 (2UU2 Ed 00410-1 Attest: s Signature and Title 10199L T. I. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Surety's liability. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1. Owner accepts Bidder's Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2. All Bids are rejected by Owner, or 3.3. Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. EJCDC NO. 0430 (2002 Edltlon) 00410-2 PGNM. SMI FORM 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in die state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term "Bid" as used herein includes a Bid, offer, or proposal as applicable. 101991. 126 - PHILADELPHIA INDEMNTfY INSURANCE COMPANY 231 St. Asapb's Rd., Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA IN'DENINITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: Andrew Barbas; David O. Smith and Deborah Viveiros OF THE CITY OF QUINCY, STATE OF MASSACHUSETTS. Its true and lawful Attomey(s) in fact vvitlt full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $7,500,000: Ibis Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I' day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsiinile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFDMD BY ITS AUTHORIZED OFFICE THIS 7TH DAY OF FEBRUARY 2013. (2 - (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 7a' day of February 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEIVINITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COM MOH W MLTH OF PENNSYLVA WA- NOTARIALWAU DANIEU PORATH, Notary Public LowhletlonTWsW MoaMa Couttty bvkL nCaanission Mtitdth 2419 ,�ll(i--�— Notary Public: (Notary Seal) residing at: Bala Cyd, PA My commission expires: March 22. 2016 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 8th day of August . 20—ta. .,` Craig P. Kellet, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE CONIPANY y APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible and responsive bidder offering the lowest aggregate price. All prices are to remain firm for the duration of the Contract. The bid prices will include all delivery and shipping charges In the event of a discrepancy between the unit price and the total price, the unit price shall govern. Unit Price Total Price A. Replacement for Filter to Waste valve and Influent valve A0423620201 SG 12.1 AUMA Electric Actuator Quantity -16 $5,690.00 ea $91,040.00 B. Replacement for the Filter Effluent valve A042362 SG 12.1 AUMA Electric Actuator Quantity — 6 $5,845.00 ea $35,070.00 C. Replacement for the Back Wash Flow Control valve 8902082 SARI 0.1-13B/GS 100.3 AUMA Electric Actuator Quantity — 1 $ 7,795.00 ea $ 7,795.00 D. Replacement for the Back Wash Effluent (Drain) valve and the Back Wash Isolation valve 8902082 SA 10.1-13B/GS 100.3 AUMA Electric Actuator Quantity — 16 $6,090.00 ea $97,440.00 GRAND TOTAL $231,345.00 Town of North Andover IFB Page 10 of 35 Purchase & Installation of Electrical Actuators at WTP Addenda 1> 2 are acknowledged: t ature John A. Bocchino, Jr., VP of Operations Business Name Weston & Sampson CMR, Inc. Business Address 5 Centennial Drive, Peabody, MA 01960 Business Phone 978-532-1900 Fax 978-977-0100 John A. Bocchino, Jr. Name of Person Authorized to sign Price Proposal Vice President of Operations Title of Person Authized to sign Price Proposal of Above Person Town of North Andover IFB Page 11 of 35 Purchase & Installation of Electrical Actuators at WTP 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 a Date 2 John A. Bocchino, Jr. Print Name & Title Vice President of Operations Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b),1 John A. Bocchino, Jr. , authorized signatory for Weston & Sampson CMR, 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. — n§0,0 (S,�A Sig atu Date Joh occhino, Jr., VP of Operations Town of North Andover IFB Page 32 of 35 Purchase & Installation of Electrical Actuators at WTP 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 ge�d John A. Bocchino, Jr., VP of Operations Print Name & Title Town of North Andover IFB Purchase & Installation of Electrical Actuators at WTP Date 4L2,q Weston & Sampson CMR, Inc. Company Name Page 33 of 35 Clerk's Certificate of Vote The undersigned, Clerk of Weston & Sampson CMR, Inc., hereby certifies that, at a meeting duly called in accordance with the by-laws, the Board of Directors unanimously passed the following resolution on December 19, 2012. VOTED: To authorize John A. Bocchino, Jr. Barbara K. Cook Michael J. Scipione Robert A. Goober Acting individually, to execute and deliver on behalf of the Corporation, contracts for professional services, up to $1,000,000 in value, which are in the ordinary course of the Corporation's business, during fiscal year 2013. VOTED: To authorize Stephen J. Richard L. Reed Soley Acting individually, to execute and deliver on behalf of the Corporation, contracts for professional services, up to $50,000 in value, which are in the ordinary course of the Corporation's business, during fiscal year 2013. The undersigned further certifies that the above vote has not been amended or rescinded and remains in full force and effect as of the date set forth below. Robe A. Goo er., Clerk Y1zg13 Date Weston & Sampson CMR, Inc. ai'fpa p ��' p N co U� Y a) 0 �•1 a) � N caca m � • j ro 0 H U m a) .-'z! H U pf, i- a � m O 41 ¢dma w0 o wa Ca) i a) a; "" co O m 0a +' °o roro cd ,g °' cn N ro J a) Vevyy O ro a). Fj A ni m cc �U.a }moi w cd Ucd W 0 0 cd as �✓ C1 �✓ w n a +� R a� A V N F N J a U W a (n W F W F N . Z 0 a,ro 4 W, At3)�.L) 00 0 � m o ro � o UN) r W O o2S O1e0 ami L) ad t�y Y A cid CdU m •- C ro W a'a o 'Cod L f U o O Z off \ ro U a) 4) 0-0ro o cmd H U) 0 y 'o H ydi U .�•'.� o q CD oCd ozCDX0"0 � N U U O ' N Y 00 Cc V m m 0 W M Y O Y O U coU tta b ca o ro �o� �0 o WMM0 o � 40. O 0 46 tm y A ui m � d ; y >. , Y O Wro.� al',�� b o a TS c6 a0 0� a0 o NL) �m N 104 co 00))L)Cd 0 oo o ro o H •° L)cn c o0� U °' o 0 .ro � '0 ° o H ) aJ W 2✓ '� � cru ai mCd C o v cd a o m a Cd oCd a d ro in Ois m (1) .Q O o W co 14 Y a) m o M' w d O U a) Q O D > U , o 0 o cd CD a �4cd o:� 00 U U a) 0 U . YY N m U �i O m a co+ � O CO ,>, m 'd q OH U U CD 0 ca 0 cd .�.." > cd O U ro a) O N ro cd a) > p ( H ro W 4 N vm� U o� �? .5 ;80 o ao.� •O Vr -4 o m tr coa W 40 0 � N � 0 � 0o .. o 7� ui LL b) Cd O q o to q +a p aniA .4,� to a) O OH m O OU a) UO bC G m }" a) a id O N . CN, m p o a) M m o 0 E 0Cd >� p H 4) oo ro D cHC O (,3)b� m o , U O a) a .dii�� N p N m to 01 ro 0 Cd +� Cd4 H ��Cd ." o Cd >, N ro 0 p > cU H o i a (1)o � cd a > o m H 4 '� c� w U cd *' O ++ a) 0 ij (3) O C) U A o m p, +� ro o d m cd 44 U y O m m a o b O q Vi H O ) a) m Cd 2 W `►a c O M U r,,,) 2 o a 'L) 0 ate;' ro Acts�P'°�'a m o y Cd 0 u) m2 d o o c L) +� O o " " H ro G a� o aCn mi Cda�oi (1) coA m O H CD V O 0 Cd " m }•T'i H Q) O O ro ro g ro N 6 o c� ro � 'o r. V 0 cd ca 0 0 y z 0 cn W UP O O W N Cc ca o O cc ani tm 'C ro C8 a) r A ° u w 0 ro ro 0 a O a of C � N N O a) N m a m m O m u o W ° 4 '0 a0i O m p 11 O 5 'A�"ci�ti�t°'nv Mtnaou r2 rA� U CY, U 0 cz 0 a� wW ^ \ \ \ \ \ \ \ \ \ \ \ \ \ \ Q 0 a a r\. O O ca O a s r\. v a u v M C2 O 2 N O ^ O •\- O O O .- .- r\i O o .- .- .- r\i O O O O O O O O O o U � w'- O�- � ^ ^ � O a O •- O •- a � o � � o .- .- � .- o v co rn rn U)D O O O^^ ^ O o ^ O o .- ^ ^ O o •- O o 0 0 U p O O O O O O O O O O O O 't O O O O N O O opp O O V O cMp W U Op � O Lo O to O O O O O Oi m O O Oi N et p ^ O O O O vi 't O m Ch tp O O M M LO m O LO Cl) O z N �- tt N' M 0 O O O> It 01 Itcli N �- p O cl z OfN' �t O ^ O !� N cr ^ N Oi L � co O d bs p N DO M O O �O N tp N 0 tl' ^ co !p M N <t ^ M ^ ^ M m 't �l• M N M V O O O U N6�i bi 69 di a9 bj to � " " di � . . . ^� b9 e g `� g o o C,0 o 0 o m o Cu m m m o Cu •T o o °' Y O N 0 0 4 � co co 4 � 4 � Q � 0 4 � LT co �' 0 11 � I•- Q 4 Q 4 Q Q 4 m m Q m 4 f2 - Q �— mCL U a> °? 2 °? 2co U_ U w o o Q o O co U U Q Z y v E G 06 J Q I► Q N = I I_ U I m 3 m E E O o o a I~-- Q m m = Z U U a 2 c' c > m O v o w m O d d E O a O .00 O� 00 E L �0 "� p I y m I y O i0 = Q E Q O Q m Gi O 0 U O O O m Cpp m c �` ., I N I N � ? E N m at9 t9 I I ! LTV) �% /a�/yyi ]V)., ami CO O� j V. CL mm s c c `L �o 1 o Q y O 4 y c U v Q w m m m a .� ami 4. m t t a t a Q. in cva m_ coC vUi ULT 06 w CL m' m a� a -M. . R ° m h o 0 ;� 'm `0 ° R 3 g h c Q) _ 3 m O 3 V m am to c Cb co w O op t� a � Z 3 � ° `m a a Z N m U (mo A U 4 O 0 LU f LU w N ^ N ^ N ^ N ^ N ^ N ^ N ^ M ^ Cl) ^ Cl) ^ M ^ M ^ M ^ M ^ M ^ M ^ N ^ O ^ N N N N N ^ N O N ^ ^ O ^ O M ^ ^ O O O O ^ O O O o ^ O O O O ^ U ^ ^ ^ ^ ^ N ^ N N ^ N N N Cl) M Cl) Cl) ^ Cl) ^ ;o a� o a r a a a a a a a a a O ^ ^ O O O O O O O O O 0 H UDo � O O °p° O M 00) 00 o O Do p O O Do p O O 0 O 0 O 0 O 0 O 0 O w U_ N N N Co 'O Cl) <O g p p (46 t0 K N O O p O O W) O p f� !� ^\ \ ZC' w a O N O O to ( Cl) 1: O 0 O Ld ^cri c O t O O <0 N h 0 O U N ^ N � Cl) b9 0 b N00 ^ (0 0) 00) b9 N N LO O d O b9 b9 b9 M b9 bg b9 b9 b% bbs b9 b9 a% b9 O ,O ,O ,O •� c �0 w �D � � � � .O •O ,O .O m YO — m ¢ m 0 0 w a a °o m � E a °o E ° E ° ¢ cn y H m m 3 a) a) a) a) ro a) `m m E E op E U m c) m c��a c��a 3 m m m a a m a3i m m a3i m � m 3 3 � m m m m m y °) O U a) mo m U a c a� a o m U ¢ ¢ ¢ m Z O O co m aci w O U L O m ro Y c c Q U ° N ¢ co UO `Da a) �) ° E¢ c ¢ o m — o o � m m Q o a '°co a v w a Q co U m v CL :° Z a U m 06 uc) W lo -c ro a, CN 0 a CL°Cl) a U n o w 3 U y g 0- m a) ac m m E co N U c m Q o` h C � IT, cry o lj m� ro a3i a—roi 0 3 � m � m ° o m LL Z Q O w 0 a ° h j ¢ m U Co � 4 � m tv °.�° Ern t m a c ° TO COO 0 � O O � O O O O O O O O N M O O ch .- M O W 00 to O rt O O 00 N O V O O 00 M O O O O O O O O O O 00 O N V' O 00 O 00 Q R N O) N O 01 Z Co C) , .� m t. .� N CO .� 00 co N M n P, O .- N` N .� O = V' ON) M O i ^ V' N M �- O " rt N a C v, N M h N ^ O N ('') 00 N N t. OD i f') c0 M N N O N M D.Lo a- IF- 6 �? N h N ^ O c") 7 h N � � N h LO N N O N N O 0^0 0^0 06 0^D a& � � 0^D 6 � 6 6 6 6 O cs 06 J W 0) 0) m C) 0) I 0) I m O) I C) I 0) I 0) I m O 0) M I 00 It I 00 I 00 00 I co I O co I 0) I O U) w m w o o o o V a = aco o U Q° .6 CU m co ° mm=Ct o m =' h o co a� ca m o m coo E o m U m U co C7 Q (aQ- C7 m Y a m G Y c O O o) O � p m m m m m m a U I- m 1- m h I- 8� ti Q J� Q O Z Q Q 1- � � c C C � � � w C w ¢ Z cp w h ZZ h o cc co +U_. Z U c Z U w S cco Z U Y co U C0 O U 0, O m O U c - m O .� COZZ OEOO 0 ��' U Q E O s m co O g uJ ° a) c0 h Q O U m" ° Q od h Q O h m p U h UJ w° w `o a E L m E E E i o c`n° 3� w U 3� ti •� m � °o � m Co a� U� Q o¢ co Z�° Z Z° 3~ q7 3 } U� o U� c ° U c� p U c ° o I— c O r I— c ° •c I— c ° o p c p Z a Z ayi Z Oyi Z a°i 2 2 2coZ y 2 co o w v 3 w 3 w w w w w 3 w O YQ U a m Co LLI (t I- aai a� ° ¢ �¢ c U a10 m n� Qin nv) Co CL co W _ L c� o y m0) 2 >> 0 a. m CL (D Q. (D cn = =U =w Cl)� Ni TO O N O CO O O 0 O � O 0 It O O O O O O N 0 ^ Qq. M , M , O O '- O O O O O 00 � O M W Z N N - N pOj b � O 2 M V O) M �Y 0) M O IV N M � i 00 O m O �- 7 co — O m N O N O V O = O V N Cl) O M 0 N N M 00 v a 't N N M cn 00 M O N M N co N M `- cp co N m N M co v � v M co c0 IL O !� O V' i �O O i � N i O M O O O O O O O M M O V a O W 0 O 0 O NO 00 O r� O m O to O 00 ND NO 2 O O M O M � O O � O ap Q M a) M � O Np a) M O M O O O J W N N O) a O t0 z O Co Np 0) O m O O m O N 00 O Of O O1 N O) N N O Z O o � a U 0 C U z a Q p > u; a u; a o m m 'c o mm a o h o co o c o o O o .p a !� O W a� O O C� W Y O m °— O c� amici N '� U O Y CO m U)i O ti v o a g co L3 °? vi ca Cl) m Y 12 IT c E n a, QCt) C w 73 m n Q I - U C/) Q W U i m �E c ti Q U a 3 U j V w O. a U N U 'G Si j m = aQi c V j `� U a U J o co U U o c I G p to c (B, G o y 3 Z e o y W Y a= o p tll q'f 4 G a� E Opp w Q O W C Z a g o o co o m m o m cu c co U G c i � o c �a @ m o U U m m� L @C7 ,c m M m Z 3 o� 3 a � g ca I- ca 3 0 oa 3 co � LD oa Z O G O G O G G O cc G O I- W G o O ti W G o U W G o o w w w CO CO w 0 3 w( Cl) 0 U 0 Q C9 0 0 0 O a CD 0 0 CD 0 Q C9 0 Q C9 0 0 0 O Q CD o ro - 0) G ca t U c m E2 E Ga o e a4i cam° W E W m z 4 m E — m m e Ol co W U �' O G U� �� ° a)� �' c9 IL �Y m= m� �Z Um CO mo '- O M M O O O O n O O O O O O O O O O N n O O N O O z O m O O O m O 0) O O w N N V O O) O z m N N O) N Cl) 0) �0 m , N 0) , , Cb Z O (o V M N M e� � r N n V' r N r N � 45 M n N (o O) � N m � �- N IT m t� V .- N m V 0 V N MN �o t. O O N N M o� O m O M O m �! V M co W) r� 00 M O c0 c0 M O O N co O M O m O m O M O LU Mch O O t0 m h m N (h C; a0 m O h m O h m N M N M r m0 h fh O 00 N OD O o0 O m� I� O (0 O fo aD N J w N V m t. m V V 0) O O (3) V V 0) 0 0) O O 0) m m m Z y O U aci L W aw. uj U LU w > w a Q O a o Fa- a Y Y LLI m y c ° O 4 h U ac coro O O C co O 3 C C N N C Y a ERR- m C aoi U `�° m E°° Z t E c o c o E C C ° CO 3 n o 0 co Cl) CO p U C9 >, w y °' m W m -� p U E Y o U Ir( o U Z ami a C cco a ° ° k o U d G .@ +UC U Of U Q Z Q U ti m LLD Y li a ti Or (t ti L 0 .Co ° co Q U E U Y E a� O h ~ cct Q C or npn C 0� cc cr cu U U <oO p C cp 3 O C O n O E O .� O O O O O m y O ti o m �, ° v, o m h °p w e E° m E_° n°° E a U n° E Ott n f u .? n E a) ti ca n E c o n E g U ° ,c °� m m m co m U o ° m m p m `m co m p o - co m O C co ° m •p m o ° a m m Co `o Co Q Z° w �= m � i= ° 3 a ° 3 i= as ° 3 m as ti 05 U as z O W C ° W C ° U W C o o �- W C o o �- W C o O �- W C ° W C ° U W C o Q a w�� 2 ai Z Z 2 aNi Z ami Z ami Z co Z co 3 w i w 3 W 3 w 3 w w w w U o o cD o o cD o o cD o o cD o o cD o 0 0 0 0 (D 0 o U E CL' w w o c C a� O m o Co a� E o E -0 Cl) c E co o m y aEi 10 C a p m E U Q Q = N CT o U o 3 m co m mtico o� acid co > c ~ YU �O mQ 'EC p' O a°iQ _� co p �E cr N �Z U0 U w m> c)° E �ti �?n �°o `mom C3 0� -SO .14 Oo OL m e t 0 h= 0 3 cod S m o 3 p - ° c d U2 a� DU BSc° CTci�c°n v�� �� �m m E O O O O O O O O O c0 O O N co O O O O V' O O M O c0 M ^ O O Cl) N O O N O0 O O O W(0 O02 O N M N 0) M m O a IT Cl) O) co 0) N m O L6 6 N v v N d t N o) N rl� co M P� N co N O � N _ ^ N N N M V O M M O c0 M cn M O V O Nt c0 - O m 00 M O rn Cl) O Cl) OD O co M U) d W —- O co 00 r W O c0 00 N 00 O I� V- O N � — 06 N O (0 O c0 O O C6O N 00 n -S r- O ri au rl J W h 0) 0) O O) O O0) co 0) 00 co co 0) p O 0) O co 0) F- U U Z p CL ` O j w W y O co O d � 0) G 4) G Lu. u U � w C O U 4) C Q- w 1 O o z 0Uc m m a 4 a O a aa) m m C') C0 p p —1 c O co O t N y a t N t J O G c G c co ~ LL iU v)'C,,, co y O O U 'O U (°0 ° � � N � N y O O U a •°' 4 c m a c O ca i> O° °? a a) co 0 °' aai ar 00 0 2 Q Q f— Q LL > > v) LL co v) ti CO v) LL 0 io Sx 10 E2 i O cc a h c (r c O CJ3a O CO) O CO) OQ O OQ O O co O O oa Q ' 4 Z W L W 3 I° a'3 F= 08 3 o8 4 a8 3 �CL vS 3 *a 3 -a } c° ° W c° o �- W c° o Q w c° o �- W c° o� W c o U W c° c Z Q W Z ayi Z ayi Z cy, . Z a) w Z co Z ay) Z 'o Z o w ii CO 3 w w 6 1* w 3 w w w C) 0 Q cD o Q cD O Q cD o o(D 0 Q cD o Q cD O Q(D 0 o (D c0 U c6 � O' O Q O c CL CO —Q) O v Q U5 E a (9e a o a Q) m q) °> °) Z LLJ Q) vim 0) 3 oCo o aci E cUD ~ -C> C,4) ° (j) T) co o w v cu �Q 05 :�c aQ I- m ag Q) h Q Q. U y y c c EQ o y ma a� 9 � ° ,a � m `° cn�m Cl) o c(rm� m E rn V O O O o O 0 O r,, h o o v O o O M n O O O O LO N o O co N O O W M M N O M LO O ,- O ,- OD N � Of Ma CA t0 CA r00 Q IT O = O N N M N N N M V Q N O N M O ^ 0o N M N M M N Cl) tt) 0) N M N N LO LO LO LO 00 N L O h N O � h J ros 0n0 0^D r r 0^D ri N .= 00 00 0o .; N ap 00 W 4o CA CA n Cn �t �l' pf Of CA 0) G) co (3) H z O m � Lu a g U aa) '1 UU c m 3 @ a ° R _ Z c f0 c ° c U c a tt1 t a�Ei E =° m ani �, •c o v co v a� CL o o m co c c U c m 3 U € o Q �' v) ° r E' 'e co o o-j (T 3 ani C/) Z ° � U J J O Y a C C U U U ct 0 U U tiU ami o° co a 0a o o c f o; c U 0 0 o o m a Q E Q e Q h o 0 w a, o° n U c a> E m o m a E m m ca E m E iL o E co m � n E ai n E m m U o m U .c cn a o o G o cn cn a�Q o Z `o ca L as o c 3 -az n (r g o �0occ Qo c o c Z O W O U W O U w U w U w wco w y U w O wcI o w w 3 w v 3 w w w I w Cl) U o o cD o o cD o o o o 0 o o 0 o o 0 o o U o o c� O 0 0 Co o n aci E o Z :° U) cmi w E a `° a m ayi n E o a' h S m o a CO w a �° Q) _ a NU C7 o ca a) m ° o p) v� w cn ° m o o n aw n c > •c c a O n c°_, m� � a g n E °' LU � �! � Ut U C �.° E a n aEi H 0 UL pO w C O p m m co� NZ e Cl) °� c� m� LU >ayi ai Urn ym_, � 3U 4o ca 4 Co acro � � °'o' E 3 M Q)U E6 � E c :§ C0 ��i :i/) a 2 TOWN OF NORTH ANDOVER 120 MAIN STREET NORTH ANDOVER, MASSACHUSETTS 01845 Raymond T Santilli Assistant Town Manager Mr. Edward Strickland, President William M. Collins Co., Inc 410 Dorchester Avenue Boston, MA 02127 Dear Mr. Strickland: �10RTN Ofit�io Ye1ti o ��SSACHUSEt�y October 28, 2013 TEL (978) 688-9516 FAX (978) 688-9556 Enclosed please find the bid bond/deposit submitted with your proposal in response to the Invitation for Bids for `Purchase & Installation of Electrical Actuators at WTP' issued by the Town of North Andover. The bid bond/deposit is being returned since the contract was awarded to another vendor. If you have any questions and/or concerns, please call me. Sincerely, Raymond T. Santilli Assistant Town Manager Enclosure THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 RECEIVED Bid Bond AUG 2 8 2013 William M. CoNins Co,, Inc, KNOW ALL MEN BY THESE PRESENTS, THAT WE William M. Collins Co., Inc. 410 Dorchester Avenue South Boston MA 02127 as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company One Hartford Plaza Hartford CT 06155-0001 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto Town of North Andover North Andover Town Hall, 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 Purchase and Installation of Electrical Actuators at North Andover Water Treatment Plant - Mechanical Bid 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 materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 29th day of August , 2013 �Vim rxso\ Hartford Fire Insu (1461tness) h. o BY: Aiza Lopez/ ( / (ride) AIA DOCUMENT A310 R BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 Direct Inquiries/Claims to: POWER OF ATTORNEY call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 13-650092,13-658059,13-650519,10-252185, 20-260947 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Patricia O'Connell, Rosalie A. Moresco of New York, NY, - Jeannette Porrini, Stacy Rivera, Elana V. Sanchez, Aiza Lopez of Hartford, CT, - Joyce E. Duhr, Harry A. Dinger Jr. of Morristown, NJ their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. q00��l� _ .rr c S3 1967tirw : ta4 ?' _r J" R"� ^r a�=�°"•eA'ho :.'-i . "COA04� `Z� ,�� � :: � ' :�'� ��.r,r,tv,a �•�1i11► $ Ct`•s'; 19 7 Vp i. ;�• 1y 7 4 � ? I979 * ` `�'a.: •� �r4a+c° fiA ���Vat fi ,}`'�.,t'tu•oi5� - �rNr.N' �:.�n'N'' Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Assistant Vice President On this 3`' day of November, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 0 Scott E.Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and fore oing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of August 29, 2015 Signed and sealed at the City of Hartford. ly I -Ty a /AMA :�tte•rre•'4, f L0� _3 '� Jap •` ti ��,' �'rn`.'�`_ ,a' ^t�►�•+� 1469 .� i g � if= • c -'_o ! i '�►� \ :ms's '« 'F '�'� ar.rrr,ty�;� �Er1A ��'�: 1070 is y 9 4 _Se" 2 I979 � * �he: •c� �'aeatiN� j�A. ..'l�a� Y }"�*,'rruAori' �e.n1�� ��`fCJ-.-' JJ `. i Gary W. Stumper, Assistant Vice President THE o eH HARTFORD Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 13-650092,13-658059,13-650519,10-252185, 20-260947 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Patricia O'Connell, Rosalie A. Moresco of New York, NY, - Jeannette Porrini, Stacy Rivera, Elana V. Sanchez, Aiza Lopez of Hartford, CT, - Joyce E. Duhr, Harry A. Dinger Jr. of Morristown, NJ their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. q00��l� _ .rr c S3 1967tirw : ta4 ?' _r J" R"� ^r a�=�°"•eA'ho :.'-i . "COA04� `Z� ,�� � :: � ' :�'� ��.r,r,tv,a �•�1i11► $ Ct`•s'; 19 7 Vp i. ;�• 1y 7 4 � ? I979 * ` `�'a.: •� �r4a+c° fiA ���Vat fi ,}`'�.,t'tu•oi5� - �rNr.N' �:.�n'N'' Wesley W. Cowling, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Assistant Vice President On this 3`' day of November, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 0 Scott E.Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and fore oing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of August 29, 2015 Signed and sealed at the City of Hartford. ly I -Ty a /AMA :�tte•rre•'4, f L0� _3 '� Jap •` ti ��,' �'rn`.'�`_ ,a' ^t�►�•+� 1469 .� i g � if= • c -'_o ! i '�►� \ :ms's '« 'F '�'� ar.rrr,ty�;� �Er1A ��'�: 1070 is y 9 4 _Se" 2 I979 � * �he: •c� �'aeatiN� j�A. ..'l�a� Y }"�*,'rruAori' �e.n1�� ��`fCJ-.-' JJ `. i Gary W. Stumper, Assistant Vice President HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut Financial Statement, June 30, 2012 (Statutory Basis) ASSETS LIABILITIES U.S. Government Bonds ................... $ 544,836,096 Reserve for Claims $ Bonds of Other Governments ............. 244,884,558 and Claim Expense.......................... 7,283,244,396 State, County Municipal Reserve for Unearned Premiums ................ 2,010,445,972 Miscellaneous Bonds ............ 11,873,593,290 Reserve for Taxes, License Stocks ............................... 5,572,166,497 and Fees ....................................... 55,092,690 Short Term Investments ................... 150,051,955 Miscellaneous Liabilities .......................... 2,102,384,411 $ 18,385,532,396 Total Liabilities ..................................... $ 11,451,167,469 Real Estate ................................... $ 189,813,290 Capital Paid In $ 54,740,000 Cash ........................................... 74,656,724 Surplus ................ 12,928,732,842 Agents' Balances (Under 90 Day) ...... 2,880,619,171 Other Invested Assets ..................... 540,626,951 Surplus as regards Policyholders........... $ 12,983,472,842 Miscellaneous ............................... 2,363,391,779 Total Liabilities, Capital Total Admitted Assets ................... $ 24,434,640,311 and Surplus ................................. $ 24,434,640,311 STATE OF CONNECTICUT COUNTY OF HARTFORD SS. CITY OF HARTFORD M. Ross Fisher, Vice President, and Wesley W. Cowling, Assistant Secretary of the Hartford Fire Insurance Company, being duly sworn, each deposes and say that the foregoing is a true and correct statement of the said company's financial condition as of June 30, 2012. Subscribed and sworn to before me this 18th day of September, 2012. Kathleen T. Maynard Notary Public My Commission Expires July 31, 2016 Form CS -19-37 HF printed in U.S.A. M. Ross Fisher, Vice President Wesley W. Cowling, Assistant Secretary Bob- 'L APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible and responsive bidder offering the lowest aggregate price. All prices are to remain firm for the duration of the Contract. The bid prices will include all delivery and shipping charges In the event of a discrepancy between the unit price and the total price, the unit price shall govern. Unit Price Total Price A. Replacement for Filter to Waste valve and Influent valve A0423620201 SG12.1 AUMA Electric Actuator Quantity —16 $ %, �7• ° ea $ 149,75?—. 00 B. Replacement for the Filter Effluent valve A042362 SG12.1 AUMA Electric Actuator Quantity — 6 $ Z,97. uvea $ .S Z Z. 0 0 C. Replacement for the Back Wash Flow Control valve 8902082 SAR10.1-13B/GS100.3 AUMA Electric Actuator Quantity —1 $ 17-9 7. °Oea $ 9,Z97.90 D. Replacement for the Back Wash Effluent (Drain) valve and the Back Wash Isolation valve 8902082 SA10.1-13B/GS100.3 AVMA Electric Actuator Quantity —16 $ X97.0 a ea $ 1480"752-l" GRAND TOTAL $340;:' 5S3. 00 Town of North Andover IFB Page 10 of 35 Purchase & Installation of Electrical Actuators at WTP iVA Addenda 1 & 2 Business Name William M. Collins Co., Inc. Business Address 410 Dorchester Ave., Boston, MA 02127 Business Phone 617-268-6180 Fax 617-268-1349 Edward F. Strickland Name of Person Authorized to sign Price Proposal President Title of Person Authorized to sign Price Proposal Town of North Andover IFB Page 11 of 35 Purchase & Installation of Electrical Actuators at WTP M DEVAL L. PATRICK GOVERNOR TIMOTHY P. MURRAY LIEUTENANT GOVERNOR .The Commonwealth of Massachusetts Executive Office for Administration and Finance Division of Capital Asset Management and Maintenance One Ashburton Place Boston, Massachusetts 02108 Tel: (617) 727-4050 Fax: (617) 727-5363 ::. (�Ca , J a.