Town of Needham Department of Public Works – Administration Public Services Administration Building 500 Dedham Avenue Needham, Massachusetts 02492 Telephone (781) 455 7550

ACKNOWLEDGEMENT OF RECEIPT

Release Date Thursday, December 27, 2012 (on Web)

Bid Title Well #2 VFD Installation

Bid Number IFB 13-58-01 Number of The Bid Package consists of ONE PDF document. Returning this form Documents confirms receipt of all the documents. (including this page 128 pages) January 8, 2013 at 3:00 PM in the Charles River Room at Pre-Bid Meeting the Town of Needham’s Public Safety Administration Building, 500 Dedham Avenue Questions Due 2:00 pm Thursday, January 10, 2012 11:00 am Monday, January 18, 2013, Administration Office of the Public Works Department, Public Services Administration Bids are Due Building (PSAB), Second Floor 500 Dedham Avenue, Needham, Massachusetts, 02492

Please provide the requested information below as acknowledgment that you have received our bid package noted above. It is recommended that interested bidders complete this acknowledgment and return via Fax to the Department of Public Works (781) 449-9023 or by mail. Only by doing this, will the Town be able to provide notification of any addenda or answered questions relating to this bid. Only those companies or individuals shown on the Distribution Register will receive addenda to this bid. By completing and returning this acknowledgement will ensure you are recorded on the Distribution Register. Proposals from companies or individuals not acknowledging the addenda may be rejected as not responsive.

Name of Company or

Individual (Print) Name / Title of

Contact (Print) Address (line 1)

(Print) Address (line 2)

(Print) Telephone Number

Fax Number E-mail Address

(Print) Signature

Date

* Any hand delivery or facsimile received after the due date and time will not be addressed. Please allow enough time for hand delivery or facsimile transmissions.

(Advertised in Needham Times issue of Thursday, December, 27 2012) (Published in Central Register Bulletin of Wednesday, December 26, 2012)

LEGAL NOTICE TOWN OF NEEDHAM, MASSACHUSETTS DEPARTMENT OF PUBLIC WORKS

INVITATION FOR BIDS (IFB) IFB 13-58-01 WELL #2 VFD INSTALLATION

The Town of Needham invites sealed bids for “Well #2 VFD Installation”, IFB 13-58-01. Information and details of bidding requirements will be available beginning December 27, 2012, at the Second Floor Administration Office of the Public Works Department, 500 Dedham Avenue, Needham, Massachusetts, 02492, or by calling (781) 455-7550, or on-line at the Town’s website www.needhamma.gov/bids.aspx.

A mandatory pre-bid will be held on January 8, 2013 at 3:00 pm at the Charles River Room, Public Services Administration Building, 500 Dedham Ave, Needham, MA 02492. Sealed bids will be received at the Second Floor Administration Office, DPW Building, 500 Dedham Avenue, Needham, Massachusetts 02492 until 11:00 AM, January 18, 2013 and then will be publicly opened and read aloud at 11:10 AM, in the Charles River Room at the Public Services Administration Building, 500 Dedham Avenue, Needham, MA 02492.

All bids must be accompanied by a bid deposit in an amount that is not less than five percent (5%) of the value of the bid. Insurance coverage required at time of award Prevailing wages apply. Bids are subject to the provisions of M.G.L. Chapter 30 39M as amended to date. The Town, acting through its Town Manager, reserves the right to reject any or all bids if it is in the public interest to do so or to waive minor informalities.

Kate Fitzpatrick Needham Town Manager Needham Department of Public Works Page 1 Well #2 VFD Installation IFB 13-58-01

IFB 13-58-01 Well #2 VFD Installation Procurement Schedule

Bid Package Available: December 27, 2012 Information and details of bidding requirements may be obtained at the Second Floor Administration Office, Public Services Administration Building, 500 Dedham Avenue, Needham, Massachusetts 02492, or on-line at the Town’s web site http://www.needhamma.gov/bids.aspx

Mandatory Pre-Bid: 3:00pm January 8, 2013 At the Charles River Room, Public Services Administration Building, 500 Dedham Ave, Needham, MA 02492.

Deadline for Written Questions: 2:00 pm Thursday, January 10, 2012 By Mail: Dylan Cook, Administrative Analyst, Public Works Department, 500 Dedham Avenue, Needham, MA 02492 By Fax: 781-449-9023, attn: Dylan Cook, Administrative Analyst By e-mail: [email protected] Questions are to be clearly labeled as: Well #2 VFD Installation - Questions

Addenda: If any changes are made to this bid, an addendum will be issued. Addenda will be e- mailed and posted on the Town’s webpage. As set forth in the IFB document, to all bidders on record as having received the bid package. Response to questions will be sent out by the end of business on January 14, 2013.

When and where bids are due: 11:00 am Monday, January 18, 2013, Second Floor Administration Office, Public Services Administration Building, 500 Dedham Avenue, Needham, Massachusetts 02492. Late submissions will not be accepted.

Where and where bids will be opened: 11:10 pm Monday, January 18, 2013, Charles River Room, Public Services Administration Building, 500 Dedham Avenue, Needham, MA 02492.

Needham Department of Public Works Page 2 Well #2 VFD Installation IFB 13-58-01

IFB 13-55-01 BID DESCRIPTION Well #2 VFD Installation

BID DISCRIPTION

1.01 Intent

The Town of Needham is circulating this Invitation for Bids (IFB) with the intention of acquiring bids to furnish and install a new variable frequency drive at Well #2 for the Town of Needham as set forth in the bid specifications. All bids are subject to the provisions of M.G.L. Chapter 30, 39M. The Town will award the contract to the lowest responsible and eligible bidder as set forth in section 1.13. The Town of Needham reserves to itself the right to accept or reject any and all bids, or to allow or deny variations from these specifications. Such actions will be deemed to be in the best interest of the Town. Unless sooner rejected or accepted, all bid proposals must be firm and continue in effect for a minimum of thirty (30) calendar days from the date of bid opening.

1.02 Proposed Contract Term

The work to be performed shall be commenced immediately upon signature of an Agreement and shall be entirely completed by June 30, 2013. The successful bidder must enter into the Short Form Agreement (Sample available online), or a contract in substantially similar format.

1.03 Requests for Interpretation

Bidders shall promptly raise the issue of any ambiguity, inconsistency or error, which they may discover upon examination of the bid documents, the work site or any other conditions which apply to the work. Bidders must note that statements made orally are not binding on the Town and only written responses by the Town will be considered. Questions must be sent in writing as follows: By Mail: Dylan Cook, Administrative Analyst, Public Works Department, 500 Dedham Avenue, Needham, MA 02492; By Fax: 781-449-9023, attn: Dylan Cook, Administrative Analyst; By e-mail: [email protected]. Questions are to be clearly labeled as: IFB 13- 58-01 – Well #2 VFD Installation - Questions. Requests properly presented that in the opinion of the Town require interpretation, correction, or change in the Bid Documents will result in an issuance of an Addendum to the Bid Documents. Such Addendum shall subsequently become part of the contract. If any changes are made to this bid, an addendum will be issued. Addenda will be issued by the end of business of January 14, 2013. Any addendum will be e-mailed to all bidders on record as having received the bid package. If no e-mail is provided by a bidder on record, then the addendum will be faxed or mailed by USPS. All addenda are required to be acknowledged in the bid package submission.

Needham Department of Public Works Page 3 Well #2 VFD Installation IFB 13-58-01

1.04 Mandatory Pre-Bid

All prospective bidders wishing to participate in this Invitation for Bid are required to take part in a mandatory pre-bid conference to be held at 3:00 pm on January 8, 2013 at the Charles River Room in the PSAB, 500 Dedham Ave, Needham, MA 02492. Bidders may be asked to follow in their own vehicles Town officials to the location for on-site inspection.

1.05 Bid Submission and Bid Opening

The bidder shall submit his/her proposal upon the bid forms supplied within these specifications. The bidder shall specify the unit prices as requested for each bid item. All bids shall be signed correctly with ink; in order to qualify, the bidder must provide bids for each required item within a section. All bids shall be submitted to the Director of Public Works, Town of Needham, Second Floor Administration Office, 500 Dedham Avenue, Needham, MA 02492. Each bid shall be sealed in an envelope on which is clearly indicated: Name & Address of Bidder, IFB 13-58-01 – Well #2 VFD Installation, due 11:00 am, January 18, 2013. All submitted bids shall include Invitation for Bids, Bid Information, Bid Scope of Work, all Addenda issued, and all portions of the BID FORMS must be completed and submitted in order for a submission to be deemed acceptable. Bidders will submit insurance certificates, validating current coverage at the time of bid submission. Bids received at the Second Floor Administration Office after the time of opening of bids designated in the IFB will be returned to the bidder unopened. Bids will be publicly opened and read at 11:10 am on January 18, 2013 in the Charles River Room at the Public Services Administration Building, 500 Dedham Avenue, Needham, MA 02492.

1.06 Bid Deposit

All bids must be accompanied by a bid deposit in an amount not less than five (5) percent of the total value of the proposed work. Bid deposits shall be made payable to the “Town of Needham” and shall be in the form of cash, certified check, treasurer’s or cashier’s check issued by a responsible bank or trust company, or a bid bond issued by a surety licensed to do business in the Commonwealth of Massachusetts; and shall be conditioned upon the faithful performance by the principal of the agreements contained in the bid.

1.07 Bid Forms

All bids must be made on the attached bid forms.

1.08 Bond Requirements

LABOR & MATERIALS BOND (PAYMENT BOND) – Not Required

PERFORMANCE BOND – Not Required

1.09 Insurance Requirement

Insurance coverage is required in accordance with the following:

Needham Department of Public Works Page 4 Well #2 VFD Installation IFB 13-58-01

1) The contractor shall, at its own expense, obtain and maintain general liability and motor vehicle liability insurance policies protecting the Town in connection with any operations included in the contract, and shall have the Town named as an additional insured on the policies. General liability coverage shall be in the amount of at least $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury liability and $1,000,000 per occurrence and $2,000,000 aggregate for property damage liability. Motor vehicle coverage shall include coverage for owned, hired and non-owned vehicles and shall be in the amount of at least $1,000,000 per person and $2,000,000 per occurrence for bodily injury liability and $1,000,000 per occurrence for property damage liability. The contractor shall carry Workers Compensation in amounts as required by law.

2) All insurance coverage shall be in force from the time of the agreement to the date when all work under the contract is completed and accepted by the Town. Since this insurance is normally written on a year-to-year basis, the contractor shall notify the Town should coverage become unavailable or if its policy should change.

3) The contractor shall, before commencing performance of the contract, provide by insurance for the payment of compensation and the furnishing of other benefits in accordance with the M.G.L. c 152, as amended, to all employed under the contract and shall continue such insurance in full force and effect during the term of the contract.

4) Certificates and any and all renewals substantiating that required insurance coverage is in effect shall be filed with the contract. Any cancellation of insurance, whether by the insurers or by the insured, shall not be valid unless written notice thereof is given by the party proposing cancellation to the other party and to the Town, at least 15 days prior to the intended effective date thereof, which date should be expressed in said notice.

5) The contractor shall indemnify, defend, and save harmless the Town, and all of its officers, agents, and employees against all suits, claims of liability of every name and nature, for or on account of any injuries to persons or damage to property arising out of the negligence of the contractor in the performance of the work covered by this contract and/or failure to comply with the terms and conditions of the contract, whether by himself or his employees or sub-contractors.

1.10 OSHA Training

The bidder certifies that all employees to be employed at the worksite shall have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration at the time the employee begins work and shall furnish documentation of successful completion of said course with the first certified payroll report for each employee.

1.11 Statement of Compliance

The Statement of Compliance shall be signed stating that persons employed by the award recipient are paid in accordance with the provisions of M.G.L. c.149, §§ 26 to 27H. The selected bidder will not be permitted to either assign or underlet the contract, nor assign either legally or

Needham Department of Public Works Page 5 Well #2 VFD Installation IFB 13-58-01

equitably any monies there under, or its claim thereto without the previous written consent of the Department of Public Works and the Town of Needham.

1.12 Minimum Wage Rates

The listing of CLASSIFICATIONS AND MINIMUM WAGE RATES as determined by the Commissioner of Labor and Industries under the provisions of M.G.L. c.149, §§ 26 to 27H inclusive, as amended, are attached herewith and will be made a part of the contract. The contractor and all subcontractors shall comply with the requirements of M.G.L., c.149, §§ 26 through 27H inclusive, as amended. It is the obligation of the contractor to assure that the contractor and all of its subcontractors comply with the requirements of these requirements. The contractor shall be responsible for all loss, cost, and damage suffered or incurred by the Town as a result of any stop work order or other enforcement taken by the Attorney General under the authority of M.G.L., c.149, §27, and shall release, indemnify, hold harmless and defend the Town, its officers, employees and consultants, from and against all claims, actions, suits, fines, or administrative proceedings arising out of or related to the violation by the contractor or any subcontractor of the said Prevailing Wage Law (or, in the case of the contractor’s defense obligation, the claimed violation thereof). In accordance with State mandates, the Town requires certified payrolls BEFORE payments are made for work performed. If the contract is renewed at the Town’s option, then the listing of CLASSIFICATIONS AND MINIMUM WAGE RATES will be updated each year.

1.13 Contractor Selection

The Town of Needham will review all bids, and will award the contract to the lowest responsible and eligible bidder based upon the total bid price. There are additional bid items that the Town is requesting should theses additional services be necessary, but these items will not be used to calculate the total bid price. In the event of a tie, the additional services will be used in determining the lowest bidder.

The Town reserves to itself the right to accept or reject any and all bids, or to allow or deny variations from these specifications. In the event that two or more responsive and responsible bidders are tied with the lowest price, then the bidder whose bid was received first by the Town will be awarded the contract.

Upon Vendor selection, the Town of Needham will mail to the selected Vendor, three (3) contracts to be executed by the Vendor and returned to the Town of Needham with the appropriate insurance certificates. The Town of Needham will then counter execute the three (3) contracts and return one complete contract to the Vendor. The Town’s Standard Contract is available online. Bidders are expected to review the sample contract “Short Form Agreement”. Unless otherwise noted by the Town, the terms and conditions contained therein are NOT negotiable.

1.14 General Safety, Licenses & Performance

The contractor's personnel working on this project must hold all necessary licenses and permits to perform the work required under this contract as required under the Commonwealth of Massachusetts Regulations. All work will be done in accordance with applicable industry

Needham Department of Public Works Page 6 Well #2 VFD Installation IFB 13-58-01 standards, codes and regulations, and/or manufacturer's specifications. The contractor is responsible for providing adequate safety measures during work to ensure protection of life and property.

All bidders must furnish proof of a minimum of five (5) continuous years in business and provide references. The contractor shall be informed that there is a thirty (30) day cancellation clause in this contract for improper service. Complaints not rectified within a reasonable length of time from day of notice shall cause the Town to notify the contractor by registered mail that his contract will be cancelled thirty days from the date of the letter. Any defective workmanship shown to be caused by improper or faulty installation shall cause the contractor to correct, repair and/or replace all material and labor at no cost to the Town. The contractor will warrant that all workmanship shall be first class and shall be performed by persons qualified and licensed in their respective trades.

Any additional work that is performed beyond this agreement must be approved by the appropriate Town authority. The absence of approval from the appropriate Town authority will be considered a violation of the contract.

1.15 Invoices & Reporting

Invoices shall be sent as set forth in the Agreement.

1.16 Payment

After award of the contract a "Request for Service" will be issued by the Director of Public Works, or his designated agent, the Contractor is obligated to provide service within forty-eight (48) hours of said request. The "Request for Service" may be made either by fax, letter, or email. The Contractor shall respond back to the Department of Public Works within one (1) business day by an employee in authority who can speak on behalf of the Contractor. Failure to meet these obligations may subject the Contractor to penalties of an assessment in the amount of $50 per day of non-compliance, after one written warning by the Director of Public Works. Continued non-compliance to this obligation may subject the Contractor to termination of the contract and assessment of damages equal to the difference in unit cost between the Contractor’s bid price and the next lowest bidder.

Payment shall be made upon submission of an invoice, for each “Request for Service” and acceptance of the work by the Director of Public Works, or his designee. The payment of these amounts shall be considered full and complete payment for all labor, material and equipment necessary, including traffic control, to perform the specified work.

1.17 Site Maintenance and Inspection

The selected contractor will be responsible for maintaining the work site in a safe and orderly fashion on a daily basis. The contractor is responsible for the proper securing of all items associated with the project, including but not limited to: debris, tools, material, scaffolding,

Needham Department of Public Works Page 7 Well #2 VFD Installation IFB 13-58-01 ladders, etc. Staging and storage areas shall be determined and approved by the Director of Public Works, or his designee. The contractor is responsible for the removal and disposal of all debris and materials generated from this project.

1.18 Material Disposal

The contractor, at no additional cost to the Town, shall dispose of all material that has been removed.

1.19 Normal Hours of Work

Normal hours of work shall be between the hours of 7:00 am and 3:30 pm, Monday through Friday, unless otherwise specified. No work shall be performed on Saturdays, Sundays, Holidays or other than normal hours of work without the express written permission of the Director of Public Works or his designee. All work in this contract will be identified by the Director of Public Works or his designee and shall be constructed in accordance with Town Specifications or as directed by the Director or his designee.

Intentionally Left Blank

Needham Department of Public Works Page 8 Well #2 VFD Installation IFB 13-58-01

SCOPE OF WORK SECTION 01010

SUMMARY OF WORK

PART 1 GENERAL

1.01 LOCATION OF WORK

A. The work of this Contract is located at the Charles River Water Treatment Plant site, in the Town of Needham, Massachusetts. Work associated with Well No. 2 is located in Pump Station No. 3. Some work will take place within Pump Station No. 2.

1.02 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals to install, program, integrate, test and make fully operable, a new variable frequency drive (VFD) at Well No. 2. including:

1. Furnish and install electrical system improvements to connect the existing motor to the required new and existing facilities, inclusive of a Variable Frequency Drive (VFD) pump controller and instrumentation integration to make fully operable.

2. Provide all testing, spare parts, warranties, training operation and maintenance data as specified.

B. The equipment supplied under this contract shall be warranted for a period of 1 year from date of acceptance by the owner. If the equipment should fail during the warranty period due to a defective part(s), it shall be replaced and the unit(s) restored to service at no additional cost to the Owner.

1.03 CONTRACTOR'S USE OF PREMISES

A. Contractor shall limit the use of the premises for his/her Work and for storage to allow for:

1. Owner occupancy

B. Coordinate use of premises including deliveries with the Owner.

C. Contractor shall assume full responsibility for security of all his/her and his/her subcontractors materials and equipment stored on the site.

D. If directed by the Owner, move any stored items which interfere with operations of Owner.

E. Obtain and pay for use of additional storage or work areas if needed to perform the Work.

1.04 OWNER OCCUPANCY

A. Owner will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction, integration and testing operations with Owner (and/or Engineer) to minimize conflict and to facilitate Owner usage.

END OF SECTION

01010-1

Needham Department of Public Works Page 9 Well #2 VFD Installation IFB 13-58-01

SECTION 11482

VARIABLE FREQUENCY DRIVE CONTROLLERS (PWM)

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Provide labor, equipment, supervision and materials for the installation, testing and start-up of the 18 pulse clean power variable frequency drive(s) (VFD) as shown on the Drawings and as specified herein.

B. Provide a factory trained technician to start-up each VFD. The technician shall be present during the field acceptance testing. Start-up service shall include overtime charges, travel and living expenses and replacement parts.

C. Provide 8 hours of on-site instructions on VFD operation for the Owner's personnel.

D. The VFD manufacturer shall verify that the existing motor to be used is suitable for use with the VFD.

1.02 RELATED WORK

A. Instrumentation work is included in Division 13.

1.03 SUBMITTALS

A. Submit, in accordance with Section 13300, shop drawings and product data, for the following:

1. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from the specifications.

2. Power and control schematics including external connections. Show wire and terminal numbers and color coding.

3. Drive performance specifications.

4. Instruction and replacement parts books.

5. As-built final drawings.

6. Field test and inspection reports.

1.04 REFERENCE STANDARDS

A. IEEE Standard 519 - "Guide for Harmonic Control and Reactive Compensation of Static Power Converters."

B. National Electrical Code (NFPA 70)

11482-1

Needham Department of Public Works Page 10 Well #2 VFD Installation IFB 13-58-01

C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply.

1.05 QUALITY ASSURANCE

A. Variable frequency drives shall utilize a field proven design. The VFD manufacturer shall demonstrate at least 3 years of continuous field operating experience with equipment of similar size and design.

B. A factory authorized service and parts organization shall be located within 100 miles of the project location. Provide the name and address of the factory authorized service and parts organization nearest to the project location at the time of the bid.

C. Equipment shall be UL or ETL labeled.

1.06 SYSTEM DESCRIPTION

A. Refer to the driven equipment specifications for description of system operation.

B. Refer to Division 13 and the Electrical Drawings for control system operation.

1.07 DELIVERY, STORAGE AND HANDLING

A. Package the equipment for maximum protection during delivery and storage.

B. Store the equipment indoors in a clean, dry, heated storage facility until ready for installation. Do not install the equipment in its final location until the facilities are permanently weather tight. Furnish, install and wire temporary electric space heaters in the equipment until the permanent heating equipment is operational. Protect the equipment at all times from exposure to moisture, chemicals, hydrogen sulfide and chlorine gas.

C. If required in the driven equipment specifications, the VFD manufacturer shall ship equipment to the driven equipment manufacturer's testing facility for use during the factory acceptance test.

1.08 PROJECT/SITE REQUIREMENTS

A. Under normal operating conditions, harmonic currents introduced into the power system supply network from the variable frequency drives shall not exceed the distortion limits for a general system as defined in IEEE Standard 519.

B. The VFD shall not produce motor noise in excess of the manufacturers’ published noise standards for 60 Hz operation.

1.09 MAINTENANCE

A. Provide the following spare parts for each size drive in the quantities specified:

1. One of each type printed circuit board.

2. Two power diodes.

3. One pair power transistors. 11482-2

Needham Department of Public Works Page 11 Well #2 VFD Installation IFB 13-58-01

4. 100 percent replacement fuses, all types and sizes.

B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturers name, description and part number on the exterior of the package.

1.10 QUALIFICATION

A. The VFD supplier shall furnish with their bid on this project a statement verifying that they will furnish a system for this project which will meet the specified requirements for harmonics and line notching.

B. Only prequalified manufacturers will be considered for this project. Prequalified manufacturers are listed in Paragraph 2.02 below.

1.11 OPERATING INSTRUCTION

A. After approval, during and after construction, operating manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with Section 16000.

B. The instructions shall be bound and shall provide at least the following as a minimum:

1. A comprehensive index.

2. A complete "as-built" set of approved shop drawings.

3. Detailed service, maintenance and operation instructions for each item supplied.

4. A table listing of the "as left" drive set up parameters and alarm and trip settings.

5. The operating instructions shall also incorporate a functional description of the entire system, with references to the systems schematic drawings and instructions.

6. Complete parts list with stock numbers, including spare parts.

PART 2 PRODUCTS

2.01 RATING

A. Service Conditions

1. Input power: 460 VAC, plus 10 percent, minus 5 percent, 3 Phase, 60 Hz.

2. Input frequency: 57 to 63 Hz.

3. Ambient temperature: 0 to 40 degrees C.

4. Elevation: Up to 3300-ft above mean sea level.

5. Relative humidity: Up to 90 percent non condensing.

B. Minimum drive efficiency: 97 percent or better at 4/4 motor base speed and rated torque.

11482-3

Needham Department of Public Works Page 12 Well #2 VFD Installation IFB 13-58-01

C. Displacement power factor: 95 percent or higher throughout the entire speed range, measured at drive input terminals.

D. Drive output: 100 percent rated current continuous, suitable for operation of the driven equipment over the required speed range without overloading. Drives shall be capable of a continuous overload up to 110 percent rated current for variable torque loads and 150 percent rated current for constant torque loads. Starting torque shall be matched to the load.