�Phine/General GLEN SHOR SECRETARY, ADMINISTRATION & FINANCE CAROLE CORNELISON COMMISSIONER Certificate of Contractor Eligibility CONTRACTOR IDENTIFICATION NUMBER: 1770 This Certificate Shall Be Used for Submitting Prime/General Bids Only 1. CERTIFICATION PERIOD: This Certificate is valid from 6/30/2013 to 6/30/2014 2. CONTRACTOR'S NAME: William M. Collins Co., Inc. 3. CONTRACTOR'S ADDRESS: 410 Dorchester Avenue, Boston, MA 02127 4. WORK CATEGORIES: This Contractor is certified to file bids under Massachusetts General Laws Chapter 149, Chapter 149A and Chapter 25A in the following checked Categories of Work: [j Alarm Systems Asbestos Removal r] Deleading [] Demolition Doors & Windows ( ] Electrical [ Electronic Security Systems 5. EVALUATIONS: 6. PROJECT LIMITS: [Elevators; []Energy Management Systems Exterior Siding [,/]Fire Protection Sprinkler Systems ❑ Floor Covering [General Building Construction [ Historical Building Restoration Historical Masonry [] Historical Painting E] Historical Roofing C HVAC Masonry Mechanical Systems ( ]ModularConstruction/Prefab Number of Projects Evaluated: 16 Average Project Evaluation Rating: 93 Number of Projects Below Passing Score: 0 Single Project Limit (SPL): Aggregate Work Lieut (AWL): General Building Construction Lindt: 7. SUPPLIER DIVERSITY OFFICE CfATIFICATION: N/A Yreya S. Bernstein, Deputy General Counsel, for Carole J. Cornelison, Commissioner []Painting R] Plumbing []Pumping Stations Roofing Sewage & Water Treatment Plants ❑Telecommunication Systems [ Waterproofing $8,192,000.00 $25,000,000.00 N/A Approval Date NOTE TO CONTRACTORS: Complete Applications for Renewal of Contractor Eligibility are due no later than three months PRIOR to the Expiration Date of the Certification Period shown above. Failure to submit Completed Applications timely may result in a gap in Certification or a lapse in Certification altogether for your company. Reviewer's Initials _V's EFFECTIVE MARCH 30, 2010 Commonwealth of Massachusetts Division of Capital Asset Management PRIME/GENERAL CONTRACTOR UPDATE STATEMENT TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED. Caution: This form is to be used for submitting Prime/General Contract bids. It is not to be used for submitting Filed Sub -Bids or Trade Sub -Bids. AWARDING AUTHORITIES If the Awarding Authority determines that the bidder does not demonstrably possess the skill, ability, and integrity necessary to perform the work on the project, it must reject the bid. BIDDER'S AFFIDAVIT I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date. 8/29/13 William M. Collins Co.. Inc. Bid Date Print Name of Prime/General Contractor Purchase & linstall Elec Actuators 410 Dorchester Ave Boston MA 02127 Project Number (or Business Address name if no number) Town of North Andover 617-268-6180 Awarding Authority Telephone Number SIGNATURE,* Bidder's Authorized Representative Division of Capital Asset Management Page 1 of 10 INSTRUCTIONS INSTRUCTIONS TO BIDDERS • This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A. • You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING. • This Update Statement must include all requested information that was not previously reported on the Application used for your firm's most recently issued (not extended or amended) Prime/General Contractor Certificate of Eligibility. The Update Statement must cover the entire period since the date of your Application, NOT since the date of your Certification. • You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.-gov/dcam. • If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet. • See the section entitled "Bidding Limits" in the Instructions to Awarding Authorities for important information concerning your bidding limits. INSTRUCTIONS TO AWARDING AUTHORITIES Determination of Bidder Qualifications • It is the awarding authority's responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder's Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification. • The bidder's performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references. • AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER'S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment. Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder's Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted, when added to the annual cost to complete the bidder's other currently held contracts, may not exceed the bidder's Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit: Step 1 Review Update Statement Question #2 to make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9). SteD 2 Determine the annual dollar value of the work to be performed on your project. This is done as follows: (i) If the project is to be completed in less than 12 months, the annual dollar value of the work is equal to the full amount of the bid. (ii) If the project will take more than 12 months to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work. Step 3 Add the annualized value of all of the bidder's incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the work to be performed on your project. The total may not exceed the bidder's Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor's bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor's Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor's bid. [810 CMR 8.05(2)]. Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 U. 0 �- LL Ui Q 0QH Qu -0 O X w F- UQa. zoo W0� WZ0 J W — 0 Q CL X00 aWZ MZ W w r LL~Q D W H O OZZ � _ WjF- 0(%W CDw ZZ� W -j jw< 00 � W LLJ ><0a MLU a�� Z} Z Q��O V00 � z0 L) a.p�a a QJmg ►- 0- < �O.ziC) 71QWo 0 wL L W Y oa L 0 U w w Q a 0 H- 0 .a CO w U L a o U � o m ILN H z L o ,N � cc 0 3 0 M CC YO 0 0- O oCO W Q �. -0 E40) U 0.- a 0 0 +' Q 0 N z O O -a M CL s a U o Qo U O ca c E ca w E ac 4) a� N N «6 FJ- Z cc my •._ ) .—N a ca N W-0 y U c w Em o� m ` 0 C �° CL 0O V a� L �� m Qin L Y L w a: a 0 0 .a m_ L o N � o m w L o ,N � cc 3 0 M 0 0- oCO a� �. -0 E40) 0.- a 0 0 +' Q 0 N O -a M CL s E U o Qo > ca c E ca w E ac 4) E N N «6 E� 4 cc my •._ ) .—N a ca N W-0 y c Em o� m ` 0 C 0O V a� L �� m Qin =c �E a` LU 0 0 W H J H U w a. w W J a.2 0 Q W O LL 0 H 0 LL Z w Z w LL LU Z O J 0 Lu ma W � 00 Ow ate. a w L C N 10- 0 O O L V C o 'v� aNi 2 0 0 o c t0 0 0 0 0 0 0 0 0 at=t=mt�Ltt��Z==Z 0 0 o 3 0 c 0 0 z 0 W a Q- fl o c Q- OIt ' a o O a a O a n H F- h- H c� c� ca HF- a E LO oa c � � 0 O c N 0 U '52 L c O o E R N O 3 p O 0 � 0 m t0 m X •N CO L N � > O 0M O E cc a C o L L O O :30) a E 3 E m m c ca L C E in >3 N Z cc w rnm m� > a w �,°, cO co (3)?- U O O y ca N L Q "- OO N C O N 3 C =U Cm E L C M NL CL Eca> t = ca C ° 01- 0 5 m r-C9 N N pW„ c O c N c O c O c N c O c O c O c O c O c O c O c O c O c O c O c O c O N L e On L i E2 12 'u-) L 12[2 N E2 N E2 Y) N al NN a. as N O a N as O N a N as y O a N as N O a, N as N O a O a 1— 5 6 5 Zr fop t�6 (y0 N ;N l0 f0 r N f0 ( m 0000c.50U0UU05UUU C C C C C C C C C C C C C C C C C UUUU L C LC L c L C L C L C Q C .N C C Z3 m U tN a� U 3 U) a� U C 3 N a� U C 3 W m U C y (D U �- 0 C9 0 C9 0 0 (9 0 C9 0 C9 C7 Z i� d d d a IX z z z W z w z � z z 0 z 0 z(D z 0 z(D z 0 0� W U� W U� W U� W U'S W U3: W U UO o (DO o 0O o (90 o (90 o (90 o o J P U n w CL L C N 10- 0 O O L V C o 'v� aNi N � 'p t0 C C E o 3 c 0 z �z ® a z o O OIt ' o �co te a .>_ = w w -a >- a c� c� ca a E LO oa c � � 0 O c N 0 U '52 L c O o E R N O 3 p O 01 m � 0 m t0 m X •N CO L N � > O 0M O E cc a C o L L O O :30) a E 3 E m m c ca L C E in >3 N Z cc o rnm m� > a w �,°, cO co (3)?- U O O y ca N L Q "- OO N C O N 3 C =U Cm E L C M NL CL Eca> t = ca C ° 01- 0 5 m r-C9 N N o >,c m a E m a N 0 Q U `- 0) Ir - 14 C6 Lo c 7 O O .;i H Y O U Z 0 W W J 0 U Z JIJ LL 0 W J w J Q Z Q 0 0 Lo a� m 0- 0 0 O N co t L cm C tR W c (D E 0) =° m c a N -d N Q � C -60 m2 U � o y 2c •2 N i5 a- .. NOWY-ate to 00 Or- 0 0 O) �Wn'c�mco 5 2 0 M 0 N o n �� 1�2 ch N 0 qt Mo ( Z>Z� Z �- r U� Q v LL co O W Z rco C r r Z>-2W� cr OOH`� W Z W 8 r' ca O O 0 0 0 !�- DY n. x Qcr. 2`o ri M o C 0 N 06 M W 1- coza. 0 -1 Lf)co co (6 00 °O v W V- � 0 0 C 0 N M O a. ch cMo U 00 Cl) W J ^ O Z 0 m N (D. >, = N c v M QWH T- T- O M V- OO M Lf) M n M M o M fn Q 0 M � r M dp 0 0 0 0 0 YO 00W U t5 46 N j o O O O O a a n a a U N N N N N LL Il M EL LL C 0 C O W HO Q N a; x o m o 0 N m uj O C VU lo x o o co E 'O m c o m o p co _ E _jc It > Q o v o m 0) Ir - 14 C6 Lo c 7 O O .;i H Y O U Z 0 W W J 0 U Z JIJ LL 0 W J w J Q Z Q 0 0 Lo a� m 0- 0 0 O N co t L cm C tR W c (D E 0) =° m c a N -d N Q � C -60 m2 U � o y 2c •2 N i5 a- 77 c E � 0 U 2 3 f / c g k 0 k E � c U) ■ § � : a AD E 5f o /2 k c§ k 4)$ � 0 2 �a -r- 75 �k k w CV c E 2� 2U a K® Ek /k � �� o f 0C.) - a2 CL @0 kk Ef po C \ . o � c . 77 �a w 2 H Z O 0 w J U n w CL w w J CL 0 Z w U w w LL >_Z 0 U Ha w 00 Ow da. (D>, c m o rn 2 0 c 0 L U (Y)CP C O M W N It T C CP v E 3 O Lf) c0 Iq LO c MO O LO 00 Z�Z �z �z O 4? co tam a� o ITE � c} ti C❑ C❑ Q. E O 0 . Q. M M O 0.0 U O O 0 0) 0 M Q O M N M o 0) N L 0) 0 Nc Y0 M M CO O) G N N EC N X a) M O N >%N 0 'E 0 0) Q. O W Om N m O LNL N r- O = E ti N 7 C N N N am to o Z o O C 04 OD CL ? O OD � `- O M= `_ a0 ~ v M = N r- M O `- 0 Wi n~ 0.0c E c 0 N O N 0 v "r' C 0O0 � 0. w co E on C (D 0 OC Q 0 CD O - c N J — �, C c0 tw- 4)a 0- Y C O m Q C O L T) N c O C N Z o c Y ? m CO c O ,, O N N O N O U c O — L a CL m° aN.. �L- Q. CL L r3 L w CL a 4) a _° w 6 4) a ca U ° c O m U U m a m U c c O m U c V a . °' 46 C Bu L O UY c u� c U c c a c o ia— (j U U aa) U U V m Z O E E m o m o U o U ci U N c o c mm L cuQ c m t 0 t 220 IZ= 2, 2 0 C Q 2U Y �� L Q u o otS c Q O 3 C i 3 C L V prf C t 0 3 C C C c 'a N M ?.LL _Y w 7 F -Q j Y w °� c Y � �� � Y W t �O Y Cl) moi°- O a _ c� Z a z z w z w z cc z cc z Z O O 2 LU O'S w U� Z w US Z w U� Z w U� Z w US Z w U UO a 00 a UO 0 (D0 0 OO a OO a O L cq w cn y 2 H m � a U) O UJ x C O N >' N c d (D>, c m o rn 2 0 c 0 L U C O W N C E 3 O N c MO O 00 Z�Z �z �z O 4? co tam a� o ITE � c} 4. C❑ C❑ Q. E O Q. >% c t- 0.0 U O 0 o L ' r('' N 0� CLO 3s N L 0) 0 Nc Y0 C M v `m M CL N N EC cad X a) N > vi 3 N >%N 0 'E 0 C W Om N m LNL N 0 Q E 7 C t N U) c c E >� c0 Om mm O ca g� w M= N O M O N Q' N c E O `- 0 3 c U a — `d 0.0c E c 0 N O N 0 v "r' C c U' A v 04-mQ. = 0 E on ac Lo E 0 y 0 Q 0 PART 3 - PROJECT PERFORMANCE For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a complete explanation. Information you provide herein must supplement the Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s), names of all parties involved, relevant dates, etc.]. YES NO 1. Has your firm been terminated on any contract prior to completing a project or has ❑ any officer, partner or principal of your firm been an officer, partner or principal of another firm that was terminated or failed to complete aproject? 2. Has your firm failed or refused either to perform or complete any of its work under any contract prior to substantial completion? 3. Has your firm failed or refused to complete any punch list work under any contract? ❑ 4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a ❑ financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that filed for bankruptcy? 5. Has your surety taken over or been asked to complete any of your work under any ❑ Z contract? 6. Has a payment or performance bond been invoked against your current firm, or has any officer, principal or individual with a financial interest in your current firm been an officer, principal or individual with a financial interest in another firm that had a payment or performance bond invoked? 7. Has your surety made payment to a materials supplier or other party under your payment bond on any contract? 8. Has any subcontractor filed a demand for direct payment with an awarding authority ❑ fora public project on any of your contracts? 9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic's ❑ lien against property in connection with work performed or materials supplied under any of your contracts? 10. Have there been any deaths of an employee or others occurring in connection with El Z any of yourprojects? 11. Has any employee or other person suffered an injury in connection with any of your El Z projects resulting in their inability to return to work for a period in excess of one ear? Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws Please answer the following questions. Information must supplement all judicial and administrative proceedings involving bidder's firm, which were instituted or concluded (adversely or otherwise) since your firm's Application for your most recently issued (not extended or amended) Certificate of Eligibility. You must report all requested information not previously reported on that DCAM Application for Prime/General Certificate of Eligibility. The term "administrative proceeding" as used in this Prime/General Contractor Update Statement includes (i) any action taken or proceeding brought by a governmental agency, department or officer to enforce any law, regulation, code, legal, or contractual requirement, except for those brought in state or federal courts, or (ii) any action taken by a governmental agency, department or officer imposing penalties, fines or other sanctions for failure to comply with any such legal or contractual requirement. The term "anyone with a financial interest in your firm" as used in this Section "I", shall mean any person and/or entity with a 5% or greater ownership interest in the applicant's firm. If you answer YES to any question, on a separate page provide a complete explanation of each proceeding or action and any judgment, decision, fine or other sanction or result. Include all details (name of court or administrative agency, title of case or proceeding, case number, date action was commenced, date judgment or decision was entered, fines or penalties imposed, etc.). YES NO 1. Have any civil, judicial or administrative proceedings involving your firm or a ❑ principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract, including but not limited to actions to obtain payment brought by subcontractors, su liers or others? 2. Have any criminal proceedings involving your firm or a principal or officer or ❑ anyone with a financial interest in your firm been brought, concluded, or settled relating to the procurement or performance of any construction contract including, but not limited to, any of the following offenses: fraud, graft, embezzlement, forgery, bribery, falsification or destruction of records, or receipt of stolen property? 3. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state's or federal procurement laws arising out of the submission of bids or proposals? 4. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law? Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued) YES NO 5. Have any judicial or administrative proceedings involving your firm or a principal ❑ or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law regulating hours of labor, unemployment compensation, minimum wages, prevailing wages, overtime pay, equal pay, child labor or worker's compensation? 6. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of any state or federal law prohibiting discrimination in employment? 7. Have any judicial or administrative proceedings involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a claim of repeated or aggravated violation of any state or federal law regulating labor relations? 8. Have any proceedings by a municipal, state, or federal agency been brought, ❑ concluded, or settled relating to decertification, debarment, or suspension of your firm or any principal or officer or anyone with a financial interest in your firm from public contracting? 9. Have any judicial or administrative proceedings involving your firm or a principal or ❑ officer or anyone with a financial interest in your firm been brought, concluded, or settled relating to a violation of state or federal law regulating the environment? 10. Has your firm been fined by OSHA or any other state or federal agency for ❑ violations of any laws or regulations related to occupational health or safety? Note: this information may be obtained from OSHA's Web Site at www.osha.gov 11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals, workforce goals, or failure to file certified payrolls on any publicprojects? 12. Other than previously reported in the above paragraphs of this Section I, have any administrative proceedings or investigations involving your firm or a principal or officer or anyone with a financial interest in your firm been brought, concluded, or settled by any local, state or federal agency relating to the procurement or performance of any construction contract? 13. Are there any other issues that you are aware which may affect your firm's responsibility and integrity as a building contractor? Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 PART 5 - SUPERVISORY PERSONNEL List all supervisory personnel, such as project managers and superintendents, who will be assigned to the project if your firm is awarded the contract. Attach the resume of each person listed below. James Ferrera TITLE OR V.P. - Project Manager PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm's business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? ❑ Yes ® No If YES, attach a separate page providing complete details. PART 7 — LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO THE DIVISION OF CAPITAL ASSET MANAGEMENT. Attach here a copy of the list of completed construction projects which was submitted with your firm's DCAM Application for your most recently issued (not extended or amended) DCAM Certificate of Eligibility. The Attachment must include a complete copy of the entire Section G - "Completed Projects" and the final page - "Certification" (Section J) containing the signature and date that the Completed Projects list (Section G) was submitted to the Division of Capital Asset Management. Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010 William M. Collins Company Inc. MECHANICAL CONTRACTOR August 29, 2013 James Ferrera Position: Vice President Experience: 2002 — Present William M. Collins Co., Inc. Vice President, Project Manager 1995 —2002 Plumber Foreman 1992-1995 Plumber 1987-1992 Plumber Apprentice William M. Collins Co., Inc. William M. Collins Co., Inc. William M. Collins Co., Inc. Education: 1987-1992 Plumber's Local 12 Apprentice Training Program 1984-1986 Shawsheen Technical School, Billerica, MA High School Diploma & Plumbing Education Certificate Licenses: Mass. Master Plumber License #11293, Mass Journeyman Plumber License #21931, Mass registered Plumbing Corp. License. PLUMBING H.V.A.C. FIRE PROTECTION PROCESS PIPING 410 DORCHESTER AVENUE, SOUTH BOSTON, MASSACHUSETTS 02127 TELEPHONE 617-268-6180 FAX 617-268-1349 I Certification (notarization required) The undersigned, Edward Strickland hereby certifies: (type name) That I am an owner or principal of William M. Collins Co., Inc., (company name) and that all answers and all statements contained in the attached application (including Sections F and G) for certificate of eligibility are complete, true and correct. Providing false or misleading information or failure to provide all required information will be considered grounds for denial, decertification and/or debarment. I attest to the accuracy of all information contained in this application and verify that the information submitted is in fact complete, accurate and true, under oath. Signed and Sworn under the Pains and Penalties of Perjury. Dated at 4130113 This 30th day of aril, 2013. Suffolk (county) By (signature): —MA-C,� Type name: Mark Coulter Title or position: Vice President ss. Before me, Edward F. Strickland (notary public) known to me to be Mark Coulter (name of officer) Massachusetts (state) personally appeared and ,based on satisfactory evidence which was his/her driver's license and acknowledged that he/she is authorized to execute the foregoing and that its execution is his/her free act and deed and the free act and deed of e firm. (notary pubhc signature) a ®WARD F. STfiMM Edward F. Strickland (print name) **Upon completion of this Application and the two corresponding Excel spreadsheets, save and email them to CertificationAuplication.dcam(i}state.ma.us ** Page 16 of 16 Prime/General Revised March 2011 Computer z �u a�g 8 b, � t�q � `33 �o�` - � A �J P zi� S 3 a �h�si 7 J _ _ e 8 8 8 8 S m o 8 $ �°4 4 Y s 8 0 o J r 4 S. gg S m a O 8 8 8 S S 8 8 8 8 8 8 8 y��k' gc cE y b`q€ c� cE ci cE cE c� cE cE y y ` cE cE cE �igg $ EFo e ti £ T gal 8 Y T `LL Ji �$v�' � fia a E� JI Santilli, Ray From: Santilli, Ray Sent: Friday, August 16, 2013 10:41 AM To: 'Roger Matheson' Subject: RE: P&I of Electrical Actuators at WTP Per Addenda #1 (dated August 1, 2013) issued as part of the Invitation for Bids for the 'Purchase & Installation of Electrical Actuators at Water Treatment Plant', All questions/inquiries must be received by 4:30 p.m. on Thursday, August 15, 2013 to be considered. 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 rantilli@townofnorthandover.com Web www.townofnorthandover.com From: Roger Matheson[_mailto:Rogermatheson(cbwilIiamcolIins. biz] Sent: Friday, August 16, 2013 10:00 AM To: Santilli, Ray Subject: P&I of Electrical Actuators at WTP Ray, In the project specifications there are a total of (22) Remote Pilot Stations/Selector Switches listed to be installed(See Section 6 Subsections A&B of the project documents). Are remote pilot stations required as the new actuators are furnished with integral local controls, push buttons and selector switches? If they are required, please advise on the location of these devices and wiring requirements. Thanks, Rog ,'amu %�c%a�zr Roger Madieson Project Manager William M. Collins Company, Inc. MECHANICAL CONTRACTOR 410 DORCHESTER AVENUE, BOSTON, MA 02127 T:617-268-6180 F:617-268-1349 E: rogermatheson(o)williamcollins biz The information contained in this e-mail communication may be confidential and legally privileged and is for the use of the intended recipient only. If you are not the intended recipient, or an authorized employee or agent responsible for delivering it to the intended recipient, the dissemination, distribution or reproduction of this communication or its contents (including any attachments) is strictly prohibited. If you have received this communication in error, please notify us immediately by telephone or reply e-mail and permanently delete it and any copies from systems and/or files. urease 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 referto: hftp://www.sec.state.ma.us/pre/i)reidx.htm. Please consider the environment before printing this email. N 14 Santilli, Ra From: Mody, Tapan [Tapan.Mody@rotork.com] Sent: Thursday, August 15, 2013 11:02 AM To: Santilli, Ray Subject: RE: Additional Questions / Town of North Andover IFB, Purchase and installation of electrical actuators Ray, After the walk through, I do have additional questions/concerns that I would like addressed. 1—The site currently has some remote push button stations, which I believe are used to control the 16" valve actuators (located about 20 feet up). Are these to be re -used or? If they are not to be re -used, would a NEMA 4X fiber box, with open/stop/close as well as remote/local operation be included for control, with indicator lights to show open or closed? 2 —The actuator nameplate information on the specifications did not match up to the actuators at site. For example — D. Backwash effluent (Drain) valve. specifications states SA10.1-1313/GS100.3, however the nameplate information I saw was SA10.1-9.68 and the gearbox nameplate indicated it is a GS100.2 (40:1 ratio) Would you please verify actuator nameplate information (all units), gearbox nameplate information as well as ratio's (all units)? Would pictures of the nameplates and corresponding valves be made available (all units)? 3 — Displays — noted that some were not functional when no power was given to the actuator, which was brought up by folks at the walk through. They specifically mentioned working on the filters, and having both the display and remote indication work when power to the units are isolated. (I had asked this question previously.) 4 — It was discussed that some of the existing AUMA actuators needed to be replaced due to operation failure. Would you like for the scope of services to include utilizing a factory technician to perform start-up services (as a minimum), which would include verification of wiring, calibration of units and proper operation? This would not allow third party companies, sales representatives or distributors from performing this task and thus put the actuator manufacturer accountable for errors? Perhaps it should be considered that all actuators also come with a two year warranty from date of start-up, honored by the actuator manufacturer? Tapan B. Mody Area Sales Manager- New England --------------- Mobile: (603) 781-8904 Office: 22 Pinewood Road, Hudson, NH 03051 North American Headquarters: (585) 247-2304 - 675 Mile Crossing BLVD, Rochester, NY 14624 Tapan.Modv rotork.com I web: www.rotork.com Inside Sales - Quoting (all products) extension -(585) 247-2304 x - 10442 Technical Support - (After Sales Technical Support, ASTS) - (585) 247 - 2304 x -10459 http://www.linkedin.com/in/tapanmody y.. `71 From: Mody, Tapan Sent: Monday, July 29, 2013 4:29 PM To: 'rsantilli@townofnorthandover.com' Cc: Mody, Tapan Subject: RE: Questions / Town of North Andover IFB, Purchase and installation of electrical actuators Mr. Santilli, Thanks for taking the time to speak to me this afternoon. I realize that what I have written below may seem to be a bit much, but I want to ensure that we bid the project using the latest actuator technology, as well as provide a complete bid. I am available at anytime to discuss this in further detail, and look forward to your response. I will check the town website for addenda, but would you be kind to acknowledge receipt of this email? I do have some questions that I am hoping you can address - 1— Will there be an opportunity for a site walk through/visit? We would like to obtain some dimensional information to ensure our proposal is correct. 2 — In order to provide a competitive proposal for the installation of the actuators, could you please provide us with the following valve information — 1— Size of valve / location (for example filter to waste valve, 12" butterfly seat type is= ?) 2 — Are the valves AWWA rated? 3 — Are there top works drawing of the valves available? What is the flange pattern? 4 — Who is the manufacturer of the valves? 5 — Is there torque information available for the valves? 6 — Pressure differential for the valves? 7 — Stem information of the valve (diameter? Key?) 8 — Detailed information with regards to the wiring that is present at site? Can it be re -used? What are the current termination points into the actuators and to the PLC/SCADA/Controller? Are all eight contacts being utilized, for what? Is there an as built wiring schematic that can be provided? What type of conduit is present at the actuators currently? Is it flexible? Can this be re -used as well? 9 — Will it be preferred to have the actuator manufacturer send out their own technicians versus a third part representative or distributor? This person that is to install the actuators, shall have a vehicle that is stocked with common components for actuators, to ensure that start-up and installation goes in a timely fashion. 10 — Once the factory technician finalizes installation and start-up, it is recommended that the site have a three year factory warranty. (thus a reason to have a factory technician provide the start up and installation. If a third party does this, there is no guarantee that parts/service/labor will be provided by the actuator supplier or made available in a timely fashion). Paragraph 5 discuss' the need to bring the actuators up to today's standards, however this is left open for interpretation. Asking that the following be considered, and included in a future amendment. This is so that everyone is bidding on the same level, and to ensure that the town does not receive equipment that may have been the latest generation in the 90's. 1— Today's actuators are of the non -intrusive type, which does not require the removal of any covers to set and or configure the actuator's limits. This is typically done via an infra -red connection, and as such only non -intrusive actuators will be allowed, with either Bluetooth or infrared technology. 2 — Actuator motors typically run at 1800 or 3600 rpm, they are then geared down internally for a slower output speed. The lubrication for the internal gearing, within the actuator shall be oil lubricated. This will ensure that the grease lubrication does not separate or tunnel away from the high speed mechanisms within the actuator. It also allows for mounting in any orientation. Further repacking the actuators with grease will not be required or necessary. 6 J' rw 3 — Actuator torque shall be measure by a Piezo electric device (strain gauge), the use of washers of spring packs shall not be allowed, as it is a mechanical component that will wear over time and require future calibration of the set points. 4 —Actuator shall be provided with an internal power supply, to ensure that the actuator display and contacts remain operational for a minimum of twenty four hours. This ensures safety for the plant personal as well as the plant process. During any sort of maintenance, when power to the unit is isolated the actuator will still provide remote indication (through dry contacts) as well as local indication of actual valve position. 5 — Actuator display shall also provide torque readouts of actual conditions in % format. This ensures that the torque limits are set as they need to be during normal operating conditions. 6 — Space heaters shall not be required. Today's technology utilizes double o ring seals, and as such space heaters are not a necessary item to keep energized at all. It also ensures an overall lower power consumption for the plant. 7 — Datalogger shall be provided. The actuator shall be able to record and display torque profile curves of the application, that can be utilized for future maintenance of the valve (such as packing). The town shall be able to download and archive the information using software provided by the actuator supplier. The software shall be Windows compatible. 8 — Setting of the limits and calibration of the unit shall be done with a handheld configurator, or a right to work tool. 1 tool shall be provided for every 8 actuators. The tool shall be capable of storing multiple actuator configuration files (calibration and such) as well as the data logger files. The files shall be easily transferrable to Windows operating PC. 9 — Modulating actuators shall be 1. rated for a minimum of 1200 position changes within one hour, and also include Actuators shall include a contactless transmitter to give a 4-20mA analogue signal corresponding to valve travel for remote indication when required. The transmitter will auto range to the set limits. 2. Sense torque output continuously via a solid state torque/thrust sensore incorporated into the gear train. Springs and cams are not allowed. 3. Actuator shall sense valve position using a solid state "non -contacting" position encoder. Potentiometers shall not be used. Tapan B. Mody Area Sales Manager - New England Mobile: (603) 781-8904 Office: 22 Pinewood Road, Hudson, NH 03051 North American Headquarters: (585) 247-2304 - 675 Mile Crossing BLVD, Rochester, NY 14624 Tapan.Mody@rotork.com I web: www.rotork.com CIS Inside Sales - Quoting (all products) extension -(585) 247-2304 x -10442 Technical Support - (After Sales Technical Support, ASTS) - (585) 247 - 2304 x - 10459 http://www.linkedin.com/in/tapanmody This message has been scanned for malware by Websense. www.websense.com 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.usipre/preidx.htm. Please consider the environment before printing this email. 3 ADDENDA #2 — August 16, 2013 INVITATION FOR BIDS PURCHASE & INSTALLATION OF ELECTRICAL ACTUATORS AT WATER TREATMENT PLANT TOWN OF NORTH ANDOVER, MASSACHUSETTS The following answers are provided to questions submitted by potential bidders: 1. In order to provide a competitive proposal for the installation of the actuators, could you please provide the following valve information: a. Size/type of valve? o Effluent valve — Pratt Model 2FII, 12", 150 PSI Max, Serial # F079715112, 1990 o Backwash Valve — Pratt Model Triton XR-70, 24", 150 PSI Max, Serial # F07971520,1990 o Filter to Waste Valve — Pratt Model 2FII, 12", 150 PSI Max, Serial # 07971543, 1990 o Backwash Drain Valve - Pratt Triton XR-70, 24", 150 PSI Max, Serial # 07971520,1990 o Influent Valve — Pratt Model 2FII, 16", 150 PSI Max, Serial # 07971, 1990 o Backwash Control Valve — Pratt, 20", 150Max PSI, J2780, Serial # 67774, 1989 b. Are the valves AWWA rated? YES c. Are there top works drawing of the valves available? YES d. What is the flange pattern? Four bolt e. Who is the manufacturer of the valves? Pratt f. Is there torque information available for the valves? Unknown g. Pressure differential for the valves? Unknown h. Stem information of the valve (diameter, key)? Diameter — unknown, Keyed - yes 2. Is there detailed information with regards to the wiring that is present at site: a. Can it be re -used? YES b. What are the current termination points into the actuators and to the PLC/SCADA/Controller? Unknown c. Are all eight contacts being utilized? Unknown d. Is there an as built wiring schematic that can be provided? YES e. What type of conduit is present at the actuators currently? Short pieces of flexible. f. Is it flexible? YES g. Can this be re -used as well? YES 3. Will it be preferred to have the actuator manufacturer send out their technicians versus a third part representative or distributor? No preference 4. Will electrical wiring from the existing panels or cut-off switches remain as is or new wiring is required? Two of the actuators were recently replaced and the existing wiring was used. 5. Will electrical wiring require upgrading? Not to our knowledge. 6. Would Town of North Andover allow for shipments of actuators and hardware to be consigned, addressed and accepted at the water treatment plant? Will plant personal accepted and unload these shipments from common carriers? The actuators may be delivered to the Water Treatment Plant. The shipment will be accepted and unloaded as long as there is advanced notice and no fork truck is needed. 7. Will plant allow the storage of actuators, components and hardware? Storage will be allowed on-site as long as it does not interfere with the day to day operations and there is sufficient room. The equipment stored on site will be the sole responsibility of the contractor until installed and accepted by the Town. 8. What is the time frame anticipated by the town for completing this work.) It is anticipated the work will be done during lower demand time — late fall, winter or very early spring. 9. The site currently has some remote push button stations which are used to control the 16" valve actuators (located about 20 feet up). Are these to be re -used? The push button stations should be replaced. 10. The actuator nameplate information on the specifications did not match up to the actuators at site. Would you please verify actuator nameplate information (all units), gearbox nameplate information as well as ratio's (all units)? Would pictures of the nameplates and corresponding valves be made available (all units)? Any vendor could have taken pictures during the tour or obtained information from the name plates. At this late date, photographs will not be provided. 11. It was discussed that some of the existing AUMA actuators needed to be replaced due to operation failure. Would you like for the scope of services to include utilizing a factory technician to perform start-up services (as a minimum), which would include verification of wiring, calibration of units and proper operation? The contractor must be able to verify that the actuators are wired and working correctly to the satisfaction of the Town of North Andover. ADDENDA #1— August 1, 2013 INVITATION FOR BIDS PURCHASE & INSTALLATION OF ELECTRICAL ACTUATORS AT WATER TREATMENT PLANT TOWN OF NORTH ANDOVER, MASSACHUSETTS `Submission Deadline and Instructions' is hereby amended: All sealed proposals must be received and registered by the Assistant Town Manager's office by Thursday, August 8, 2013 at A ygust 29, 2013 at 2:00 p.m. `Questions, Addendum or Proposal Modification' is hereby amended: All questions/inquiries must be received by 4:30 p.m. on Tuesday, my 30, 2013 Thursday, August 15, 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, August 1, 2013 at 2.00 p. August 22, 2013 at 2:00 p.m. `Voluntary On -Site Inspection': A voluntary on-site inspection of the electrical actuators at the Water Treatment Plant will be held on Thursday, August 8, 2013 at 10:00 a.m. All parties will meet in the meeting room on the first floor of the Water Treatment Plant at 420 Great Pond Road, North Andover. NOTE: Responses to all questions received to date will be posted in Addenda #2 on Tuesday, August 6, 2013 by 12:00 noon. TOWN OF NORTH ANDOVER INVITATION FOR BIDS PURCHASE & INSTALLATION OF ELECTRICAL ACTUATORS AT WATER TREATMENT PLANT July 17, 2013 Contact Ray Santilli Assistant Town Manager Address 120 Main Street North Andover, MA 01845 Telephone Number: 978-688-9516 Fax Number: 978-688-9556 Email 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 6. Specifications.......................................................... 6 , 7. Prevailing Wage Rates ............................................... 8 8. Payment Bond ....................................................... 8 9. Bid Deposit............................................................ 8 10. Evaluation of Bids .................................................. 8 11. Term of Contract .................................................... 9 Appendix A — Price Proposal ......................................... 10 Standard Town of North Andover Contract With Supplement "C .. ............................................. 12 Certifications........................................................... 32 Prevailing Wage Rates ................................................. 35 Town of North Andover IFB Page 2 of 35 Purchase & Installation of Electrical Actuators at WTP 1. Introduction The Town of North Andover is soliciting bids from qualified companies for the purchase and installation of electrical actuators for the carbon filters at the Water Treatment Plant. 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, August 8, 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 "Electrical Actuators" 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 35 Purchase & Installation of Electrical Actuators at WTP All sealed proposals must be received and registered by the Assistant Town Manager's office by Thursday, August 8, 2013 at 2:00 p.m. All outer envelopes must be labeled "Electrical Actuators" 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, July 30, 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, August 1, 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 35 Purchase & Installation of Electrical Actuators at WTP 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 listed scope of services. B. Contractor shall submit a complete list of all contracts performed in the past three (3) 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. Unit prices shall remain firm for the period of the contract. F. Submission of required statements and forms. 5. Scope of Services The Town of North Andover is soliciting bids from qualified companies for the purchase and installation of electrical actuators for each of the eight (8) carbon filters at the Water Treatment Plant. The work includes the removal of existing actuator, supply and installation of new actuators, all necessary wiring, testing and running of the actuators. The bids will include all delivery and shipping charges At each of six (6) filters, actuators will be required at each of the following valves: filter to waste valves, influent valves, effluent valves, the backwash effluent (drain) valves and backwash isolation valves. At two (2) filters, actuators will be required at each of the following valves: filter to waste valves, influent valves, the backwash effluent (drain) valves and backwash isolation valves. An additional actuator will be required at the backwash pump effluent valve. This is a total of 39 actuators being requested. The current actuators at the WTP are AUMA and are obsolete in style only, thus need to be updated to the current models. Town of North Andover IFB Page 5 of 35 Purchase & Installation of Electrical Actuators at WTP 6. Specifications A. Replacement for Filter to Waste valve and Influent valve A0423620201 SG12.1 AUMA Electric Actuator Quantity — sixteen (16) ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Machined Coupling (1 Bore & 1 Keyway) ACTUATOR CONTROLS: AM AUMA Matic 110 VAC Interface 3- Push Buttons 3- Lights 1- Selector Switches Remote NEMA 4X Pilot Device Station with Control Switch (OSC) / Selector Switch (LOR) / Two (2) Indicating Lights B. Replacement for the Filter Effluent valve A042362 SG12.1 AUMA Electric Actuator Quantity — six (6) ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator RWG Position Transmitter (4-20mA DC Output) Side Mounted Hand Wheel Plug and Socket Terminals Town of North Andover IFB Page 6 of 35 Purchase & Installation of Electrical Actuators at WTP ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Machined Coupling (1 Bore & 1 Keyway) ACTUATOR CONTROLS: AM AUMA Matic Positioner (4-20mA Input) 3- Push Buttons 3- Lights 1- Selector Switches Remote NEMA 4X Pilot Device Station with Control Switch (OSC) / Selector Switch (LOR) / Two (2) Indicating Lights C. Replacement for the Back Wash Flow Control valve 8902082 SARI 0.1-13B/GS100.3 AUMA Electric Actuator Quantity — one (1) ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Reduction Gearing Mechanical Dial Position Indicator on Gearbox Potentiometer for Internal Feedback (5K Ohms) Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Blank Coupling ACTUATOR CONTROLS: AM AUMA Matic Positioner (4-20mA Input) 3- Push Buttons 3- Lights 1- Selector Switches F 14 Flange D. Replacement for the Back Wash Effluent (Drain) valve and the Back Wash Isolation valve 8902082 SA10.1-13B/GS100.3 AUMA Electric Actuator Quantity — sixteen (16) Town of North Andover IFB Page 7 of 35 Purchase & Installation of Electrical Actuators at WTP ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator on Gearbox Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Blank Coupling ACTUATOR CONTROLS: AM AUMA Matic 110 VAC Interface 3- Push Buttons 3- Lights 1- Selector Switches F -Flanges 7. 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. 8. Payment Bond The successful bidder shall provide a payment bond in the amount of 50% of the total cost of the contract. The payment bond must be on the Town's form that is attached. 9. Bid Deposit In accordance with M.G.L c30 §39M, all bidders are required to submit a 5% bid deposit/bond of the dollar bid total. 10. 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. Finally, the aggregate price for the services delivered by each responsive and responsible bidder will be calculated for the proposed contract. The Town is required to award the contract to the lowest responsive and responsible bidder. Town of North Andover IFB Page 8 of 35 Purchase & Installation of Electrical Actuators at WTP ■ 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 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. 11. 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 9 of 35 Purchase & Installation of Electrical Actuators at WTP APPENDIX A - PRICE PROPOSAL The Contract will be awarded to the responsible and responsive bidder offering the lowest aggregate price. All prices are to remain firm for the duration of the Contract. The bid prices will include all delivery and shipping charges In the event of a discrepancy between the unit price and the total price, the unit price shall govern. Unit Price Total Price A. Replacement for Filter to Waste valve and Influent valve A0423620201 SG12.1 AUMA Electric Actuator Quantity —16 $ ea $ B. Replacement for the Filter Effluent valve A042362 SG12.1 AUMA Electric Actuator Quantity — 6 $ ea $ C. Replacement for the Back Wash Flow Control valve 8902082 SARI 0.1-13B/GS100.3 AUMA Electric Actuator Quantity —1 $ ea $ D. Replacement for the Back Wash Effluent (Drain) valve and the Back Wash Isolation valve 8902082 SA10.1-13B/GS100.3 AUMA Electric Actuator Quantity —16 $ ea $ GRAND TOTAL $ Town of North Andover IFB Page 10 of 35 Purchase & Installation of Electrical Actuators at WTP Addenda are acknowledged: Business Name Business Address Business Phone 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 11 of 35 Purchase & Installation of Electrical Actuators at WTP 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 12 of 35 Purchase & Installation of Electrical Actuators at WTP 4.2 Contract Documents: All documents relative to the Contract including (where used) Instructions to Bidders, Proposal Form, General Conditions, Supplementary General Conditions, General Specifications, Other Specifications included in Project Manual, Drawings, and all Addenda issued during the bidding period. The Contract documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the document is to include all labor and materials, equipment and transportation necessary for the proper performance of the Contract. 4.3 The Contractor: The "other party" to any Contract with the Town. This term shall (as the sense and particular Contract so require) include Vendor, Contractor, Engineer, or other label used to identify the other party in the particular Contract. Use of the term "Contractor" shall be understood to refer to any other such label used. 4.4 Date of Substantial Performance: The date when the work is sufficiently complete, the services are performed, or the goods delivered, in accordance with Contract documents, as modified by approved Amendments and Change Orders. 4.5 Goods: Goods, Supplies or Materials. 4.6 SubContractor: Those having a direct Contract with the Contractor. The term includes one who furnished material worked to a special design according to the Drawings or Specifications of this work, but does not include one who merely furnishes material not so worked. 4.7 Work: The services or materials contracted for, or both. 5. Term of Contract and Time for Performance: This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before , unless extended pursuant to a provision for extension contained in the Contract documents at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. The time limits stated in the Contract documents are of the essence of the Contract. 