E. Voltage regulation: plus or minus 1 percent of rated value, no load to full load.

F. Output frequency drift: No more than plus or minus 0.5 percent from setpoint.

G. Drives shall withstand five cycle transient voltage dips of up to 15 percent of rated voltage without an undervoltage trip or fault shutdown, while operating a variable torque load.

2.02 CONSTRUCTION

A. General

1. The general arrangement of the equipment is shown on the Drawings. All drives shall be furnished by the same manufacturer. Variable frequency drives shall be DANFOSS VLT HVAC type drive. Drives shall be rated for the full load amperage of the approved motors and not the horsepower.

2. The VFDs shall utilize a digital pulse width modulated (PWM) 18 pulse clean power design to convert the fixed AC input to a variable voltage, variable frequency AC output. Construction shall be modular, using plug-in type component mounting or keyed ribbon cable connections wherever possible to minimize downtime during repair.

3. The VFD operate satisfactorily when connected to a bus supplying other solid state power conversion equipment which may be causing up to 10 percent total harmonic voltage distortion and commutation notches up to 36,500 volt microseconds, or when other VFD's are operating from the same bus. The drive shall include transient voltage suppression to allow reliable operation on a typical commercial power distribution system.

4. The VFD shall consist of a full-wave diode bridge converter to convert incoming fixed voltage/frequency to a fixed DC voltage. Provide a DC link choke smoothing reactor to limit fault throughput. The PWM strategy shall be of the space-vector type implemented through a microprocessor which generated a sinecoded output voltage.

5. The output shall be generated by power transistors which shall be controlled by six identical, optically isolated base driver circuits. The VFD shall have an output voltage regulator to maintain correct output Volt/Hz despite incoming voltage variations. The VFD shall have a continuous output current rating equal to or greater than the motor full load nameplate current.

6. The drive output shall be filtered using wither RLC high pass/low pass, high pass reactor, dV/dT load filters or sine wave type motor protection filter comprised of passive components only. The filter shall limit total harmonic voltage distortion in the waveform feeding the motor to 5% typical at full load and 60 hertz. It shall function on drives with carrier frequencies from 2 to 8 kHz and motor leads up to 15,000 feet. It shall be UL Listed and have a maximum insertion loss of 10% of rated maximum voltage. Unfiltered output to the motor terminals shall not be acceptable.

11482-4

Needham Department of Public Works Page 13 Well #2 VFD Installation IFB 13-58-01

B. Features and Options

1. VFD shall be Danfoss HVAC VLT drives rated for 150 HP.

2. Provide an equipment ground bus or lug connectors in each enclosure, suitable for connection to the copper grounding conductors shown on the Drawings.

C. Operator interface

1. Provide a door-mounted digital keypad/display, capable of controlling the drive and setting drive parameters. The digital display shall normally display:

a. Speed demand in percent

b. Output current in amperes

c. Frequency in Hz

d. Control mode - manual or automatic

2. The digital keypad shall allow operators to enter exact numerical settings in English engineering units. A user menu shall be provided as a guide to parameter settings. Coded messages on keypad will not be acceptable. Parameters are to be factory set in EEPROM and resettable in the field. Parameters shall be password protected. The EEPROM stored variables shall be transferable to new and spare boards.

3. The keypad/display module shall have a key switch to control operation of the keypad. The key shall be removable in either the "Enabled" or "Disabled" positions. The keypad module shall contain a "self-test" software program that can be activated to verify proper keypad operation. The keypad display shall contain a full alphanumeric character set.

4. The following controls and indicators shall be provided, either separately or as part of the keypad/display:

a. POWER ON, RUN AND FAULT indication.

b. FAULT RESET control.

c. MANUAL-AUTO control mode selector.

d. Manual START/STOP controls.

e. Manual speed adjust capability.

5. Provide signaling back to the local logic control reporting the following status.

a. VFD in remote.

b. VFD Fault.

c. VFD Speed Feedback

11482-5

Needham Department of Public Works Page 14 Well #2 VFD Installation IFB 13-58-01

d. VFD Speed Setpoint

D. Auxiliary Contacts

1. Provide one set(s) of Form C auxiliary dry contacts for remote indication of VFD running status.

2. Provide one set(s) of Form C auxiliary dry contacts for remote indication of VFD fault.

3. Provide one set(s) of Form C auxiliary dry contacts for remote indication of VFD in remote status.

4. Provide input for thermal leak detection as specified in Division 11.

E. Marking and Identification

1. Provide 1-in by 3-in, nominal, engraved lamicoid equipment nameplates on each VFD fastened with stainless steel screws or rivets. Nameplates shall be black with white core, 3/8-in high lettering.

2. Provide permanent warning signs as follows.

a. "Warning-Hazard of Electric Shock - Disconnect power before opening or working on this unit" on main power disconnect.

2.03 PROTECTIVE AND OPERATIONAL FEATURES

A. Make provisions for field adjustment of the following parameters through the keypad/display:

1. Current limit and boost.

2. Voltage (Volts/Hz)

3. Frequency (Minimum/Maximum)

4. Independently adjustable acceleration and deceleration rates.

5. Auto restart delay.

B. Make provisions to accept a remote dry contact closure to start and stop the drive(s) with the drive control system in the AUTO mode.

C. Make provisions to accept a 4-20 mADC input signal for remote speed control. Input shall be isolated at the drive and active with the drive control system in the AUTO mode. Zero and span adjustability shall be provided.

D. Provide a 4-20 mADC isolated output signal proportional to speed for remote speed indication.

E. Provide the following short circuit and input protective features.

1. High speed current limiting input fuses and line reactors.

2. Solid state instantaneous overcurrent trip.

11482-6

Needham Department of Public Works Page 15 Well #2 VFD Installation IFB 13-58-01

3. Undervoltage protection with automatic restart.

4. Ground fault protection.

F. Provide the following internal protective features.

1. Transient surge protection.

2. Transistor overcurrent protection.

3. Current limit, inverse time type.

4. DC bus fuse protection and discharge circuit.

5. DC bus overvoltage trip.

G. Provide the following output protective features.

1. Inverse time motor overload protection.

2.04 DIAGNOSTIC AND FAULT CAPABILITY

A. The following conditions shall cause an orderly drive shutdown and lockout.

A. Incorrect phase sequence.

B. Blown input fuse or single phasing of supply.

C. Control power supply failure.

D. Instantaneous overcurrent.

5. Sustained overload.

6. Transistor overcurrent.

B. Provide complete built-in diagnostic and test capability to enable maintenance personnel to rapidly and accurately identify the cause of equipment failure.

2.05 SURFACE PREPARATION AND SHOP COATINGS

A. All non-current carrying metal parts of the equipment cabinet shall be cleaned of all weld spatter and other foreign material and given a heat cured, phosphatized chemical pre-treatment to inhibit rust.

B. Equipment shall be finish painted with one coat of manufacturers standard electrocoated, heat cured enamel.

C. Unpainted non-current carrying parts shall receive a protective zinc plating to prevent corrosion. Printed circuit boards shall be coated with a protective conformal epoxy. All device contacts shall be silver cadmium plated.

11482-7

Needham Department of Public Works Page 16 Well #2 VFD Installation IFB 13-58-01

2.06 SHOP TESTING

A. Perform manufacturers’ standard production testing and inspection.

PART 3 EXECUTION

3.01 INSTALLATION

A. Install the equipment in accordance with the manufacturer's instructions.

B. Remove temporary lifting angles, lugs and shipping braces. Touch-up damaged paint finishes.

3.02 FIELD TESTING

A. Make the following minimum test and checks before the manufacturer's representative is called in for testing and adjustment.

1. Verify that all connections are completed in accordance with shop drawings.

2. Verify supply voltage and phase sequence are correct.

3. Check mechanical interlocks for proper operation.

4. Test ground connections for continuity and resistance.

5. Check control circuit interlocking and continuity.

B. The manufacturer’s service technician shall perform start-up and adjustment of the drive(s).

C. In the event of an equipment fault, notify the Engineer immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor, the Engineer and the equipment manufacturer’s factory service technician. Repair or replace the equipment as directed by the Engineer.

D. VFD manufacturer shall assist in the coordination of a torsional analysis to be performed. The torsional analysis shall determine VFD set point at which resonant oscillations could cause damage to the motor shaft and well pump. The VFD shall be retroactively set to avoid these speeds or accelerate through them as quickly as possible.

3.03 ADJUSTMENT

A. Make all VFD internal adjustments and all adjustments necessary for manual and automatic operation of the entire system of driven equipment.

3.04 CLEANING

A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint-free rags. Do not use compressed air.

END OF SECTION

11482-8

Needham Department of Public Works Page 17 Well #2 VFD Installation IFB 13-58-01

SECTION 13300

INSTRUMENTATION & CONTROL GENERAL PROVISIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall procure the services of a single Process Control System Supplier (PCSS) to furnish and install all materials, equipment, labor and services, except for those services and materials specifically noted, required to achieve a fully integrated and operational system as specified herein and in other Specification Sections listed below.

B. Items specifically excluded from the scope include the following:

1. PLC programming, testing of PLC logic, and startup/training activities associated with programmed portions of the PLC. These services will be supplied by the Application Engineering System Supplier (AESS) under separate Contract.

2. Human Machine Interface (HMI) graphics development, HMI software configuration, database development, report development, and startup/training activities associated with the configured portions of the HMI system. These services will be supplied by the AESS under separate Contract.

C. The work shall include furnishing, installing and testing the equipment and materials detailed in the following Sections:

Section No Title

13300 Instrumentation and Controls (I&C) - General Provisions

13307 I&C - Application Engineering Support Services & Control Descriptions

13311 I&C - PLC Hardware & Panel Modifications

1. Requirements specified in this Section apply to all equipment specified in the above sections, unless otherwise specified.

D. Auxiliary and accessory devices necessary for system operation or performance, such as transducers, relays, signal amplifiers, intrinsic safety barriers, signal isolators, software, and drivers to interface with existing equipment or equipment provided by others under other Sections of these specifications, shall be included whether they are shown on the Drawings or not.

E. All equipment and installations shall satisfy applicable Federal, State and local codes.

F. Coordinate with Div. 16 to install and/or terminate necessary I/O wiring (analog and discrete) determined by the PCSS between Station 3 and Station 2, as specified in Section 13307.

13300-1

Needham Department of Public Works Page 18 Well #2 VFD Installation IFB 13-58-01

G. Provide I/O modules and necessary accessories to accommodate the new I/O to monitor and control the well pumps; VFDs and pump temperature and moisture status in Stations 3.

H. Perform wiring and general modifications to the Pump Station Control Panel (PSCP) in Station 2 to accommodate the new I/O modules and any supporting equipment.

I. Provide 24VDC power supply in the Pump Station Control Panel (PSCP), if required, to provide power for new I/O.

J. Produce a comprehensive Input/Output (I/O) List for the PLC in Pump Station Control Panel (PSCP) in Station 2 reflecting new I/O. Determine the quantity and type of additional I/O modules required to accept new signals.

K. Recalibrate and reconfigure the individual well discharge flow meter associated with Station 3. Submit a calibration report for the well discharge flow meter.

L. Assist the AESS as specified in Section 13307.

1.02 RELATED WORK

A. Specific control system and instrumentation materials and requirements are included in related Sections of Division 13.

B. Instrumentation and Controls conduit systems are specified in Section 16020.

C. Instrumentation signal cable and alarm and status wiring are specified in 16020.

1.03 SUBMITTALS

A. General submittal requirements include:

1. Other Division 13 Sections may have additional submittal requirements.

2. Shop drawings shall be submitted as detailed herein. Shop drawings shall demonstrate that the equipment and services to be furnished comply with the provisions of these specifications and shall provide a complete record of the equipment as manufactured and delivered.

3. Submittals shall be complete; giving equipment specifications, details of connections, wiring, ranges, installation requirements, and specific dimensions. Submittals consisting of only general sales literature shall not be acceptable.

4. Submittals shall be bound in separate three-ring binders, with an index and sectional dividers, with all drawings reduced to a maximum size of 11-inch by 17-inch, then folded to 8.5 inch by 11 inch for inclusion within the binder. Maximum binder size shall be 3 inches.

5. The submittal drawings' title block shall include, as a minimum, the PCSS's registered business name and address, Owner and project name, drawing name, revision level, and personnel responsible for the content of the drawing

6. Incomplete or partial submittals not complying with the submittal arrangements

13300-2

Needham Department of Public Works Page 19 Well #2 VFD Installation IFB 13-58-01

outlined in this Section will be returned without review.

7. Submittals shall be made as noted below. Submittals may be combined when appropriate.

a. Panel Submittal

b. Final System Documentation

B. Panel Submittal

1. For each component, submit a cover page that lists, at a minimum, date, specification number, product name, manufacturer, model number, Location(s), and power required. Preferred format for the cover page is ISA S20, general data sheet; however, other formats will be acceptable provided they contain all required information.

2. Catalog cuts for supplied Programmable Logic Controller (PLC), including input modules, output modules, expansion remote I/O communication modules, mounting racks, and power supplies. Submit descriptive literature for each hardware component that fully describes the units being provided. Any deviation of the hardware systems from the preliminary hardware submittal included in the Process Plan shall be described in detail.

3. I/O List: Each column of the process controller I/O schedule is defined as follows:

a. TAG NUMBER(S): The identifier assigned to a device that performs a function in the control system.

b. DESCRIPTION: A description of the function of the device and/or loop.

c. PHYSICAL LOCATION: The Control Panel designation of where the I/O point is wired to.

d. I/O TYPE:

i. DO - Discrete Output

ii. DI - Discrete Input

iii. AO - Analog Output

iv. AI - Analog Input

v. PI - Pulse Input

vi. PO – Pulse Output

e. RANGE/STATE: The range in engineering units corresponding to an analog 4-20 mA signal, or, the state at which the value of the discrete points are "1."

f. ENGINEERING UNITS: The engineering units associated with the Analog I/O.

13300-3

Needham Department of Public Works Page 20 Well #2 VFD Installation IFB 13-58-01

4. Panel Layout Drawings: Drawings shall be furnished for all panels and equipment enclosures modified under this contract. Panel assembly and elevation drawings shall be drawn to scale and detail all equipment in or on the panel. The drawing shall show conduit access locations. The drawing shall include a bill of material on the drawing with each panel component clearly defined by manufacturer and model number. Panel drawings shall be 11"x17".

5. Panel Wiring Diagrams: Panel wiring diagrams shall depict only modified or new work. Panel wiring diagrams depicting wiring within and on the panel as well as connections to external devices. Panel wiring diagrams shall include power and signal connections, power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. Field device wiring shall include the device ISA-tag and a unique numeric identifier. The diagrams shall identify all device terminal points that the system connects to, including terminal points where I/O wiring lands on equipment not supplied by the PCSS. Wiring labeling used on the drawings shall match that shown on the Contract Documents or as developed by the PCSS and approved by the Engineer. I/O wiring shall be numbered with rack number, slot number, and point number. Two-wire and four-wire equipment shall be clearly identified and power sources noted. Submit final wire numbering scheme. Panel drawings shall be 11" x17".

C. Final System Documentation

1. The Final System Documentation shall consist of operations and maintenance manuals as specified herein. The manuals shall be bound in three-ring binders, maximum size of three inches, with Drawings reduced to 11 inch by 17 inch, then folded to 8.5 inch by 11 inch for inclusion. Each section shall have a uniquely numbered tab divider, and each component within each section shall have a separate binder tab divider.

2. The operations and maintenance manuals shall, at a minimum, contain the following information:

a. Table of Contents

i. A Table of Contents shall be provided for the entire manual with the specific contents of each volume clearly listed. The complete Table of Contents shall appear in each volume.

b. Data Sheets with Vendor Operations and Maintenance Information

i. Provide a cover page for each device, piece of equipment, and OEM software that lists, at a minimum, date, specification number, product name, manufacturer, model number, Location(s), and power required. Preferred format for the cover page is ISA S20, general data sheet; however, other formats will be acceptable provided they contain all required information

ii. Vendor O&M documentation for each device, piece of equipment, or OEM software shall be either new documentation written specifically for this project, or modified standard vendor documentation. All standard vendor documentation furnished shall have all portions that apply clearly indicated with arrows or circles.

13300-4

Needham Department of Public Works Page 21 Well #2 VFD Installation IFB 13-58-01

All portions that do not apply shall be neatly lined out or crossed out. Groups of pages that do not apply at all to the specific model supplied shall be removed.

iii. Warranty Terms and Claim Procedures.

c. As-Built Drawings

i. Complete as-built drawings, including all drawings and diagram specified in this section under the "Submittals" section. These drawings shall include all termination points on all equipment the system in connected to, including terminal points of equipment not supplied by the PCSS.

ii. As built documentation shall include information from submittals, as described in this Specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated in this documentation.

d. Complete I/O List as defined in the Panel Submittal.

e. Electronic O&M Information

i. In addition to the hard copy of O&M data, provide an electronic version of all equipment manuals CDROM or DVD. Electronic documents shall be supplied in Adobe Acrobat format.

ii. Provide electronic files for all custom-developed manuals. Text shall be supplied in both Microsoft Office format and Adobe Acrobat format.

iii. Provide electronic files for all drawings produced. Drawings shall be in AutoCAD ".dwg" format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references, pen/line styles, and fonts into individual zip files along with the drawing file.

iv. Each computer system hardware device shall be backed up onto CDROM or DVD after Substantial Completion and shall be turned over to the Owner.

3. The cover and edge of each volume shall contain the following information:

Project Name (refer to Contract Documents) Contract Number (refer to Contract Documents)

Instrumentation and Control System Operations and Maintenance Manual

Subcontractor Name Date Volume X of Y (Where X is the volume number and Y is the number of volumes)

13300-5

Needham Department of Public Works Page 22 Well #2 VFD Installation IFB 13-58-01

1.04 COORDINATION MEETINGS

A. Schedule coordination meetings. The meetings shall be held at the Owner's designated location and shall include attendance by the Owner, the Engineer, the Contractor, the PCSS's Project Engineer, and the AESS Project Engineer

1.05 DELIVERY, STORAGE, AND HANDLING

A. Shipping Precautions

1. Manufacturer's special instructions for field handling, storage and installation required for protection, shall be securely attached to the packaging for each piece of equipment prior to shipment. The instructions shall be stored in resealable plastic bags or other means of protection.

2. If any apparatus has been damaged, such damage shall be repaired at no additional cost to the owner.

PART 2 PRODUCTS

2.01 PRODUCTS GENERAL

A. All electronic equipment shall be of the manufacturer's latest design, utilizing printed circuitry and epoxy or equal coating to prevent contamination by dust, moisture and fungus. The field mounted equipment and system components shall be designed for installation in dusty, humid and slightly corrosive service conditions.

B. All equipment and devices furnished shall be heavy-duty type, designed for continuous industrial service. The system shall contain similar products of a single manufacturer, and shall consist of equipment models, which are currently in production. All equipment provided shall be of modular construction and shall be capable of field expansion.

C. All electronic/digital equipment shall be provided with radio frequency interference protection.

D. Electrical

1. Equipment shall operate on a 60 Hertz alternating current power source at a nominal 120 volts, plus or minus 10 percent, except where specifically noted. Regulators and power supplies required for compliance with the above shall be provided between power supply and interconnected instrument loop. Where equipment requires voltage regulation, constant voltage transformers shall be supplied.

2. All switches shall have double-pole double-throw contacts rated at a minimum of 600 VA, unless noted otherwise.

3. Materials and equipment shall be UL approved. Where components are not available with UL approval, integrate the device with ground fault protective devices, isolation transformers, fuses, or other protective equipment necessary to achieve compliance with UL 508 requirements.

13300-6

Needham Department of Public Works Page 23 Well #2 VFD Installation IFB 13-58-01

4. All transmitter output signals shall include signal and power source isolation.

2.02 ELECTRICAL SURGE PROTECTION

A. General - Surge protection shall be provided to protect the electronic instrumentation system from induced surges propagating along the signal and power supply lines from lightning, utility, or the plant electrical system. The protection systems shall be such that the protective level shall not interfere with normal operation, but shall be lower than the instrument surge withstand level. Protection shall be maintenance free and self-restoring. Devices shall have a response time of less than 50 nanoseconds and be capable of handling a discharge surge current (at an 8x20µs impulse waveform) of at least 8 kA. Ground wires for all instrumentation device surge protectors shall be connected to a low resistance ground in accordance with Section 16020.

B. Provide protection of all analog signal (4-20 mA) circuits where any part of the circuit is outside of the building envelope. Circuits shall be protected at both the transmitter and the control system end of the circuit. Protection devices located near the transmitter shall be mounted in a separate enclosure, unless conduit mounted, and shall be Phoenix Contact PT Series, MTL Surge Technologies (Telematic) TP48, Citel TSP-10 series, or equal. Substitution of a single device to protect both 120 VAC and 4-20 mA wires to an instrument is acceptable. Protection devices in control panels shall be MTL Surge Technologies (Telematic) SD Series, Phoenix Contact PT Series, Citel DLA series, or equal.

2.03 SPARE PARTS

A. All spare parts shall be wrapped in bubble wrap, sealed in a polyethylene bag complete with dehumidifier, then packed in cartons and labeled with indelible markings. Complete ordering information including manufacturer's contact information (address and phone number), part name, part number, part ordering information, and equipment name and number(s) for which the part is to be used shall be supplied with the required spare parts. The spare parts shall be delivered and stored in a location directed by the Owner or Engineer.

B. Furnish one of each type of installed Surge protection devices.

PART 3 EXECUTION

3.01 GENERAL INSTALLATION

A. Equipment shall be installed in accordance with the manufacturer's instructions. Exact locations of all devices shall be as approved by the Engineer during construction. Obtain in the field, all information relevant to the placing of process control equipment and in case of any interference with other work, proceed as directed by the Contractor and furnish all labor and materials necessary to complete the work in an approved manner at no additional cost to the Owner.

B. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded at only one ground point for each shield.

3.02 FIELD TESTING - OPERATIONAL READINESS TEST (ORT)

A. As part of the requirement of this specification section, it is the responsibility of the PCSS to

13300-7

Needham Department of Public Works Page 24 Well #2 VFD Installation IFB 13-58-01

provide a complete operational control system. Confirmation of an operational control system is dependent upon results derived from test procedures as specified in this herein.

B. The PCSS shall test the system so that the Owner can verify all the points in the existing control system. The PCSS shall coordinate the testing of the ORT with the Owner.

C. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied.

D. Each test to be performed shall be described and a space provided after it for sign-off by the appropriate parties after its satisfactory completion. The PCSS shall include “punchlist” forms with the test procedures to document issues that arise during the testing. Punchlist forms, at a minimum, shall include a specification cross reference; an issues description field; a resolution description field; and a sign-off area for the PCSS, Owner, and Engineer.

E. Copies of the signed-off test procedures, forms, and checklists will constitute the required testing documentation. The test result forms shall be submitted to the Engineer for approval within 10 days of completion of each test.

F. The PCSS shall provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. These simulation techniques shall be defined in the test procedures.

G. The PCSS shall coordinate all required testing with the Contractor, all affected Subcontractors, the Engineer, and the Owner.

H. The PCSS shall furnish the services of field service engineers, all special calibration and test equipment, and labor to perform the field tests.

I. The Engineer reserves the right to test or retest all specified functions, whether or not explicitly stated on the Test Procedures, as required to determine compliance with the functional requirements of the overall system. Such testing required to determine compliance with the specified requirements shall be performed at no additional cost to the Owner. The Engineer's decision shall be final regarding the acceptability and completeness of all testing.