6. Subject to Appropriation: Notwithstanding anything in the Contract documents to the contrary, any and all payments which the Town is required to make under this Contract shall be subject to appropriation or other availability of funds as certified by the Town Accountant. In the absence of appropriation, this Contract shall be immediately terminated without liability for damages, penalties or other charges. Town of North Andover IFB Page 13 of 35 Purchase & Installation of Electrical Actuators at WTP 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 14 of 35 Purchase & Installation of Electrical Actuators at WTP 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 1.5 of 35 Purchase & Installation of Electrical Actuators at WTP 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 151 B (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 Against the Town: This Contract is only binding upon, and enforceable against, the Town if: (1) the Contract is signed by the Town Manager or its designee; and (2) endorsed with approval by the Town Accountant as to appropriation or availability of funds; and (3) endorsed with approval by the Town Counsel as to form. 16. Corporate Contractor: If the Contractor is a corporation, it shall endorse upon this Contract (or attach hereto) its Clerk's Certificate certifying the corporate capacity and authority of the party signing this Contract for the corporation. Such certificate shall be accompanied by a letter or other Town of North Andover IFB Page 16 of 35 Purchase & Installation of Electrical Actuators at WTP 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 impart 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 17 of 35 Purchase & Installation of Electrical Actuators at WTP 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. Pam 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 18 of 35 Purchase & Installation of Electrical Actuators at WTP 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 19 of 35 Purchase & Installation of Electrical Actuators at WTP 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 30B) [ ] SERVICES SUPPLEMENT "S" - Applicable to Contracts for the procurement of Services (governed by the provisions of General Laws Chapter 30B) [ X] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for Construction Town of North Andover IFB Page 20 of 35 Purchase & Installation of Electrical Actuators at WTP IN WITNESS WHEREOF the parties have hereto and to two other identical instruments set forth their hands the day and year first above written. THE TOWN Division/Department Head Contract Manager Town Manager Date APPROVED AS TO FORM: Town Counsel Date THE CONTRACTOR Company Name Signature Print Name & Title CERTIFICATION AS TO AVAILABILITY OF FUNDS: Town Accountant Date Date Town of North Andover IFB Page 21 of 35 Purchase & Installation of Electrical Actuators at WTP SUPPLEMENT "C" [] CONSTRUCTION SUPPLEMENT "C" - Applicable to Contracts for the construction of: (1) Public Buildin,s and Public Works (governed by the provisions of General Laws Chapter 30B); (2) Public Buildin,s (governed by the provisions of General Laws Chapter 149,§ 44A, et seq.); and (3) Public Works (governed by the provisions of General Laws Chapter 30, §39M, et seq) 1. This form supplements the Town of North Andover "Contract and General Conditions" and applies only to contracts for the construction, reconstruction, alteration, remodeling or repair of public works or public buildings. Wherever the law requires one contracting with a city or town to be bonded, such obligation shall be understood to be a term and condition of this Contract. The Contractor agrees to secure such bond (where required) in the form required by the Town and provide an original thereof to the Town prior to the commencement of performance. 3. E uali : 3.1. In the case of a closed Specification written for a specific item or items to be furnished under the Base Bid, such specifications shall, as applicable, be in compliance with the Massachusetts General Laws, Chapter 30, Section 39M and Chapter 149; Sec. 44A et seq. 3.2. Where the name of an item, material or manufacturer is mentioned in the Specifications or on the Drawings, except as above noted, the intent is to establish a standard and in no way should be construed to exclude any item or manufacturer not mentioned by name, but whose product meets the Specifications as to design, utility and quality. Final decision shall rest with the Project Representative as to its acceptability. 4. Change orders to contracts governed by General Laws Chapter 30B may not increase the quantity of goods or services provided by more than twenty-five (25%) per cent, in compliance with Sec. 13 of Chapter 30B. The Contractor will carry out the obligations of this contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, Sec. 1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The Contractor will at all times comply with the wage rates as 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. 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 22 of 35 Purchase & Installation of Electrical Actuators at WTP 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 23 of 35 Purchase & Installation of Electrical Actuators at WTP 12.2. In connection with the work, the Project Representative shall not be responsible for construction methods, means, techniques, sequences or procedures employed by the Contractor or the Contractor's safety programs, requirements, regulations, or precautions. 13. Decisions of the Project Representative 13.1. The Project Representative shall, within a reasonable time, make decisions on all claims of the Town or the Contractor and on all other matters relating to the execution and progress of the structural work or the interpretation of the Contract Documents. 13.2. The Project Representative's decision, in matters relating to the project, shall be final, if within the terms of the Contract Documents. 13.3. If, however, the Project Representative fails to render a decision within ten days after the parties have presented their evidence, either party may then avail itself of the remedies provided in this contract or available to it by law. If the Project Representative renders a decision after such remedies have commenced, such decision may be entered as evidence but shall not disturb or interrupt such proceedings except where such decision is acceptable to the parties concerned. 14.1 Use of Premises by the Contractor: 14.1. The Contractor shall confine its apparatus, the storage of materials and the operations of its workmen to limits indicated by law, by-laws, permits or directions of the Town and shall not unreasonably encumber the premises with its materials. 14.2. The Contractor shall not load or permit any part of the structure to be loaded with a weight that will endanger its safety. 15. Maintenance of Premises: The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work, and at the completion of the work it shall remove all its rubbish from and about the work site and all its tools, scaffolding and surplus materials and shall leave its work "broom -clean", or its equivalent, unless more exactly specified. In case of dispute, the Town may remove the rubbish and charge the cost to the several contractors, as the Town shall determine to be just. 16. Right to Terminate If the Contractor should (1) be adjudged a bankrupt, (2) make a general assignment for the benefit of creditors, (3) have a receiver appointed on account of its insolvency, (4) persistently or repeatedly refuse or fail to supply enough personnel and resources to perform the contract, (5) fail to make prompt payment to subcontractors or to providers of materials or labor, (6) persistently disregard laws and regulations or lawful directives of the Town, or (7) be guilty of a substantial violation of any provision of the Contract, then the Town may, without prejudice to any other right or remedy and after giving the Contractor (or any surety) seven days written notice, terminate the contract and the employment of the Contractor and take possession of the premises and of all materials, tools and appliances thereon and finish the work by whatever method it deems appropriate. Town of North Andover IFB Page 24 of 35 Purchase & Installation of Electrical Actuators at WTP 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 Pam: 17.1. The Contractor shall submit to the Town an itemized Application for Payment, supported to the extent required by the Town by invoices or other vouchers, showing payments for materials and labor, payments to Subcontractors and such other evidence of the Contractor's right to payment. 17.2. The Contractor shall, before the first application, submit to the Town a schedule of values of the various parts of the work, including quantities aggregating the total sum of the Contract, divided so as to facilitate payments to Subcontractors, made out in such form as the Town and the Contractor may agree upon, and, if required, supported by such evidence as to its correctness. This schedule, when approved by the Town, shall be used as a basis for payment, unless it is found to be in error. If applying for payments, the Contractor shall submit a statement based upon this schedule. 18. Withholding of Payments 18.1. The Town may withhold or, on account of subsequently discovered evidence, nullify the whole or part of any payment to such extent as may be necessary in its reasonable opinion to protect the Town of North Andover from loss on account of: 1.8.1.1. 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 25 of 35 Purchase & Installation of Electrical Actuators at WTP 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 26 of 35 Purchase & Installation of Electrical Actuators at WTP 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 27 of 35 Purchase & Installation of Electrical Actuators at WTP 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 28 of 35 Purchase & Installation of Electrical Actuators at WTP 27 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. 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 29 of 35 Purchase & Installation of Electrical Actuators at WTP 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 Town of North Andover IFB Page 30 of 35 Purchase & Installation of Electrical Actuators at WTP failure of the Subcontractor to fully complete his work in accordance with the Contract Documents. The Contractor's obligation to correct work is in addition to, and not in substitution of, such guarantees or warranties as may be required in the various Sections of the Specifications. This Agreement is intended to take effect as a sealed instrument. Witness our hands and seals hereto: Dated: The Town of North Andover by: The Contractor by: Town Manager Department/Division Head Town Accountant Certified as to Appropriation Town Counsel Certified as to Form Authorized Signature Town of North Andover IFB Page 31 of 35 Purchase & Installation of Electrical Actuators at WTP 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 Print Name & Title Date Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), Y 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 32 of 35 Purchase & Installation of Electrical Actuators at WTP 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 Purchase & Installation of Electrical Actuators at WTP Date Company Name Page 33 of 35 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 34 of 35 Purchase & Installation of Electrical Actuators at WTP Town of North Andover IFB Page 35 of 35 Purchase & Installation of Electrical Actuators at WTP THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates DEVAL L. PATRICK As determined by the Director under the provisions of the JOANNE F. GOLDSTEIN Gocemor Secretary TIMOTHY P. MURRAY Massachusetts General Laws, Chapter 149, Sections 26 t0 27H HEATHERE. ROWE Lt. Governer Director Awarding Authority: Town of North Andover Contract Number: City/Town: NORTH ANDOVER Description of Work: Furnish/install electrical actuators for each of eight carbon filters at Water Treatment Plant Job Location: 420 Great Pond Road 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: 07/03/2013 Wage Request Number: 20130703-007 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 70NE 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 TEAMSTERS JOINT COUNCIL NO. 10 70NE B ADS/SUBMERSIBLE PILOT 08/01/2012 $82.32 $9.80 $17.67 $0.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $85.47 $9.80 $17.67 $0.00 $112.94 08/01/2014 $88.62 $9.80 $17.67 $0.00 $116.09 08/01/2015 $91.77 $9.80 $17.67 $0.00 $119.24 AIR TRACK OPERATOR 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" 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 -70NE2 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 OPERATING 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 d 12/01/2013 $41.12 $10.00 $13.55 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS" -------------- --- - ----------------- - - --- --- - -- ------- - ------------ - ----- --------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 2 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $24.51 $6.97 $11.18 $0.00 $42.66 Unemployment $26.39 BARCO-TYPE PUMPING 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 $0.00 06/01/2014 $31.10 $7.10 $11.80 $0.00 $50.00 $50.20 12/01/2014 $31.60 $7.10 $11.80 $0.00 $50.50 8 95 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 02/01/2014 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" $18.22 $0.00 $77.92 BLOCK PAVER, RAMMER / CURB SETTER 06/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 LABORERS -ZONE2 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 $18.29 06/01/2015 $32.60 $7.10 $11.80 $0.00 $51.50 $52.45 12/01/2015 $33.10 $7.10 $11.80 $0.00 $52.00 $81.00 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 - - ---- ._...,._.,. _ -._...- - - ---- ..s iNotes: - - - - - - - - ___. - - -- - - _ Apprentice to Journeyworker Ratio:1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 02/01/2013 $47.41 $10.18 $17.83 $0.00 $75.42 WATERPROOFING) 08/01/2013 $48.06 $10.18 $18.15 $0.00 $76.39 BRICKLAYERS LOCAL 3 (LYNN) 02/01/2014 $48.62 $10.18 $18.15 $0.00 $76.95 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: 07/03/2013 Wage Request Number: 20130703-007 -------------------- - -----------------. -- - Page ---- 3 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- BRICKIPLASTER/CEMENT MASON - Local 3 Lynn Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.71 $10.18 $17.83 $0.00 $51.72 2 60 $28.45 $10.18 $17.83 $0.00 $56.46 3 70 $33.19 $10.18 $17.83 $0.00 $61.20 4 80 $37.93 $10.18 $17.83 $0.00 $65.94 5 90 $42.67 $10.18 $17.83 $0.00 $70.68 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 -_.__---------- (Notes: ----- -.._.---- .._..._.._--v__ L-. .___ Apprentice to Journeyworker Ratio:.1:5 _..--_.....-..._......-. -____..-...-----. � �4- BULLDOZER/GRADER/SCRAPER 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" CAISSON & UNDERPINNING BOTTOM MAN 06/01/2013 $34.20 $7.10 $12.60 $0.00 $53.90 LABORERS - FOUNDATIONAND MARINF. 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 LABORERS - FOUNDATION 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: 07/03/2013 Wage Request Number: 20130703-007 Page 4 of 36 Classification CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATIONAND MARINE For apprentice rates see "Apprentice- LABORER" CARBIDE CORE DRILL OPERATOR LABORERS-ZONE2 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate 06/01/2013 $33.05 $7.10 $12.60 $0.00 $52.75 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 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 $33.92 $9.80 $15.61 $0.00 $59.33 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: 07/03/2013 Wage Request Number: 20130703-007 Page 5 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - CARPENTER - Zone 2 Eastern MA Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.96 $9.80 $1.57 $0.00 $28.33 2 60 $20.35 $9.80 $1.57 $0.00 $31.72 3 70 $23.74 $9.80 $10.90 $0.00 $44.44 4 75 $25.44 $9.80 $10.90 $0.00 $46.14 5 80 $27.14 $9.80 $12.47 $0.00 $49.41 6 80 $27.14 $9.80 $12.47 $0.00 $49.41 7 90 $30.53 $9.80 $14.04 $0.00 $54.37 8 90 $30.53 $9.80 $14.04 $0.00 $54.37 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 - - - __._ --- --- ._... _. iNotes: - _. _ - _ - - - _ - - _...._ � - _ - � ._ -- Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING 07/01/2013 $42.74 $10.65 $18.61 $1.30 $73.30 BRICKLAYERS LOCAL 3(LYNN) 01/01/2014 $43.66 $10.65 $18.61 $1.30 $74.22 07/01/2014 $44.26 $10.65 $18.61 $1.30 $74.82 01/01/2015 $45.20 $10.65 $18.61 $1.30 $75.76 07/01/2015 $45.78 $10.65 $18.61 $1.30 $76.34 01/01/2016 $46.70 $10.65 $18.61 $1.30 $77.26 --------------------------------------------------------- - --- - --- --------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 6 of 36 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 $21.37 $10.65 $12.11 $1.30 $45.43 2 60 $25.64 $10.65 $13.61 $1.30 $51.20 3 65 $27.78 $10.65 $14.61 $1.30 $54.34 4 70 $29.92 $10.65 $15.61 $1.30 $57.48 5 75 $32.06 $10.65 $16.61 $1.30 $60.62 6 80 $34.19 $10.65 $17.61 $1.30 $63.75 7 90 $38.47 $10.65 $18.61 $1.30 $69.03 Effective Date - 01/01/2014 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.83 $10.65 $12.11 $1.30 $45.89 2 60 $26.20 $10.65 $13.61 $1.30 $51.76 3 65 $28.38 $10.65 $14.61 $1.30 $54.94 4 70 $30.56 $10.65 $15.61 $1.30 $58.12 5 75 $32.75 $10.65 $16.61 $1.30 $61.31 6 80 $34.93 $10.65 $17.61 $1.30 $64.49 7 90 $39.29 $10.65 $18.61 $1.30 $69.85 --`......_- --- _.._-____---------.------___.--- 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) 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41 PAINTERS LOCAL 35 - ZONE 2 - --------------------------------- ----------------------------- ----- ------ - - ---- ----------- -- - -------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 7 of 36 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 -_._.___-.._ --- -_------ Notes: -._...--._.._._-..._..__-_-_ { E Steps are 750 Ins. For apprentice rates see "Apprentice- LABORER" Apprentice to Journeyworker Ratio:l:l 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 -7.ONE2 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2011 $32.80 $7.10 $12.45 $0.00 $52.35 Irl BORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 $0.00 $52.10 LABORERS -7.ONP.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 LABORI,'RS - ZONE 2 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 $0.00 $51.35 LABOREYS - 7.0NE 2 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2013 $39.96 $10.00 $13.55 $0.00 $63.51 OPT:RATRNG FNGINEERS LOCAL 4 12/01/2013 $40.74 $10.00 $13.55 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER 08/01/2012 $54.88 $9.80 $17.67 $0.00 $82.35 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 $0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 $0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 $0.00 $88.65 DIVER TENDER 08/01/2012 $54.88 $9.80 $17.67 $0.00 $82.35 PILEDRIVER LOCAL 56 (ZONE 1) 08/01/2013 $56.98 $9.80 $17.67 $0.00 $84.45 08/01/2014 $59.08 $9.80 $17.67 $0.00 $86.55 08/01/2015 $61.18 $9.80 $17.67 $0.00 $88.65 ------------------------- ------ --------------------------- -- - --- --- ----- - --------------- ------- ----- - - ----- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 8 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 09/01/2013 $0.00 $13.00 $109.79 Unemployment $71.38 DIVER TENDER (EFFLUENT) 08/01/2012 $58.80 $9.80 $17.67 $0.00 $86.27 PILE DRIVER LOCAL 56 (ZONE 1) $45.60 $13.00 08/01/2013 $85.47 $72.82 08/01/2013 $61.05 $9.80 $17.67 $0.00 $88.52 08/01/2014 $63.30 $9.80 $17.67 $0.00 $90.77 08/01/2015 $65.55 $9.80 $17.67 $0.00 $93.02 DIVER/SLURRY (EFFLUENT) 08/01/2012 $82.32 $14.16 $9.80 $17.67 09/01/2013 $0.00 $13.00 $109.79 PILE DRIVER LOCAL 56 (ZONE 1) $71.38 03/01/2014 $44.92 $13.00 $14.20 $0.00 $72.12 09/01/2014 $45.60 $13.00 08/01/2013 $85.47 $72.82 $9.80 $17.67 $13.00 $0.00 $0.00 $112.94 09/01/2015 08/01/2014 $88.62 $14.27 $9.80 $17.67 03/01/2016 $0.00 $13.00 $116.09 $0.00 08/01/2015 $91.77 $9.80 $17.67 $0.00 $119.24 DRAWBRIDGE OPERATOR (Construction) 03/01/2013 $43.52 $13.00 $14.16 $0.00 $70.68 ELECTRICIANS LOCAL 103 09/01/2013 $44.20 $13.00 $14.18 $0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 $0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 $0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 $0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 $0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' ELECTRICIAN ELECTRICIANS LOCAL 103 03/01/2013 $43.52 $13.00 $14.16 $0.00 $70.68 09/01/2013 $44.20 $13.00 $14.18 $0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 $0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 $0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 $0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 $0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 $0.00 $75.53 --- - ---------------------------------------------- - --------- ---------------------------------------- - -- ----- - - ----- - Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 9 of 36 Classification Apprentice - ELECTRICIAN - Local 103 Effective Date - 03/01/2013 Step percent Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Supplemental Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.41 $13.00 $0.52 $0.00 $30.93 2 40 $17.41 $13.00 $0.52 $0.00 $30.93 3 45 $19.58 $13.00 $10.53 $0.00 $43.11 4 45 $19.58 $13.00 $10.53 $0.00 $43.11 5 50 $21.76 $13.00 $10.85 $0.00 $45.61 6 55 $23.94 $13.00 $11.19 $0.00 $48.13 7 60 $26.11 $13.00 $11.51 $0.00 $50.62 8 65 $28.29 $13.00 $11.85 $0.00 $53.14 9 70 $30.46 $13.00 $12.17 $0.00 $55.63 10 75 $32.64 $13.00 $12.51 $0.00 $58.15 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.68 $13.00 $0.53 $0.00 $31.21 2 40 $17.68 $13.00 $0.53 $0.00 $31.21 3 45 $19.89 $13.00 $10.54 $0.00 $43.43 4 45 $19.89 $13.00 $10.54 $0.00 $43.43 5 50 $22.10 $13.00 $10.86 $0.00 $45.96 6 55 $24.31 $13.00 $11.20 $0.00 $48.51 7 60 $26.52 $13.00 $11.53 $0.00 $51.05 8 65 $28.73 $13.00 $11.86 $0.00 $53.59 9 70 $30.94 $13.00 $12.19 $0.00 $56.13 10 75 $33.15 $13.00 $12.53 $0.00 $58.68 Notes:: � App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 i t Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR 01/01/2012 $52.45 $8.78 $6.96 $0.00 $68.19 ELEVATOR CONSTRUCTORS LOCAL 4 - - -- ------- ------ ----------- -- -- -- -- - ------------------------- -------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 1.0 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ELEVATOR CONSTRUCTOR -Local 4 Effective Date - 01/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.23 $8.78 $0.00 $0.00 $35.01 2 55 $28.85 $8.78 $6.96 $0.00 $44.59 3 65 $34.09 $8.78 $6.96 $0.00 $49.83 4 70 $36.72 $8.78 $6.96 $0.00 $52.46 5 80 $41.96 $8.78 $6.96 $0.00 $57.70 $32.10 $7.10 $11.80 $0.00 $51.00 Notes: $32.60 $7.10 $11.80 $0.00 $51.50 Steps 1-2 are 6 mos.; Steps 3-5 are 1 year 06/01/2016 $33.10 $7.10 $11.80 $0.00 Apprentice to Journeyworker Ratio:1:1 12/01/2016 $33.85 $7.10 $11.80 ELEVATOR CONSTRUCTOR HELPER 01/01/2012 $38.59 $8.78 $6.96 $0.00 $54.33 ELEVATOR CONSTRUCTORS LOCAL 4 FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 05/01/2013 $38.50 FENCE & GUARD RAIL ERECTOR 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" 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 03/01/2013 $43.52 $13.00 $14.16 $0.00 $70.68 ELECTRICIANS LOCAL 103 09/01/2013 $44.20 $13.00 $14.1.9 $0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 $0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 $0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 $0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 $0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN" ----------------------------------- ----------------------------------------------------- ----- ---- --------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 11 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FIRE ALARM REPAIR / MAINTENANCE 03/01/2013 $32.64 $13.00 $12.51 $0.00 $58.15 /COMMISSIONINGr;LFcrarc/ANs 09/01/2013 $33.15 $13.00 $12.52 $0.00 $58.67 LOCAL 103 03/01/2014 $33.69 $13.00 $12.54 $0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 $0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 $0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 $0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 $0.00 $61.79 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) 06/01/2013 $33.73 $10.00 $13.55 $0.00 $57.28 OPFRA TING 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-7_ONL2 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 03/01/2013 $38.61 $9.80 $16.71 $0.00 $65.12 FLOORCOVF_RFR.S LOCAL 2/68 ZONE I 09/01/2013 $38.61 $9.80 $16.71 $0.00 $65.12 03/01/2014 $38.61 $9.80 $16.71 $0.00 $65.12 ----- -- --------------------------------------------------------- - -- -----.------ ------------------------ -- -- --- ...... Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 12 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemolovment Apprentice- FLOORCOVERER -Local 2168 Zone I Effective Date - 03/01/2013 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 - 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 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:I:I 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 PLANTMEATERS 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 (ZONE 2) -------- -- - - --------------- -- - ----------- - - ------------------------ ---- - ------ Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 13 of 36 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. M' I Apprentice to Journepvorker Ratio: 1:1 HOISTING ENGINEER/CRANES/GRADALLS OPERATING ENGINEERS LOCAL 1 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: 07/03/2013 Wage Request Number: 20130703-007 Page 1.4 of 36 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 $30.84 $10.00 Supplemental $13.55 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: - - -- _ - - - - ® Apprentice to Journeyworker Ratio:l :6 - - ____ - - ___. - - ____ - _... - _ __._ - HVAC (DUCTWORK) 02/01/2013 $42.32 $9.82 $18.24 $2.11 $72.49 SHEETMETAL WORKERS LOCAL 17-A For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) 03/01/2013 $43.52 $13.00 $14.16 $0.00 $70.68 ELECTRICIANS LOCAL 103 09/01/2013 $44.20 $13.00 $14.18 $0.00 $71.38 03/01/2014 $44.92 $13.00 $14.20 $0.00 $72.12 09/01/2014 $45.60 $13.00 $14.22 $0.00 $72.82 03/01/2015 $46.32 $13.00 $14.24 $0.00 $73.56 09/01/2015 $47.27 $13.00 $14.27 $0.00 $74.54 03/01/2016 $48.23 $13.00 $14.30 $0.00 $75.53 For apprentice rates see "Apprentice- ELECTRICIAN' HVAC (TESTING AND BALANCING - AIR) 02/01/2013 $42.32 $9.82 $18.24 $2.11 $72.49 SHEETMETAL WORKERS LOCAL 17 -A 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 PIPEFITTERSLOCAL 537 (Local 138) For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBERIPIPEFITTER" HVAC MECHANIC 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 PIPEFITTERS LOCAL 537 (Local 138) Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 15 of 36 Classification For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HYDRAULIC DRILLS LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" Effective Date Base Wage Health Pension Supplemental Total Rate 2 60 $24.88 $10.65 $9.18 Unemployment 09/01/2013 $43.06 06/01/2013 $30.60 $7.10 $11.80 $0.00 $49.50 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 INSULATOR (PIPES & TANKS) 09/01/2012 $41.46 $10.65 $11.50 $0.00 $63.61 HEAT & FROST INSULATORS LOCAL 6 (BOSTON) 2 60 $24.88 $10.65 $9.18 $0.00 09/01/2013 $43.06 $10.65 $11.50 $0.00 $65.21 $9.76 09/01/2014 $45.06 $10.65 $11.50 $0.00 $67.21 Apprentice- ASBESTOS INSULATOR (Pipes & Tanks) -Local 6 Boston $0.00 $54.16 Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.73 $10.65 $8.60 $0.00 $39.98 2 60 $24.88 $10.65 $9.18 $0.00 $44.71 3 70 $29.02 $10.65 $9.76 $0.00 $49.43 4 80 $33.17 $10.65 $10.34 $0.00 $54.16 Effective Date - 09/01/2013 Step percent Apprentice Base Wage Health 1 50 $21.53 $10.65 2 60 $25.84 $10.65 3 70 $30.14 $10.65 4 80 $34.45 $10.65 Notes: Steps are 1 year ---------------------- Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER IRONWORKERS LOCAL 7 (LAWRENCE AREA) 03/16/2013 $35.82 $7.70 $18.35 $0.00 $61.87 ------------------------------------------ ------- - -- - -- - ---------------------- ---------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 16 of 36 Supplemental Pension Unemployment Total Rate $8.60 $0.00 $40.78 $9.18 $0.00 $45.67 $9.76 $0.00 $50.55 $10.34 $0.00 $55.44 03/16/2013 $35.82 $7.70 $18.35 $0.00 $61.87 ------------------------------------------ ------- - -- - -- - ---------------------- ---------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 16 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - IRONWORKER - Local 7 Lawrence Effective Date - 03/16/2013 Supplemental 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 - _.......,.w - - - - - - - Notes: - - - - - - - - - - - - - -- - - - - - Structural 1:6,- Ornamental 1:4 Apprentice io-jo-urneywo-rke-rRa-tio: - - - - - - - - - - - - - - - - JACKHAMMER & PAVING BREAKER 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 $11.86 $0.00 $51.00 12/01/2015 $32.60 $7.10 $11.86 $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 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 1 ABORERS - 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 ------ --------------------------- -- ------------------ -- - --- -- - ------------------------------------------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 17 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice - LABORER - Zone 2 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health 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 - j 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: - - - - _._ - - - --- - - - _ __s__ - j Apprentice to Journeyworker Ratio:1:5 $32.35 $7.10 $11.80 $0.00 $51.25 LABORER: CARPENTER TENDER 06/01/2013 $29.85 $7.10 $11.80 $0.00 $48.75 LABORERS-ZONE2 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" 12/01/2016 $33.60 $7.10 $11.80 LABORER: CEMENT FINISHER 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: 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" --------------------------------- --- -------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 18 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment LABORER: MASON TENDER 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" 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 - 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 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 - 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" MARBLE & TILE FINISHERS 02/01/2013 $36.20 $10.18 $16.51 $0.00 $62.89 BRICKLAYERS LOCAL 3 - MARBLE & TILE 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 ------- -------- - -- --- ------------- Issue Date: 07/03/2013 ---------------------------------------------------------------------- Wage Request Number: 20130703-007 -- Page 19 of 36 Classification Ef'f'ective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE & TILE FINISHER -Local 3 Marble & Tile Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.10 $10.18 $16.51 $0.00 $44.79 2 60 $21.72 $10.18 $16.51 $0.00 $48.41 3 70 $25.34 $10.18 $16.51 $0.00 $52.03 4 80 $28.96 $10.18 $16.51 $0.00 $55.65 5 90 $32.58 $10.18 $16.51 $0.00 $59.27 Effective Date - 08/01/2013 $51.59 $10.18 $18.29 Supplemental $80.06 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 Notes: $51.02 $10.18 $18.29 $0.00 $79.49 Apprentice to Journeyworker Rat oo:l:3 $51.59 $10.18 $18.29 $0.00 $80.06 MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $47.45 $10.18 $17.83 $0.00 $75.46 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: 07/03/2013 Wage Request Number: 20130703-007 Page 20 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE -TILE -TERRAZZO MECHANIC -Local 3 Marble & Tile Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.73 $10.18 $17.83 $0.00 $51.74 2 60 $28.47 $10.18 $17.83 $0.00 $56.48 3 70 $33.22 $10.18 $17.83 $0.00 $61.23 4 80 $37.96 $10.18 $17.83 $0.00 $65.97 5 90 $42.71 $10.18 $17.83 $0.00 $70.72 Effective Date - 08/01/2013 $10.00 $13.55 $0.00 Supplemental OPERATING ENGINEERS LOCAL 4 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 $18.15 $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 Notes: $9.80 $15.76 $0.00 $59.22 Apprentice to Journeyworker Ratioa:5 - -...._.. ___. - __......- - ____ .,.... - .,.w„....„.. - _._ _ - __....._. 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 MILLWRIGHTS LOCAL 1121 - Zone 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: 07/03/2013 Wage Request Number: 20130703-007 Page 21 of 36 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 $50.50 Supplemental 06/01/2015 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 $50.50 06/01/2015 Steps are 2,000 hours $7.10 $11.80 $0.00 $51.00 Apprentice to Journeyworker Ratio:]:5 $32.60 $7.10 $11.80 $0.00 $51.50 MORTAR MIXER 06/01/2013 $30.10 $7.10 $11.80 $0.00 $49.00 LABORERS -7.ONF.1 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 11 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) 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41 PAINTERS LOCAL 35 - 7.ONE 2 ----------- ------------ - - -- -- ---- ---- ------------------ --------- -- -- ----- ----------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 22 of 36 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 ------.------_ Notes: --_.._-._..._ --- ---.......---_...-- 6 Steps are 750 hrs. 1 1 � Apprentice to Journeyworker Ratio:]:1 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.PA1NTERS LOCAL 35 -70NE 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: .._- --- -----------, 6 Apprentice to Journeyworker Ration.1 PAINTER (SPRAY OR SANDBLAST, REPAINT) PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $33.97 $7.80 $15.60 $0.00 $57.37 Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 23 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.99 $7.80 $0.00 $0.00 $24.79 2 55 $18.68 $7.80 $3.52 $0.00 $30.00 3 60 $20.38 $7.80 $3.84 $0.00 $32.02 4 65 $22.08 $7.80 $4.16 $0.00 $34.04 5 70 $23.78 $7.80 $13.68 $0.00 $45.26 6 75 $25.48 $7.80 $14.00 $0.00 $47.28 7 80 $27.18 $7.80 $14.32 $0.00 $49.30 8 90 $30.57 $7.80 $14.96 $0.00 $53.33 - - - - - - - - - - - Notes: - - --- - - - - - - - - - - - -- -Notes: Apprentice to Journeyworker Ratio:1:1 $32.35 $7.10 $11.80 PAINTER (TRAFFIC MARKINGS) 06/01/2013 $29.85 $7.10 $0.00 $11.80 $25.06 $0.00 $48.75 $7.80 LABORERS - ZONE 2 $0.00 $30.30 3 60 $20.71 $7.80 $3.84 $0.00 $32.35 12/01/2013 $30.35 $7.10 $4.16 $11.80 $34.39 $0.00 $49.25 $7.80 06/01/2014 $30.85 $7.10 6 75 $11.80 $7.80 $0.00 $49.75 $47.68 12/01/2014 $31.35 $7.10 $14.32 $11.80 $49.73 $0.00 $50.25 $7.80 06/01/2015 $31.85 $7.10 - - - - - - - - - - - Notes: $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 ------------------------------------------------- --- ­ --------------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 $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 - ZONE 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. Apprentice To -i --- - - - - - ourneyworker Ratio: 1: 1 - - - - - - - - - - - - - - - - - - ------------------------------------------------- --- ­ --------------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 - --------- - ---------------- ------- Page 24 of 36 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: 08/01/2014 $42.20 $9.80 - Steps are 750 hrs. $69.67 08/01/2015 $43.70 $9.80 - - _ - Apprentice to Journeyworker Ratio: 1:1 - ®_ - _._. _w_ - - -___ - - e..._._. _... PANEL & PICKUP TRUCKS DRIVER 12/01/2012 $30.28 $9.07 $8.00 $0.00 $47.35 TEAMSTERS JOINT COUNCIL NO. IO ZONE B PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2012 $39.20 $9.80 $17.67 $0.00 $66.67 DECK) 08/01/2013 $40.70 $9.80 $17.67 $0.00 $68.17 PILE DRIVER LOCAL 56 (7.0NE 1) 08/01/2014 $42.20 $9.80 $17.67 $0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 $0.00 $71.17 PILE DRIVER 08/01/2012 $39.20 $9.80 $17.67 $0.00 $66.67 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $40.70 $9.80 $17.67 $0.00 $68.17 08/01/2014 $42.20 $9.80 $17.67 $0.00 $69.67 08/01/2015 $43.70 $9.80 $17.67 $0.00 $71.17 --------------- -- ----- ----------------- _------------ - -- - -------------- - ------ - - -- - ------ --- - - - -- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 25 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PILEDRIVER -Local 56 Zone I Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.60 $9.80 $17.67 $0.00 $47.07 2 60 $23.52 $9.80 $17.67 $0.00 $50.99 3 70 $27.44 $9.80 $17.67 $0.00 $54.91 4 75 $29.40 $9.80 $17.67 $0.00 $56.87 5 80 $31.36 $9.80 $17.67 $0.00 $58.83 6 80 $31.36 $9.80 $17.67 $0.00 $58.83 7 90 $35.28 $9.80 $17.67 $0.00 $62.75 8 90 $35.28 $9.80 $17.67 $0.00 $62.75 Effective Date - 08/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.35 $9.80 $17.67 $0.00 $47.82 2 60 $24.42 $9.80 $17.67 $0.00 $51.89 3 70 $28.49 $9.80 $17.67 $0.00 $55.96 4 75 $30.53 $9.80 $17.67 $0.00 $58.00 5 80 $32.56 $9.80 $17.67 $0.00 $60.03 6 80 $32.56 $9.80 $17.67 $0.00 $60.03 7 90 $36.63 $9.80 $17.67 $0.00 $64.10 8 90 $36.63 $9.80 $17.67 $0.00 $64.10 ------ --- .---___ (Notes: ------____--_._._._ 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) -....,...._-----------.T..,-...-..�_ ----- _--_., 1 ------ ----- Apprentice to Journeyworker Ratio: 1:3 ._._----...,.-.------- -...._._ PIPEFITTER & STEAMFITTER 03/01/2013 $47.01 $8.75 $12.39 $0.00 $68.15 PIPEMTERS LOCAL 537 (Local 138) 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: --- _._d.,...- -.___---_.------ - - - * * 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. L. - 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) -....,...._-----------.T..,-...-..�_ 1 Apprene to Journeyworker Ratio:** Tice -...._._ -------------- -- - --- ------ ----------------- - - ---------------- -- - ----- ---------------- ---- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 26 of 36 Classification PIPELAYER LABORERS - ZONE 2 For apprentice rates see "Apprentice- LABORER" Effective Date Base Wage Health Pension Supplemental Total Rate 2 40 $18.09 $9.32 $5.61 Unemployment $33.02 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 PLUMBER 03/01/2013 $45.23 $9.32 $13.29 $0.00 $67.84 PLUMBERS & GASFITTERS LOCAL 12 (Local 138) Apprentice- PLUMBERIGASFITTER -Local 12 (Local 138) Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $15.83 $9.32 $4.97 $0.00 $30.12 2 40 $18.09 $9.32 $5.61 $0.00 $33.02 3 55 $24.88 $9.32 $7.53 $0.00 $41.73 4 65 $29.40 $9.32 $8.81 $0.00 $47.53 5 75 $33.92 $9.32 $10.09 $0.00 $53.33 _._.-- - ---------- Notes: ------- --------- p i 3 Steps are I yr $30.60 $7.10 $11.80 $0.00 $49.50 i Step 4 with lic$50.43 Step5 with lic$56.22 ------------..-------- 06/01/2014 $31.10 -- _ - _.-..._.____. $0.00 Apprentice to Journeyworker Ratio: 1:5 12/01/2014 __...._-- $7.10 $11.80 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 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" POWDERMAN & BLASTER 06/01/2013 $30.85 $7.10 $11.80 $0.00 $49.75 LABORERS - ZONE 2 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 For apprentice rates see "Apprentice- LABORER" --------------------------------- -- --- - - ------------------- ..------------ ---------------------- ------------------ Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 27 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment POWER SHOVEL/DERRICK/TRENCHING MACHINE 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" PUMP OPERATOR (CONCRETE) 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" PUMP OPERATOR (DEWATERING, OTHER) 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" READY -MIX CONCRETE DRIVER 04/30/2009 $25.80 $5.96 $5.34 $0.00 $37.10 TEAMSTERS LOCAL 42 RECLAIMERS 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" 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. 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" ROLLER/SPREADER/MULCHING MACHINE 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" ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 02/01/2013 $37.41 $10.50 $10.70 $0.00 $58.61 ROOFERS LOCAL 33 - ----- -------------- - -- -------------- - --- --- ----------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 28 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- ROOFER - Local 33 Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.71 $10.50 $3.38 $0.00 $32.59 2 60 $22.45 Apprentice Base Wage $10.50 Pension $10.70 Total Rate $0.00 $16.93 $43.65 3 65 $24.32 $30.75 $10.50 $16.93 $10.70 $4.00 $0.00 $30.75 $45.52 4 75 $28.06 $8.00 $10.50 $37.97 $10.70 $19.04 $0.00 $8.00 $49.26 5 85 $31.80 $21.16 $10.50 $8.75 $10.70 $40.92 $0.00 $21.16 $53.00 Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 $1.20 $41.18 7 60 $25.39 $9.82 $10.24 $1.36 $46.81 8 65 € Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. $9.82 $10.99 $1.45 $49.77 9 75 $31.74 $9.82 $12.49 $1.62 Apprentice to Journcyworker Ratio:** 10 85 $35.97 $9.82 $13.49 $1.78 $61.06 Notes: _-- - - -__ ROOFER SLATE / TILE / PRECAST CONCRETE 02/01/2013 $37.66 $10.50 $10.70 $0.00 $58.86 ROOFERS LOCAL 33 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER 02/01/2013 $42.32 $9.82 $18.24 $2.11 $72.49 SHEETMETAL WORKERS LOCAL 17 -A Apprentice- SHEET METALWORKER -Local 17-A Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.93 $9.82 $4.00 $0.00 $30.75 2 40 $16.93 $9.82 $4.00 $0.00 $30.75 3 45 $19.04 $9.82 $8.00 $1.11 $37.97 4 45 $19.04 $9.82 $8.00 $1.11 $37.97 5 50 $21.16 $9.82 $8.75 $1.1.9 $40.92 6 50 $21.16 $9.82 $9.00 $1.20 $41.18 7 60 $25.39 $9.82 $10.24 $1.36 $46.81 8 65 $27.51 $9.82 $10.99 $1.45 $49.77 9 75 $31.74 $9.82 $12.49 $1.62 $55.67 10 85 $35.97 $9.82 $13.49 $1.78 $61.06 Notes: _-- - - -__ Steps are 6 mos. I Apprentice to Journeyworker Ratio: 1:4 SIGN ERECTOR 06/01/2013 $25.81 $7.07 $7.05 $0.00 $39.93 PAINTERS LOCAL 35 - ZONE 2 ------------------------ ---------- -------------------- ------------------------------------------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 29 of 36 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Apprentice- SIGN ERECTOR -Local 35 Zone 2 35 $16.85 $8.42 $8.00 Effective Date - 06/01/2013 $33.27 2 40 Supplemental $8.42 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: E I Steps are 4 mos. Steps are 850 hours Apprentice to Journeyworker Ratio:1:1 Apprentice to Journeyworker Ratio: 1:1 Total Rate SPECIALIZED EARTH MOVING EQUIP < 35 TONS 12/01/2012 $30.74 $8.91 $8.00 $0.00 $47.65 TEAMSTERS JOINT COUNCIL NO. 10 ZONE B SPECIALIZED EARTH MOVING EQUIP > 35 TONS 12/01/2012 $31.03 $8.91 $8.00 $0.00 $47.94 TEAMSTERS JOINT COUNCIL NO. 10 ZONE, 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: -----,..-___ ----------_-___._--------- { 1 Steps are 850 hours Apprentice to Journeyworker Ratio: 1:1 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: 07/03/2013 Wage Request Number: 20130703-007 Page 30 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN 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" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 103 03/01/2013 $32.64 $13.00 $12.51 $0.00 $58.15 09/01/2013 $33.15 $13.00 $12.52 $0.00 $58.67 03/01/2014 $33.69 $13.00 $12.54 $0.00 $59.23 09/01/2014 $34.20 $13.00 $12.56 $0.00 $59.76 03/01/2015 $34.74 $13.00 $12.57 $0.00 $60.31 09/01/2015 $35.45 $13.00 $12.59 $0.00 $61.04 03/01/2016 $36.17 $13.00 $12.62 $0.00 $61.79 Apprentice- TELECOMMUNICATION Effective Date - 03/01/2013 Step percent TECHNICIAN- Local 103 Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate 1 40 $13.06 $13.00 $0.40 $0.39 $0.00 3 45 $26.45 2 40 $13.06 $13.00 $37.71 $0.39 $0.00 $13.00 $26.45 3 45 $14.69 $13.00 $16.58 $10.77 $0.00 $0.00 $38.46 4 45 $14.69 $13.00 $10.29 $10.77 $0.00 7 60 $38.46 5 50 $16.32 $13.00 $43.43 $11.02 $0.00 $13.00 $40.34 6 55 $17.95 $13.00 $23.21 $11.27 $0.00 $0.00 $42.22 7 60 $19.58 $13.00 $11.29 $11.52 $0.00 $44.10 8 65 $21.22 $13.00 $11.77 $0.00 $45.99 9 70 $22.85 $13.00 $12.02 $0.00 $47.87 10 75 $24.48 $13.00 $12.26 $0.00 $49.74 Effective Date - 09/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $13.26 $13.00 $0.40 $0.00 $26.66 2 40 $13.26 $13.00 $0.40 $0.00 $26.66 3 45 $14.92 $13.00 $9.79 $0.00 $37.71 4 45 $14.92 $13.00 $9.79 $0.00 $37.71 5 50 $16.58 $13.00 $10.04 $0.00 $39.62 6 55 $18.23 $13.00 $10.29 $0.00 $41.52 7 60 $19.89 $13.00 $10.54 $0.00 $43.43 8 65 $21.55 $13.00 $10.79 $0.00 $45.34 9 70 $23.21 $13.00 $11.04 $0.00 $47.25 10 75 $24.86 $13.00 $11.29 $0.00 $49.15 !Notes: I Apprentice to Journeyworker Ratio:l:l - - - -------- --------------------- - -- ---------------------------------- --------------------------------------------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 31 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 2 60 $27.81 $10.18 $17.83 Unemployment $55.82 TERRAZZO FINISHERS 02/01/2013 $46.35 $10.18 $17.83 $0.00 $74.36 BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2013 $47.00 $10.18 $18.15 $0.00 $75.33 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 - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.18 $10.18 $17.83 $0.00 $51.19 2 60 $27.81 $10.18 $17.83 $0.00 $55.82 3 70 $32.45 $10.18 $17.83 $0.00 $60.46 4 80 $37.08 $10.18 $17.83 $0.00 $65.09 5 90 $41.72 $10.18 $17.83 $0.00 $69.73 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 Notes: $38.20 $7.10 $12.60 $0.00 $57.90 Apprentice to Journeyworker Ratio:l:3 $38.95 $7.10 $12.60 $0.00 $58.65 TEST BORING DRILLER LABORERS - FOUNDA7IONAND MARINE For apprentice rates see "Apprentice- LABORER" 06/01/2013 $34.45 $7.10 $12.60 $0.00 $54.15 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 $7.10 $12.60 $0.00 $58.65 12/01/2016 $39.95 $7.10 $12.60 $0.00 $59.65 ---- -- - ------- --------------------- ----- ---- ---- --- -- ---------------- ------- - - ------- - - - ----------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 32 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate 12/01/2013 $33.80 $7.10 $12.60 Unem lloyment $53.50 TEST BORING DRILLER HELPER 06/01/2013 $33.17 $7.10 $12.60 $0.00 $52.87 LABORERS - FOUNDATION AND MARINE $35.30 $7.10 $12.60 $0.00 $55.00 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 LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" 06/01/2013 $33.05 $7.10 $12.60 $0.00 $52.75 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 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, 10 ZONE B $7.10 $13.00 $0.00 $68.18 06/01/2014 $48.83 TUNNEL WORK - COMPRESSED AIR 06/01/2013 $45.33 $7.10 $13.00 $0.00 $65.43 LA B ORERS (C OMPRESSED A IR) 12/01/2013 $46.08 $7.10 $13.00 $0.00 $66.18 $0.00 06/01/2014 $46.83 $7.10 $13.00 $0.00 $66.93 $71.18 12/01/2014 $47.58 $7.10 $13.00 $0.00 $67.68 12/01/2016 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) LABORERS (COMPRESSED AIR) For apprentice rates see "Apprentice- LABORER" 06/01/2013 $47.33 $7.10 $13.00 $0.00 $67.43 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 -- - - --- - ---------------------- --------------------------- --- - ----- ---- ------------------- ------------ - ---------- Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 33 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $59.50 LABORERS (FREE AIR TUNNEL) 12/01/2013 $40.15 Unemployment $13.00 TUNNEL WORK - FREE AIR 06/01/2013 $37.40 $7.10 $13.00 $0.00 $57.50 LABORERS (FREE 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 (FREE 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 For apprentice rates see "Apprentice- LINEMAN' 12/01/2014 $41.65 $7.10 $13.00 $0.00 $61.75 CABLEMAN (Underground Ducts & Cables) 06/01/2015 $42.40 $7.10 $13.00 $0.00 $62.50 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 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 For apprentice rates see "Apprentice- LINEMAN' 12/01/2016 $44.90 $7.10 $13.00 $0.00 $65.00 For apprentice rates see "Apprentice- LABORER" 03/03/2013 $29.38 $8.20 $5.68 $0.00 $43.26 VAC -HAUL 12/01/2012 $30.74 $8.91 $8.00 $0.00 $47.65 TEAMSTERS JOINT COUNCIL NO. 10 70NE B 09/01/2013 $29.94 $8.70 $6.05 $0.00 $44.69 WAGON DRILL 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 OUTSIDE ELECTRICAL WORKERS- EAST LOCAL 104 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 For apprentice rates see "Apprentice- LINEMAN' 06/01/2015 $32.10 $7.10 $11.80 $0.00 $51.00 ----------------------- ------- ---------------- Issue Date: 07/03/2013 Wage Request Number: 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 & GASEITTERS LOCAL 12 (Local 138) For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" Outside Electrical - East CABLE TECHNICIAN (Power Zone) 03/03/2013 $25.18 $8.20 $4.17 $0.00 $37.55 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 09/01/2013 $25.66 $8.70 $4.48 $0.00 $38.84 For apprentice rates see "Apprentice- LINEMAN' CABLEMAN (Underground Ducts & Cables) 03/03/2013 $35.67 $8.20 $4.98 $0.00 $48.85 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 09/01/2013 $36.55 $8.70 $6.58 $0.00 $51.83 For apprentice rates see "Apprentice- LINEMAN' DRIVER / GROUNDMAN CDL 03/03/2013 $29.38 $8.20 $5.68 $0.00 $43.26 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 09/01/2013 $29.94 $8.70 $6.05 $0.00 $44.69 For apprentice rates see "Apprentice- LINEMAN' DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) 03/03/2013 $23.08 $8.20 $3.94 $0.00 $35.22 OUTSIDE ELECTRICAL WORKERS- EAST LOCAL 104 09/01/2013 $23.52 $8.70 $5.24 $0.00 $37.46 For apprentice rates see "Apprentice- LINEMAN' ----------------------- ------- ---------------- Issue Date: 07/03/2013 Wage Request Number: ------------- 20130703-007 - -- -- - -- -- - ----- --- Page 34 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate $8.20 2 65 $27.28 $8.20 Unemployment 70 EQUIPMENT OPERATOR (Class A CDL) 03/03/2013 $35.67 $8.20 $8.98 $0.00 $52.85 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $33.58 $8.20 6 85 $35.67 $8.20 7 09/01/2013 $36.35 $8.70 $9.43 $0.00 $54.48 For apprentice rates see "Apprentice- LINEMAN' 7 90 $38.49 $8.70 $8.83 $0.00 $56.02 EQUIPMENT OPERATOR (Class B CDL) 03/03/2013 $31.48 $8.20 $6.19 $0.00 $45.87 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 TELEDATA CABLE SPLICER 07/16/2012 $26.33 09/01/2013 $32.08 $8.70 $6.59 $0.00 $47.37 For apprentice rates see "Apprentice- LINEMAN' GROUNDMAN 03/03/2013 $23.08 $8.20 $3.42 $0.00 $34.