J. Correction of Deficiencies

1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner.

2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner.

K. The PCSS shall not install any new I/O modules into the PLC chassis until instructed to do so by the AESS during the ORT. The wiring from field devices to the new modules, however, shall be complete and ready to test.

13300-8

Needham Department of Public Works Page 25 Well #2 VFD Installation IFB 13-58-01

L. Following installation of the process control system components except for the new I/O modules, the entire system shall be certified (inspected, wired, calibrated, tested, etc., and documented) that it is installed and ready for the ORT as defined below.

M. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with related submittals and these Specifications.

N. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check-off items with spaces for sign-off by the system supplier:

1. Project Name, Test Date, PCSS Name, and Lead PCSS Technician Name.

2. Loop Number.

3. Tag Number for each component.

4. Check-offs/sign-offs for each component: Tag/identification; installation; termination (wiring and tubing); scale, range, and setpoint as applicable; and calibration/adjustment (four-point for analog, set point for switches) rising and falling.

5. Check-offs/sign-offs for the loop: Panel interface terminations; I/O interface terminations; I/O signal operation; inputs/outputs operational (received/sent, processed, adjusted); total loop operation; process controller scaling and adjustment; and space for comments.

6. Each active Analog Subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall have the following information, spaces for data entry, and a space for sign-off by the PCSS.

a. Project Name.

b. Loop Number.

c. Component Tag Number of I/O Module Number.

d. Component Code Number Analog System.

e. Manufacturer (for Analog system element).

f. Model Number/Serial Number (for Analog system).

g. Summary of functional requirements shall include, but not be limited to, scale and chart ranges of indicators, recorders, and transmitters/converters; functions of computing elements; and parameters of controllers (i.e., proportional, integral, derivative, reverse/forward acting, etc.).

h. Calibrations shall include testing of analog input and output signals at zero, 10,

13300-9

Needham Department of Public Works Page 26 Well #2 VFD Installation IFB 13-58-01

50, and 100 percent of span. Where appropriate, discrete input signals shall include details regarding actual trip points and reset points.

i. Space for comments.

j. Space for sign-off by the PCSS.

O. The PCSS shall maintain the Loop Status Reports sheets at the job site and make them available to the Engineer/Owner at any time.

P. These inspections, calibrations, and tests do not require witnessing. However, the Engineer will review Loop Status Sheets and spot-check the PCSS test process periodically. Any deficiencies found shall be corrected by the PCSS prior to the AESS beginning their testing outlined below.

Q. The AESS shall upload a new program to the PLC before the new I/O modules are installed in the PLC chassis. Prior to checkout of the I/O to the HMI, the PCSS shall thoroughly test all I/O from the field device to the PLC terminals. After the PCSS has successfully tested all I/O from the field devices to the PLC terminals, the PCSS and AESS shall jointly test all I/O from the HMI to the field device. Should this test prove to be unsuccessful, the PCSS and AESS shall test from the HMI to the terminations located in the Owner’s termination cabinet, and the PCSS shall inform the Owner in writing of the discrepancy with the existing field wire.

R. Computer-Manual (i.e., Remote-Manual) start/stop, open/close commands of all devices controlled by the SCADA system shall be verified jointly by the PCSS and AESS during the ORT. The AESS may continue with Computer-Automatic testing to confirm the control strategies were implemented as specified.

S. Upon successful completion of the ORT, the PCSS shall submit a record copy of the test results to the Owner and Engineer.

END OF SECTION

13300-10

Needham Department of Public Works Page 27 Well #2 VFD Installation IFB 13-58-01

SECTION 13307

INSTRUMENTATION & CONTROL APPLICATION ENGINEERING SUPPORT SERVICES & CONTROL DESCRIPTIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Refer to Section 13300.

B. A third party, referred to at the AESS, has been pre-selected to perform the Applications Engineering as defined in section 13300 1.01. Provide support services to the AESS as defined herein.

C. This section is provided to clarify the control strategies to be used by the AESS to program the system.

D. All SCADA PLC controller programming and SCADA Operator Workstation Station (OWS) graphics and programming shall be performed as defined in Section 13300.

1.02 RELATED WORK

A. Refer to Section 13300.

1.03 SUBMITTALS

A. Refer to Section 13300.

1.04 REFERENCE STANDARDS:

A. Refer to Section 13300.

1.05 QUALITY ASSURANCE

A. Refer to Section 13300

1.06 SYSTEM DESCRIPTION

A. Refer to Section 13300.

1.07 COORDINATION MEETINGS

A. Refer to Section 13300.

B. The AESS shall coordinate and schedule a time to meet with the plant SCADA administrator or operator prior to commencing programming the PLC or HMI. The AESS shall present examples of screens and faceplates for the HMI to control the new VFDs. The AESS shall also download the PLC program and HMI screens to which the AESS will later make modifications to control new or modified equipment as described in the Control Descriptions. The meeting shall last up to two hours.

13307-1

Needham Department of Public Works Page 28 Well #2 VFD Installation IFB 13-58-01

C. A field-testing coordination meeting shall be held two weeks prior to the start of field acceptance testing. The purpose of this meeting is to discuss the specifics of the Contractor's proposed tests and to provide a forum for coordinating the required AESS field-testing. The meeting will last up to one (1) business day.

PART 2 PRODUCTS

2.01 NOT USED

PART 3 EXECUTION

3.01 TESTING

A. Refer to Section 13300.

3.02 TRAINING

A. The AESS shall train three plant staff members on the upgrades to the Pump Station Control Panel (PSCP) PLC and the modified HMI screens. This training shall be one hour and will not require training material to be provided. The staff members shall include a SCADA administrator, an operator, and maintenance personnel.

3.03 GENERAL

A. The control descriptions are sorted by loop number. The loop index has three columns associated with it; Loop Number, Loop Description, and Page. Each loop is associated with a specific SCADA I/O cabinet location to which it shall communicate.

B. The control descriptions are broken into a hierarchical layer concept. There may be one layer or multiple layers per loop, depending upon that loop. An example of multiple layered loop is as follows. The lowest layer of control, local control, is at that piece of equipment or that piece of equipment’s panel or drive. The highest layer of control is by the SCADA PLC System with its associated operator workstations (OWS) in the main control room. The SCADA PLC/OWS refers to both the SCADA PLC, which does the actual monitoring and control logic for the process equipment and the SCADA operator workstation (OWS), which are computers that have graphical software that interface to the PLC software for monitoring and implementing all operator-required tasks to control that process equipment.

3.04 CONTROL FUNCTION DEFINITIONS AND GENERAL CRITERIA

A. The hardware and/or software functions noted by this paragraph reference are to be implemented by the SCADA PLC/OWS control system specified herein.

B. The following list of ISA abbreviations is typical of those utilized. The description, following the abbreviation, summarize the basic function to be implemented in the SCADA PLC/OWS software.

1. HS: Represent selector switches or pushbuttons, which shall be implemented by keyboard entry. Function shall be similar to their hardware counterparts. Examples are as follows:

a. HSH- Open Command

13307-2

Needham Department of Public Works Page 29 Well #2 VFD Installation IFB 13-58-01

b. HSL- Close Command

c. HSS-Start/Stop Command

2. YI: Represents equipment status (i.e., availability, running, in remote, etc.) implemented by a change of color on the OWS symbol for this equipment. For motor driven equipment such as pumps, blowers, compressors, etc., availability contact represents remote operation and no alarm conditions. Examples are as follows:

a. YCI-Selector switch in computer, auto or remote position

b. YRI-Motor running status

c. YFI- Motor failure or overload status

d. YMI- Selector switch in maintenance position

3. PAL, AAH, UA, etc.: Represent high or low alarms implemented on the OWS.

4. FIC, PIC, AIC, etc.: Represent PID process controllers implemented in acomputer logic algorithm incorporating proportional, integral, and/or derivative modes. Local/remote and manual/auto capabilities shall be provided.

5. FIK, PIK, AIK, etc.: Represent control stations implemented in logic (via keyboard entry and CRT display) to allow downloading of a set point to a FIC, PIC, AIC, etc., and display of the process variable or controller output.

6. FI, PI, AI, etc.: Represent digital output display on the CRT of a process variable in engineering units and/or a dynamic representation of the variable by symbol or graphical means.

7. FIR, PIR, AIR, Represent values stored on the hard disk to provide the data for historical trend graphics of process variables against time (or other selected variables).

8. ZSH, ZSL etc.: Represent high or low, open or close limit positions implemented on the OWS

C. Any interlocks that are represented, before the local operational descriptions, or are stated as hardwired interlocks, shall interlock all the controls locally and at the SCADA PLC/OWS. The SCADA PLC shall be programmed to shutdown that equipment if that hardwired interlock is also wired to the SCADA PLC.

D. Any interlocks that are represented in a particular layer of the operational descriptions, shall interlock all the controls in that layer and the layer after it. However the interlock shall not interlock the commands in the layer before it.

E. The SCADA system shall stop a motor or drive in its program if it does not receive the auto or remote status or one of its software interlocks trip. If the drive or motor is in hand or remote it will continue to run but the SCADA start/stop output will be open.

F. Any motor that is requested to start by an operator or an automatic program shall alarm if the

13307-3

Needham Department of Public Works Page 30 Well #2 VFD Installation IFB 13-58-01

run confirm status for that motor does not activate within two seconds. If a motor stops by an interlock or stops without any operator or SCADA intervention then that motor shall go into alarm. Any motors that are stopped by a program or the operator shall not go into an alarm.

G. Any valve that is requested to open by an operator or an automatic program shall alarm if the open feedback status for that valve does not activate within ten seconds. Any valve that is requested to close by an operator or an automatic program shall alarm if the close feedback status for that valve does not activate within ten seconds.

H. Motors shall indicate to the operator that the pump is running while not in the “Remote” position. A motor is being run in "Local" when the "Remote" position is not true and the run confirm status is true. If not in "Remote" the SCADA PLC shall open up its output contact to stop (shutdown) the pump from SCADA.

I. Motors shall be programmed to restart on normal power if that motor is still in auto when the motor stops due to a power outage. If a motor stops and the A/M switch is not in auto, the motor shall not be restarted automatically by the SCADA system without operator. Thus, the only way that motor when placed back in auto can be started by the SCADA system is if the operator reinitiates the start command for that motor on the OWS or when that motor control at the OWS is placed in complete automatic mode and the SCADA computer through logic/interlocks requests the motor to run.

J. When an analog signal goes outside the 4-20 mA range due to a failure at the instrument or PLC card, the following SCADA programming shall take place:

1. Alarm the signal at the HMI system.

2. If the analog signal is associated with a control loop or ratio control loop that loop shall go into manual.

3. If the analog signal is used in a calculation, that calculation shall use the last good analog signal. The computer shall place the control loop in manual if using the calculation.

K. Disable all alarms on analog inputs unless specifically called for in the drawings or specifications.

L. All interlocks that shutdown (stop a piece of equipment and prevent it from being restarted or moved) shall be shown on the faceplate pop-up graphic for that piece of equipment.

M. The run confirms or on status of all motors and lamps shall be accumulated to calculate a run time status of the equipment on the HMI graphic. Each run time accumulation shall come with a reset button on the HMI screen.

N. All flow indications shall be totalized. Do not totalize if the analog signal is outside the 4-20 mA range. Each flow totalization shall come with a reset button on the HMI screen. Do not totalize if the value of the flow input is less than 2% of the full range of the input.

13307-4

Needham Department of Public Works Page 31 Well #2 VFD Installation IFB 13-58-01

3.05 INDIVIDUAL CONTROL DESCRIPTIONS AND CONTROL SEQUENCES

LOOP INDEX LOOP DESCRIPTION PAGE NO. NO.

LOOP 63 STATION NO. 3 WELL PUMP …………………………………………… 6

13307-5

Needham Department of Public Works Page 32 Well #2 VFD Installation IFB 13-58-01

LOOP 63 STATION NO. 3 WELL PUMP

General: On/off operation and speed adjustment of the pump. The Operation of the pump is either at pump’s variable frequency drive (VFD) controller or at the SCADA PLC/OWS.

Control:

VFD Panel:

Hand: When the Hand/Off/Auto selector switch (HS) is in the "Hand" position, the VFD drive shall start the pump. The speed can be changed with a speed controller (SC) on the drive.

Off: When in the "Off" position, the VFD drive for the pump is off.

Remote: When the Hand/Off/Auto selector switch (HS) is in the "Auto" position, control of the VFD is transferred to the SCADA PLC/OWS.

SCADA PLC/OWS:

Software Interlock:

A low low well level (LALL-63) shall shutdown the well pump. If the check valve remains closed (ZSC-74-A) 5 seconds after receiving a “Run Confirm” shall shutdown the pump. If the motorized valve remains closed (ZSC-74-B) 10 seconds after receiving a “Run Confirm” shall shutdown the pump. Any existing software interlocks shall be maintained.

On/Off and Speed Features

Allow the operator at SCADA PLC/OWS to “Bypass Check Valve Status,” removing the check valve software interlock from shutting down the pump.

Allow the operator at SCADA PLC/OWS to “Bypass Motorized Valve Status,” removing the motorized valve software interlock from shutting down the pump.

Manual: The pump can be manually started or stopped (HSS) by the operator at the SCADA PLC/OWS. Also, the operator will be able to manually adjust the speed (SC) of the VFD at the SCADA PLC/OWS.

Auto: The pump shall start and stop based on existing tank level setpoints.

Alarms / Monitoring:

VFD panel:

Multiple information on keypad

13307-6

Needham Department of Public Works Page 33 Well #2 VFD Installation IFB 13-58-01

SCADA PLC/OWS:

VFD Run Confirm Status (YRI) VFD in Remote (YCI) VFD Fault Status (YFI) VFD Speed Indication (SI) Pump High Temperature (TAH) Pump Leak Detected (MAH) Check Valve Closed Status Bypass Motorized Valve Closed Status Bypass

END OF SECTION

13307-7

Needham Department of Public Works Page 34 Well #2 VFD Installation IFB 13-58-01

SECTION 13311

INSTRUMENTATION & CONTROL PLC HARDWARE & PANEL MODIFICATIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes programmable logic controller I/O modules for control of process equipment, process oriented machinery, and process systems.

B. This section includes modifications required to the Pump Station Control Panel (PSCP) in Station 2 to accommodate for any additional I/O and to provide power for any new I/O.

1.02 RELATED WORK

A. Refer to Section 13300.

B. Drawings and general provisions of the Contract apply to this Section.

1.03 SUBMITTALS

A. Refer to Section 13300.

B. Product Data: For each type of PLC include dimensions, mounting arrangements, and weights. Also, include manufacturer's technical data on features, performance, electrical ratings, characteristics, and terminal connections.

C. Operation and Maintenance Data: Provide literature detailing routine maintenance requirements (if any) for each PLC component including:

1. System specifications

2. Electrical power requirements

3. Application considerations

4. Assembly and installation procedures

5. Power-up procedures

6. Programming procedures

7. Explanation of internal fault diagnostics

8. Shut down procedures

9. Recommended spare parts list

13311-1 1.04 DELIVERY, STORAGE, AND HANDLING

Needham Department of Public Works Page 35 Well #2 VFD Installation IFB 13-58-01

A. Deliver PLC components in packaging designed to prevent damage from static electricity and physical damage.

B. Store PLC equipment according to manufacturer requirements. At a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect PLCs from exposure to dirt, fumes, water, corrosive substances, and physical damage. Also, protect the PLC from all forms of electrical and magnetic energy that could reasonably cause damage.

1.05 NOMENCLATURE AND IDENTIFICATION DEFINITIONS

A. AI: Analog Input

B. AO: Analog Output

C. CPU: Central Processing Unit

D. DI: Discrete Input

E. DO: Discrete Output

F. HMI: Human-Machine Interface

G. I/O Input and/or Output

H. Modular: A PLC style consisting of cards that are assembled to comprise a complete unit. All I/O, CPU, and Power Supply are dedicated cards. Typically, these cards are inserted into a chassis.

I. PID: Control action, proportional plus integral plus derivative.

J. PLC: Programmable Logic Controller

K. SCADA: Supervisory Control and Data Acquisition

PART 2 PRODUCTS

2.01 PROGRAMMABLE LOGIC CONTROLLER MODULES

A. All necessary cables shall be included. All cables and connectors shall be as specified by the manufacturer. Cables shall be assembled and installed per the manufacturer recommendations.

B. Provide the PLC I/O Modules (as required) by Rockwell Automation Allen Bradley PLC-5 System to match existing.

1. Discrete Input: Provide Rockwell Automation Allen Bradley 1771-IAD.

2. Discrete Output: Provide Rockwell Automation Allen Bradley 1771-OW16.

3. Analog Input: Provide Rockwell Automation Allen Bradley 1771-IFE.

13311-2 4. Analog Output: Provide Rockwell Automation Allen Bradley 1771-OFE2.

Needham Department of Public Works Page 36 Well #2 VFD Installation IFB 13-58-01

C. Provide additional PLC components such as compatible power supplies, chassis, manufacturer cables, as required, to fulfill any I/O requirements.

2.02 PUMP STATION CONTROL PANEL (PSCP) INTERNAL MODIFICATIONS

A. Internal Electrical Wiring

1. All interconnecting wiring shall be stranded, type MTW, and shall have 600 volt insulation and be rated for not less than 90 degrees Celsius.

2. Power distribution wiring on the line side of fuses or breakers shall be 12 AWG minimum. Control wiring on the secondary side of fuses shall be 16 AWG minimum. Electronic analog circuits shall utilize 18 AWG shielded, twisted pair, cable insulated for not less than 600 volts.

3. Power and low voltage DC wiring systems shall be routed in separate wireways. Crossing of different system wires shall be at right angles. Different system wires routed parallel to each other shall be separated by at least 6 inches. Different wiring systems shall terminate on separate terminal blocks. Wiring troughs shall not be filled to more than 60 percent visible fill.

4. Each triac type discrete output shall have an associated interposing relay located in the same control panel. 120 VAC power for relay outputs shall be provided from the associated motor starter control circuit (when used with motor starters) or other 120 VAC source (when I/O is not associated with a particular motor starter).

5. The 24 VDC power for analog instrument loops shall be provided as a part of the system. The 24 VDC power supply shall be derived from the 120 VAC input power circuit to the PLC. The field side of the 24 VDC power sources(s) shall have individual or grouped (of logically associated circuits) fusing and be provided with a readily visible, labeled blown fuse indicator.

6. Terminations

a. All wiring shall terminate onto single tier terminal blocks, where each terminal is uniquely and sequentially numbered. Direct wiring between field equipment and panel components is not acceptable.

b. Multi-level terminal blocks or strips are not acceptable.

c. Terminal blocks shall be arranged in vertical rows and separated into groups (power, AC control, DC signal).

d. Terminal blocks shall be the compression type, fused, unfused, or switched as specified elsewhere in Division 13.

e. Discrete inputs and outputs (DI and DO) shall have two terminals per point with adjacent terminal assignments. All active and spare PLC and controller points shall be wired to terminal blocks.

f. Analog inputs and outputs (AI and AO) shall have three terminals per shielded pair

13311-3

Needham Department of Public Works Page 37 Well #2 VFD Installation IFB 13-58-01

connection with adjacent terminal assignments for each point. The third terminal is for shielded ground connection for cable pairs. Ground the shielded signal cable at the PLC cabinet. All active and spare PLC and controller points shall be wired to terminal blocks.

g. Wire and tube markers shall be the sleeve type with heat impressed letters and numbers.

h. Only one side of a terminal block row shall be used for internal wiring. The field wiring side of the terminal shall not be within 6-inches of the side panel or adjacent terminal or within 8-inches of the bottom, or 3-inches of adjacent wireway.

i. Circuit power from the SCADA cabinet out to field devices (switches, dry contacts etc.) that are used as discrete inputs to the PLC input cards shall be isolated with an isolating switch terminal block with flip cover that is supplied with a dummy fuse. Isolation switch block shall be an Allen Bradley Model 1492-H7 or equal. One isolating switch terminal block per loop numbered piece of equipment and one per spare I/O point is acceptable.

j. All PLC discrete outputs to the field shall be isolated with an isolating fuse switch terminal block with a flip cover and a neon blown fuse indicator. The single circuit fusible terminal block shall be an Allen Bradley 1492-H4 or equal.

7. All wiring shall be clearly tagged and color coded. All tag numbers and color coding shall correspond to the existing scheme.

8. Provide surge protectors on all incoming power supply lines at each panel per the requirements of Section 13300.

B. General Purpose Relays and Time Delays

1. Type:

a. General purpose plug in type.

2. Functional:

a. Contact arrangement/function shall be as required to meet the specified control function; Mechanical life expectancy shall be in excess of 10 million.

b. Duty cycle shall be rated for continuous operation; Units shall be provided with integral indicating light to indicate if relay is energized.

c. Solid state time delays shall be provided with polarity protection (DC units) and transient protection.

d. Time delay units shall be adjustable and available in ranges from .1 second to 4.5 hours.

3. Physical:

13311-4

Needham Department of Public Works Page 38 Well #2 VFD Installation IFB 13-58-01

a. For 120 VAC service provide contacts rated 10 amps at 120 VAC, for 24 VDC service provide contacts rated 5 amps at 28 VDC, for electronic (milliamp/millivolt) switching applicator provide gold plated contacts rated for electronic service; relays shall be provided with dust and moisture resistant covers.

4. Options/Accessories Required:

a. Provide mounting sockets with pressure type terminal blocks rated 300 volt and 10 amps.

b. Provide mounting rails/holders as required

5. Manufacturer(s):

a. IDEC.

b. Allen Bradley

c. Potter & Brumfield.

d. Equal.

3.03 24 VDC Power Supplies

1. Provide a 24 VDC power supply in the control panel to power field instruments, panel devices, etc., as required. Equip the power supply with a power on/off circuit breaker.

2. The 24 VDC power supply shall meet the following requirements:

A. Input power: 115 VAC, plus or minus 10 percent, 60 Hz.

B. Output voltage: 24 VDC.

C. Output voltage adjustment: 5 percent.

D. Line regulation: 0.05 percent for 10 volt line change.

E. Load regulation: 0.15 percent no load to full load.

F. Ripple: 3 mV RMS.

G. Operating temperature: 32 to 140 degrees Fahrenheit.

3. Size the 24 VDC power supply to accommodate the design load plus a minimum 25 percent spare capacity.

4. Provide output overvoltage and overcurrent protective devices with the power supply to protect instruments from damage due to power supply failure and to protect the power supply from damage due to external failure.

5. Mount the 24 VDC power supply such that dissipated heat does not adversely affect other panel components.

13311-5

Needham Department of Public Works Page 39 Well #2 VFD Installation IFB 13-58-01

6. Manufacturer(s):

A. Acopian.

B. PULS.

C. Lambda.

D. Equal.

PART 3 EXECUTION

3.01 GENERAL INSTALLATION

A. Maintain area free of dirt and dust during and after installation of programmable controller products.

B. Ventilation slots shall not be blocked, or obstructed by any means.

C. Examine areas, surfaces, and substrates to receive PLCs for compliance with requirements, installation tolerances, and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected.

D. Install in accordance with manufacturer’s instructions.

E. Unload, unpack and transport equipment to prevent damage or loss.

F. Replace damaged components as directed by Engineer.

G. The PCSS shall install and wire all components including any new I/O modules but will not connect the new I/O modules to the PLC chassis until instructed to do so by the AESS during the Operational Readiness Test (ORT). Refer to Section 13300.

3.02 PANEL LAYOUT

A. Comply with indicated clearances, or with PLC vendors required distances if they are greater then the distances indicated.

1. Wires entering and exiting PLC components shall be sized to comply with the PLC manufacturers requirements. Doors on all components shall be able to be fully closed when all the wires are installed.

2. For chassis mounted PLCs, no wiring, wire ducts, or other devices shall obstruct the removal of cards from the rack.

3. PLC lights, keys, communication ports, and memory card slots shall be accessible at all times. Lights shall be visible at all times when enclosure door is opened.

B. Provide independent line fuses or circuit breakers, per the PLC manufacturer recommendation, for each power supply, input module, output module, and other modules with separately derived power requirements.

13311-6

Needham Department of Public Works Page 40 Well #2 VFD Installation IFB 13-58-01

C. Insure that communication signals, 4-20mA signals (including those with embedded HART), are properly conditioned for the PLC and protected from all sources of radiated energy or harmonics.

D. Provide all required cables, cords, and connective devices for interface with other control system components.

END OF SECTION

13311-7

Needham Department of Public Works Page 41 Well #2 VFD Installation IFB 13-58-01

SECTION 16020

ELECTRICAL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials and equipment required to install complete and make operational, electrical and process instrumentation systems as specified, as shown on the Drawings.

B. The work shall include furnishing and installing the following equipment to make fully operable Well No. 2.

1. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions of these Specifications.

2. Conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions of these Specifications, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions of these Specifications.

3. Conduit, wiring and terminations for variable frequency drives, harmonic filters, transformers and power factor correction capacitors furnished and mounted under other Divisions of these Specifications.

4. Mount variable frequency drives, harmonic filters, isolation transformers and power factor correction capacitors furnished under other sections of these specifications.

C. Each bidder or their authorized representatives shall, before preparing their proposal, visit all areas of the existing buildings and structures in which work under this sub-bid is to be performed and inspect carefully the present installation. The submission of the proposal by this bidder shall be considered evidence that they have visited the site, buildings and structures and noted the locations and conditions under which the work will be performed and that they takes full responsibility for a complete knowledge of all factors governing his/her work.

1.02 RELATED WORK

A. Refer to the Architectural floor plans for room and building dimensions.

B. Refer to specification Section 01010 – Summary of Work for detail pertaining to the items required under this contract.

1.03 SUBMITTALS

A. Submit shop drawings for equipment, materials and other items furnished under Division 16.

B. Check shop drawings for accuracy and contract requirements prior to submittal. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings

16020-1

Needham Department of Public Works Page 42 Well #2 VFD Installation IFB 13-58-01

conform to Specifications and Drawings. This statement shall also list all exceptions to the Specifications and Drawings. Shop drawings not so checked and noted shall be returned.

C. The Engineer's check shall be for conformance with the design concept of the project and compliance with the Specifications and Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings.

D. All dimensions shall be field verified at the job site and coordinated with the work of all other trades.

E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED - CONFIRM," "APPROVED AS NOTED - RESUBMIT" or "NOT APPROVED."

F. Operation and Maintenance Data

1. Submit operations and maintenance data for equipment furnished under this Division. The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings, equipment lists, descriptions, parts lists, etc, to instruct operating and maintenance personnel unfamiliar with such equipment.

1.04 CONTRACT PERFORMANCE REQUIREMENTS

A. Electric equipment, materials and installation shall comply with the latest edition of the National Electrical Code (NEC) and with the latest edition of the following codes and standards:

1. National Electrical Safety Code (NESC)

2. Occupational Safety and Health Administration (OSHA)

3. National Fire Protection Association (NFPA)

4. National Electrical Manufacturers Association (NEMA)

5. American National Standards Institute (ANSI)

6. Insulated Cable Engineers Association (ICEA)

7. Instrument Society of America (ISA)

8. Underwriters Laboratories (UL)

9. Factory Mutual (FM)

10. National Electrical Testing Association (NETA)

B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply.

16020-2

Needham Department of Public Works Page 43 Well #2 VFD Installation IFB 13-58-01

1.05 PRIORITY OF THE CONTRACT DOCUMENTS

A. If, during the performance of the work, the Contractor finds a conflict, error or discrepancy between or among one or more of the Sections or between or among one or more Sections and the Drawings, furnish the higher performance requirements. The higher performance requirement shall be considered the equipment, material, device or installation method which represents the most stringent option, the highest quality or the largest quantity.

B. In all cases, figured dimensions shall govern over scaled dimensions, but work not dimensioned shall be as directed by the Engineer and work not particularly shown, identified, sized, or located shall be the same as similar work that is shown or specified.

C. Detailed Drawings shall govern over general drawings, larger scale Drawings take precedence over smaller scale Drawings, Change Order Drawings shall govern over Contract Drawings and Contract Drawings shall govern over Shop Drawings.

D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Engineer.

E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, the Contractor’s responsibility to comply with all Laws and Regulations at all times

1.06 ENCLOSURE TYPES

A. Unless otherwise specified electrical enclosures shall have the following ratings:

1. NEMA 1 for dry, non-process indoor above grade locations.

2. NEMA 12 where indicated on drawings.

1.07 CODES, INSPECTION AND FEES

A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction.

B. Obtain all necessary permits and pay all fees required for permits and inspections.

1.08 TESTS AND SETTINGS

A. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment. Refer to the individual equipment sections for additional specific testing requirements.

16020-3

Needham Department of Public Works Page 44 Well #2 VFD Installation IFB 13-58-01

B. Make adjustments to the systems and instruct the Owner’s personnel in the proper operation of the systems.

C. In addition to the specific testing requirements listed in the individual sections, the following minimum tests and settings shall be performed.

1. Mechanical inspection, testing and settings of circuit breakers, disconnect switches, protection relays, motor starters, overload relays, control circuits and equipment for proper operation.

2. Check power and control power fuse ratings. Replace fuses if they are found to be of the incorrect size.

3. Check settings of the motor circuit protectors. Adjust settings to lowest setting that will allow the motor to be started when under load conditions.

4. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by control schematic and wiring diagrams.

5. Test all 600 Volt wire insulation with a meg-ohm meter after installation. Make tests at not less than 500V. Submit a written test report of the results to the Engineer.

D. Testing shall be scheduled and coordinated with the Owner at least two weeks in advance. Provide qualified test personnel, instruments and test equipment.

1.09 SIZE OF EQUIPMENT

A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure.

B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to insure that the tilting does not impair the functional integrity of the equipment.

1.10 RECORD DRAWINGS

A. As the work progresses, legibly record all field changes on a set of project contract drawings, hereinafter called the “record drawings.”

B. Record drawings shall accurately show the installed condition of the following items:

1. One-line Diagram(s).

2. Raceways and pullboxes.

3. Conductor sizes and conduit fills.

4. Control Wiring Diagram(s).

16020-4

Needham Department of Public Works Page 45 Well #2 VFD Installation IFB 13-58-01

C. Submit a schedule of control wiring raceways and wire numbers, including the following information:

1. Circuit origin, destination and wire numbers.

2. Field wiring terminal strip names and numbers.

D. As an alternate, point-to-point connection diagrams showing the same information may be submitted in place of the schedule of control wiring raceways and wire numbers.

E. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram) to the Owner.

1.11 EQUIPMENT INTERCONNECTIONS

A. Review shop drawings of equipment furnished under other Divisions of this Specification and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings.

B. Furnish and install all equipment interconnections.

1.12 MATERIALS AND EQUIPMENT

A. Materials and equipment shall be new.

B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed.

C. Warrant all equipment furnished under Division 16 for 1 year. Refer to individual equipment sections for additional warranty items.

1.13 EQUIPMENT IDENTIFICATION

A. Identify equipment (disconnect switches, separately mounted motor starters, control stations, etc) furnished under Division 16 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings.

B. Nameplates shall be engraved, laminated plastic, not less than 1/16-in thick by ¾-in by 2-1/2-in with 3/16-in high white letters on a black background.

C. Nameplates shall be screw mounted to NEMA 1 enclosures. Nameplates shall be bonded to all other enclosure types using an epoxy or similar permanent waterproof adhesive. Two sided foam adhesive tape is not acceptable. Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface.

1.14 INTERPRETATION OF DRAWINGS

16020-5

Needham Department of Public Works Page 46 Well #2 VFD Installation IFB 13-58-01

A. Unless specifically stated to the contrary, the Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment.

B. Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings.

C. Unless otherwise approved by the Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed.

D. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. Where home-runs indicate conduit is to be installed concealed or exposed the entire branch circuit shall be installed in the same manner. Unless otherwise indicated install branch circuit conduits exposed in process/industrial type spaces and concealed in finished spaces.

E. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner.

F. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown.

G. Redesign of electrical or mechanical work, which is required due to the Contractor's use of an alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign.

H. It is the intent of these Specifications that the Electrical Systems shall be suitable in every way for the service required. All materials and all work that may be implied as being incidental to the work of this Section shall be furnished at no additional cost to the Owner.

I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in all process spaces. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required.

1.15 SEISMIC RESTRAINTS

16020-6

Needham Department of Public Works Page 47 Well #2 VFD Installation IFB 13-58-01

A. Seismic restraints shall be provided for all electrical systems including but not limited to conduits, , cable trays, pull boxes, free standing or wall mounted panels and cabinets, motor control centers, switchboards, switchgear, transformers, disconnect switches, individually mounted motor starters, variable frequency drives, power factor correction capacitors, lighting fixtures, emergency battery units and other similar electrical equipment installed under Division 16.

B. Use seismic criteria, Tables and standard restraint details found in the latest edition of the SMACNA Seismic Retraining Manual for the seismic restraints. The restraints shall be selected from the Tables that represent the highest seismic hazard class or level possible within the State, Commonwealth or District in which the project resides. Where materials other than steel are specified, members of equal strength to those in the standards shall be provided.

C. Materials of construction for seismic restraints shall be same as those specified for the equipment supports and area classifications. However, all bolts shall be stainless steel regardless of the locations.

PART 2 PRODUCTS

2.01 CONDUITS AND FITTING

A. Rigid Steel Conduit

1. Rigid steel conduit interior and exterior shall be hot-dipped galvanized and be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. or equal.

B. PVC Coated Rigid Steel Conduit

1. PVC coated rigid steel conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to hot-dipped galvanized steel conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc, shall have a minimum of one pipe diameter in length of PVC overlap. PVC conduit and fittings shall be manufactured by Occidental Coating Company; "Plasti-Bond Red" as manufactured by Robroy Industries; Triangle PWC Inc. or equal.

C. Rigid Nonmetallic Conduit

1. PVC conduit shall be rigid polyvinyl chloride schedule 40 and 80 as manufactured by Carlon; An Indian Head Co.; Kraloy Products Co., Inc.; Highland Plastics Inc. or equal.

D. Liquidtight Flexible Metal Conduit, Couplings and Fittings

1. Liquidtight flexible metal conduit shall be Sealtite, Type UA, manufactured by the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co. or equal.

2. Fittings used with liquidtight flexible metal conduit shall be of the screw-in type as manufactured by the Thomas & Betts Co.; Crouse-Hinds Co. or equal.

16020-7

Needham Department of Public Works Page 48 Well #2 VFD Installation IFB 13-58-01

E. Flexible Couplings

1. Flexible couplings shall be type ECGJH as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Killark Electric Manufacturing Co. or equal.

F. Boxes and Fittings

1. For use in NEMA 1 areas, terminal boxes, junction boxes, pull boxes etc, shall be galvanized sheet steel with continuously welded seams. Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. Covers shall be gasketed and fastened with stainless steel screws. Terminal boxes shall be furnished with hinged doors, terminal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20 Amps, 600 Volt. Boxes shall be as manufactured by Hoffman Engineering Co.; Lee Products Co.; Keystone/Rees, Inc. or equal.

2. All boxes and fittings used with PVC coated conduit shall be furnished with a PVC coating bonded to the metal, the same thickness as used on the coated steel conduit. The ends of couplings and fittings shall have a minimum of one pipe diameter PVC overlap to cover threads and provide a seal.

3. Cast or malleable iron device boxes shall be Type FD. All cast or malleable iron boxes and fittings shall have cadmium-zinc finish with cast covers and stainless steel screws as manufactured by the Crouse-Hinds Co. or equal.

4. Cast aluminum device boxes shall be Type FD. All cast aluminum boxes and fittings shall be copper-free aluminum with cast aluminum covers and stainless steel screws as manufactured by the Killark Electric Co.; Crouse-Hinds Co.; L. E. Mason Co. or equal.

5. Steel elbows and couplings shall be hot-dipped galvanized. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the steel, the same thickness as used on the coated steel conduit.

6. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equal.

7. Conduit wall and floor seals for sleeved openings shall be type CSMI as manufactured by the O.Z./Gedney Co. or equal.

8. Conduit sealing bushings shall be O.Z./Gedney Type CSB or equal.

G. Conduit Mounting Equipment

1. In dry indoor areas, hangers, rods, backplates, beam clamps, channel, etc shall be galvanized iron or steel.

2. PVC coated steel channel with stainless steel hardware shall be used in areas designated "WET" and "CORROSIVE" on the Drawings and in outdoor locations. Fiberglass channel shall be resistant to the chemicals present in the area in which it is used.

2.02 WIRE, CABLE AND ACCESSORIES

16020-8

Needham Department of Public Works Page 49 Well #2 VFD Installation IFB 13-58-01

A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper.

B. All conductors shall be stranded, except that lighting and receptacle wiring may be solid.

C. Except for control, signal and instrumentation circuits, wire smaller than No. 12 AWG shall not be used.

D. Wire for lighting, receptacles and other circuits not exceeding 150 Volts to ground shall be NEC Type THHN/THWN as manufactured by Okonite Co.; Southwire Co.; Pirelli Corp., or equal.

E. Wire for circuits over 150 Volts to ground shall be NEC type THHN/THWN for sizes up to No. 4/0 AWG and Type RHW for sizes greater than No. 4/0 AWG as manufactured by Okonite Co.; Southwire Co., or equal.

F. Wire for control, status and alarm circuits shall be No.14 AWG NEC type THHN/THWN, stranded as manufactured by the Okonite Co.; Carol Cable Co. Inc. West; Pirelli Cable Corp. or equal.

G. Multi-conductor control and power cables shall have stranded conductors with type THHN/THWN insulated, nylon conductor covering, and an overall PVC jacket covering the individual wires. Cable shall be TC rated meeting UL 1277 and IEEE 383 Standards. Cable shall be flame resistant, non-propagating and suitable for installation in a Class I, Division II hazardous location and for direct burial in earth. Power and control cables shall be furnished with a green ground conductor. Power cables shall be furnished with a white neutral conductor where required to serve phase to neutral loads. Cable shall be as manufactured by the Okonite Co.; Southwire Co.; General Cable Co., or equal.

H. Wire for process instrumentation signals (i.e. 1-5 VDC, 4-20 mA), R.T.D., potentiometer and similar signals shall be:

1. Single pair cable:

Conductors: 2- No.16 stranded and twisted on 2-in lay Insulation: PVC with 300 Volt, 105 degrees C rating Shield: 100 percent mylar tape with drain wire Jacket: PVC with UL Subject 13, UL 1581, and manufacturer’s identification Max overall diameter: 0.262-in Miscellaneous UL listed for underground wet location use Manufacturers: Belden No. 1030 or equal

2. Three conductor (triad) cable:

Conductors: 3- No.16 stranded and twisted on 2-in lay Insulation: PVC with 300 Volt, 105 degrees C rating Shield: 100 percent mylar tape with drain wire Jacket: PVC with UL Subject 13, UL 1581 and manufacturer’s identification Max overall diameter: 0.276-in

16020-9

Needham Department of Public Works Page 50 Well #2 VFD Installation IFB 13-58-01

Miscellaneous: UL listed for underground wet location use Manufacturers: Belden No. 1031 or equal

3. Multiple pair cables (where shown on the Drawings):

Conductor: multiple 2- No.22 stranded and twisted on a 2-in lay Insulation: PVC with 300 Volt, 105 degrees C rating Shield: Individual pairs shielded with 100 percent mylar tape and drain wire Jacket: PVC with UL Subject 13, UL 1581 manufacturer’s identification Miscellaneous: UL listed for underground wet location use Manufacturers: Belden No. 9330, 9331, 9332, 9333, 9334, 9335, 9336, 9337 or equal

I. Splices for power wiring shall be compression type connectors insulated with a heat shrink boot or outer covering and epoxy filling. Splice kits shall be as manufactured by Raychem; Ideal Industries; 3M Co. or equal.

J. Motor connections shall be ring type mechanical compression terminations installed on the branch circuit wires and the motor leads and secured with bolt, nut and spring washer. Connections shall be insulated with a Raychem Type RVC, roll-on stub insulator or equal.

K. Termination connectors for control wiring shall be of the locking fork-end (upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal.

L. Splices for control wiring shall be insulated compression type connectors of the expanded vinyl insulated parallel or pigtail type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal.

M. Termination connectors for shielded instrumentation wiring shall be of the locking fork-end (upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal.

N. Wire markers shall be "Omni-Grip" as manufactured by the W.H. Brady Co.; Thomas & Betts Co.; 3M Co. or equal.

O. Wire and cables with diameters exceeding the capacity of the "Omni-Grip" shall be marked with pre-printed, self-adhesive vinyl tapes as manufactured by the W.H. Brady Co.; Panduit Corp. or equal.

2.03 MISCELLANEOUS EQUIPMENT

A. Circuit Breakers

1. Provide thermal magnetic circuit breaker in NEMA Type 12 Enclosure with externally operated handle. Circuit breakers shall be fully rated for 42,000Amps RMS symmetrical.

2. Circuit breakers shall be manufactured by Cutler Hammer Co.; General Electric Company; Siemens Company or equal.

B. Control Stations

16020-10

Needham Department of Public Works Page 51 Well #2 VFD Installation IFB 13-58-01

1. Control stations shall be heavy-duty type, with full size operators. Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position.

2. Control stations shall be Square D Class 9001; Cutler Hammer Co.; General Electric Company; Allen Bradley Company or equal.

C. Control Relays

1. Control relays shall be heavy duty machine tool type, with 10 Amps, 300 Volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B or equal by Square D Co. or Allen-Bradley Co. Latching relays shall be General Electric Co., CR120BL, equal by Square D Co. or Allen-Bradley Co.

2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts, with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings. Relays shall be Agastat, Model 7012 or 7022 or equal.

D. Polyethylene Warning Tape

1. Warning tape shall be red polyethylene film, 6-in minimum width.

2. Warning tape shall be W.H. Brady Co., Catalog No. 91296 or equal.

E. Equipment Mounting Stands

1. Equipment mounting stands shall be custom fabricated from ¼-in steel plate and 4-in steel channel, as shown on the Drawings.

PART 3 EXECUTION

3.01 INSTALLATION

A. Any work not installed according to the Specifications shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes.

C. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters. Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Engineer, or shall be replaced at no additional cost at the Engineer's discretion.

C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Engineer's discretion.

D. Repaint any damage to factory applied paint finish using touch-up paint furnished by the equipment manufacturer. The entire damaged panel or section shall be repainted per the field painting specifications in Section 09902, at no additional cost to the Owner.

16020-11

Needham Department of Public Works Page 52 Well #2 VFD Installation IFB 13-58-01

E. Coordinate the conduit installation with other trades and the actual supplied equipment.

F. Install each 3 phase circuit in separate conduit.

G. Unless otherwise approved by the Engineer, conduit installed interior to the building shall be installed exposed; conduit installed exterior to the building shall be concealed.

H. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation.

I. Exact locations of electrical equipment shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner.

3.02 RACEWAYS, BOXES AND FITTINGS

A. Except where otherwise specified, all wiring shall be in rigid steel conduit.

B. Rigid steel conduit shall be used at all locations (underground and within structures) as raceways for shielded process instrumentation wiring, shielded control wiring, and I/O wiring.

C. PVC conduit shall be used for concrete encased underground duct banks except as specified in Paragraph 3.05B above.

D. All boxes shall be metal.

E. Terminal boxes, junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed.

F. Conduit wall seals shall be used where underground conduits penetrate walls.

G. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather.

H. No conduit smaller than 3/4-in electrical trade size shall be used, nor shall any have more than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided as required or directed.

I. No wire shall be pulled until the conduit system is complete in all details.

J. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction.

K. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less.

L. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete inserts of the spot type shall be provided.

16020-12

Needham Department of Public Works Page 53 Well #2 VFD Installation IFB 13-58-01

M. All conduits shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true.

N. Conduit terminating in pressed steel boxes shall have double locknuts and insulated bushings.

O. Conduit terminating in NEMA 3R and 12 enclosures shall be terminated with Myers type conduit hubs

P. Conduits containing equipment grounding conductors and terminating in sheet steel boxes shall have insulated throat grounding bushings.

Q. Conduits shall be installed using threaded fittings.

R. Liquidtight flexible metal conduit shall be used for all motor terminations, the primary and secondary of transformers, generator terminations and other equipment where vibration is present.

S. Aluminum fittings and boxes shall be used with aluminum conduit. Aluminum conduit shall not be imbedded in concrete. Aluminum conduit shall be isolated from other metals with plastic sleeves or plastic-coated hangers. Strap wrenches shall be used for tightening aluminum conduit.

T. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke.

U. PVC conduit to non-metallic box connections shall be made with PVC socket to male thread terminal adapters with neoprene O-ring and PVC round edge bushings.

V. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings.

W. PVC conduit shall be supported with non-metallic clamps, PVC coated steel racks and stainless steel hardware.

X. PVC boxes, conduit fittings, etc with integral hubs shall be solvent welded directly to the PVC conduit system.

Y. Non-metallic boxes with field drilled or punched holes shall be connected to the PVC conduit system with threaded and gasketed PVC Terminal Adapters.

Z. All conduit entering or leaving a motor control center, switchboard or other multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated.

AA. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 7.

BB. All conduit which may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc, shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits.

16020-13

Needham Department of Public Works Page 54 Well #2 VFD Installation IFB 13-58-01

CC. Where no type or size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of N.E.C. Article 370.

DD. Miscellaneous steel for the support of fixtures, boxes, transformers, starters, contactors, panels and conduit shall be furnished and installed.

EE. Steel channels, flat iron and channel iron shall be furnished and installed for the support of all electrical equipment and devices, where required, including all anchors, inserts, bolts, nuts, washers, etc for a rigid installation.

FF. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc, shall be sealed with "Duxseal" as manufactured by Manville or seal fitting to prevent the accumulation of condensation.

GG. Rigid galvanized steel conduits which have been field cut and threaded shall be painted with cold galvanizing compounds.

3.03 WIRE, CABLE AND ACCESSORIES

A. Uniquely identify all wires, cables and each conductor of multi- conductor cables (except lighting and receptacle wiring) at each end with wire and cable markers.

B. Use lubrications to facilitate wire pulling. Lubricants shall be UL approved for use with the insulation specified.

C. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, and other accessible intermediate locations as well as at each termination.

D. The following coding shall be used:

System Wire Color

240/120 Volts Neutral White 1-Phase, 3-Wire Line 1 Black Line 2 Red

208Y/120, Volts Neutral White 3-Phase, 4-Wire Phase A Black Phase B Red Phase C Blue

240/120 Volts Neutral White 3-Phase, 4-Wire Phase A Black delta, center tap Phase B (High) Orange ground on phase Phase C Blue coil A-C

480Y/277 Volts Neutral White 3-Phase, 4-Wire Phase A Brown

16020-14

Needham Department of Public Works Page 55 Well #2 VFD Installation IFB 13-58-01

Phase B Orange Phase C Yellow

E. Power conductors: Terminations shall be die type or set screw type pressure connectors as specified. Splices (where allowed) shall be die type compression connector and waterproof with heat shrink boot or epoxy filling. Aluminum conductors (where specified) shall employ terminations and splices specifically designed for aluminum conductors.