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 09/01/2013 $23.52 $8.70 $3.72 $0.00 $35.94 For apprentice rates see "Apprentice- LINEMAN' GROUNDMAN -Inexperienced (<2000 Hrs.) 03/03/2013 $18.89 $8.20 $2.61 $0.00 $29.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 09/01/2013 $19.25 $8.70 $2.85 $0.00 $30.80 For apprentice rates see "Apprentice- LINEMAN' JOURNEYMAN LINEMAN OUTSIDE ELECTRICAL WORKERS- EAST LOCAL 104 03/03/2013 $41.97 $8.20 $11.26 $0.00 $61.43 09/01/2013 $42.77 $8.70 $11.78 $0.00 $63.25 Apprentice - LINEMAN (Outside Electrical) - East Local 104 Effective Date - 03/03/2013 Step percent Apprentice Base Wage Health 1 60 $25.18 $8.20 2 65 $27.28 $8.20 3 70 $29.38 $8.20 4 75 $31.48 $8.20 5 80 $33.58 $8.20 6 85 $35.67 $8.20 7 90 $37.77 $8.20 Effective Date - 09/01/2013 Step percent Apprentice Base Wage Health Pension Supplemental Unemployment Total Rate $3.92 $0.00 $37.30 $4.36 $0.00 $39.84 $5.06 $0.00 $42.64 $5.76 $0.00 $45.44 $6.46 $0.00 $48.24 $7.17 $0.00 $51.04 $8.36 $0.00 $54.33 Supplemental 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: Apprentice to Journeyworker Ratio:l:2 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 WIREMAN/INSTALLER/TECHNICIAN 07/16/2012 $24.78 $4.18 $2.74 $0.00 $31.70 OUT SIDE ELECTRICAL WORKERS - EAST LOCAL 104 ----------------------------------- ------ --- --------- --------- - --- ----------- ------- --- --- ------ .... Issue Date: 07/03/2013 Wage Request Number: 20130703-007 Page 35 of 36 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment TREE TRIMMER 01/29/2012 $17.18 $3.37 $0.00 $0.00 $20.55 OUTSIDE ELECTRICAL WORKERS- FAST 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. 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. l l E-11 L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11 E -I 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: 07/03/2013 Wage Request Number: 20130703-007 Page 36 of 36 Legal Ad for Eagle -Tribune The Town of North Andover is soliciting bids from qualified companies for the purchase and installation of electrical actuators for the carbon filters at the Water Treatment Plant. 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 the Invitation for Bids (IFB). The complete IFB is available on the Town website (www.townofnorthandover.com) by clicking on "Bids, Quotes and Proposals". The Town will only accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on Thursday, August 8 to be considered. 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. SPR Central Register General Contract Submit Confirmation State Publications a nd Regulations William Francis Galvin, Secretary of the Commonwealth Page 1 of 2 http://www.sec.state.ma.us/sprpublicforms/GCSubmitConfinnation.ast)x?ID=80352 7/9/2013 Feedback , The following General Contract submission was successfully received. Planned date of publish is 7/17/2013 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: JRay Santilli, Assistant Town Manager Phone: 978-688-9516 Fax 978-688-9556 Email Address: rsantilli(atownofnorthandover.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: Sub Bid Categories: Town of North Andover is seeking bids from qualified companies to furnish and install electrical actuators for each of eight (8) carbon filters at Water Treatment Plant The complete Invitation for Bids document is available at www.townofnorthandover.com by clicking on 'Bids, Quotes and Proposals' 08/08/2013 Time 2:00 p.m. Time Additional Information http://www.sec.state.ma.us/sprpublicforms/GCSubmitConfinnation.ast)x?ID=80352 7/9/2013 -*SPR Central Register General Contract Submit Confirmation i nis page can ee prmtea for your recoras. Page 2 of 2 http://www.sec.state.ma.us/sl)rpublicforms/GCSubmitConfirtnation.asDx?ID=80352 7/9/2013 Santilli, Ray From: REGS@sec. state. ma. us Sent: Tuesday, July 09, 2013 9:55 AM To: Santilli, Ray Subject: Publish Date Assigned for General Contracts A publish date of 7/17/13 has been assigned to your General Contracts submission with description of: The Town of North Andover is seeking bids from qualified companies to furnish and install electrical actuators for each of eight carbon filters at the Water Treatment Plant. 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. 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 20130703-007 for future inquires. Request another official Wage Schedule to Prevailinq Waqe Website http://prevailingwage.detma.org/WageRequest.aspx?wr=121 7/3/2013 Y I Linda M. Hmurciak Superintendent TOWN OF NORTH ANDOVER DIVISION OF PUBLIC WORKS WATER TREATMENT PLANT 420 GREAT POND ROAD, 01845-2909 BRUCE D. THIBODEAU, P.E. DIRECTOR Telephone (978) 688-9574 Fax (978) 688-9575 Scope of Services for the Purchase, Replacement and Installation of Electrical Actuators for the Eight (8) Carbon Filters at the North Andover Water Treatment Plant The Town of North Andover, MA, Division of Public Works, Water Department, request bid proposals from qualified companies for electrical actuators for each of the eight (8) carbon filters at the Water Treatment Plant (WTP). Removal of existing actuator, supply and installation of new actuators, , all necessary wiring, testing and running of the actuators will be required by the successful bidder and all work must be approved by the Town's representative. The bids will include all delivery and shipping charges. Prevailing wage rates will be required. SCOPE OF WORK At each of six (6) filters, actuators will be required at each of the following valves: filter to waste valves, influent valves, effluent valves, the backwash effluent (drain) valves and backwash isolation valves. At two (2) filters, actuators will be required at each of the following valves: filter to waste valves, influent valves, the backwash effluent (drain) valves and backwash isolation valves. An additional actuator will be required at the backwash pump effluent valve. This is a total of 39 actuators being requested. The current actuators at the WTP are AUMA and are obsolete in style only, thus need to be updated to the current models. The quantities, parts numbers, and description are listed below that are to be included in the bid proposal: Page 2 07/02/1306/19/13 ITEM QTY DESCRIPTION NET PRICE TOTAL NET EACH PRICE 1 16 Replacement for Filter to Waste valve and Influent valve A0423620201 SG12.1 AUMA Electric Actuator ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Machined Coupling (1 Bore & 1 Keyway) ACTUATOR CONTROLS: AM AUMA Matic 110 VAC Interface 3- Push Buttons 3- Lights 1- Selector Switches Remote NEMA 4X Pilot Device Station with Control Switch (OSC) / Selector Switch (LOR) / Two (2) Indicating Lights 2 6 Replace ent for the Filter Effluent valve A042362 SG12.1 AUMA Electric Actuator ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator RWG Position Transmitter (4-20mA DC Output) Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Machined Coupling (1 Bore & 1 Keyway) ACTUATOR CONTROLS: AM AUMA Matic Positioner (4-20mA Input) 3- Push Buttons 3- Lights 1- Selector Switches Remote NEMA 4X Pilot Device Station with Control Switch (OSC) / Selector Switch (LOR) / Two (2) Indicating Lights 3 1 Replacement for the Back Wash Flow Control valve 8902082 SARI 0.1-13B/GS100.3 AUMA Electric Actuator ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Reduction Gearing Mechanical Dial Position Indicator on Gearbox Page 2 07/02/138€,19,13 Site visit required. Potentiometer for Internal Feedback (5K Ohms) Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Blank Coupling ACTUATOR CONTROLS: AM AUMA Matic Positioner (4-20mA Input) 3- Push Buttons 3- Lights 1- Selector Switches F 14 Flange 4 16 Replacement for the Back Wash Effluent Drain valve and the Back Wash Isolation valve 8902082 SA10.1-13B/GS100.3 AUMA Electric Actuator ACTUATOR FEATURES: Motor Voltage (480 VAC / 3 Ph / 60 Hz) Space Heater - Switch Compartment 15 Minute Duty Motor 2 Gear Train Limit Switch - 8 Contacts Open and Close Torque Switches Mechanical Dial Position Indicator on Gearbox Side Mounted Hand Wheel Plug and Socket Terminals ACTUATOR ENCLOSURE: NEMA 4X/6 Enclosure (Submersible, 6 Feet for 30 Minutes) Blank Coupling ACTUATOR CONTROLS: AM AUMA Matic 110 VAC Interface 3- Push Buttons 3- Lights 1- Selector Switches F -Flan es TOTAL Site visit required. Santilli, Ray From: Hmurciak, Linda Sent: Wednesday, June 19, 2013 11:11 AM To: Santilli, Ray Cc: Thibodeau, Bruce; Alt, Glen Subject: CI Project - Carbon Filter Actuator Valves Attachments: Scope of Services - Actuators vers2.docx Morning Ray, Here is a scope of service for actuator valves that are needed at the plant for the carbon filters. This is a CIP project that was approved at Town meeting. The estimated cost is $220,000. Even though it is a FY 14 project, I would like to get ready to go out to bid as we will need to do this this fall when we are at slow flow. Please let me know if you need to meet with us to discuss this further. Thanks, 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 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. Pair of East Lake Slipper Chairs, (Sea Bluel. Rockers..(Boston Rocker...Rose carved...) Kazein area Rug (pastels) all in mint condition Andover, Call I 1 978 470-2872 MA STAR WAR COLLECTORS 3" & 12" Singles 6 Multi -packs Star War Figures in the original boxes, many characters to choose from with over 400 items in all dated from 1995 TO 2005. Serious buyers can call Peter at 617-823-3812 for showing to purchase. 19th Century Maple NH, 4 draw chest, on turned legs with a scalloped apron, Original es- cutcheons and long ago replaced brasses, circa 1820 Measures 41" x 17.5" x 41.5 " Smoke free home $1250 CASH & CARRY ONLY. Dealers welcome (978) 462-3816 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 classified ads that ask you to send shipping cost. Possible scam! r ATTENTION CONTRACTORS BEAUTIFUL WINDOW Leaded, 4' x 4' vinyl, decorative opaque glass original $1200, $350.00 Call 978-204-1509: 978-685-3431: CEMETERY LOT, Contains four burial plots, at Pleasant Grove Cemetery, Manchester MA $5500 978-526-7057 Mon -Sat 5:30pm-Bpm 2 BURIAL LOTS Puritan Lawn Memorial Park Cemetery Section F; Lot 127 and Lot 127A $2000 for both lots. 603-382-5649 4 Cemetery Plots, Puritan Lawn Memorial Park Old section J. $1800 single, two for $3500, four for $6000. Call (603) 776-6921 , 11111111111111111111111111111111119 t•11r ADS in this category must show prices by cubic feet. Half a cord is 64 cu. ft. and a cord is 128 cu. ft. FREE Oversized chair/recliner , burgundy, perfect working order but worn in places. Take t away Cali (978) 372-4939 FREE TREADMILL - Portable, Comfit. Beverly MA (978) 922-2111 FREE WOOD, Great for fire pits, camp fires etc... all scrap You'll need a truck, Call (978) 922-6916 Beverly, MA LARGE 46" PANASONIC CONSOLE TV Good condition, need truck to move it. Interested, call (603) 329-4688 SLEEPER COUCH, LOVE SEAT & TREADMILL CALL Ray 978-273-2152 or Jane 978-273-2973 STARCK BABY GRAND PIANO Needs work, you pick up, Methuen. Call 978-685-2202 yyy11� 14,y ATTENTION FUEL CONSUMERS: All ads in this classification run in our 10 paper "Classified Connection" that covers the North Shore, Merrimack Valley and Southern New Hampshire. Ads appearing in this section may or may not deliver to this entire market. Prices may reflect a "Local" delivery area only and may be, higher for an extended delivery area. T T T T IN ARMOIRE, 72" high X 40" wide, Solid Walnut, In great condition. $300 Call (978) 465-5788 BEDROOM SET, 7 piece solid wood, WEBB Queen set. Headboard, Footboard, Hutch woman dresser, gentlemen chest, 2 nightstands, knotty pine, cedar finish, $400 978-885-2317 / 978-204-0165 Norm or Helen BEDS - NEW!! Twins $150, Fulls $175, Queens $250, Kings $350, Bunks $199 603-566-3840 www.nhfumituredirect.com Bureaus (2) solid maple $100 both, Coffee ta- ble & 2 end tables $50 set. Rocking chair $50, Tea cart $25, Kitchen set $25 CASH ONtY- (978) 774-0786 COMPUTER DESK, hutch style with extra table, very good condition, $55. Call (603) 898-0379 DINNING ROOM SET Antique, Table, 6 chairs, & Breakfront $500 Call (978) 857-9847 The Town of North Andover is solic- iting bids from qualified companies for the purchase of a new Wheeled Front End Loader. Qualified compa- nies 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 with- in the Invitation for Bids (IFB) The complete IFB is available on the Town website (www.townofnorthan- doveccom) by clicking on "Bids, Quotes and Proposals". TheTow ' will only accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on Wednesday, August 7 to be consid ered. The Town of North Andover may cancel this IFB or reject in whole or in part any and all proposals, 'd they determine that cancellation or rejec- tion serves the best interest of the . Town of North Andover. ET - 7/17/13 FURNITURE MOVING, MUST SELL Bedroom (2 sets)sol!d wood maple/oak. WICKER SET Large chair, couch, lounge chair. Large chair, large wooden desk with cabinet, painting, & rugs. Call for appt, 978-821-8370 No. Andover HUTCH, THOMASVILLE DINING ROOM HUTCH Excellent condition, $500/BEST Call, 603-475-1771 Moving Must Sell Formal Hitchock Dining set in pristine cond. 35x60 table w/6 chairs, side chest 31W mirror 6 corner china cabinet 38W x 78H. Priced low at $1800 (978) 255-1935 PINE HUTCH, $140. Pine Dry Sink, $30. Lawn mower, $75. Student desk, $30. Large Rocking Chair, $30. Large wall minor, $30. Ray 978-273-2152 or Jane 978-273-2973 POTTERY BARN, Seagrass sectional, off white twill cushion, with ottoman, 1 yr old. Nearly new. Purchased $2200, asking $1100. . Call (850) 510-9599 Reclining Sofa & Loveseat Dark brown velour material, purchased 6 mon- ths ago, very good condition $399 best offer Call (6031845-6125 WASHER / Electric DRYER Large capacity, heavy duty. Clean. $175 ea. Cash only. 603-498-4192 / 603-247-4383. Plaistow YARD SALE DERRY, NH: Bliss Farm Wright Road Community Yard Sale Saturday July 20, 2013 Bam to 2pm 60 plus homes participating HAVERHILL, MA: 47 KEELEY St. Friday 7/19 & Saturday 7/20, 9am-2pm No Early Birds Please! CD's, vinyl records, household, golf, electrical, etc... 100 HOUSEHOLD ear MOVING! 6pc. bedroom set, leather recliner, car top carrier, 6' antique mahogany library ta- ble, antique lamps, circa 1940 doll carriages, kitchen items & small appls, 3 bar stools. Plus much more! Cash only. 978-578.8003 Beverly MOVING Everything MUST Go! Dryer, bed, women's clothes/shoes, baker's rack, bistro table, & more. Call for info 978-914-7577 NORTH ANDOVER: Kitchen Appliances Bedroom Set Antique Wall Minor and more Call for appointment (724) 747-6323 SECTIONAL SOFA 5 Piece Power Reclining Sofa - 9 feet, Sea Foam Green. Excellent con- dition, was just dry cleaned. 3 1/2 yrs old - originally $2500, asking price $900. Call 978-777-6645 WHIRLPOOL electric stove, electric dryer, wash- ing machine. All white. Barely used. All 3 $650/best offer. Will separate. 508-280-2399 r CASH FOR TOOLS - Hand or power! Carpenters, machinists, mechanics, plumbers, rollaways. . 1-800-745-8665 CLASSIC CARS WANTED Not all types, but many. Call 603-075-1185 . 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 r AIR CONDITIONERS Quasar 8,000 BTU $125 Whirlpool $18,000 BTU $100 Both have covers (978) 686-4883 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! In accordance with M.G.L. c30 9M, the Town of North' Andover is soliciting bids from qualified con- tractors to furnish all labor, materials, and equipment required to install bituminous concrete, Portland ce- ment concrete, and brick sidewalks, wheel chair ramps, asphalt berms, granite curbing, loam and seed for Public Works at locations through- out the Town. The Town of North An- dover is seeking to award a sixteen (11 6) month contract for the period of September 1, 2013 through Decem- ber 31, 2014. Qualified contractors 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 with- in the Invitation for Bids (IFB). The complete IFB is available on the Town website (www.townof- northandovencom) by clicking on "Bids,. Quotes and Proposals". The n Town will only accept proposals delivered in person or by mail. All proposals must be received by 2:OC p.m. on Thursday, August 8 to be considered. The Town of North Andover may cancel this IFB or reject in whole of in part any and all proposals, if they determine that cancellation or rejec• tion serves the best interest of the Town of North Andover. ET - 7/1 7/1 3 .�- . NOTICE OF MORTGAGEE'S SALE OF REAL ESTATE - By virtue and in execution of the Power of Sale contained in a certair mortgage given by Wesley M. Babbit a/k/a Wesley M. Babbitt and Wesle) W. Babbitt to Mortgage Electronic Registration Systems, Inc., dated Apri 29, 2005 and recorded with the Essex County (Northern District) Registr) of Deeds at Book 9486, Page 305, of which mortgage the undersigned i; the present holder by assignment from Mortgage Electronic Reigistratior Systems, Inc. to Bank of America, N.A. successor by merger to BAC Home Loans Servicing, LP fka Countrywide Home Loans Servicing, LP dated Oc tober 26, 2011 and recorded with said registry on November 8, 2011 a Book 12688 Page 13 and by assignment from Bank of America, N.A successor by merger to BAC Home Loans Servicing, LP fka Countrywide Home Loans Servicing, LP to Green Tree Servicing LLC dated March 5 2012 and recorded with said registry on March 12, 2012 at Book 1285( Page 255, for breach of the conditions of said mortgage and for the pur pose of foreclosing, the same will be sold at Public Auction at 1:00 p.m. or August 7, 2013, on the mortgaged premises located at 85 KNOX STREET LAWRENCE, Essex County, Massachusetts, all and singular the premise: described in said mortgage, TO WIT: The land in Lawrence with the buildings thereon, bounded and de scribed as follows; Beginning at a point on the westerly side of Knox Street, seventy five (75 feet north of the land of William J. Bradley; Thence; WESTERLY by land now or formerly of the Warren C. Allyn Estate, one hundred (100) feet; thence NORTHERLY by land now or formerly of the Warren C. Allyn Estate, sev enty five (75) feet; thence EASTERLY by land of the said Warren C. Allyn Estate, one hundred (1 00 feet; thence . SOUTHERLY by land of said Knox Street, seventy five (75) feet to the point of beginning. For mortgagor's(s') title see deed recorded with Essex County (Northerr District) Registry of Deeds in Book 9486, Page 304. These premises will be sold and conveyed subject to and with the ben eft of all rights, rights of way, restrictions, easements, covenants, liens o 4 claims in the nature of liens, improvements, public assessments, any an( 1 all unpaid taxes, tax titles, tax liens, water and sewer liens and any othe municipal assessments or liens or existing encumbrances of record whict i are in force and are applicable, having priority over said mortgage, whethe � or not reference to such restrictions, easements, improvements, liens o . encumbrances is made in the deed. TERMS OF SALE: A deposit of Five Thousand ($5,000.00 ) Dollars by certified or bane check will be required to be paid by the purchaser at the time and place o ( sale. The balance is to be paid by certified or bank check at Harmon Lav Offices, P.C., 150 California Street, Newton, Massachusetts 02458, orb) + mail to P.O. Box 610389, Newton Highlands, Massachusetts 02461-0389 r within thirty (30) days from the date of sale. Deed will be provided to pur chaser for recording upon receipt in full of the purchase price. The descrip tion of the premises contained in said mortgage shall control in the event o an error in this publication. Other terms, if any, to be announced at the sale. Green Tree Servicing LLC Present holder of said mortgage By its Attorneys HARMON LAW OFFICES, PC i 150 California Stree 1.Newton, MA 02451 (617) 558-050( 201209-0468 - TEF ET - 7/17, 7/24, 7/31/13 ♦ . CLASSIFIED MAA MISC MERCHANDISE BRUINS COLLECTION -Yearbooks 11 970 to 2012). Photos. Sticks. Pucks. Plaques. Banners. Bobbles. Call 978-979-9018; 978-535-1988 Burswood Electric Guitar with case 6 strap $100 Wooden doll house 9 rooms shingled roof paid $550 sell for $250 Call (978) 745.1970 CHANDELIER Brass, 5 candlelight $75/best. 978-685-4355 COUCH, STOVE, DISHWASHER Large top of the line L-shaped black leather sectional with 2 reclining ends for sale $900 or 8/0. Couch was $3,500 brand new and is still in excellent condition. Also Stove and dishwasher $100 each or 13/0. Call Nancy at (978)995-8408. DINNERWARE - 12pc. place setting, Bavarian China, Regency Platinum (white with platinum design.) Includes tea pot, sugar, creamer. $400. (978) 356-5345 ETHAN ALLEN CLASSIC MANOR HEADBOARD Queen size Ethan Allen headboard with Harvard frame. Solid Maple in excellent condition. $150. Call 603-434.5215. GAS PUSH MOWERS (2) 22" cut, One Raley, Briggs 6 Stratton motor. Recently seryiced, $100. Weed Eater, Briggs & Stratton motor like new, 5.0,$125 FIRM. Call (508) 451.05 15 HAND TOOLS WANTED Planes -chisels -adzes -clamps -calipers. Machinist and Mechanics. Useful tools, All Trades. Estate Lots. 1-888-405-2007. Pair of beautiful Wingback chairs in Pristine cond. $280 AbCircle workout equip. like new pd $250 sell $100 Call (978)208-1927 Semi Electric Hospital Bed Fully functional, excellent condition $275. Call (978) 475-9196 Very good condition, will deliver/install. $1,750. 603-236-1227 TODDLER BED - white with new mattress $40. Call 978-891-3141 4 GALLON SQUARE 6 5 GALLON ROUND BUCKETS WITH LID Clean, food grade. Great for planting, storage, gardening, etc. $1 each. CALL (978) 682-6939. 