F. Control Conductors: Termination on saddle-type terminals shall be wired directly with a maximum of two conductors. Termination on screw type terminals shall be made with a maximum of two spade connectors. Splices (where allowed) shall be made with insulated compression type connectors.

G. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level signals): terminations same as for control conductors. Splices allowed at instrumentation terminal boxes only.

H. Except where permitted by the Engineer no splices will be allowed in manholes, handholes or other below grade located boxes.

I. Splices shall not be made in push button control stations, control devices (i.e., pressure switches, flow switches, etc), conduit bodies, etc.

J. Instrumentation cables shall be installed in rigid steel raceways as specified. All circuits shall be installed as twisted pairs or triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required.

K. Terminal blocks shall be provided at all instrument cable junction and all circuits shall be identified at such junctions.

L. Shielded instrumentation wire, shall be run without splices between instruments, terminal boxes, or panels.

M. Shields shall be grounded as recommended by the instrument manufacturer and isolated at all other locations. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Where individual circuit shielding is required, each shield circuit shall be provided with its own block.

END OF SECTION

16020-15

Needham Department of Public Works Page 56 Well #2 VFD Installation IFB 13-58-01

SECTION 16484

MOTOR CONTROL CENTER MODIFICATIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Modify the existing motor control centers as shown on the Drawings and as specified herein.

B. In all installations in which a pump with an existing motor starter is installed, the motor starter shall be replaced with a new circuit breaker as indicated on the drawings. The circuit breaker shall be connected to the VFD and motor as shown on the drawings.

1.02 SUBMITTALS

A. Submit, in accordance with Section 01300, shop drawings and product data of the follows:

1. Product data sheets and catalog numbers for overcurrent protective devices, motor starters, control relays, control stations, meters, pilot lights, etc. List all options, trip adjustments and accessories furnished specifically for this Project.

2. Provide individual bucket elementary drawings showing internal wiring and interlocking with remotely-mounted devices. Show wire and terminal number.

1.03 REFERENCE STANDARDS

A. Motor control centers shall be modified and tested in accordance with the latest editions and revisions of NEMA Standard ICS-2 and Underwriters’ Laboratories Standard No. UL-845. Equipment shall conform to ANSI C19.3 test standards and the requirements of the National Electric Code.

B. Circuit breakers shall be designed, built, and tested in accordance with the Underwriter Laboratories, Inc. UL489 and shall be so labeled. Installation shall comply with NEMA Standard for Panelboards and the National Electrical Code.

C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply.

1.04 QUALITY ASSURANCE

A. Where possible, new circuit breakers, fused switches and motor starters shall be the product of the original manufacturer of the motor control center in which they are being installed.

B. Modifications shall maintain UL listing of the equipment.

C. Modifications shall be made by a Contractor specializing in this type of work. Qualifications and experience on past similar projects shall be submitted for approval.

PART 2 PRODUCTS

2.01 GENERAL

16484-1

Needham Department of Public Works Page 57 Well #2 VFD Installation IFB 13-58-01

A. New or replacement starter units shall be furnished complete with new circuit breakers, control transformers, and overload relays. No existing parts shall be re-used unless noted otherwise.

B. Rewire the control circuits to provide the control schemes shown on the Drawings.

2.02 RATING

A. Rating

1. Component short circuit ratings shall be not be less than minimum rated device in the motor control center. The overall short circuit rating of the existing motor control center shall be maintained. Components shall be rated 600 volts.

2. The integrity of series rated devices shall be maintained. Series combinations shall be UL listed.

B. New devices installed in existing motor control centers shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. Follow the manufacturer’s recommended clearances and ventilation practices to prevent overheating and to maintain UL listing.

2.03 CONSTRUCTION

A. Enclosure

1. Provide new sheet metal cubicles and doors to match existing equipment enclosure as required. New cubicles shall be supplied by the original equipment manufacturer where possible. Where existing units are obsolete, new cubicles may be supplied by a third party vendor.

2. Provide individual, flange formed, pan type door with concealed hinges and quarter turn latches for each device compartment as required. Doors shall be removable. Door removal shall not be required to withdraw starter units or feeder tap devices.

B. Unit Compartments

1. Provide individual, isolated compartments for fixed mounted devices such as circuit breakers, cable lugs, metering, relaying and control devices. Main and bus tie circuit breakers shall be wired directly to the main horizontal bus. All bus connections shall be fully rated.

2. Provide the following features:

a. Provision to padlock removable units in a partially withdrawn TEST position, with the bus stabs disengaged.

b. Provision to padlock unit disconnect handles in the OFF position with up to three padlocks.

c. Mechanical interlock with bypass to prevent opening unit door with disconnect in the ON position, or moving disconnect to the ON position while the unit door is open.

d. Mechanical split-type terminal blocks for disconnecting external control wiring.

16482-2

Needham Department of Public Works Page 58 Well #2 VFD Installation IFB 13-58-01

e. Auxiliary contact on unit disconnect to isolate control power when fed from an external source.

f. Disconnect operating handles and control devices mounted on the removable units.

g. Compartments containing motor starters shall have wiring diagrams and heater tables fastened to the compartment door. Compartments containing panelboards shall have circuit directories fastened to the compartment door.

C. Wiring

1. Wiring: Stranded copper, minimum size No. 14 AWG, with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full rating or frame size of the connected device.

2. Identification: Numbered sleeve type wire markers at each termination point, color coding per NEMA Standards and the NEC. Foreign voltage control wiring shall be yellow.

D. Nameplates

1. Provide 1-in by 3-in engraved nameplates for new units of two ply laminated plastic, black face, white core, screw fastened to each door with stainless steel screws. Equipment names shall be as shown on the single line diagrams.

2.04 COMPONENTS

A. General

1. The drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the National Electrical Code and the manufacturer’s heater selection tables. All variations necessary to accommodate the motors and controls as actually furnished shall be made at no additional cost to the Owner.

B. Branch Circuit Feeder Breakers (Non-motor loads)

1. Molded case circuit breakers: Thermal-magnetic trip type, 600 volt, 2 or 3 pole as required, labeled in accordance with UL Standard 489. Circuit breakers shall be fully rated to meet the specified equipment short circuit rating. Provide independently adjustable magnetic trips on 225A frame breakers and larger.

C. Pilot Devices

1. Control operators: Heavy duty, full size, oiltight, with NEMA A600 contact rating. Types and quantities as shown on the Drawings.

2. Indicator lights: Full size, oiltight, low voltage, with push-to-test feature. Colors and quantities as shown on the Drawings.

2.05 SURFACE PREPARATION AND SHOP COATINGS

16482-3

Needham Department of Public Works Page 59 Well #2 VFD Installation IFB 13-58-01

A. New metal parts of the control center assembly shall be cleaned of all weld spatter and other foreign material and given a phosphatized chemical pre-treatment and two coats of primer to inhibit rust.

B. New equipment shall be finish painted with one coat of polyurethane enamel to match existing color.

C. Unpainted non-current carrying parts shall receive a protective zinc plating to prevent corrosion.

PART 3 EXECUTION

3.01 INSTALLATION

A. Modifications to existing motor control centers shall be made in accordance with manufacturer’s instructions and recommendations. Provide all hardware necessary for installation.

B. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed.

C. Touch-up damaged paint finishes.

D. Make wiring interconnections between units.

E. Cable connections to existing bus shall be made with two hole NEMA lugs. Remove busbar sections for shop drilling and re-install. Re-torque all connections. Fabricate and install any extensions

3.02 FIELD TESTING

A. Make the following minimum tests and checks before energizing modified equipment.

1. Megger buses, phase-to-phase and phase-to-ground after disconnecting devices sensitive to megger voltage.

2. Install overload heaters or adjust relays for actual motor nameplate currents. If capacitors are installed between starter and motor, use overload relay heaters based on measured motor current.

3. Check mechanical interlocks for proper operation.

4. Test ground connections for continuity and resistance.

5. Adjust unit compartment doors.

6. Check control circuit interlocking and continuity with starters in the TEST position. Provide external source of control power for this test.

7. Adjust motor circuit protectors and voltage trip devices to their correct settings.

B. In the event of an equipment fault, notify the Owner immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor, the Engineer and the equipment manufacturer’s factory service technician. Repair

16482-4

Needham Department of Public Works Page 60 Well #2 VFD Installation IFB 13-58-01

or replace the equipment as directed by the Engineer prior to placing the equipment back into service.

3.03 ADJUSTMENT

A. Test all operational features of the installed equipment to the satisfaction of the Owner. Submit a certified copy of the field inspection to the Engineer. No equipment shall be energized without the approval of the Engineer.

B. Make the following inspection, tests and adjustments:

1. Calibrate and test circuit breaker trip devices.

2. Inspect the installation for compliance with the manufacturers recommended installation practices and report all deviations to the Engineer.

3.04 CLEANING

A. Remove all rubbish and debris from inside and around the control center. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint-free rags. Do not use compressed air.

END OF SECTION

16482-5

Needham Department of Public Works Page 61 Well #2 VFD Installation IFB 13-58-01

Bid Form A: Bid Value Well #2 VFD Installation

Item Type Cost A Total Amount of Bid Based on Part 2: Scope of $ Work

B Hourly rate for any additional labor not included in the $ scope of work

C Make & Model of Proposed VFD – must include documentation including performance specifications

D Warrantee on Parts & Labor $

Bidder Acknowledges Addenda #: ______

Company Name: ______

Number of Years in Business: ______

Address: ______

Authorized Signature & Title: ______

Print Name and Title: ______

Needham Department of Public Works Page 62 Well #2 VFD Installation IFB 13-58-01

Bid Form B References Well #2 VFD Installation IFB 13-58-01

All questions must be answered and the data given must be clear and comprehensive. Please type or print legibly. If necessary, add additional sheet. This information will be utilized by the Town in determining bidder responsiveness and responsibility with regard to the requirements and specifications of the Contract.

1. COMPANY NAME: ______

2. LIST ALL CONTRACTS CURRENTLY ON HAND, SHOWING CONTRACT AMOUNT AND ANTICIPATED DATE OF COMPLETION: ______

3. HAVE YOU EVER FAILED TO COMPLETE A CONTRACT AWARDED TO YOU? [ ] YES [ ] N0 IF YES, WHERE AND WHY? ______

4. HAVE YOU EVER DEFAULTED ON A CONTRACT? [ ] YES [ ] NO IF YES, PROVIDE DETAILS. ______

5. LIST YOUR VEHICLES/EQUIPMENT AVAILABLE FOR THIS CONTRACT: ______

6. IN THE SPACES FOLLOWING, PROVIDE INFORMATION REGARDING CONTRACTS COMPLETED BY YOUR FIRM SIMILAR IN NATURE TO THE PROJECT BEING BID. A MINIMUM OF FOUR (4) CONTRACTS SHOULD BE LISTED. PUBLICLY BID CONTRACTS ARE PREFERRED, BUT NOT MANDATORY. REFERENCES SHALL BE FROM THE PAST THREE YEARS.

PROJECT NAME: ______OWNER: ______CITY/STATE: ______DOLLAR AMOUNT: $______DATE COMPLETED: _____ PUBLICLY BID? [ ] YES [ ] NO TYPE OF WORK?: ______CONTACT PERSON: ______TELEPHONE # ( ) ______CONTACT PERSON’S RELATION TO PROJECT?: ______(i.e. contract manager, purchasing agent, etc.)

Needham Department of Public Works Page 63 Well #2 VFD Installation IFB 13-58-01

PROJECT NAME: ______OWNER: ______CITY/STATE: ______DOLLAR AMOUNT: $______DATE COMPLETED: _____ PUBLICLY BID? [ ] YES [ ] NO TYPE OF WORK?:______CONTACT PERSON: ______TELEPHONE # ( ) ______CONTACT PERSON’S RELATION TO PROJECT?: ______(i.e. contract manager, purchasing agent, etc.)

PROJECT NAME: ______OWNER: ______CITY/STATE: ______DOLLAR AMOUNT: $______DATE COMPLETED: _____ PUBLICLY BID? [ ] YES [ ] NO TYPE OF WORK?: ______CONTACT PERSON: ______TELEPHONE # ( ) ______CONTACT PERSON’S RELATION TO PROJECT?: ______(i.e. contract manager, purchasing agent, etc.)

PROJECT NAME: ______OWNER: ______CITY/STATE: ______DOLLAR AMOUNT: $______DATE COMPLETED: _____ PUBLICLY BID? [ ] YES [ ] NO TYPE OF WORK?: ______CONTACT PERSON: ______TELEPHONE # ( ) ______CONTACT PERSON’S RELATION TO PROJECT?: ______(i.e. contract manager, purchasing agent, etc.)

7. The undersigned certifies that the information contained herein is complete and accurate and hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the Town of Needham in verification of the recitals comprising this statement of Bidder’s qualifications and experience.

Date: ______BIDDER: ______

SIGNATURE: ______

PRINTED NAME: ______TITLE: ______

Needham Department of Public Works Page 64 Well #2 VFD Installation IFB 13-58-01

Bid Form C BIDDER ACKNOWLEDGMENTS Well #2 VFD Installation

All questions must be answered, and the data given must be clear and comprehensive. Please type or print legibly. If necessary, add additional sheet for starred items. This information will be utilized by the Town for purposes of determining bidder responsiveness and responsibility with regard to the requirements and specifications of the Contract.

Bid Company Name: ______

Have you or anyone a party to the proposed contract ever failed to complete a contract awarded to you? YES NO If yes, when and why? Attached written explanation

Have you ever defaulted on a contract? YES NO If yes, provide details

The undersigned agrees that, if selected as Contractor, s/he will within five days, Saturdays, Sundays and legal holidays excluded, after presentation thereof by the Town, execute a contract in accordance with the terms of this bid. The undersigned hereby certifies that s/he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work and that’s/he will comply fully with all laws and regulations applicable to awards made subject to M.G.L. Chapter 30 39M.

(Name of Company)

BY: (Signature)

(Printed Name and Title of Signatory)

Business Address

(City, State Zip)

(Telephone) (FAX) ______(Email Address) (Place and Date When the Business was Organized)

If incorporated, identify the State of Incorporation and Date: STATE OF INCORPORATION (DATE) ( * attach certificate of authority, if applicable If the bidder is a partnership, give full names and residential addresses of all partners; and if an individual, give residential address if different from business address.

(Date this bid was submitted)

Needham Department of Public Works Page 65 Well #2 VFD Installation IFB 13-58-01

Bid Form D CERTIFICATE OF COMPLIANCE WITH MASSACHUSETTS TAX LAWS Well #2 VFD Installation IFB 13-58-01

Pursuant to Massachusetts General Laws, chapter 62C, section 49A, the undersigned acting on behalf of the Bidder*, certifies under the penalties of perjury that to my best knowledge and belief, the Bidder* is in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support.

Individual

______Signature Date

______Name (please type or print)

______Social Security Number

Corporate

______Corporate Name (please type or print)

______Signature of Corporate Officer Date

______Name of Corporate Officer (please type or print)

______Title (please type or print)

______Taxpayer Identification Number

* As used in this certification, the word "Bidder" shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals

Needham Department of Public Works Page 66 Well #2 VFD Installation IFB 13-58-01

Bid Form E CERTIFICATE OF GOOD FAITH Well #2 VFD Installation IFB 13-58-01

The undersigned hereby certifies that s/he will comply with all laws and regulations applicable to awards made subject to Massachusetts General Laws, Chapter 30 Section 39M.

The undersigned certifies under penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this paragraph the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity.

______Signature of individual submitting the bid

______Individual Full Name (Print/Type)

______Name of Business (Print/Type) (Date)

THIS FORM MUST BE COMPLETED AND FILED WITH THE SUBMISSION

Needham Department of Public Works Page 67 Well #2 VFD Installation IFB 13-58-01

Bid Form F IFB 13-58-01 OSHA CERTIFICATION

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

______certifies that: (Name of Authorized Representative of Contractor)

All employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and shall furnish documentation of successful completion of said course with the first certified payroll report for each employee.

______(Signature of Authorized Representative of Contractor)

______(Company Name)

Needham Department of Public Works Page 68 Well #2 VFD Installation IFB 13-58-01

CERTIFICATE OF AUTHORITY CORPORATE

1. I hereby certify that I am the Clerk/Secretary of ______(insert full name of Corporation)

2. corporation, and that ______(insert the name of officer who signed the contract and bonds.)

3. is the duly elected ______(insert the title of the officer in line 2)

4. of said corporation, and that on ______(insert a date that is ON OR BEFORE the date the officer signed the contract and bonds. )

at a duly authorized meeting of the Board of Directors of said corporation, at which all the directors were present or waived notice, it was voted that

5. ______the ______(insert name from line 2) (insert title from line 3)

of this corporation be and hereby is authorized to execute contracts and bonds in the name and on behalf of said corporation, and affix its Corporate Seal thereto, and such execution of any contract of obligation in this corporation’s name and on its behalf, with or without the Corporate Seal, shall be valid and binding upon this corporation; and that the above vote has not been amended or rescinded and remains in full force and effect as of the date set forth below.

6. ATTEST: ______AFFIX CORPORATE (Signature of Clerk or Secretary) * SEAL HERE

7. Name: ______(Please print or type name in line 6) *

8. Date: ______(insert a date that is ON OR AFTER the date the officer signed the contract and bonds.)

The name and signature inserted in lines 6 & 7 must be that of the Clerk or Secretary of the corporation.

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 Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY HEATHER E. ROWE Lt. Governor Director

Awarding Authority: Town of Needham Contract Number: 13-58-01 City/Town: NEEDHAM Description of Work: Furnish and install a new variable frequency drive at Well #2 for the Town of Needham

Job Location: Charles River Water Treatment Facility

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 must be registered with the Massachusetts Division of Apprenticeship Training (DAT) in order to be paid at the lower apprentice rates. All apprentices must keep his/her apprentice identification card on his/her person during all work hours. If a worker is not registered with DAT, he/she must be paid the "total rate" listed on the wage schedule regardless of experience or skills. • 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: 12/26/2012 Wage Request Number: 20121224-004 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment Construction (2 AXLE) DRIVER - EQUIPMENT 12/01/2012 $31.55 $8.91 $8.00 $0.00 $48.46 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

(3 AXLE) DRIVER - EQUIPMENT 12/01/2012 $31.62 $8.91 $8.00 $0.00 $48.53 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

(4 & 5 AXLE) DRIVER - EQUIPMENT 12/01/2012 $31.74 $8.91 $8.00 $0.00 $48.65 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

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 12/01/2012 $30.35 $7.10 $11.55 $0.00 $49.00 LABORERS - ZONE 2 06/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 $0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 $0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 $0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER"

ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 12/01/2012 $29.08 $10.40 $5.95 $0.00 $45.43 ASBESTOS WORKERS LOCAL 6 (BOSTON) 06/01/2013 $29.88 $10.40 $5.95 $0.00 $46.23 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 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 2 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment BACKHOE/FRONT-END LOADER 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BARCO-TYPE JUMPING TAMPER 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

BLOCK PAVER, RAMMER / CURB SETTER 12/01/2012 $30.35 $7.10 $11.55 $0.00 $49.00 LABORERS - ZONE 2 06/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 $0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 $0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 $0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER"

BOILER MAKER 01/01/2010 $37.70 $6.97 $11.18 $0.00 $55.85 BOILERMAKERS LOCAL 29

Apprentice - BOILERMAKER - Local 29

Effective Date - 01/01/2010 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $24.51 $6.97 $11.18 $0.00 $42.66 2 65 $24.51 $6.97 $11.18 $0.00 $42.66 3 70 $26.39 $6.97 $11.18 $0.00 $44.54 4 75 $28.28 $6.97 $11.18 $0.00 $46.43 5 80 $30.16 $6.97 $11.18 $0.00 $48.31 6 85 $32.05 $6.97 $11.18 $0.00 $50.20 7 90 $33.93 $6.97 $11.18 $0.00 $52.08 8 95 $35.82 $6.97 $11.18 $0.00 $53.97

Notes:

Apprentice to Journeyworker Ratio:1:5

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 3 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 08/01/2012 $47.41 $10.18 $17.25 $0.00 $74.84 WATERPROOFING) $17.25 $0.00 BRICKLAYERS LOCAL 3 (NEWTON) 02/01/2013 $47.99 $10.18 $75.42 08/01/2013 $48.89 $10.18 $17.32 $0.00 $76.39 02/01/2014 $49.45 $10.18 $17.32 $0.00 $76.95 08/01/2014 $50.35 $10.18 $17.39 $0.00 $77.92 02/01/2015 $50.91 $10.18 $17.39 $0.00 $78.48 08/01/2015 $51.81 $10.18 $17.46 $0.00 $79.45 02/01/2016 $52.38 $10.18 $17.46 $0.00 $80.02 08/01/2016 $53.28 $10.18 $17.54 $0.00 $81.00 02/01/2017 $53.85 $10.18 $17.54 $0.00 $81.57

Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Newton

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.71 $10.18 $17.25 $0.00 $51.14 2 60 $28.45 $10.18 $17.25 $0.00 $55.88 3 70 $33.19 $10.18 $17.25 $0.00 $60.62 4 80 $37.93 $10.18 $17.25 $0.00 $65.36 5 90 $42.67 $10.18 $17.25 $0.00 $70.10

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.00 $10.18 $17.25 $0.00 $51.43 2 60 $28.79 $10.18 $17.25 $0.00 $56.22 3 70 $33.59 $10.18 $17.25 $0.00 $61.02 4 80 $38.39 $10.18 $17.25 $0.00 $65.82 5 90 $43.19 $10.18 $17.25 $0.00 $70.62

Notes:

Apprentice to Journeyworker Ratio:1:5

BULLDOZER/GRADER/SCRAPER 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CAISSON & UNDERPINNING BOTTOM MAN 12/01/2012 $33.45 $7.10 $12.60 $0.00 $53.15 LABORERS - FOUNDATION AND MARINE 06/01/2013 $34.20 $7.10 $12.60 $0.00 $53.90 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"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 4 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment CAISSON & UNDERPINNING LABORER 12/01/2012 $32.30 $7.10 $12.60 $0.00 $52.00 LABORERS - FOUNDATION AND MARINE 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 For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING TOP MAN 12/01/2012 $32.30 $7.10 $12.60 $0.00 $52.00 LABORERS - FOUNDATION AND MARINE 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 For apprentice rates see "Apprentice- LABORER"

CARBIDE CORE DRILL OPERATOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

CARPENTER 03/01/2012 $33.03 $9.80 $15.61 $0.00 $58.44 CARPENTERS -ZONE 2 (Eastern Massachusetts)

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 5 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - CARPENTER - Zone 2 Eastern MA

Effective Date - 03/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.52 $9.80 $1.57 $0.00 $27.89 2 60 $19.82 $9.80 $1.57 $0.00 $31.19 3 70 $23.12 $9.80 $10.90 $0.00 $43.82 4 75 $24.77 $9.80 $10.90 $0.00 $45.47 5 80 $26.42 $9.80 $12.47 $0.00 $48.69 6 80 $26.42 $9.80 $12.47 $0.00 $48.69 7 90 $29.73 $9.80 $14.04 $0.00 $53.57 8 90 $29.73 $9.80 $14.04 $0.00 $53.57

Notes:

Apprentice to Journeyworker Ratio:1:5

CEMENT MASONRY/PLASTERING 08/01/2012 $42.42 $10.50 $18.61 $1.30 $72.83 BRICKLAYERS LOCAL 3 (NEWTON) 02/01/2013 $42.87 $10.50 $18.61 $1.30 $73.28 08/01/2013 $43.62 $10.50 $18.61 $1.30 $74.03 02/01/2014 $44.05 $10.50 $18.61 $1.30 $74.46 08/01/2014 $44.80 $10.50 $18.61 $1.30 $75.21 02/01/2015 $45.23 $10.50 $18.61 $1.30 $75.64 08/01/2015 $45.98 $10.50 $18.61 $1.30 $76.39 02/01/2016 $46.43 $10.50 $18.61 $1.30 $76.84 08/01/2016 $47.18 $10.50 $18.61 $1.30 $77.59 02/01/2017 $47.63 $10.50 $18.61 $1.30 $78.04