7 speed 26" Ladies Bicylce dark blue & silver brand new never used Cost over $250 asking $100 Call (603) 382-8906 AKC Chocolate Lab Puppies for sale 5 AKC Champion bred Chocolate Lab Pups, male and female. Family raised.1 st shots and dewormed. Ready to go 6/28 $800 firm uptackfarm@yahoo.com (617) 217-1566 AKC ENGLISH WHITE LAB PUPS, champion blood lines, OFA certified, 1 year guaranty. $800/1000. Call (603) 303-6003 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! BABY PARAKEETS AND COCKATIELS Assorted colors. (3) Parakeets, $20 each. (2) Cockatiels, $40 each. Annie Call Pat (978) 203-0340 KETPLACE BEAUTIFUL BABY FANCY LOVE BIRDS h faceMite faced Peac d/Wh Ready to g0 Assorted colors $50 each.Call 978 7641090 BEAUTIFUL CANE CORSO, PUPS (ITALIAN MASTIFF) u� Huge head, massive in size must be seen, no dissappointmert. Call 978-390-8220 Bengal Cats It Kittens Available $150_$750,20% off SALE! 603-818-8136 Email: attractivecats@mac.com BOXER PUPPY - Registered, 1 left, beautiful female Fawn with black mask. wormed, shots, declawed, health certificate. Ready to go, $900. Call 603-548-3619 Cockapoo, Malti-tzu, Shih-poo, Golden doodles, Rottweiler,Pom, Westie, Morkies, Teddy Bear, Chihuahua, Cavapoo, etc $595+ 603-942-9970 Cute & cuddly Mini Poodles 1 cream male, 1 chocolate brown female ready to go health cert.6 puppy shots $800 each (603) 434-0280 English Springer Spaniel Pups AKC great pets 6 exc. hunters, bi/wh & bl/wh tricolored/ health certJ1 st shots $500-$800 603-632-9280 FREE PUPPY - looking for good home with some- one who can spend time with him. Lab/Tenier male, 9 months old. Full of energy. Shots up to date. Call 978-552-9298 Lab Pups AKC Yellow + Black; Hips+ Eyes guaranteed; great hunting & lovable pets $800.603-435-7213 LABRADOODLE PUPS multi -generational, No Shed, cute, intelligent, sociable, allergy friendly vet certificate, shots, 1 yr guarantee, parents on premises. $1095. 603-303-8784. MAINE COON KITTENS -1 gid 1 boy left. Silver, tan & black strip tabby with white bibs. React? July 20. $350. Health Guaranteed. Loveable, home raised. 978-468-3200 J MAINE COON KITTENS (9) Purebred, 7 ready to go July 29th, 2 ready now. All shots. $400 ea. Call (978) 502-7762 Mini -Doodle Puppies (no bigger than 30lbs) vet checked, males, black, minor shedding, Great people puppies & smart. $650.978-828-5074 . . IF . PAPILLON PUPS - AKC registered, toy breed, very intelligent. Little balls of fluff. Shots/health certificate. $850 & up. (603) 434-7945. www.abreedapart.info Pekinese/Pomeranian mix female pup, small breed under 10 lbs. white with brown head ready to go $495. Call Marlene 978-230-6210 �"�1$t r "lilt BASSETT PUPS QUAKER PARROT, Blue, Female, 4 years old, Family raised Vet Certificate. with/without Talks, Needs an experienced handler, Comes papers $475- $900 (603)887-2479 with the cage, $275. Call (978) 208-8014 NOTICE OF PUBLIC HEARING CITY OF METHUEN Notice is hereby given that the BOARD OF APPEALS Lawrence Planning Bd. will hold a THE SEARLES BUILDING public hearing on Wednesday, July 41 PLEASANT STREET 24, 2013 at 7:00 PM in the Planning METHUEN, MA 01844 Dept., 225 Essex St., 3rd Floor, Law- NOTICE OF PUBLIC HEARING rence, MA to all parties interested in Notice is hereby given that the the application by MM Lawrence II Town of Methuen Zoning Board of Limited Partnership, 6 Faneuil Hall Appeals will hold a public hearing Marketplace, Boston, MA for a Site on: July 24th 2013 at 7:00 P.M. in Plan Approval in accordance with The Great Hall, at the Searles Build - Section 29-19 (C) of the Revised ing, 41 Pleasant Street, Methuen, Zoning Ordinances of the City of MA 01844, on the following Peti- Lawrence for Phase 2 of the resi- tions: dential redevelopment project. The Century Builders Inc. P. O. Box property known as the Malden Mills 907 Methuen Mass. 01844 Complex which is located in the Ar- A variance to sub -divide a parcel .lington Mills Smart Growth Overlay of land into two lots, leaving lot two District (AMSGO) with an underlying without the required area under sec - 1 -2 zoning district. tion VI -D in a R. D Zoning District By order of the Lawrence Paan- Matthew J. D'Agostino, Chairman ning Bd. Methuen Zoning Board of Appeals Norman Nimmo, Chairman ET - 7/10, 7/17/13 ET - 7/10.7/17/13 CITY OF METHUEN CITY OF METHUEN BOARD OF APPEALS BOARD OF APPEALS ' THE SEARLES BUILDING THE SEARLES BUILDING ' 41 PLEASANT STREET 41 PLEASANT STREET METHUEN, MA 01844 METHUEN, MA 01844 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING Notice is hereby given that the Notice is hereby given that the Town of Methuen Zoning Board of Town of Methuen Zoning Board of Appeals will hold a public hearing Appeals will hold a public hearing on:. July 24th 2013 at 7:00 P.M. in on: JULY 24TH, 2013 at 7:00 P.M. in The Great Hall, at the Searles Build- The Great Hall, at the Searles Build- ing, 41 Pleasant Street, Methuen, ing, 41 Pleasant Street, Methuen, MA MA 01844, on the following Peti- 01844, on the following Petitions: tions: Century Builders Inc. (Glen Century Builders Inc. P.O.Box Saba), P.O. Box 907, Methuen, MA 907 Methuen Mass. 01844 01844 Variance for parking too close to Waiver requested under the Mu - the lot -lines under section VIII para- nicipal Fence Ordinance: Section graph 5A. Also without the required 9.89 Paragraph B-1 & D to construct buffer strips under section VI para- an 8 Foot PVC/Vinyl Privacy Fence graph 12 in a Neighbor Business along the Rear & Right Side Lot Zoning District I ILines in a BN District at 95 Ayer St. Matthew J. D'Agostino, Chairman Matthew J. D'Agostino, Chairman Methuen Zoning Board of Appeals Methuen Zoning Board of Appeals ET - 7/10, 7/17/13 ET - 7/10, 7/17/13 . 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 Sandra J. Spearman and Kevin J. Spearman to Mortgage Electronic Registration Systems, Inc. as nominee for Ohio Savings Bank, its successors or assigns, dated December 28, 2006 and recorded with the Essex County (Northern District) Registry of Deeds at -Book 10570, Page 130, subsequently assigned to Chase Home Finance LLC. by Mortgage Electronic Registration Systems, Inc., recorded in said Registry of Deeds in Book 11868, Page 106, of which the Mortgage the undersigned, JPMorgan Chase Bank, National Association, successor by merger to Chase Home Finance LLC., 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 AM on August 7, 2013 at 18 Young Farm Road, Methuen, MA, all and singular the premises described in said Mortgage, to wit: The land in Methuen, Essex County, Commonwealth of Massachusetts, with the buildings thereon, being shown as Lot Numbered 1 on Plan of Land entitled "Subdivision Plan Green Acres, Methuen, Mass., Scale 1" = 40 November 1971. Owner Stillman H. and Mildred S. Parks, Stowers Associ. ates Co., Inc.", which Plan duly recorded in the North Essex District Registry of Deeds as Plan Number 6625, and'which premises are more particularly bounded and described as follows: NORTHERLY 223.57 feet by land now or formerly of Ruth Y. Hill, as shown on said Plan; EASTERLY 117.00 feet by the Westerly side of Young Farm Road, as shown on said Plan; SOUTHERLY 130.94 feet by the Northerly side of Lot Numbered 2, as shown on said Plan; WESTERLY 118.00 feet by land now or formerly of Stillman H. and Mil- dred S. Parks, as shown on said Plan. • Lot Numbered 1, containing 15,010 square feet, more or less, as showr on said Plan. Subject to easements and restrictions of record insofar as the same are in force and applicable. Together with the right to use the roadways as shown on said Plan it common with others, for the purposes of ingress and egress. For title see 9195-149 The premises are to be sold -subject to and with the benefit of all ease. ments, restrictions, building and zoning laws, unpaid taxes, tax titles, water bills, municipal liens and assessments, rights of tenants and parties in pos. session. TERMS OF SALE: I A deposit of FIVE THOUSAND DOLLARS AND 00 CENTS ($5,000.00; in the form of a certified check or bank treasurer's check will be required tc be delivered at or before the time the bid is offered. The successful bidder will be required to execute a Foreclosure Sale Agreement immediately after the close of the bidding. The balance of the purchase price shall be paic within -thirty (30) days from the sale date in the form of a certified check. bank treasurer's check or other check satisfactory to Mortgagee's attorney The Mortgagee reserves the right to bid at the sale, to reject any and al l bids, to continue the sale and to amend the terms of the sale by written of ' oral announcement made before or during the foreclosure sale. If the sale is set aside for any reason, the Purchaser at the sale shall be entitled only to a return of the deposit paid. The purchaser shall have no further recourse against the Mortgagor, the Mortgagee or the Mortgagee's attorney. The de• scription of the premises contained in said mortgage shall control in the I event of an error in this publication. TIME WILL BE OF THE ESSENCE. Other terms, if any, to be announced at the sale. ' JPMorgan Chase Bank, National Association successor by merger to Chase Home Finance LLC i Present Holder of said Mortgage By Its Attorneys ORLANS MORAN PLLC ! P.O. Box 54054( 1 Waltham, MA 02454 1 Phone: 781-790-780( k ET - 7/17, 7/24, 7/31/13 THE EAGLE -TRIBUNE POMERANIAN - 2 yrs. old neutered male, AKC. Blond. Love kids. Asking $500/est to a good home. Call (978) 476-5081 RAG DOLL KITTENS T1CA Registered. Ready for August. 1 male ready now! (978) 655-1941 SALISBURY MA, SENIOR Looking for a DOG WALKER. To, walk small Poodle, Twice a day Call (978) 499-9082 HIH-TZU PUPPIES AKC registered, 2 males, Born Jan 18. Black/white. all shots pott trained Mom & Dad both AKC champions. $1200. Call 603-244-1143 or 978-479-7578 YORKIE PUPPIES, AKC 3 males, 2 females shots, vet checked, 3 generation pedigree par- ents here. Start at $700 Call 978-740-5057 Boxer Pups 2- FEMALE AKC ready to go to new home 7/20 health cert., declawed, clipped, wormed etc. $1200 limited (978) 208-9398 e rtr BOWFLEX HOME GYM Bowflex Xtreme 2 with biceptAeg attachments and additional resist- ance rods. Exellent condition $475.00 Call Mike at 617-839-8133 11• O.A.R Tickets at the Bank of America Pavilion, Boston July 27th Sec. 4 Row B Great Seats under roof top Face Value $40 each sell 2 FOR $60.00 Call (978) 373-6260 lot 1 II 1 I Buick Century Convertible 1985 V6, all power, leather interior, new tires, radiator, fuel tank, $3900 No rust Call (978) 468-0597 '• 91-4 , 1989 MUSTANG 5.0 GT'CONVERTIBLE Restoration by StingRay of Marblehead. Flaw- less body, strong engine, smooth transmis- sion. 170k miles offset by many new operating parts; wheels, tires, lights, struts, brakes. Original plaid interior. New top. Red! $5,500. Call (781) 631-2276 r r : r - TOYOTA CAMRY 1996 DOORS Front driver's side and both rear doors. White & rust free. Several other small parts. Please cal! Kevin 978-944-5454 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 classified ads that ask you to send shipping cost! Possible scam! ... 11 — BMW 325 Cl 2003 -white exterior, tan leather interior, 162K miles. Excellent condition. Runs great $6000/best offer. Jeremy 978-807-7904 The Town of North Andover is soliciting bids from qualified com- panies for the purchase and instal- lation of electrical actuators for the carbon filters at the Water Treatment Plant. Qualified companies are re- quested to submit bids to the Assis- tant Town Manager at North Andover Town Hall, 120 Main Street, North Andover, MA, in accordance with the instructions contained within the In- vitation for Bids (IFB). The complete IFB is available on the Town website (www.townof- northandoveccom) by clicking on "Bids, Quotes and Proposals". The Town will only accept proposals delivered in person or by mail. All proposals must be received by 2:00 p.m. on Thursday, August 8 to be considered. 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 rejec- tion serves the best interest of the Town of North Andover. ET - 7/17/13 NECC IFB 14-01 Northern Essex Community College Student Center Bookstore Northern Essex Community Col- lege, the Awarding Authority, invites sealed bids for the Student Center Bookstore at Northern Essex Com- munity- College, Haverhill, Massa- chusetts in accordance with Draw- ings and Specifications prepared by Johnson Roberts Associates Inc. The work of this contract includes the renovation of the Student Cen- ter Bookstore at the Haverhill Cam- pus, 100 Elliott Street, Haverhill, MA 01830. Deadline for submitting sealed Sub bids is Thurs., August 1, 2013, at 2:00 p.m., deadline for submitting sealed General Bids is Thurs., Au. gust 8, 2013, at 2:00 p.m., Northern Essex Community College, Procure- ment Office, B201 A, B Building, IOC Elliott Street, Haverhill, MA 0183C Please see solicitation details as posted on www.Comm-pass.com. Prebld Meeting at 10:00 a.m.; Tuesday, July 23, 2013, at Behra• kis One -Stop Center, 100 Elliott Street, Haverhill, MA 01830, meel at main entry on first floor. . ET - 7/15, 7/17/13 THE COMMONWEALTH OF MASSACHUSETTS LAND COURT DEPARTMENT OF THE TRIAL COURT (SEAL) ORDER OF NOTICE MISC. 47502; To: Noelle J. Learned-Jemiolo Lori Dalton and to all persons entitlec to the benefit of the Servicemem bets Civil Relief Act, 50 U.S.C. App § 501 et seq.: CP -SRMOF II 2012 A TRUST, U.S. Bank Trust Nationa Association, not in Its individual ca pacity but solely as Trustee claiminc to have an interest in a Mortgage covering•real property in Haverhill numbered 24 Spruce Street, giver by Noelle J. Learned-Jemiolo anc Lori Dalton to Mortgage Electronic Registration Systems, Inc., datec August 27, 2010, and recorded with the Essex County (Southern District, Registry of Deeds at Book 29738 Page 537, as affected by a Judge ment recorded with said records or July 2, 2012 at Book 31486. Page 321, and now held by the plaintiff b) assignment has/have filed with thi: court a complaint for determinatior of Defendant's/Defendants' Service members status. If you now are, or recently have been, in the active military service of the UnitedStates of America, ther you may be entitled to the benefits o the Servicemembers Civil ReliefAct If you object to a foreclosure of the above-mentioned property on the' basis, then you or your attorne) must file a written appearance anc answer in this court at Three Pem berton Square, Boston, MA 0210£ on or before August 19, 2013 or yoL will be forever barred from claiminc that you are entitled to the benefit: of said Act. Witness, KARYN F. SCHEIER Chia Justice of this Court on July 8, 201; Attest Deborah J. Pattersor Recorder 201111 -1004 -TEF ET - 7/17/13 Wednesday, July 17, 2013 15, BUIfIK 2005 LASABRE, 3.8 V6 Engine, 30,000 it i Loaded Very Clean $8900. m es Beige, 9• ry Every extra imaginable. Call 978-979-4145 Buick Regal LS 1999 Sedan tan/gray interior . moonroof, all power options, 108K, needs nothing, like new $4750 .........781-640-9658 I, - CADILLAC STS 2006 - 4 door sedan, 69k miles. V6 liter, V8 SH engine. Black leather seats. Many extras. Priced to sell $12,500. Call 978-281-0035 CHEVROLET LUMINA, 1997 Loaded, 87k original miles, Black beauty, asking, $1850. Must be seen! Call 978-397-3444 CHEVROLET, Malibu 1998.74K miles. Light mileage good condition Malibu. Selling be- cause elderly woman owner giving up driving. $3500.00.603.362-4577 CHEVY CAVALIER 2001 Z24 - 2 door coupe, a/c, moonroof, 4 cylinder, strong motor and tires, needs evap cannister. In Plaistow storage. $2000. Call (978) 376-9224 . CHEVY Cavalier 2002 Sedan, silver/gray interior, auto, AC, tilt, pristine Gond., runs great, 85K, needs nothing. $4950 781-640-9858 CHEVY CRUISE LT, 2011 - 27k miles, black, 4 door, 4 cy, 1 AL, AUTO, with overdrive, alloy wheels, asking $13,500. Call 978 762-6332 CHRYSLER, Sebring 1996. 110000 miles. White Convertible. No rust, runs great. Drivers seat and top need repair.. $2000. 603-814-1453 ORD CROWN VICTORIA LX 1997 - 128 original miles, 1 owner, needs paint job, pos sibly brakes. $1800. Call (617) 306-7723. FORD ESCORT SE Sedan 1999, red/grey inte- rior. power windows/locks, AC, alarm, 1 owner, 24K. No rust, like new condition. $4950 781.640-9858 Honda Accord 1996.4 door, black, V6 auto- matic, air. New brakes, 1 owner (a Georgia car) 211 K, $1475 Must See 978-397-3444 HONDA ACCORD 2002, 98,000 miles standard, loaded, Black/Black 1 owner, well maintained, no accidents $3800 best offer (603) 474-9306 LINCOLN TOWNCAR 1992 - 85+k miles, gray exterior, beige leather interior. Runs fine. New sticker, $2500. (978) 475-4648 TOWN OF ANDOVER TREE WARDEN NOTICE OF PUBLIC HEARING In accordance with Massachusetts General Laws (MGL), Chapter 87, Public Shade Tree Law, Section 3 (Cutting of Public Shade Trees; Hearing; Damages), the Town of Andover Tree Warden will hold a Public Hearing regarding an application from National Grid to remove. or prune public shade trees on Tuesday, July 30, 2013 at 7:00 p.m. at the Andover Town . Hall, 36 Bartlett Street, 3rd Floor Selectmen's Conference Room A, Andover, MA. Any person interested or wishing to be heard on this matter should appear at the time and place designated. The program included a tree - by -tree hazard assessment of public and private trees, along the main three-phase lines which serve the community. The work is recommended to remove hazard trees and prune for additional' clearance in order to reduce tree outage problems affecting large numbers of customers served by these main lines. National Grid's - arborists have identified fifty two (52) town trees for removal along town roads, and eleven (11 1) town trees for pruning. Town trees located within the public way that are designated for removal have been posted with a notice of public hearing in the field. Trees designated for pruning have been marked with a small blue ribbon. The roads with . town trees affected by the program are High Street, Haverhill Street, Balmoral Street, River Road and.Fiske Street. A complete list of town trees designated for removal or pruning including information about the location, size and species of the affected trees and the reason for ' removal or pruning,, is available weekdays from the Town Hall, DPW and Library during normal business hours. Paul Sanborn Tree Warden ET - 7/17, 7/24/13 ADVERTISEMENT The Methuen Housing Author- ity, the Awarding Authority, invites sealed ,bids from general contrac- tors for the Jade Street Bathroom , Renovations, Methuen, MA in ac- cordance with the documents pre- pared by Kang Associates, Inc. The Project consists of the re- placement of existing bathroom sink, bathtub with surround, toilet, mirror, lighting, and flooring In , units of family housing. The work is estimated to cost $190,000.00. . General bidders must be certified by the Division of Capital Asset Man- agement in the following category of work: Plumbing. . Bids are subject to M.G.L. c.149 §44A -J and to minimum wage rates as required by Federal prevailing wage rates. General Bids will be received until 2:OOPM on July 31,2013 at Methuen Housing Authority, 24 Mystic Street, Methuen, MA 01844 and opened publicly forthwith. There are no Filed Sub -Bids. Mailed Bids should be sent fo Methuen Housing Authority, 24 Mystic. Street, Methuen, MA 01844 and received no later than the date and time specified above. Bids de- livered in person will be accepted at the same address until the date and time specked above. ' General Bids shall be accompa- . nied by a bid deposit that is not less than five (50/6) of the greatest pos- sible bid amount (considering all al- ternates), and made payable to the Methuen Housing Authority. Bid Forms and Contract Docu- ments will be available for pick-up at the Methuen Housing Author- ity, Methuen, MA starting on July 17, 2013, Monday through Thurs- day 8:OOAM to. 4:OOPM and Friday 8:00AM to 12:009M. A deposit of . a certified or cashier's check in the amount of $25.00 per set, payable to the Awarding Authority is required. This deposit will be refunded for up to two sets upon return of the sets in. good condition within thirty days of receipt of general bids. Otherwise the deposit shall be the property of the Awarding Authority. Additional sets may be purchased for $25.00. Bidders requesting Contract Documents to be mailed to them shall include a separate certified or cashier's check for $10.00 per set, payable to the Methuen Housing Authority, to cover mail handling costs. A site inspection is scheduled for July 24, 2013, at 10:00AM, at the Methuen Housing Authority, 24 Mys- tic Street, Methuen, MA. The Contract Documents may be seen, but not removed at: F.W. Dodge,- McGraw Hill Construction 24 Hartwell Avenue . Lexington, MA 02173 _ (or closest regional F.W. Dodge Company) . Methuen Housing Authority July 17, 2013 ADVERTISEMENTI ' ET - 7/17/13 V 16 Wednesday, July 17,2013 THE EAGLE -TRIBUNE CLASSIFIED MARKETPLACE FORD, Explorer 2003. XLT; 91,000 miles; 3rd row; leather; fully loaded; 1 owner; $6900.00.978-475-9747 Mercury Grand Marque 2000 Excellent cond. only 2 owners, very clean, new brakes, all power, alarm, cold AC, 154K Non smoker, $2,450, all records. Call (978) 835-6057 MERCURY, Grand Marquis 2006. Cape Cod gem, owned by retired couple; has seen lim- ited snow & salt. Only 48k original miles. Excel- lent condition. Recent complete tuneup, detail- ing &inspection. Sea Green with pinstriping; camel leather interior. All the bells & whistles! $9700. Call 978.465.0156 SEARAY BIMINI TOP - 6 foot 8 inch beam. Brand new. Paid $650 asking $350 firm. Call Ron (603) 382-6718 -- - -- - - - a - -.. ...._ .._.. __ _.... _........ r , TURBOCRAFT 1980,15.5 ft. Tri Hull Bow Rider 80 hp motor mercury, runs excellent. & Conroy V Hull Bow Rider 80 hp motor, needs lower unit. Both boats, $1495/13EST call Bob 617-504-1134 WIRE LOBSTER TRAPS - 36 inches. 5 at $25 each and 5 at $20 each. In good shape. With rope. (978) 764-1075 O GOT MOLD? O Basement/attic? Inspect from $75. Mold Test, removal. IAQA Certified. A.R.S. 978-688-1111 MERCURY, PARK Lane 2008, 65K miles, a- 9 raged, 4.6 liter, few scrapes/ding,one owner, $12,000. Call 978 465-9496 Runs 18LS STINGRAY BOW RIDER 1/0 - Only 500 hours. Looks brand new, with trailer. $10,500 complete. In Swampscott Me 781-258-0002 : r r HICKS BUILDERS,LLC General Contractor, Addi- r 1985 CATALINA 25' Sailboat, slip at Beverly Marina included or best reasonable of- far Call (978) 922-3772-3772 . • r tions, interior & exterior renovations, small or large projects Call (603)432-4422 ' Ford F1501997 4.6 Engine. 3rd door extended cab. New battery. Tires in good shape. Cap with racks. 160,000 mi. $1500 978-852-6565 Methuen 800-836-800 All Eagle -Tribune Carriers & Motor Routes Abc,ve ik Lleyond t forne { arc I:f.( 1994 Boston Whaler, 21' Outrage, center console, 200 HP Johnson engine. $13,900 Call (978) 526-8539 * * DECKMASTERS * * Specializing in custom design quality built decks,rails etc. NISSAN VERSA 2007 S - 48k, black hatchback, automatic, 1 owner. $8500. Call 781-913.4776 PONTIAC FIREBIRD 1992, white, runs and drives great, power window/locks, A/C, only 94k-18 miles, $2800/BEST Call Jim (603)490-1897 SPORTS CAR! Above &'Beyond Home Care LLC is a privately held, Woman Owned business with 11 years of experience. Offering private care at competitive rates. The assistance available is flexible and can range fiom part time aide le a full day of care; 24 hour care is available upon request. Services include: assist with ADL, transportation to medical appts, customized meals, daily er- insured, 35 yrs 603-898-9494:603- 548-5944 s _-..> , ` 1994 DONZI, model Sweet 16, 300 HP, Winnipesaukee boat, very fast, good condition $9200 (9781388-8865 FINISH / REPAIR / NEW CARPENTRY allhandymanmanh.com Registered / Insured.. 978-683-8756 3-H HANDYMAN Reasonably priced, basements, carpentry / remodeling, tiles. Call 978-375-1976 2004 PRINCE CRAFT Hudson Deluxe 20' FC CHRYSLER, Town & Country 2003.94K miles. 