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 6 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - CEMENT MASONRY/PLASTERING - Eastern Mass

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.21 $10.50 $12.11 $1.30 $45.12 2 60 $25.45 $10.50 $13.61 $1.30 $50.86 3 65 $27.57 $10.50 $14.61 $1.30 $53.98 4 70 $29.69 $10.50 $15.61 $1.30 $57.10 5 75 $31.82 $10.50 $16.61 $1.30 $60.23 6 80 $33.94 $10.50 $17.61 $1.30 $63.35 7 90 $38.18 $10.50 $18.61 $1.30 $68.59

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.44 $10.50 $12.11 $1.30 $45.35 2 60 $25.72 $10.50 $13.61 $1.30 $51.13 3 65 $27.87 $10.50 $14.61 $1.30 $54.28 4 70 $30.01 $10.50 $15.61 $1.30 $57.42 5 75 $32.15 $10.50 $16.61 $1.30 $60.56 6 80 $34.30 $10.50 $17.61 $1.30 $63.71 7 90 $38.58 $10.50 $18.61 $1.30 $68.99

Notes: Steps are 6000 hours

Apprentice to Journeyworker Ratio:1:3

CHAIN SAW OPERATOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 12/01/2012 $41.09 $10.00 $13.02 $0.00 $64.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $41.87 $10.00 $13.02 $0.00 $64.89 12/01/2013 $42.65 $10.00 $13.02 $0.00 $65.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

COMPRESSOR OPERATOR 12/01/2012 $28.17 $10.00 $13.02 $0.00 $51.19 OPERATING ENGINEERS LOCAL 4 06/01/2013 $28.72 $10.00 $13.02 $0.00 $51.74 12/01/2013 $29.27 $10.00 $13.02 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DELEADER (BRIDGE) 07/01/2012 $44.51 $7.80 $15.10 $0.00 $67.41 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 7 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 - BRIDGES/TANKS

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 $0.00 $0.00 $30.06 2 55 $24.48 $7.80 $3.38 $0.00 $35.66 3 60 $26.71 $7.80 $3.69 $0.00 $38.20 4 65 $28.93 $7.80 $4.00 $0.00 $40.73 5 70 $31.16 $7.80 $13.26 $0.00 $52.22 6 75 $33.38 $7.80 $13.56 $0.00 $54.74 7 80 $35.61 $7.80 $13.87 $0.00 $57.28 8 90 $40.06 $7.80 $14.49 $0.00 $62.35

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: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

DEMO: ADZEMAN 12/01/2011 $31.80 $7.10 $12.45 $0.00 $51.35 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2011 $32.80 $7.10 $12.45 $0.00 $52.35 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

DEMO: BURNERS 12/01/2011 $32.55 $7.10 $12.45 $0.00 $52.10 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

DEMO: CONCRETE CUTTER/SAWYER 12/01/2011 $32.80 $7.10 $12.45 $0.00 $52.35 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

DEMO: JACKHAMMER OPERATOR 12/01/2011 $32.55 $7.10 $12.45 $0.00 $52.10 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

DEMO: WRECKING LABORER 12/01/2011 $31.80 $7.10 $12.45 $0.00 $51.35 LABORERS - ZONE 2

For apprentice rates see "Apprentice- LABORER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 8 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment DIRECTIONAL DRILL MACHINE OPERATOR 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $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 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 (EFFLUENT) 08/01/2012 $58.80 $9.80 $17.67 $0.00 $86.27 PILE DRIVER LOCAL 56 (ZONE 1) 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 $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 DRAWBRIDGE OPERATOR (Construction) 09/01/2012 $42.81 $13.00 $14.13 $0.00 $69.94 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 For apprentice rates see "Apprentice- ELECTRICIAN"

ELECTRICIAN 09/01/2012 $42.81 $13.00 $14.13 $0.00 $69.94 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: 12/26/2012 Wage Request Number: 20121224-004 Page 9 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - ELECTRICIAN - Local 103

Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.12 $13.00 $0.51 $0.00 $30.63 2 40 $17.12 $13.00 $0.51 $0.00 $30.63 3 45 $19.26 $13.00 $10.52 $0.00 $42.78 4 45 $19.26 $13.00 $10.52 $0.00 $42.78 5 50 $21.41 $13.00 $10.84 $0.00 $45.25 6 55 $23.55 $13.00 $11.18 $0.00 $47.73 7 60 $25.69 $13.00 $11.50 $0.00 $50.19 8 65 $27.83 $13.00 $11.84 $0.00 $52.67 9 70 $29.97 $13.00 $12.16 $0.00 $55.13 10 75 $32.11 $13.00 $12.49 $0.00 $57.60

Effective Date - 03/01/2013 Supplemental Step percent 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

Notes: : App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80

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: 12/26/2012 Wage Request Number: 20121224-004 Page 10 of 42 Supplemental Classification Effective Date Base Wage Health Pension 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

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

Apprentice to Journeyworker Ratio:1:1

ELEVATOR CONSTRUCTOR HELPER 01/01/2012 $38.59 $8.78 $6.96 $0.00 $54.33 ELEVATOR CONSTRUCTORS LOCAL 4

FENCE & GUARD RAIL ERECTOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 11/01/2012 $38.26 $10.00 $12.65 $0.00 $60.91 OPERATING ENGINEERS LOCAL 4 05/01/2013 $38.87 $10.00 $12.65 $0.00 $61.52 11/01/2013 $39.63 $10.00 $12.65 $0.00 $62.28 05/01/2014 $40.40 $10.00 $12.65 $0.00 $63.05 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 11/01/2012 $39.66 $10.00 $12.65 $0.00 $62.31 OPERATING ENGINEERS LOCAL 4 05/01/2013 $40.28 $10.00 $12.65 $0.00 $62.93 11/01/2013 $41.05 $10.00 $12.65 $0.00 $63.70 05/01/2014 $41.82 $10.00 $12.65 $0.00 $64.47 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 11/01/2012 $21.18 $10.00 $12.65 $0.00 $43.83 OPERATING ENGINEERS LOCAL 4 05/01/2013 $21.54 $10.00 $12.65 $0.00 $44.19 11/01/2013 $22.00 $10.00 $12.65 $0.00 $44.65 05/01/2014 $22.45 $10.00 $12.65 $0.00 $45.10 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 11 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment FIRE ALARM INSTALLER 09/01/2012 $42.81 $13.00 $14.13 $0.00 $69.94 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 For apprentice rates see "Apprentice- ELECTRICIAN"

FIRE ALARM REPAIR / MAINTENANCE 09/01/2012 $32.11 $13.00 $12.49 $0.00 $57.60 / COMMISSIONINGELECTRICIANS $12.51 $0.00 LOCAL 103 03/01/2013 $32.64 $13.00 $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 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN"

FIREMAN (ASST. ENGINEER) 12/01/2012 $33.61 $10.00 $13.02 $0.00 $56.63 OPERATING ENGINEERS LOCAL 4 06/01/2013 $34.26 $10.00 $13.02 $0.00 $57.28 12/01/2013 $34.92 $10.00 $13.02 $0.00 $57.94 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FLAGGER & SIGNALER 12/01/2012 $20.50 $7.10 $11.55 $0.00 $39.15 LABORERS - ZONE 2 06/01/2013 $20.50 $7.10 $11.55 $0.00 $39.15 12/01/2013 $20.50 $7.10 $11.55 $0.00 $39.15 06/01/2014 $20.50 $7.10 $11.55 $0.00 $39.15 12/01/2014 $20.50 $7.10 $11.55 $0.00 $39.15 06/01/2015 $20.50 $7.10 $11.55 $0.00 $39.15 12/01/2015 $20.50 $7.10 $11.55 $0.00 $39.15 06/01/2016 $20.50 $7.10 $11.55 $0.00 $39.15 12/01/2016 $20.50 $7.10 $11.55 $0.00 $39.15 For apprentice rates see "Apprentice- LABORER"

FLOORCOVERER 03/01/2012 $37.20 $9.80 $16.61 $0.00 $63.61 FLOORCOVERERS LOCAL 2168 ZONE I

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 12 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - FLOORCOVERER - Local 2168 Zone I

Effective Date - 03/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.60 $9.80 $1.79 $0.00 $30.19 2 55 $20.46 $9.80 $1.79 $0.00 $32.05 3 60 $22.32 $9.80 $11.24 $0.00 $43.36 4 65 $24.18 $9.80 $11.24 $0.00 $45.22 5 70 $26.04 $9.80 $13.03 $0.00 $48.87 6 75 $27.90 $9.80 $13.03 $0.00 $50.73 7 80 $29.76 $9.80 $14.82 $0.00 $54.38 8 85 $31.62 $9.80 $14.82 $0.00 $56.24

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

FORK LIFT/CHERRY PICKER 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GENERATOR/LIGHTING PLANT/HEATERS 12/01/2012 $28.17 $10.00 $13.02 $0.00 $51.19 OPERATING ENGINEERS LOCAL 4 06/01/2013 $28.72 $10.00 $13.02 $0.00 $51.74 12/01/2013 $29.27 $10.00 $13.02 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 07/01/2012 $34.51 $7.80 $14.60 $0.00 $56.91 SYSTEMS) $14.60 $0.00 GLAZIERS LOCAL 35 (ZONE 2) 01/01/2013 $35.51 $7.80 $57.91

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 13 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - GLAZIER - Local 35 Zone 2

Effective Date - 07/01/2012 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 $3.25 $0.00 $30.03 3 60 $20.71 $7.80 $3.54 $0.00 $32.05 4 65 $22.43 $7.80 $3.84 $0.00 $34.07 5 70 $24.16 $7.80 $12.83 $0.00 $44.79 6 75 $25.88 $7.80 $13.13 $0.00 $46.81 7 80 $27.61 $7.80 $13.42 $0.00 $48.83 8 90 $31.06 $7.80 $14.01 $0.00 $52.87

Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.76 $7.80 $0.00 $0.00 $25.56 2 55 $19.53 $7.80 $3.25 $0.00 $30.58 3 60 $21.31 $7.80 $3.54 $0.00 $32.65 4 65 $23.08 $7.80 $3.84 $0.00 $34.72 5 70 $24.86 $7.80 $12.83 $0.00 $45.49 6 75 $26.63 $7.80 $13.13 $0.00 $47.56 7 80 $28.41 $7.80 $13.42 $0.00 $49.63 8 90 $31.96 $7.80 $14.01 $0.00 $53.77

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

HOISTING ENGINEER/CRANES/GRADALLS 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 14 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - OPERATING ENGINEERS - Local 4

Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.05 $10.00 $0.00 $0.00 $32.05 2 60 $24.05 $10.00 $13.02 $0.00 $47.07 3 65 $26.06 $10.00 $13.02 $0.00 $49.08 4 70 $28.06 $10.00 $13.02 $0.00 $51.08 5 75 $30.07 $10.00 $13.02 $0.00 $53.09 6 80 $32.07 $10.00 $13.02 $0.00 $55.09 7 85 $34.08 $10.00 $13.02 $0.00 $57.10 8 90 $36.08 $10.00 $13.02 $0.00 $59.10

Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $22.48 $10.00 $0.00 $0.00 $32.48 2 60 $24.52 $10.00 $13.02 $0.00 $47.54 3 65 $26.57 $10.00 $13.02 $0.00 $49.59 4 70 $28.61 $10.00 $13.02 $0.00 $51.63 5 75 $30.65 $10.00 $13.02 $0.00 $53.67 6 80 $32.70 $10.00 $13.02 $0.00 $55.72 7 85 $34.74 $10.00 $13.02 $0.00 $57.76 8 90 $36.78 $10.00 $13.02 $0.00 $59.80

Notes:

Apprentice to Journeyworker Ratio:1:6

HVAC (DUCTWORK) 08/01/2012 $41.10 $9.82 $18.24 $2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 - A 02/01/2013 $42.35 $9.82 $18.24 $2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (ELECTRICAL CONTROLS) 09/01/2012 $42.81 $13.00 $14.13 $0.00 $69.94 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 For apprentice rates see "Apprentice- ELECTRICIAN"

HVAC (TESTING AND BALANCING - AIR) 08/01/2012 $41.10 $9.82 $18.24 $2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 - A 02/01/2013 $42.35 $9.82 $18.24 $2.11 $72.52 For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (TESTING AND BALANCING -WATER) 09/01/2012 $48.09 $8.75 $14.39 $0.00 $71.23 PIPEFITTERS LOCAL 537 03/01/2013 $49.34 $8.75 $14.39 $0.00 $72.48 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 15 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment HVAC MECHANIC 09/01/2012 $48.09 $8.75 $14.39 $0.00 $71.23 PIPEFITTERS LOCAL 537 03/01/2013 $49.34 $8.75 $14.39 $0.00 $72.48 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HYDRAULIC DRILLS 12/01/2012 $30.35 $7.10 $11.55 $0.00 $49.00 LABORERS - ZONE 2 06/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 12/01/2013 $31.35 $7.10 $11.55 $0.00 $50.00 06/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 12/01/2014 $32.35 $7.10 $11.55 $0.00 $51.00 06/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 12/01/2015 $33.35 $7.10 $11.55 $0.00 $52.00 06/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 12/01/2016 $34.60 $7.10 $11.55 $0.00 $53.25 For apprentice rates see "Apprentice- LABORER"

INSULATOR (PIPES & TANKS) 09/01/2012 $41.46 $10.65 $11.50 $0.00 $63.61 ASBESTOS WORKERS LOCAL 6 (BOSTON) 09/01/2013 $43.06 $10.65 $11.50 $0.00 $65.21 09/01/2014 $45.06 $10.65 $11.50 $0.00 $67.21

Apprentice - ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Boston

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 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.53 $10.65 $8.60 $0.00 $40.78 2 60 $25.84 $10.65 $9.18 $0.00 $45.67 3 70 $30.14 $10.65 $9.76 $0.00 $50.55 4 80 $34.45 $10.65 $10.34 $0.00 $55.44

Notes: Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

IRONWORKER/WELDER 09/16/2012 $38.98 $7.70 $18.35 $0.00 $65.03 IRONWORKERS LOCAL 7 (BOSTON AREA) 03/16/2013 $40.23 $7.70 $18.35 $0.00 $66.28

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 16 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - IRONWORKER - Local 7 Boston

Effective Date - 09/16/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $23.39 $7.70 $18.35 $0.00 $49.44 2 70 $27.29 $7.70 $18.35 $0.00 $53.34 3 75 $29.24 $7.70 $18.35 $0.00 $55.29 4 80 $31.18 $7.70 $18.35 $0.00 $57.23 5 85 $33.13 $7.70 $18.35 $0.00 $59.18 6 90 $35.08 $7.70 $18.35 $0.00 $61.13

Effective Date - 03/16/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $24.14 $7.70 $18.35 $0.00 $50.19 2 70 $28.16 $7.70 $18.35 $0.00 $54.21 3 75 $30.17 $7.70 $18.35 $0.00 $56.22 4 80 $32.18 $7.70 $18.35 $0.00 $58.23 5 85 $34.20 $7.70 $18.35 $0.00 $60.25 6 90 $36.21 $7.70 $18.35 $0.00 $62.26

Notes: ** Structural 1:6; Ornamental 1:4

Apprentice to Journeyworker Ratio:**

JACKHAMMER & PAVING BREAKER OPERATOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

LABORER 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 17 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - LABORER - Zone 2

Effective Date - 12/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $17.76 $7.10 $11.55 $0.00 $36.41 2 70 $20.72 $7.10 $11.55 $0.00 $39.37 3 80 $23.68 $7.10 $11.55 $0.00 $42.33 4 90 $26.64 $7.10 $11.55 $0.00 $45.29

Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $18.06 $7.10 $11.55 $0.00 $36.71 2 70 $21.07 $7.10 $11.55 $0.00 $39.72 3 80 $24.08 $7.10 $11.55 $0.00 $42.73 4 90 $27.09 $7.10 $11.55 $0.00 $45.74

Notes:

Apprentice to Journeyworker Ratio:1:5

LABORER: CARPENTER TENDER 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 For apprentice rates see "Apprentice- LABORER"

LABORER: CEMENT FINISHER TENDER 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $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: 12/26/2012 Wage Request Number: 20121224-004 Page 18 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment LABORER: MASON TENDER 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

LABORER: MULTI-TRADE TENDER 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 For apprentice rates see "Apprentice- LABORER"

LABORER: TREE REMOVER 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $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 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 19 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment MARBLE & TILE FINISHERS 08/01/2012 $36.20 $10.18 $16.04 $0.00 $62.42 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $36.67 $10.18 $16.04 $0.00 $62.89 08/01/2013 $37.38 $10.18 $16.11 $0.00 $63.67 02/01/2014 $37.83 $10.18 $16.11 $0.00 $64.12 08/01/2014 $38.54 $10.18 $16.18 $0.00 $64.90 02/01/2015 $38.99 $10.18 $16.18 $0.00 $65.35 08/01/2015 $39.70 $10.18 $16.25 $0.00 $66.13 02/01/2016 $40.15 $10.18 $16.25 $0.00 $66.58 08/01/2016 $40.85 $10.18 $16.33 $0.00 $67.36 02/01/2017 $41.31 $10.18 $16.33 $0.00 $67.82

Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.10 $10.18 $16.04 $0.00 $44.32 2 60 $21.72 $10.18 $16.04 $0.00 $47.94 3 70 $25.34 $10.18 $16.04 $0.00 $51.56 4 80 $28.96 $10.18 $16.04 $0.00 $55.18 5 90 $32.58 $10.18 $16.04 $0.00 $58.80

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.34 $10.18 $16.04 $0.00 $44.56 2 60 $22.00 $10.18 $16.04 $0.00 $48.22 3 70 $25.67 $10.18 $16.04 $0.00 $51.89 4 80 $29.34 $10.18 $16.04 $0.00 $55.56 5 90 $33.00 $10.18 $16.04 $0.00 $59.22

Notes:

Apprentice to Journeyworker Ratio:1:3

MARBLE MASONS,TILELAYERS & TERRAZZO MECH 08/01/2012 $47.45 $10.18 $17.25 $0.00 $74.88 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $48.03 $10.18 $17.25 $0.00 $75.46 08/01/2013 $48.93 $10.18 $17.32 $0.00 $76.43 02/01/2014 $49.49 $10.18 $17.32 $0.00 $76.99 08/01/2014 $50.39 $10.18 $17.39 $0.00 $77.96 02/01/2015 $50.95 $10.18 $17.39 $0.00 $78.52 08/01/2015 $51.85 $10.18 $17.46 $0.00 $79.49 02/01/2016 $52.42 $10.18 $17.46 $0.00 $80.06 08/01/2016 $53.32 $10.18 $17.54 $0.00 $81.04 02/01/2017 $53.89 $10.18 $17.54 $0.00 $81.61

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 20 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.73 $10.18 $17.25 $0.00 $51.16 2 60 $28.47 $10.18 $17.25 $0.00 $55.90 3 70 $33.22 $10.18 $17.25 $0.00 $60.65 4 80 $37.96 $10.18 $17.25 $0.00 $65.39 5 90 $42.71 $10.18 $17.25 $0.00 $70.14

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.02 $10.18 $17.25 $0.00 $51.45 2 60 $28.82 $10.18 $17.25 $0.00 $56.25 3 70 $33.62 $10.18 $17.25 $0.00 $61.05 4 80 $38.42 $10.18 $17.25 $0.00 $65.85 5 90 $43.23 $10.18 $17.25 $0.00 $70.66

Notes:

Apprentice to Journeyworker Ratio:1:5

MECH. SWEEPER OPERATOR (ON CONST. SITES) 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MECHANICS MAINTENANCE 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MILLWRIGHT (Zone 1) 04/01/2011 $33.57 $8.67 $15.61 $0.00 $57.85 MILLWRIGHTS LOCAL 1121 - Zone 1

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 21 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - MILLWRIGHT - Local 1121 Zone 1

Effective Date - 04/01/2011 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.79 $8.67 $11.64 $0.00 $37.10 2 55 $18.46 $8.67 $11.64 $0.00 $38.77 3 60 $20.14 $8.67 $13.23 $0.00 $42.04 4 65 $21.82 $8.67 $13.23 $0.00 $43.72 5 70 $23.50 $8.67 $14.02 $0.00 $46.19 6 75 $25.18 $8.67 $14.02 $0.00 $47.87 7 80 $26.86 $8.67 $14.82 $0.00 $50.35 8 85 $28.53 $8.67 $14.82 $0.00 $52.02

Notes:

Apprentice to Journeyworker Ratio:1:5

MORTAR MIXER 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

OILER (OTHER THAN TRUCK CRANES,GRADALLS) 12/01/2012 $21.28 $10.00 $13.02 $0.00 $44.30 OPERATING ENGINEERS LOCAL 4 06/01/2013 $21.70 $10.00 $13.02 $0.00 $44.72 12/01/2013 $22.12 $10.00 $13.02 $0.00 $45.14 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OILER (TRUCK CRANES, GRADALLS) 12/01/2012 $24.62 $10.00 $13.02 $0.00 $47.64 OPERATING ENGINEERS LOCAL 4 06/01/2013 $25.10 $10.00 $13.02 $0.00 $48.12 12/01/2013 $25.59 $10.00 $13.02 $0.00 $48.61 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OTHER POWER DRIVEN EQUIPMENT - CLASS II 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PAINTER (BRIDGES/TANKS) 07/01/2012 $44.51 $7.80 $15.10 $0.00 $67.41 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $45.01 $7.80 $15.60 $0.00 $68.41

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 22 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 - BRIDGES/TANKS

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.26 $7.80 $0.00 $0.00 $30.06 2 55 $24.48 $7.80 $3.38 $0.00 $35.66 3 60 $26.71 $7.80 $3.69 $0.00 $38.20 4 65 $28.93 $7.80 $4.00 $0.00 $40.73 5 70 $31.16 $7.80 $13.26 $0.00 $52.22 6 75 $33.38 $7.80 $13.56 $0.00 $54.74 7 80 $35.61 $7.80 $13.87 $0.00 $57.28 8 90 $40.06 $7.80 $14.49 $0.00 $62.35

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: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, NEW) * 07/01/2012 $35.41 $7.80 $15.10 $0.00 $58.31 * If 30% or more of surfaces to be painted are new construction, 01/01/2013 $35.91 $7.80 $15.60 $0.00 $59.31 NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 23 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - New

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.71 $7.80 $0.00 $0.00 $25.51 2 55 $19.48 $7.80 $3.38 $0.00 $30.66 3 60 $21.25 $7.80 $3.69 $0.00 $32.74 4 65 $23.02 $7.80 $4.00 $0.00 $34.82 5 70 $24.79 $7.80 $13.26 $0.00 $45.85 6 75 $26.56 $7.80 $13.56 $0.00 $47.92 7 80 $28.33 $7.80 $13.87 $0.00 $50.00 8 90 $31.87 $7.80 $14.49 $0.00 $54.16

Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.96 $7.80 $0.00 $0.00 $25.76 2 55 $19.75 $7.80 $3.52 $0.00 $31.07 3 60 $21.55 $7.80 $3.84 $0.00 $33.19 4 65 $23.34 $7.80 $4.16 $0.00 $35.30 5 70 $25.14 $7.80 $13.68 $0.00 $46.62 6 75 $26.93 $7.80 $14.00 $0.00 $48.73 7 80 $28.73 $7.80 $14.32 $0.00 $50.85 8 90 $32.32 $7.80 $14.96 $0.00 $55.08

Notes:

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, REPAINT) 07/01/2012 $33.47 $7.80 $15.10 $0.00 $56.37 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $33.97 $7.80 $15.60 $0.00 $57.37

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 24 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.74 $7.80 $0.00 $0.00 $24.54 2 55 $18.41 $7.80 $3.38 $0.00 $29.59 3 60 $20.08 $7.80 $3.69 $0.00 $31.57 4 65 $21.76 $7.80 $4.00 $0.00 $33.56 5 70 $23.43 $7.80 $13.26 $0.00 $44.49 6 75 $25.10 $7.80 $13.56 $0.00 $46.46 7 80 $26.78 $7.80 $13.87 $0.00 $48.45 8 90 $30.12 $7.80 $14.49 $0.00 $52.41

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:

Apprentice to Journeyworker Ratio:1:1

PAINTER (TRAFFIC MARKINGS) 12/01/2012 $29.60 $7.10 $11.55 $0.00 $48.25 LABORERS - ZONE 2 06/01/2013 $30.10 $7.10 $11.55 $0.00 $48.75 12/01/2013 $30.60 $7.10 $11.55 $0.00 $49.25 06/01/2014 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2014 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2015 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2015 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2016 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2016 $33.85 $7.10 $11.55 $0.00 $52.50 For Apprentice rates see "Apprentice- LABORER"

PAINTER / TAPER (BRUSH, NEW) * 07/01/2012 $34.01 $7.80 $15.10 $0.00 $56.91 * If 30% or more of surfaces to be painted are new construction, 01/01/2013 $34.51 $7.80 $15.60 $0.00 $57.91 NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 25 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER - Local 35 Zone 2 - BRUSH NEW

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $17.01 $7.80 $0.00 $0.00 $24.81 2 55 $18.71 $7.80 $3.38 $0.00 $29.89 3 60 $20.41 $7.80 $3.69 $0.00 $31.90 4 65 $22.11 $7.80 $4.00 $0.00 $33.91 5 70 $23.81 $7.80 $13.26 $0.00 $44.87 6 75 $25.51 $7.80 $13.56 $0.00 $46.87 7 80 $27.21 $7.80 $13.87 $0.00 $48.88 8 90 $30.61 $7.80 $14.49 $0.00 $52.90

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 Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, REPAINT) 07/01/2012 $32.07 $7.80 $15.10 $0.00 $54.97 PAINTERS LOCAL 35 - ZONE 2 01/01/2013 $32.57 $7.80 $15.60 $0.00 $55.97

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 26 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 2 - BRUSH REPAINT

Effective Date - 07/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.04 $7.80 $0.00 $0.00 $23.84 2 55 $17.64 $7.80 $3.38 $0.00 $28.82 3 60 $19.24 $7.80 $3.69 $0.00 $30.73 4 65 $20.85 $7.80 $4.00 $0.00 $32.65 5 70 $22.45 $7.80 $13.26 $0.00 $43.51 6 75 $24.05 $7.80 $13.56 $0.00 $45.41 7 80 $25.66 $7.80 $13.87 $0.00 $47.33 8 90 $28.86 $7.80 $14.49 $0.00 $51.15

Effective Date - 01/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $16.29 $7.80 $0.00 $0.00 $24.09 2 55 $17.91 $7.80 $3.52 $0.00 $29.23 3 60 $19.54 $7.80 $3.84 $0.00 $31.18 4 65 $21.17 $7.80 $4.16 $0.00 $33.13 5 70 $22.80 $7.80 $13.68 $0.00 $44.28 6 75 $24.43 $7.80 $14.00 $0.00 $46.23 7 80 $26.06 $7.80 $14.32 $0.00 $48.18 8 90 $29.31 $7.80 $14.96 $0.00 $52.07

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PANEL & PICKUP TRUCKS DRIVER 12/01/2012 $31.38 $8.91 $8.00 $0.00 $48.29 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2012 $39.20 $9.80 $17.67 $0.00 $66.67 DECK) $17.67 $0.00 PILE DRIVER LOCAL 56 (ZONE 1) 08/01/2013 $40.70 $9.80 $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 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: 12/26/2012 Wage Request Number: 20121224-004 Page 27 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PILE DRIVER - Local 56 Zone 1

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:

Apprentice to Journeyworker Ratio:1:3

PIPEFITTER & STEAMFITTER 09/01/2012 $48.09 $8.75 $14.39 $0.00 $71.23 PIPEFITTERS LOCAL 537 03/01/2013 $49.34 $8.75 $14.39 $0.00 $72.48

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 28 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PIPEFITTER - Local 537

Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $19.24 $8.75 $6.50 $0.00 $34.49 2 45 $21.64 $8.75 $14.39 $0.00 $44.78 3 60 $28.85 $8.75 $14.39 $0.00 $51.99 4 70 $33.66 $8.75 $14.39 $0.00 $56.80 5 80 $38.47 $8.75 $14.39 $0.00 $61.61

Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $19.74 $8.75 $6.50 $0.00 $34.99 2 45 $22.20 $8.75 $14.39 $0.00 $45.34 3 60 $29.60 $8.75 $14.39 $0.00 $52.74 4 70 $34.54 $8.75 $14.39 $0.00 $57.68 5 80 $39.47 $8.75 $14.39 $0.00 $62.61

Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. Refrig/AC Mechanic **1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) Apprentice to Journeyworker Ratio:**

PIPELAYER 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

PLUMBERS & GASFITTERS 09/01/2012 $48.06 $9.32 $13.29 $0.00 $70.67 PLUMBERS & GASFITTERS LOCAL 12 03/01/2013 $49.31 $9.32 $13.29 $0.00 $71.92

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 29 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PLUMBER/GASFITTER - Local 12

Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $16.82 $9.32 $4.97 $0.00 $31.11 2 40 $19.22 $9.32 $5.61 $0.00 $34.15 3 55 $26.43 $9.32 $7.53 $0.00 $43.28 4 65 $31.24 $9.32 $8.81 $0.00 $49.37 5 75 $36.05 $9.32 $10.09 $0.00 $55.46

Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $17.26 $9.32 $4.97 $0.00 $31.55 2 40 $19.72 $9.32 $5.61 $0.00 $34.65 3 55 $27.12 $9.32 $7.53 $0.00 $43.97 4 65 $32.05 $9.32 $8.81 $0.00 $50.18 5 75 $36.98 $9.32 $10.09 $0.00 $56.39

Notes: ** 1:2; 2:6; 3:10; 4:14; 5:19/Steps are 1 yr Step4 with lic$53.29 Step5 with lic$59.49 Apprentice to Journeyworker Ratio:**

PNEUMATIC CONTROLS (TEMP.) 09/01/2012 $48.09 $8.75 $14.39 $0.00 $71.23 PIPEFITTERS LOCAL 537 03/01/2013 $49.34 $8.75 $14.39 $0.00 $72.48 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

PNEUMATIC DRILL/TOOL OPERATOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

POWDERMAN & BLASTER 12/01/2012 $30.60 $7.10 $11.55 $0.00 $49.25 LABORERS - ZONE 2 06/01/2013 $31.10 $7.10 $11.55 $0.00 $49.75 12/01/2013 $31.60 $7.10 $11.55 $0.00 $50.25 06/01/2014 $32.10 $7.10 $11.55 $0.00 $50.75 12/01/2014 $32.60 $7.10 $11.55 $0.00 $51.25 06/01/2015 $33.10 $7.10 $11.55 $0.00 $51.75 12/01/2015 $33.60 $7.10 $11.55 $0.00 $52.25 06/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 12/01/2016 $34.85 $7.10 $11.55 $0.00 $53.50 For apprentice rates see "Apprentice- LABORER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 30 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment POWER SHOVEL/DERRICK/TRENCHING MACHINE 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (CONCRETE) 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (DEWATERING, OTHER) 12/01/2012 $28.17 $10.00 $13.02 $0.00 $51.19 OPERATING ENGINEERS LOCAL 4 06/01/2013 $28.72 $10.00 $13.02 $0.00 $51.74 12/01/2013 $29.27 $10.00 $13.02 $0.00 $52.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

READY-MIX CONCRETE DRIVER 05/01/2011 $28.03 $7.75 $5.91 $0.00 $41.69 TEAMSTERS LOCAL 25b

RECLAIMERS 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $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 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

ROLLER/SPREADER/MULCHING MACHINE 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 08/01/2012 $36.41 $10.50 $10.70 $0.00 $57.61 ROOFERS LOCAL 33 02/01/2013 $37.41 $10.50 $10.70 $0.00 $58.61

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 31 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - ROOFER - Local 33

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.21 $10.50 $3.38 $0.00 $32.09 2 60 $21.85 $10.50 $10.70 $0.00 $43.05 3 65 $23.67 $10.50 $10.70 $0.00 $44.87 4 75 $27.31 $10.50 $10.70 $0.00 $48.51 5 85 $30.95 $10.50 $10.70 $0.00 $52.15

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 $10.50 $10.70 $0.00 $43.65 3 65 $24.32 $10.50 $10.70 $0.00 $45.52 4 75 $28.06 $10.50 $10.70 $0.00 $49.26 5 85 $31.80 $10.50 $10.70 $0.00 $53.00

Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs.

Apprentice to Journeyworker Ratio:**

ROOFER SLATE / TILE / PRECAST CONCRETE 08/01/2012 $36.66 $10.50 $10.70 $0.00 $57.86 ROOFERS LOCAL 33 02/01/2013 $37.66 $10.50 $10.70 $0.00 $58.86 For apprentice rates see "Apprentice- ROOFER"

SHEETMETAL WORKER 08/01/2012 $41.10 $9.82 $18.24 $2.08 $71.24 SHEETMETAL WORKERS LOCAL 17 - A 02/01/2013 $42.35 $9.82 $18.24 $2.11 $72.52

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 32 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - SHEET METAL WORKER - Local 17-A

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.44 $9.82 $4.00 $0.00 $30.26 2 40 $16.44 $9.82 $4.00 $0.00 $30.26 3 45 $18.50 $9.82 $8.00 $1.09 $37.41 4 45 $18.50 $9.82 $8.00 $1.09 $37.41 5 50 $20.55 $9.82 $8.75 $1.17 $40.29 6 50 $20.55 $9.82 $9.00 $1.18 $40.55 7 60 $24.66 $9.82 $10.24 $1.34 $46.06 8 65 $26.72 $9.82 $10.99 $1.43 $48.96 9 75 $30.83 $9.82 $12.49 $1.59 $54.73 10 85 $34.94 $9.82 $13.49 $1.75 $60.00

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $16.94 $9.82 $4.00 $0.00 $30.76 2 40 $16.94 $9.82 $4.00 $0.00 $30.76 3 45 $19.06 $9.82 $8.00 $1.11 $37.99 4 45 $19.06 $9.82 $8.00 $1.11 $37.99 5 50 $21.18 $9.82 $8.75 $1.19 $40.94 6 50 $21.18 $9.82 $9.00 $1.20 $41.20 7 60 $25.41 $9.82 $10.24 $1.36 $46.83 8 65 $27.53 $9.82 $10.99 $1.45 $49.79 9 75 $31.76 $9.82 $12.49 $1.62 $55.69 10 85 $36.00 $9.82 $13.49 $1.78 $61.09

Notes: Steps are 6 mos.

Apprentice to Journeyworker Ratio:1:4

SIGN ERECTOR 06/01/2012 $25.37 $6.82 $6.85 $0.00 $39.04 PAINTERS LOCAL 35 - ZONE 2 06/01/2013 $25.81 $7.07 $7.05 $0.00 $39.93

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 33 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - SIGN ERECTOR - Local 35 Zone 2

Effective Date - 06/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.69 $6.82 $0.00 $0.00 $19.51 2 55 $13.95 $6.82 $2.35 $0.00 $23.12 3 60 $15.22 $6.82 $2.35 $0.00 $24.39 4 65 $16.49 $6.82 $2.35 $0.00 $25.66 5 70 $17.76 $6.82 $6.85 $0.00 $31.43 6 75 $19.03 $6.82 $6.85 $0.00 $32.70 7 80 $20.30 $6.82 $6.85 $0.00 $33.97 8 85 $21.56 $6.82 $6.85 $0.00 $35.23 9 90 $22.83 $6.82 $6.85 $0.00 $36.50

Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 $0.00 $0.00 $19.98 2 55 $14.20 $7.07 $2.45 $0.00 $23.72 3 60 $15.49 $7.07 $2.45 $0.00 $25.01 4 65 $16.78 $7.07 $2.45 $0.00 $26.30 5 70 $18.07 $7.07 $7.05 $0.00 $32.19 6 75 $19.36 $7.07 $7.05 $0.00 $33.48 7 80 $20.65 $7.07 $7.05 $0.00 $34.77 8 85 $21.94 $7.07 $7.05 $0.00 $36.06 9 90 $23.23 $7.07 $7.05 $0.00 $37.35

Notes: Steps are 4 mos.

Apprentice to Journeyworker Ratio:1:1

SPECIALIZED EARTH MOVING EQUIP < 35 TONS 12/01/2012 $31.84 $8.91 $8.00 $0.00 $48.75 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

SPECIALIZED EARTH MOVING EQUIP > 35 TONS 12/01/2012 $32.13 $8.91 $8.00 $0.00 $49.04 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

SPRINKLER FITTER 09/01/2012 $51.73 $8.42 $12.45 $0.00 $72.60 SPRINKLER FITTERS LOCAL 550 - (Section A) 03/01/2013 $52.73 $8.42 $12.45 $0.00 $73.60

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 34 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - SPRINKLER FITTER - Local 550

Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $18.11 $8.42 $7.85 $0.00 $34.38 2 40 $20.69 $8.42 $7.85 $0.00 $36.96 3 45 $23.28 $8.42 $7.85 $0.00 $39.55 4 50 $25.87 $8.42 $7.85 $0.00 $42.14 5 55 $28.45 $8.42 $7.85 $0.00 $44.72 6 60 $31.04 $8.42 $7.85 $0.00 $47.31 7 65 $33.62 $8.42 $7.85 $0.00 $49.89 8 70 $36.21 $8.42 $7.85 $0.00 $52.48 9 75 $38.80 $8.42 $7.85 $0.00 $55.07 10 80 $41.38 $8.42 $7.85 $0.00 $57.65

Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $18.46 $8.42 $7.85 $0.00 $34.73 2 40 $21.09 $8.42 $7.85 $0.00 $37.36 3 45 $23.73 $8.42 $7.85 $0.00 $40.00 4 50 $26.37 $8.42 $7.85 $0.00 $42.64 5 55 $29.00 $8.42 $7.85 $0.00 $45.27 6 60 $31.64 $8.42 $7.85 $0.00 $47.91 7 65 $34.27 $8.42 $7.85 $0.00 $50.54 8 70 $36.91 $8.42 $7.85 $0.00 $53.18 9 75 $39.55 $8.42 $7.85 $0.00 $55.82 10 80 $42.18 $8.42 $7.85 $0.00 $58.45

Notes: Steps are 850 hours

Apprentice to Journeyworker Ratio:1:1

STEAM BOILER OPERATOR 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 35 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TELECOMMUNICATION TECHNICIAN 09/01/2012 $32.11 $13.00 $12.49 $0.00 $57.60 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 TECHNICIAN - Local 103

Effective Date - 09/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $12.84 $13.00 $0.39 $0.00 $26.23 2 40 $12.84 $13.00 $0.39 $0.00 $26.23 3 45 $14.45 $13.00 $9.77 $0.00 $37.22 4 45 $14.45 $13.00 $9.77 $0.00 $37.22 5 50 $16.06 $13.00 $10.02 $0.00 $39.08 6 55 $17.66 $13.00 $10.27 $0.00 $40.93 7 60 $19.27 $13.00 $10.52 $0.00 $42.79 8 65 $20.87 $13.00 $10.77 $0.00 $44.64 9 70 $22.48 $13.00 $11.02 $0.00 $46.50 10 75 $24.08 $13.00 $11.26 $0.00 $48.34

Effective Date - 03/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $13.06 $13.00 $0.39 $0.00 $26.45 2 40 $13.06 $13.00 $0.39 $0.00 $26.45 3 45 $14.69 $13.00 $9.78 $0.00 $37.47 4 45 $14.69 $13.00 $9.78 $0.00 $37.47 5 50 $16.32 $13.00 $10.03 $0.00 $39.35 6 55 $17.95 $13.00 $10.28 $0.00 $41.23 7 60 $19.58 $13.00 $10.53 $0.00 $43.11 8 65 $21.22 $13.00 $10.78 $0.00 $45.00 9 70 $22.85 $13.00 $11.03 $0.00 $46.88 10 75 $24.48 $13.00 $11.28 $0.00 $48.76

Notes:

Apprentice to Journeyworker Ratio:1:1

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 36 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TERRAZZO FINISHERS 08/01/2012 $46.35 $10.18 $17.25 $0.00 $73.78 BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2013 $46.93 $10.18 $17.25 $0.00 $74.36 08/01/2013 $47.83 $10.18 $17.32 $0.00 $75.33 02/01/2014 $48.39 $10.18 $17.32 $0.00 $75.89 08/01/2014 $49.29 $10.18 $17.39 $0.00 $76.86 02/01/2015 $49.85 $10.18 $17.39 $0.00 $77.42 08/01/2015 $50.75 $10.18 $17.46 $0.00 $78.39 02/01/2016 $51.32 $10.18 $17.46 $0.00 $78.96 08/01/2016 $52.22 $10.18 $17.54 $0.00 $79.94 02/01/2017 $52.79 $10.18 $17.54 $0.00 $80.51

Apprentice - TERRAZZO FINISHER - Local 3 Marble & Tile

Effective Date - 08/01/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.18 $10.18 $17.25 $0.00 $50.61 2 60 $27.81 $10.18 $17.25 $0.00 $55.24 3 70 $32.45 $10.18 $17.25 $0.00 $59.88 4 80 $37.08 $10.18 $17.25 $0.00 $64.51 5 90 $41.72 $10.18 $17.25 $0.00 $69.15

Effective Date - 02/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.47 $10.18 $17.25 $0.00 $50.90 2 60 $28.16 $10.18 $17.25 $0.00 $55.59 3 70 $32.85 $10.18 $17.25 $0.00 $60.28 4 80 $37.54 $10.18 $17.25 $0.00 $64.97 5 90 $42.24 $10.18 $17.25 $0.00 $69.67

Notes:

Apprentice to Journeyworker Ratio:1:3

TEST BORING DRILLER 12/01/2012 $37.30 $7.10 $12.60 $0.00 $57.00 LABORERS - FOUNDATION AND MARINE 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 For apprentice rates see "Apprentice- LABORER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 37 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TEST BORING DRILLER HELPER 12/01/2012 $32.42 $7.10 $12.60 $0.00 $52.12 LABORERS - FOUNDATION AND MARINE 06/01/2013 $33.17 $7.10 $12.60 $0.00 $52.87 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 12/01/2012 $32.30 $7.10 $12.60 $0.00 $52.00 LABORERS - FOUNDATION AND MARINE 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 For apprentice rates see "Apprentice- LABORER"

TRACTORS/PORTABLE STEAM GENERATORS 12/01/2012 $39.72 $10.00 $13.02 $0.00 $62.74 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.49 $10.00 $13.02 $0.00 $63.51 12/01/2013 $41.27 $10.00 $13.02 $0.00 $64.29 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TRAILERS FOR EARTH MOVING EQUIPMENT 12/01/2012 $32.42 $9.07 $8.00 $0.00 $49.49 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

TUNNEL WORK - COMPRESSED AIR 12/01/2012 $44.58 $7.10 $13.00 $0.00 $64.68 LABORERS (COMPRESSED AIR) 06/01/2013 $45.33 $7.10 $13.00 $0.00 $65.43 12/01/2013 $46.08 $7.10 $13.00 $0.00 $66.18 06/01/2014 $46.83 $7.10 $13.00 $0.00 $66.93 12/01/2014 $47.58 $7.10 $13.00 $0.00 $67.68 06/01/2015 $48.33 $7.10 $13.00 $0.00 $68.43 12/01/2015 $49.08 $7.10 $13.00 $0.00 $69.18 06/01/2016 $49.83 $7.10 $13.00 $0.00 $69.93 12/01/2016 $50.83 $7.10 $13.00 $0.00 $70.93 For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 12/01/2012 $46.58 $7.10 $13.00 $0.00 $66.68 LABORERS (COMPRESSED AIR) 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 For apprentice rates see "Apprentice- LABORER"

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 38 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TUNNEL WORK - FREE AIR 12/01/2012 $36.65 $7.10 $13.00 $0.00 $56.75 LABORERS (FREE AIR TUNNEL) 06/01/2013 $37.40 $7.10 $13.00 $0.00 $57.50 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) 12/01/2012 $38.65 $7.10 $13.00 $0.00 $58.75 LABORERS (FREE AIR TUNNEL) 06/01/2013 $39.40 $7.10 $13.00 $0.00 $59.50 12/01/2013 $40.15 $7.10 $13.00 $0.00 $60.25 06/01/2014 $40.90 $7.10 $13.00 $0.00 $61.00 12/01/2014 $41.65 $7.10 $13.00 $0.00 $61.75 06/01/2015 $42.40 $7.10 $13.00 $0.00 $62.50 12/01/2015 $43.15 $7.10 $13.00 $0.00 $63.25 06/01/2016 $43.90 $7.10 $13.00 $0.00 $64.00 12/01/2016 $44.90 $7.10 $13.00 $0.00 $65.00 For apprentice rates see "Apprentice- LABORER"

VAC-HAUL 12/01/2012 $31.84 $8.91 $8.00 $0.00 $48.75 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A

WAGON DRILL OPERATOR 12/01/2012 $29.85 $7.10 $11.55 $0.00 $48.50 LABORERS - ZONE 2 06/01/2013 $30.35 $7.10 $11.55 $0.00 $49.00 12/01/2013 $30.85 $7.10 $11.55 $0.00 $49.50 06/01/2014 $31.35 $7.10 $11.55 $0.00 $50.00 12/01/2014 $31.85 $7.10 $11.55 $0.00 $50.50 06/01/2015 $32.35 $7.10 $11.55 $0.00 $51.00 12/01/2015 $32.85 $7.10 $11.55 $0.00 $51.50 06/01/2016 $33.35 $7.10 $11.55 $0.00 $52.00 12/01/2016 $34.10 $7.10 $11.55 $0.00 $52.75 For apprentice rates see "Apprentice- LABORER"

WASTE WATER PUMP OPERATOR 12/01/2012 $40.09 $10.00 $13.02 $0.00 $63.11 OPERATING ENGINEERS LOCAL 4 06/01/2013 $40.87 $10.00 $13.02 $0.00 $63.89 12/01/2013 $41.65 $10.00 $13.02 $0.00 $64.67 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

WATER METER INSTALLER 09/01/2012 $48.06 $9.32 $13.29 $0.00 $70.67 PLUMBERS & GASFITTERS LOCAL 12 03/01/2013 $49.31 $9.32 $13.29 $0.00 $71.92 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" Outside Electrical - East CABLE TECHNICIAN (Power Zone) 09/03/2012 $25.18 $7.95 $4.42 $0.00 $37.55 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $25.18 $8.20 $4.17 $0.00 $37.55 09/01/2013 $25.66 $8.70 $4.48 $0.00 $38.84 For apprentice rates see "Apprentice- LINEMAN"

CABLEMAN (Underground Ducts & Cables) 09/03/2012 $35.67 $7.95 $5.23 $0.00 $48.85 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $35.67 $8.20 $4.98 $0.00 $48.85 09/01/2013 $36.55 $8.70 $6.58 $0.00 $51.83

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 39 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN CDL 09/03/2012 $29.38 $7.95 $5.93 $0.00 $43.26 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $29.38 $8.20 $5.68 $0.00 $43.26 09/01/2013 $29.94 $8.70 $6.05 $0.00 $44.69 For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) 09/03/2012 $23.08 $7.95 $4.19 $0.00 $35.22 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $23.08 $8.20 $3.94 $0.00 $35.22 09/01/2013 $23.52 $8.70 $5.24 $0.00 $37.46 For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class A CDL) 09/03/2012 $35.67 $7.95 $9.23 $0.00 $52.85 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $35.67 $8.20 $8.98 $0.00 $52.85 09/01/2013 $36.35 $8.70 $9.43 $0.00 $54.48 For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class B CDL) 09/03/2012 $31.48 $7.95 $6.44 $0.00 $45.87 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $31.48 $8.20 $6.19 $0.00 $45.87 09/01/2013 $32.08 $8.70 $6.59 $0.00 $47.37 For apprentice rates see "Apprentice- LINEMAN"

GROUNDMAN 09/03/2012 $23.08 $7.95 $3.67 $0.00 $34.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $23.08 $8.20 $3.42 $0.00 $34.70 09/01/2013 $23.52 $8.70 $3.72 $0.00 $35.94 For apprentice rates see "Apprentice- LINEMAN"

GROUNDMAN -Inexperienced (<2000 Hrs.) 09/03/2012 $18.89 $7.95 $2.86 $0.00 $29.70 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $18.89 $8.20 $2.61 $0.00 $29.70 09/01/2013 $19.25 $8.70 $2.85 $0.00 $30.80 For apprentice rates see "Apprentice- LINEMAN"

JOURNEYMAN LINEMAN 09/03/2012 $41.97 $7.95 $10.56 $0.00 $60.48 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 03/03/2013 $41.97 $8.20 $10.31 $0.00 $60.48 09/01/2013 $42.77 $8.70 $11.78 $0.00 $63.25

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 40 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - LINEMAN (Outside Electrical) - East Local 104

Effective Date - 09/03/2012 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $25.18 $7.95 $3.22 $0.00 $36.35 2 65 $27.28 $7.95 $3.66 $0.00 $38.89 3 70 $29.38 $7.95 $4.36 $0.00 $41.69 4 75 $31.48 $7.95 $5.06 $0.00 $44.49 5 80 $33.58 $7.95 $5.76 $0.00 $47.29 6 85 $35.67 $7.95 $6.47 $0.00 $50.09 7 90 $37.77 $7.95 $7.66 $0.00 $53.38

Effective Date - 03/03/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $25.18 $8.20 $2.97 $0.00 $36.35 2 65 $27.28 $8.20 $3.41 $0.00 $38.89 3 70 $29.38 $8.20 $4.11 $0.00 $41.69 4 75 $31.48 $8.20 $4.81 $0.00 $44.49 5 80 $33.58 $8.20 $5.51 $0.00 $47.29 6 85 $35.67 $8.20 $6.22 $0.00 $50.09 7 90 $37.77 $8.20 $7.41 $0.00 $53.38

Notes:

Apprentice to Journeyworker Ratio:1:2

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 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

TREE TRIMMER 02/01/2009 $16.59 $2.42 $0.00 $0.00 $19.01 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

This classification applies only to the trimming of branches on and around utility lines. TREE TRIMMER GROUNDMAN 02/01/2009 $14.64 $2.42 $0.00 $0.00 $17.06 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

This classification applies only to the trimming of branches on and around utility lines.