8 -passenger workhorse van, light blue with low miles for age. Newer tires, great A/C, heater, Asking $3100.603-974-2125. rands, housekeeping. We can ensure well-b- ATYOUR SERVICE! Party Accomodator I, We Do The Most - and verbal communication skills. Strong organizational skills, ability to set priorities and meet deadlines. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. Bimity top, boat cover, fish finder, Mercury 50 hp outboard motor 100hrs. have all papers asking $8,000 (978) 468-3768 Hamilton eing, safety and socialization, and provide care and assistance in order to maintain the quality of life that you or your loved ones have be- MERCEDES -BENZ 2002 SL50OR Convertible/hdrdtop. 40,000 miles. Excellent condition, always garaged. Brilliant silver. Black nappa leather, walnut wood trim, Bose system, 6 CD changer, AMG wheels 5 spoke, Xenon head lamps, heated seats $24,900 Call 978-546-6816 come accustomed! Reasonable, competitive rates. All communication is kept strictly confi- dential. Licensed, Registered and Insured. Pro- fessional references upon your request. Please consider us in your efforts to give your loved ones the Quality of Life that they deserve. Above & Beyond Home Care, LLC www.abhhcare.com Info@abhhcare.com 603-913-5895 I You Relax and'Host. Food, flowers, bar, waitstaff, etc 978-979-2124 8 FT WOOD DORY WITH electric Johnson motor $250 or best offer. Call or best port 857-265 4233 r r ' t r iC: € y ,< r r r GLOUCESTER LICENSED HOME CHILDCARE provided by licensed Nurse #9014446. Infant and toddler openings. Jennifer 978-395-5382 r •r r t CARS & TRUCKS WANTED 978-462-8262 RAREFY DAVIDSON 2004 Lowrider FXT LI 6K miles, lots of chrome, hard leather saddle bags. Like new. $8,995.603-553-0391 BUSY LADY SERVICES. I am available to do your errands! Drive you to doctors, shopping, airport, etc. Experienced '978-023-0754` or 781-842-0504 ALL CHILDCARE PROVIDERS IN MASSACHUSETTS AREfiEQUIRED TO BE LICENSED. Only NH Childcare Providers May Be Licensed Or Non -Licensed SUBARU IMPREZA -2009 4 door sedan. 34k § "! HARLEY DAVIDSON 2012, Heritage Softail, 103 motor, 6 speed transmission, Blue, Lots of extras! 4500 miles, $16,000. (978) 374-1662 RAREFY DAVIDSON, 2012 Road Kin Classic, g 650 miles, ABS brakes, security system, cruise control, twin cam 103 engine, Vance and Hines stage one exhaust, $17,000 Call 508-922-2896 DEPENDABLE PCA, Nonsmoker, Must have license & vehicle. Various Shifts days, evenings &weekends, CORI check. Call 978-683-4364 I Am a CNA/HHA looking to take care of your loved one in your home. Private Pay 7 yrs. ex - perience, excellent references. $15/hr I will work Sun.-Thurs. overnights as well. Mern- mack Valley Area Only Call Maureen (978) 685-1916 Leave message JUNK Cars Wanted Highest prices paid - Call for price! 1-800-292-1149 Brandy Brow Auto Parts s Moonroof, alloy wheels, CD player, a/c. Very good condition. $13,500.978.885-0878 WINDOW CLEANING Home & Office Cleaning (978) 744-7654 SUBARU LEGACY 2004, 35th anniversary addition, sunroof, A/C, all wheel drive, manual transmission, nice car. 170K mainly highway miles, well cared for. Last two Legacys drove well over 300k miles. Retired, heading west. don't need two cars. $4400, Thule lockingVery racks, Sears (Thule) carrier, for summer trips. Call 603-247-2361 $250 to $500 Cash paid for cars & trucks Dave's Towing/Auto Recycle 978-664-6710 ALLDAYJUNKREMOVAL - FREE ESTIMATES 978-361-5216 HARLEY-DAVIDSON, FLHRC Road King Classic ' 2001. 14,298 miles. Black, extra chrome, extra seat, hard bags, storage cover. clean. $10,500. (978)873-0691 IN GLOUCESTER, Mature, responsible woman needed for live-in care of elderly woman with dementia. Free Irving quarters (studio apt) as well as additional salary. Duties include; help with personal hygiene, housekeeping du- ties, laundry, meal prep, companionship, food shopping, dispensing medication (set out by family member), 24 hr. accountability for safcare. 2 fand ull days off per wof eek. Referdual and - ALL YOUR SPACE BACK Junk Removal & Cleanouts Dum star rentals. Insured 603-571 X187 P HONDA GOLDWING 1984 83K, Red/chrome runs good, must be seen $3,000 best offer - 978332-1889; 978-794-1915; Methuen, MA 2006 HARLEY Heritage Softtail. EFI Screaming Eagle pipes still have stock pipes. Great condi- tion. 6200 miles.. $10,500/best 978-372-9776 SUBARU Legacy GT 1998-4 cylinder, automat ic, 4 door, A/C, sunroof, LOADED. New tires & sticker. Mint condition $2600.978 441-6007 ANYTHING &EVERYTHING Estate Clean -outs, Demolitions, Basement, Garage, Yard Debris Dump runs. Call 978-521-0445 mom F, BEST BEST RATES - Call Mike FOREST RIVER INC., WBdwood 2004. 27FBSS,12FT slideout, Queen size front bed- room, full rear bath, ducted air and heat, out- r ` r enses/background check will be needed. Reply by email: revotarg@comcast.net remove junk &anything from A -Z 978-973-2009 PCA Female needed, Danvers area. Experience JUNK REMOVAL TOYOTA, Avalon 2005. 103,000 miles. Excel- lent condition! Fully loaded. Original owner. Silver ext, black leather int. 4 dr, auto trans, 6 cyl. $10,900.617-899-8495, tent or call. i - side shower and awning. Plus many more op tions. In very good condition. Hitch set-up in- eluded. $6500/best. 978-360-6925 in personal care and homecare, Car required. P c q All shifts. Call 978-774-1584. Anything Goes. Free Estimate Call 978-609-5589 . * * PCA -For male quad in Beverly, MA PT flex. hours Good pay! This position must be filled ASAP. Come join our team! 978 969-2921 Call between 1Oam -5pm JAYCO 2012 Jay Flight Swift 14.5 RB travel trailer. Bathroom with shower, A/C, micro- wave, refrigerator, range, excellent condition $7500. Call for details 978-358-8651 r ' VOLVO S701998, Silver, 145K miles, Auto, A/C, winter package, looks and runs great. Well maintained, $2200. Call (978)777-2184 FRAME TO FINISH Repairs, Skim &New Work -Textured Ceilings & Metal Studs -Norman @ 603-890-3113 2002 FORD TAURUS LS sedan silver/gray inte- riot. power windows/doors locks, tilt, cruise, 85K, runs great $4950. 781-640-9858 2011 ROCKWOOD ROO 23RS, Hard slide expandable travel trailer, queen bed slide out, front bunks, dinette, sofa, fridge/freezer, stove, microwave, full bath, It more! $13,500 Call (9781462-8536 PCA Healthy active woman with MS in No. Andover looking for PCA for Thurs & Sat nights & weekend mornings. Must be non-smoking. Need own transportation. Call 978-685-0648 COMMERCIAL & RESIDENTIAL WIRING b y ROC Electric. MA Lic #20045A. NH Uc #11463M. CALL 978-815-3876 2004 CHEVROLET MALIBU LS. 3.5 motor, auto, fully loaded, 399 miles, runs & drives excellent. Asking $6000.978-657-9174 / 978-794-1099 PCA NEEDED For a fun, loving, disabled 4 year old boy. Must be able to lift 30 lbs, 15 hours per week. Morning and afternoon hours, $12.68/hr. Cori check required. Must be reliable with own transportation. Phone calls between gam-5pm Call 781-731-4817 K 4 QUALITY, SERVICE &PRICE E That Want Shock You! Insured. MA#31525E NH#12831 M. Call Mike 978-423-8510 PRO -LINE CENTER CONSOLE 2004, 22'200 HP s r �. c 25 FT FOUR WINDS 5000 E450 by Thor 2003, rear kitchen, one slide -out, 25,000 miles. excellent condition. $22,900. 978-302-6286. PCA Needed for medical appointments &light housekeeping, for disabled handicap person. Dependable car and references. Hourly rate $12.85 Mon/Wed/Fri, 10.2. Must be dependa- BEST QUALITY IN TOWN 4 WONG FLOORS E Install - Sand - Refinish Mercury, with trailer. In excellent condition. Electronics, lights etc. Is in the water. Asking $19,500 Call 508-958-1443 ble. Call Joe (978) 594-5276 FREE estimate - Fully insured 617-884-3494 or 978-328-9200 www.wongfloors.com 30' PROWLER 1997 5TH WHEEL Slid Lit beautiful kitchen, Like new condition. Slee s P 6. Very low miles, Asking $5700 or Best. PCA - We are looking for a high energy, respon- Bible, outgoing and dependable woman inter- 9 9 P ested in working with a very social, always on -the -go intellectually challenged woman liv- ing in her own Amesbury apartment. P/r hours include weekends. Drivers license/CORI/reli- able vehicle required. Great pay for qualified individuals! 617-943-0678 CELTIC WOOD FLOORS Install, Sand, Refinish, Free est. Fully Ins. Mark MacDonald (978) 462-5099 VILLAGE FLOORING CO. • Install • Sand • Finish 0 Repairs • Staining 30 YrsExperience. Insured.. 978-689-3385 QUICKSTEP 11' SAILBOAT, Scout 1990. The Quickstep Scout is a family fun rowing, sail or motor boat. It is 11' by 5' with trailer. Set up as a sloop w/main and jib.Tiller, daggerboard. Excellent Condition!. $2000.00. 1-978-283-0559 HAGGAR CONSTRUCTION - Kitchens, bathrooms, additions & decks. Roofing & siding Commercial & Residential (978) 685-0461 BEST CHOICE CONSTRUCTION Gutters, seamless aluminum, cleanings, leaf guard. 25 yrs. experience. 978-973-5410. r r ALL THE RIGHT MOVES- Carpentry, Remodeling Home Improvements, Painting 6 Tiling. Bill, 978.273-7243, 603-898-1035 t ROSY CLEANING SERVICE - Residential Commercial, Restaurants, Janitorial„House Cleaning. Insured 978-231-1413; 978-879-7654 HEAT YOUR ENTIRE HOME, water and more with an OUTDOOR WOOD FURNACE from Central Boiler. C.P. Enterprises 978-927-9663 r► BATH LINERS; WALL SURROUNDS Bath Tub Reglazing IIC. Insured Free Estimates Mr. Tub 800-453-6171 - mrtub.com 1111111111yr �11 JEW LANDSCAPING: 40+years New lawns, sod, trees shrubs loam, mows, dozer. Free estimates insured 978-685-0783 Lawn Out of Hand? Weeds Gone Crary . & Moss on the House? We Can Help! Father/Daughter own/operated DES Landscaping 978-335-4710 pinedalepropertymaintenance. com-EVERYTH ING LAWNS Weekly/byweely cuts, lawn installation, edging, tree shrub care removal. 978- 973-1022 PLANTE'S TREE LANDSCAPING (978) 399-8487 $35 Lawn Mows, mulching, cleanups, tree removal, hardscaping Free estimates. r s. Affordable Masonry Brick, Block,Stone,Cement Stairs Walks/Patios/Walls/Chimneys/Ceramic Tile, Call Ted 978-387-8778/603-893-7321 LJC 6 SONS MASONRY: BRICK - CEMENT - STUCCO & STONE, All Masonry: Steps, walks, walls, chimney, foundations 978-688-5331 Mario's Masonry Steps,tile,wall,stone, patio,repair 978-682-5499 ➢ MASONRY ALL TYPES Q New work, repairs, small jobs welcome. Free estimates. Dave 978-948;2566 Cargo Storage Box Rentals Available Low ates, Rte 1 South Peabody MA, Security Cameras Well Lit, Fenced 24 hr Access 617 212 2009 or 617 207 1759 NO JOB TOO SMALL Available 7 days. Licensed and Insured Discount Prices 978-682-0399 BALDASSARI - Painting Interior/Exterior. Wallpapering'& removal. Free estimates 9 978-688-0161; 781-953-6890'R FERREIRA'S PAINTING INC . Power washing, Commercial & Residential, Interior It Exterior, Deck Finishes Attention to detail. Free Estimates Call (774) 327-4086 PLEASE NOTE: Ads under this classification may be found online under the Service heading of General Services SAMCO PAVING/Sealcoating. Work guaranteed. Owner on site. Fully Ins., Free Est. 978-281.0909 / 800-934-0007 www.samcopavingma.com cic�ssif" ec! CHEVY Tahoe LT 2004 t Black, Bose stereo, miles, 3rd row seat, � r � I � ^ ^ DVD, Bose stereo, heated seats, ` (v- (V� $10,900 or best offer. 9.78-994-2075 RT NO,n, ii#E CA�SI.� 'i �. 3ALE141 I BOSTO,k "OF EW,BY MEDIA f R D u 131F1Uif REPORTERS -The Eagle -Tribune, North Andover, .INA Full-time. In search of talented reporters who can generate ideas for enterprise and watchdog stories and execute them. Candidates must know how to dig, write with punch and be driven to break news that people will want to read, while juggling long-term and quick -hit assignments for print and online. Bachelor's degree and three years experience writing for a daily publication required. Please email resume and cover letter with salary requirements, along with examples of materials demonstrating your skills and experience to hr@eagletribune.com. PAGE DESIGNER - North of Boston Media Group, North Andover, MA Temporary full-time. We are looking for a creative, deadline -oriented page designer to join our centralized design desk for a three-month period September through November. The design desk designs pages for our four daily newspapers, five weekly newspapers, five magazines and a variety of other special publications. Ideal candidate would have experience designing broadsheet pages with Adobe Creative Suite 5, but experience in any publication design will be considered. An ability to meet deadlines and work at a fast pace is a must. Editorial and/or news experience a plus. Shift hours are 6 p.m. to 2 a.m., Monday through Friday. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. REPORTER - The Eagle -Tribune - NH Bureau, Derry, NH Full-time. Are you an experienced reporter who can generate ideas for enterprise and watchdog stories and execute them? Then come join the NH Bureau of The Eagle -Tribune based out of Derry, NH. Candidates must know how to dig, write with punch and be driven to break news that people will read, while juggling long-term and quick -hit assignments for print and online. Bachelor's degree and three years experience writing for a daily publication required. Please email resume and cover letter with salary requirements, along with examples of materials demonstrating your skills and experience to hr@eagletribunccom. PHOTOGRAPHER - Gloucester Daily Times, Gloucester, AM Part-time. (24 hours). We are seeking a photographer with a keen eye for creative, energetic images for print and the Web. Coverage assignments include spot news, general news, sports, features, and business. This position will be working out of both our Gloucester and Beverly offices. Two or more years experience required. Please email resume and cover letter with salary requirements to hr@gfoucestettimes.com. Please include examples of or links to materials demonstrating your skills and experience. FINANCE DIRECTDR -North of Boston Media Group, North Andover, MA Full-time. The Finance Director has. overall responsibility for all accounting functions for this multi -media company. Primary responsibilities include budget preparation, financial reporting and analysis, internal control maintenance and corporate accounting policy compliance. Bachelor's degree in Accounting or Finance, 7+ years financial management experience with the ability to supervise others required. CPA, MBA or CFA strongly preferred. Excellent technical skills with strong computer aptitude and advanced Microsoft Excel skills necessary. Experience with digital platforms and online payments helpful. Must be a team player with excellent communication skills and a proven, track record of management success. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. EDITORIAL ASSISTANT - North of Boston Media Group, North Andover, MA Part-time. We are looking for a creative individual with high energy to assist our director of special projects. Responsibilities include assisting in the production of magazines, coffee-table books, and special sections for our group of newspapers.' You will also be a key player in planning events and other special projects for the company. Candidates must have excellent organizational, time management and communication skills. Please e-mail resume and cover letter with salary requirements to. hr@northofboston.com. CUSTOMER SERVICE REPRESENTATIVE - North of Boston Media Group, North Andover, ALA Part-time - Answer inbound phone calls consisting of various customer inquiries. The hours are Monday and Friday 1:30 p.m. to 6:00 p.m. and Saturday and Sunday 6:30 a.m. to 12:00 p.m. Previous customer service experience preferred. Must possess strong data entry skills, a clear telephone voice and the ability to work well with the public. Please email resume and cover letter. to hr@northofboston.com or stop by our North Andover office to fill out an application. MATERIAL HANDLERS - The Eagle -Tribune, North Andover, MA Come work in our state-of-the-art packaging center to load fliers into machines for distribution in the newspaper. Entry level position. Some moderate lifting is involved. Training is provided. All applicants must be at least 18 years of age. Part- time - Friday night 10:00 p.m. - 4:30 a.m. Please stop by our North Andover office to complete an application. 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 received without 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. I , An Equal Opportunity Employer MATTHEW'S PLASTERING *Reliable, Quality work * Additions, kitchens, baths, basements. 978-314-0816 # MV PLASTERING & DRYWALL * best prices, old ceilings and walls new again. Free estimates. 979-686-5012 MASTER PLUMBER -Retired looking for small jobs. MA, NH & Maine. #9563 MA, #1653 NH Master gas fitter NH. Call Bill 978-476-9827 •rr POOL SERVICES Openings, liner replacements, leak repair and cleanings. Call Frank 781-598.0178. BRITE SIDE * PRESSURE WASHING We work well under pressure! 978-685-9545 MnM Pressure Washing & Deck Staining Service. Vinyl siding, walkways, pool areas & decks. Free estimate. Anthony. 978-291-8210 • rr ;OUTURE HOME IMPROVEMENT: SPRING SPE- CIALS! Decks, Siding, Windows & Doors In- stalled & Repairs. Insured. TJ, 978-902-7644 •rr r BEST CHOICE CONSTRUCTION Roofing, siding, gutters. Quality work, reason- able costs 25 yrs exp. Fully ins. 978-973-5410 Discount Roof Installations Owner Operated. Call Derek, 978-914-7718 MOST AFFORDABLE Roofing &Siding. Decks, windows. Certified installers. LicAnsured BBB accredited. 978-265-6843 WC, Visa r•, SELF -STORAGE: Salem, NH; Methuen, MA. Automobiles, boats, motorcycles, household goods, business stock, etc. Prices from $20 to $190/mo. Call 603-894-4631 www.hampshireroadseffstorage.com Custom Showers & Backsplashes, Floors, ce- ramic, glass, marble, freeft certified, insured. Derek 978-761-7744 603-893-7321 TILE Installation. Repairs. Bathrooms. Kitchens. Foyers. Guaranteed work. Free estimates. Jim 978-774-4067. DCA Logistics LLC, Salem, NH Is offering round trips throughout New England, with door to door service from the Greater Merrimack Valley area. Our destinations include the Connecticut Casinos. Fully licensed and insured. $65 per hour, minimum 4 hours. Customized round trips are available with pricing based on need, time and distance. dcalogisticsllc@gmail.com Call Dan at 781-308-9050 DONOVAN TREE REMOVAL, LLC Sizzling Summer Specials. Free Est/Fully Insured 603-842-0487 donovantreeremoval.com UVINGSTON Tree & Stump Removal Fast/Quality Service, Free est. 978-689-8373 livingstonfamilytree.com PEREGRINE TREE SERVICE Hazardous Removals, Lot Clearing, Rigging. Fully Insured. Call Brian, 978-804-3246 QUALITY TREE SERVICE - ree & Hazardous removal, trimming. Firewood. .ow prices. Fully insured, free estimates Call 603-365-7364 MATH TUTOR IN JEANS Understanding math, not just doing it. From basic math through advanced calculus, and SAT prep. All ages, $30/hr. Call Martin (603) 505-5562 r, FORD, Explorer 2003. XLT; 91,000 miles; 3rd row; leather; fully loaded; 1 owner; $6900.00.978-475-9747 p h p The F e4 ibune JEEP, Liberty 2006.57600 miles, renegade fog lights grills over lights. $9,000. 978-688-6258 JEEP WRANGLER 2007 4 door, 44k, red, new black soft top, premium alloy wheels/tires cus- tom front bumper $18,999 978-270-0347 NEWSPAPER - Youth and Adult Carriers M LEXUS, RX 300 2002. 161000 miles. AWD/Heated leather seats/Vapor Blue Exteri- - or/Black leather interior. $6,000 or best offer 603-887-0755 The Eagle -Tribune has carrier routes available in the below communities. 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 Call -TODAY for more information. . Andover' All areas CHEW.SILVERADO, 2006 CREW CAP 2 wheel drive, new tires, towing package, fingertip controls, Bose stereo system, Cal'domia Truck, 82,000 miles, $12,500/BEST No text Call (978) 273-7434 Lawrence: All areas Call Steve TraVerSO Amesbury Approximately 50 papers Contact: Gary Watson Ford F1501997 4.6 Engine. 3rd door extended cab. New battery. Tires in good shape. Cap with racks. 160,000 mi. $1500 978-852-6565 Methuen 800-836-800 All Eagle -Tribune Carriers & Motor Routes TOYOTA, Tacoma 2007. 73,000 miles. Access Cab, Black, 4 cylinder, 5 speed, 4 wheel drive, nice condition. $14,000. 978-283-3484 TOYOTA TACOMA SR5 2004, V6, Auto, 4 wheel drive, fully loaded, 73k one owner miles, with LEER Cap and 6 Ft. Fisher snow plow $13,800. Call (978) 702-9904 ,1 �+ are Independent Contractors 1997 CHEVY 6 Wheel Dump, 3500, parts truck, 70K, everything great, frame rust. 350 motor. peed 97 5 speed standard, nice little truck. Ron 1997 Dodge Dakota - 4X4, 6 978-40 TfiE EAOU-11usuNsa GLEVUSTER DERRY NEWS Ev � � 41 DAILY rimes ANADVER TOWNSMAN ATO N Tsie SALEM NEWS LEiSti •, THE DAILY NEWS CARP.rAGE TOWNE R,OF NEwsuRYPQRr HAYERIILL GArcYTE NEWS DIGITAL SALES SPECIALISTS - North ofBoston Media Group, Beverly, MA Full-time. We are looking to add to our sales force to match its amazing growth of our digital products. You will engage and strategize with advertisers to demonstrate North of Boston's value and how we can assist them in meeting CHEVY ASTROVAN 2005- 8 passenger, 56k miles. 6 cylinder, excellent condition. $8,500/best. 978-278-5687 CHRYSLER, Town & Country 2003.94K miles. 8 -passenger workhorse van, light blue with low miles for age. Newer tires, great A/C, heater, Asking $3100.603-974-2125. DODGE Grand Caravan 1997 green 91,700 miles 2 door, i manual sliding doors, good mecyear. cal condition Transmission replaced last year. $2000. (603)378-9135 avmedeiros@aol.com their marketing objectives through a variety of digital platforms. Assist our advertisin executives on four -legged calls and training on digital products. Two g %g g g P to three years sales experience preferred. Internet savvy. Exceptional written and verbal communication skills. Strong organizational skills, ability to set priorities and meet deadlines. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. FORD WINDSTAR SE Van 2003 7 passenger. 3.8 engine, auto, loaded with options, runs well and clean. 174K, $2295 (978) 373-7208 r INSIDE SALES REPRESENTATIVE - North of Boston Media Group, North Andover M4Paying Absolutely ALL CARS &TRUCKS wanted! up to $500. Call Murray's Auto Recycling 603-425-2562 Full-time. Do you have a passion for sales and an appreciation for excellent customer service? Then come join our team and sell online and print media products in a fast paced and creative environment through outbound and inbound calls. Proficiency in Word, Excel and web based applications a plus. Ideal candidate will be goal oriented, revenue driven and work well in a team A CALL AWAY will haul away your vehicle. Top dollars paid. Scrap metal wanted 978-683-1273 $$ CASH PAID $$ environment. Please e-mail resume and cover letter with salary requirements to hr@northofboston.com. CARS & TRUCKS WANTED 978-462-8262 ADVERTISING SALES PROFESSIONAL - North of Boston Media Group, WWW.salisburysalvage.eom North Andover, MA Full -Time. Come join our sales team! We are looking for a results -oriented, high-energy, experienced sales professional to develop and maintain long-term JUNK CARS 6TRUCKS 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 relationships with existing and new clients through creative and strategic selling in print and online. Be a part of the future of newspapers. One to three years sales experience required. Prior media experience preferred with an emphasis on digital. Exceptional written and verbal communication skills. Strong organizational skills, ability to set priorities and meet deadlines. Please e-mail JUNK Cars Wanted Highest prices paid - Call for price! 1-800-292-1149 Brandy Brow Auto Parts ROWLEY AUTO SALVAGE - TOP $$ For late model vehicles. Quick service. 978-948-7410. www.roWeyautosalvage.com resume and cover letter with salary requirements to hr@northofboston.com. 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@northofbostoti.com. Resumes received without 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. $250 to $500 Cash paid for cars & trucks Dave's Towing/Auto Recycle 978-664-6710 An Equal Opportunity Employer $250 & UP JUNK CARS WANTED WEBER AUTO & TRUCK 1-800-594-2084 r,