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 41 of 42 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Additional Apprentice Information:

Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. 11E-11L.

All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L.

All steps are six months (1000 hours) unless otherwise specified.

* Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc.

Issue Date: 12/26/2012 Wage Request Number: 20121224-004 Page 42 of 42

SHORT FORM AGREEMENT CONTRACT NO. 13-58-01 BETWEEN TOWN AND CONTRACTOR (M.G.L. 30, 39M)

THIS AGREEMENT for Well #2 VFD Installation (hereinafter the Project) is made the_____ day of , 2012, by and between (insert contractor’s name) ______a corporation (or partnership, etc.) organized under the laws of the Commonwealth of Massachusetts (or the state of ______), with a usual place of business at (insert contractor’s address, state & zip code) ______(hereinafter called the Contractor), and the Town of Needham, a municipal corporation duly organized under the laws of the Commonwealth of Massachusetts, acting through its Town Manager, (hereinafter referred to as the Town).

WITNESSETH that the Contractor and the Town, for the consideration hereinafter named, agree as follows:

In all respects, this Contract shall be governed by and performed consistently with all laws of the Commonwealth of Massachusetts for public construction contracts including but not limited to Mass. Gen. Laws ch. 7, 10, 30, 44 and 149. The provisions of the Massachusetts General Laws regarding public construction shall take precedence over any and all other Contract provisions or documents. Any conflicts among provisions and/or between documents shall be resolved and/or interpreted according to the Massachusetts General Laws. The Contractor warrants that it is familiar with and agrees to abide by all laws of the Commonwealth of Massachusetts.

ARTICLE 1. CONTRACT DOCUMENTS

The Contract Documents consist of the following, and in the event of conflicts or discrepancies among them, they shall be interpreted on the basis of the following priorities:

FIRST This Agreement;

SECOND The Contractor's Bid or Proposal;

THIRD The Invitation for Bids, Bid Specifications, Proposals and Request for Proposals with purchase description;

FOURTH Drawings required for the project, if applicable;

FIFTH Copies of all required bonds, certificates of insurance, and licenses required under the contract;

EACH OF WHICH IS ATTACHED HERETO. These documents form the entire agreement between the parties and there are no other agreements between the parties. Any amendment or modification to this agreement must be in writing and signed by an official with the authority to bind the Town.

ARTICLE 2. SCOPE OF THE WORK

The Contractor shall furnish all materials, labor, equipment and perform all work shown on the contract documents, and the Contractor agrees to do everything required by this Agreement and the contract documents.

ARTICLE 3. TERM OF AGREEMENT

This Agreement shall be for a term of ______(insert time period), commencing on ______and ending on ______, unless sooner completed and subject to annual appropriation. This Agreement shall not be renewed or extended unless provisions for renewal or extension were contained in the Request for Proposals, in which event the Agreement may be extended or renewed at the sole option of the Town, and upon the terms described therein. The maximum term of this contract is ______.

ARTICLE 4. THE CONTRACT SUM

The Town shall pay the Contractor for the performance of this Agreement a sum NOT TO EXCEED $ ______( dollars), including all reimbursable expenses based on unit prices on bid form.

ARTICLE 5. PAYMENT a) The Town shall make payment as follows:

On a monthly basis, thirty days after receipt of an invoice for work performed or materials supplied the previous month Town shall pay the Contractor ninety percent of the invoice. Upon completion of the work, thirty days after receipt of an invoice for final payment, the Town shall pay the Contractor all amounts due under the contract, including the retainage. b) With any invoice the Contractor shall submit evidence satisfactory to the Town that the goods or supplies have been delivered, or that the work has been completed and that all payrolls, material bills and other indebtedness connected with the work has been paid. The billings shall include, if applicable, all charges for consultants, subcontractors, plans, equipment, models, renderings, travel, reproductions, postage and delivery, and all other expenses. There shall not be any markup for overhead, administration or profit for any of the above-listed services. c) If for any reason the Town makes a payment under this Contract in error, the Town may recover the amount overpaid or, if applicable, may apply any overpayment to a future installment payment. d) Invoices for services procured under this contract are to be sent to:

Attn: ______Title:______

2

Public Works Department 500 Dedham Avenue Needham, Massachusetts 02492

e) The Town is not responsible for payment of invoices sent to an address other than specified in 5.d of this Agreement.

ARTICLE 5A. PROMPT PAYMENT DISCOUNTS

The Vendor will allow a ______% prompt payment discount for payment made by the Town within ______days from the date of receipt of the invoice, or the date of the receipt of the product or services, whichever occurs later. Prompt Payment Discounts are not required but if not offering a discount, indicate by writing “zero”. Payment terms for the Town of Needham are net 30 days.

ARTICLE 6. PAYMENT OF SUBCONTRACTORS

In accordance with Mass. Gen. L. Ch. 30, Sec. 39F, the following subparagraphs (a) through (i) are binding between the general Contractor and each subcontractor:

(a) Forthwith after the general Contractor receives payment on account of a periodic estimate, the general Contractor shall pay to each subcontractor the amount paid for the labor performed and the materials furnished by that subcontractor, less any amount specified in any court proceedings barring such payment and also less any amount claimed due from the subcontractor by the general Contractor.

(b) Not later than the sixty-fifth day after each subcontractor substantially completes his work in accordance with the plans and specifications, the entire balance due under the subcontract less amounts retained by the awarding authority as the estimated cost of completing the incomplete and unsatisfactory items of work shall be due the subcontractor; and the awarding authority shall pay that amount to the general Contractor. The general Contractor shall forthwith pay to the subcontractor the full amount received from the awarding authority less any amount specified in any court proceedings barring such payment and also less any amount claimed due from the subcontractor by the general Contractor.

(c) Each payment made by the awarding authority to the general Contractor pursuant to subparagraphs (a) and (b) of this paragraph for the labor performed and the materials furnished by a subcontractor shall be made to the general Contractor for the account of that subcontractor; and the awarding authority shall take reasonable steps to compel the general Contractor to make each such payment to each such subcontractor. If the awarding authority has received a demand for direct payment from a subcontractor for any amount which has already been included in a payment to the general Contractor or which is to be included in a payment to the general Contractor for payment to the subcontractor as provided in subparagraphs (a) and (b), the awarding authority shall act upon the demand as provided in this section.

(d) If, within seventy days after the subcontractor has substantially completed the subcontract work, the subcontractor has not received from the general Contractor the balance due

3

under the subcontract, including any amount due for extra labor and materials furnished to the general Contractor, less any amount retained by the awarding authority as the estimated cost of completing the incomplete and unsatisfactory items of work, the subcontractor may demand direct payment of that balance from the awarding authority. The demand shall be by a sworn statement delivered to or sent by certified mail to the awarding authority, and a copy shall be delivered to or sent by certified mail to the general Contractor at the same time. The demand shall contain a detailed breakdown of the balance due under the subcontract and also a statement of the status of completion of the subcontract work. Any demand made after substantial completion of the subcontract work shall be valid even if delivered or mailed prior to the seventieth day after the subcontractor has substantially completed the subcontract work. Within ten days after the subcontractor has delivered or so mailed the demand to the awarding authority and delivered or so mailed a copy to the general Contractor, the general Contractor may reply to the demand. The reply shall be by a sworn statement delivered to or sent by certified mail to the awarding authority and a copy shall be delivered to or sent by certified mail to the subcontractor at the same time. The reply shall contain a detailed breakdown of the balance due under the subcontract including any amount due for extra labor and materials furnished to the general Contractor and of the amount due for each claim made by the general Contractor against the subcontractor.

(e) Within fifteen days after receipt of the demand by the awarding authority, but in no event prior to the seventieth day after substantial completion of the subcontract work, the awarding authority shall make direct payment to the subcontractor of the balance due under the subcontract including any amount due for extra labor and materials furnished to the general Contractor, less any amount (i) retained by the awarding authority as the estimated cost of completing the incomplete or unsatisfactory items of work, (ii) specified in any court proceedings barring such payment, or (iii) disputed by the general Contractor in the sworn reply; provided, that the awarding authority shall not deduct from a direct payment any amount as provided in part (iii) if the reply is not sworn to, or for which the sworn reply does not contain the detailed breakdown required by subparagraph (d). The awarding authority shall make further direct payments to the subcontractor forthwith after removal of the basis for deductions from direct payments made as provided in parts (i) and (ii) of this subparagraph.

(f) The awarding authority shall forthwith deposit the amount deducted from a direct payment as provided in part (iii) of subparagraph (e) in an interest-bearing joint account in the names of the general Contractor and the subcontractor in a bank in Massachusetts selected by the awarding authority or agreed upon by the general Contractor and the subcontractor, and shall notify the general Contractor and the subcontractor of the date of the deposit and the bank receiving the deposit. The bank shall pay the amount in the account, including accrued interest, as provided in an agreement between the general Contractor and the subcontractor or as determined by decree of a court of competent jurisdiction.

(g) All direct payments and all deductions from demands for direct payments deposited in an interest-bearing account or accounts in a bank pursuant to subparagraph (f) shall be made out of amounts payable to the general Contractor at the time of receipt of a demand for direct payment from a subcontractor and out of amounts which later become payable to the general Contractor and in the order of receipt of such demands from subcontractors.

4

All direct payments shall discharge the obligation of the awarding authority to the general Contractor to the extent of such payment.

(h) The awarding authority shall deduct from payments to a general Contractor amounts which, together with the deposits in interest-bearing accounts pursuant to subparagraph (f), are sufficient to satisfy all unpaid balances of demands for direct payment received from subcontractors. All such amounts shall be earmarked for such direct payments, and the subcontractors shall have a right in such deductions prior to any claims against such amounts by creditors of the general Contractor.

(i) If the subcontractor does not receive payment as provided in subparagraph (a) or if the general Contractor does not submit a periodic estimate for the value of the labor or materials performed or furnished by the subcontractor and the subcontractor does not receive payment for same when due less the deductions provided for in subparagraph (a), the subcontractor may demand direct payment by following the procedure in subparagraph (d) and the general Contractor may file a sworn reply as provided in that same subparagraph. A demand made after the first day of the month following that for which the subcontractor performed or furnished the labor and materials for which the subcontractor seeks payment shall be valid even if delivered or mailed prior to the time payment was due on a periodic estimate from the general Contractor. Thereafter the awarding authority shall proceed as provided in subparagraphs (e), (f), (g) and (h).

ARTICLE 7. ADJUSTMENT OF CONTRACT PRICE WHERE SITE CONDITIONS DIFFER SUBSTANTIALLY OR MATERIALLY FROM CONDITIONS INDICATED IN PLANS OR CONTRACT DOCUMENTS

As required by G.L. Ch. 30, Section 39N, the parties hereby agree:

If, during the progress of the work, the contractor or the awarding authority discovers that the actual subsurface or latent physical conditions encountered at the site differ substantially or materially from those shown on the plans or indicated in the contract documents either the contractor or the contracting authority may request an equitable adjustment in the contract price of the contract applying to work affected by the differing site conditions. A request for such an adjustment shall be in writing and shall be delivered by the party making such claim to the other party as soon as possible after such conditions are discovered. Upon receipt of such a claim from a contractor, or upon its own initiative, the contracting authority shall make an investigation of such physical conditions, and, if they differ substantially or materially from those shown on the plans or indicated in the contract documents or from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the plans and contract documents and are of such a nature as to cause an increase or decrease in the cost of performance of the work or a change in the construction methods required for the performance of the work which results in an increase or decrease in the cost of the work, the contracting authority shall make an equitable adjustment in the contract price and the contract shall be modified in writing accordingly.

ARTICLE 8. AWARDING AUTHORITY MAY ORDER GENERAL CONTRACTOR TO SUSPEND, DELAY, ETC. WORK; ADJUSTMENT IN CONTRACT PRICE; SUBMISSION OF CLAIMS

5

Pursuant to G.L. c. 30, Section 39O:

(a) The awarding authority may order the general contractor in writing to suspend, delay, or interrupt all or any part of the work for such period of time as it may determine to be appropriate for the convenience of the awarding authority; provide however, that if there is a suspension, delay or interruption for fifteen days or more or due to a failure of the awarding authority to act within the time specified in this contract, the awarding authority shall make an adjustment in the contract price for any increase in the cost of performance of this contract but shall not include any profit to the general contractor on such increase; and provided further, that the awarding authority shall not make any adjustment in the contract price under this provision for any suspension, delay, interruption or failure to act to the extent that such is due to any cause for which this contract provides for an equitable adjustment of the contract price under any other contract provisions.

(b) The general contractor must submit the amount of a claim under provisions (a) to the awarding authority in writing as soon as practicable after the end of the suspension, delay, interruption or failure to act and, in any event, not later that the date of final payment under this contract and, except for costs due to a suspension order, the awarding authority shall not approve any costs in the claim incurred more than twenty days before the general contractor notified the awarding authority in writing of the act of failure to involved in the claim.

(c) In the event a suspension, delay, interruption or failure to act of the awarding authority increases the cost of performance to any subcontractor, the subcontractor shall have the same rights against the general contractor for payment for an increase in the cost of his performance as provisions (a) and (b) give the general contractor against the awarding authority, but nothing in provisions (a) and (b) shall in any way change, modify or alter any other rights which the general contractor or the subcontractor may have against each other.

ARTICLE 9. EMPLOY COMPETENT PEOPLE

The Contractor shall employ only competent people to do the work. Whenever the Town shall notify the Contractor in writing that any person under the Contractor’s employ is, in the Town’s opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, or not employed in accordance with the provisions of this Agreement, such person shall be discharged from the work and shall not again be employed on the Project, except with the consent of the Town.

ARTICLE 10. NONPERFORMANCE

In the case of any default on the part of the Contractor with respect to any of the terms of this Agreement, the Town shall give written notice thereof, and if said default is not made good within such time as the Town shall specify in writing, the Town shall notify the Contractor in writing that there has been a breach of the Agreement and thereafter the Town shall have the right to secure the completion of the work remaining to be done on such terms and in such manner as the Town shall determine, and the Contractor shall pay for the completion of such work and reimburse the Town for all expenses incurred by reason of said breach. The

6

Contractor in case of such breach shall be entitled to receive payment only for work completed satisfactorily prior to said breach, so long as the total paid hereunder does not exceed the Contract sum, and the amount of any balance due the Contractor shall be determined by the TOWN and certified to the Contractor. The Town shall be reimbursed by the Contractor for the cost of additional services required by the Town in the case of a breach.

ARTICLE 11. TERMINATION

This Agreement may be terminated by either party upon not less than seven days written notice should the other party substantially fail to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination.

ARTICLE 12. SUBCONTRACTING

The Contractor shall not subcontract any of the work, which it is required to perform under this Contract to any corporation, entity or person without the prior written approval of the Town.

ARTICLE 13. NOTICE

All notices required to be given under this Agreement shall be given in writing and shall be effective upon receipt by hand delivery or certified mail to:

The Town of Needham: Richard P. Merson, Director Public Works Department 500 Dedham Avenue, PO Box 920364 Needham, MA 02492-0005

The Town of Needham: Kate Fitzpatrick, Town Manager 1471 Highland Avenue Needham, MA 02492

* Notices to the Town of Needham must be sent to BOTH of the above in order to be effective *

The Contractor: Name Title Company Address

ARTICLE 14. CONTRACT CONDITIONS SPECIFICALLY REQUIRED BY LAW a) Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. b) Pursuant to Mass. Gen. L. Ch. 30, § 39M, an item shall be considered equal to the item so named or described if, in the opinion of the awarding authority: (1) it is at least equal in quality, durability, appearance, strength and design, (2) it will perform at least equally the

7

function imposed by the general design for the public work being contracted for or the material being purchased, and (3) it conforms substantially, even with deviations, to the detailed requirements for the item in the said specifications. c) Pursuant to Mass. Gen. L. Ch. 149, § 26, the employment of mechanics and apprentices, teamsters, chauffeurs and laborers in the construction of public works by the Commonwealth, or by a county, town, authority or district, or by persons contracting or subcontracting for such works, preference shall first be given to citizens of the commonwealth who have been residents of the commonwealth for at least six months at the commencement of their employment who are veterans as defined in clause Forty-third of section seven of chapter four, and who are qualified to perform the work to which the employment relates; and secondly, to citizens of the commonwealth generally who have been residents of the commonwealth for at least six months at the commencement of their employment, and if they cannot be obtained in sufficient numbers, then to citizens of the United States; and preference in employment shall be given to veterans and citizens who are residents of the Town of Needham. d) Pursuant to Mass. Gen. L. Ch. 149, § 34, no laborer, workman or mechanic, foreman or inspector employed under this contract shall be required or permitted to work more than eight hours in any one-day or more than forty-eight hours in any one week, or more than six days in any one week, except in cases of emergency. e) If funding for this Project is provided by the Commonwealth of Massachusetts, in whole or in part (such as reimbursements, grants and the like), then the TOWN shall incorporate into this Contract the current applicable minority-owned business enterprise (MBE) and women-owned business enterprise (WBE) participation goals, as determined by DCAM. Reductions or waivers of these goals may be permitted by the TOWN where the size, nature or location of the project makes achieving such levels of MBE or WBE participation unfeasible. f) This Contract is subject to the Supplemental Equal Opportunity Anti-Discrimination and Affirmative Action Program (EEO/AA).

ARTICLE 15. INSURANCE a) The Contractor shall, at its own expense, obtain and maintain general liability and motor vehicle liability insurance policies protecting the Town in connection with any operations included in this Contract, and shall have the Town as an additional insured on the policies. General liability coverage shall be in the amount of at least $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury liability and $1,000,000 per occurrence and $2,000,000 aggregate for property damage liability. Motor vehicle coverage shall include coverage for owned, hired and non-owned vehicles and shall be in the amount of at least $1,000,000 per person and $2,000,000 per occurrence for bodily injury liability and $1,000,000 per occurrence for property damage liability. b) All insurance coverage shall be in force from the time of the Agreement to the date when all work under the contract is completed and accepted by the Town. Since this insurance is normally written on a year-to-year basis, the Contractor shall notify the Town should coverage become unavailable or if its policy should change.

8

c) The Contractor shall, before commencing performance of this contract, provide for the payment of compensation and the furnishing of other benefits by an insurance company duly licensed to do business in accordance with Massachusetts General Laws, Chapter 152, as amended, to all employed under the contract and shall continue such insurance in full force and effect during the term of the contract.

d) Certificates and any and all renewals substantiating that required insurance coverage is in effect shall be filed with the contract. Any cancellation of insurance whether by the insurers or by the insured shall not be valid unless written notice thereof is given by the party proposing cancellation to the other party and to the Town at least fifteen days prior to the intended effective date thereof, which date should be expressed in said notice.

ARTICLE 16. INDEMNIFICATION

The Contractor shall indemnify, defend, and save harmless the Town and all of the Town’s officers, agents and employees from and against all suits and claims of liability of every name and nature, including costs of defending any action, for or on account of any injuries to persons or damage to property of the Town or any person, firm, corporation or association arising out of or resulting from any act, omission, or negligence of the Contractor, subcontractors and its and their agents or employees in the performance of the work covered by this Agreement and/or failure to comply with terms and conditions of this Agreement, but only in respect of such injuries or damages sustained during the performance and prior to the completion and acceptance of the work covered by this Agreement. The foregoing provisions shall not be deemed to be released, waived or modified in any respect by reason of any surety or insurance provided by the Contractor under the Contract.

ARTICLE 17. PERFORMANCE BOND – NOT REQUIRED – RESERVED

ARTICLE 18. LABOR & MATERIALS PAYMENT BOND – NOT REQUIRED - RESERVED

ARTICLE 19. WAGE RATES a) If the work under this Agreement involves the construction of public works, the Contractor agrees to pay the prevailing wage and comply with M.G. L. c. 149, §§ 26 - 27D and a Statement of Compliance is included in the Contract Documents. Pursuant to M.G.L. c. 149 §§ 26 & 27B, the Contractor (and every Subcontractor) shall file weekly certified payroll records with the Town for all employees who have worked on the project. The Town and the Contractor must preserve said records for a period of not less than three years. b) Pursuant to Mass. Gen. L. Ch. 149, § 34B, the Contractor shall pay any Reserve Police Officer employed by it the prevailing wage of regular Police Officers in the Town of Needham.

ARTICLE 20. TIME RECORDS

9

The Contractor shall cause to be maintained complete, accurate, and detailed records of all time devoted to the project by the Contractor and each consultant or subcontractor employed by the Contractor. The TOWN may at all reasonable times audit such records. The Contractor shall comply with Mass. Gen. Laws, Chapter 30, Section 39R, which requires the Contractor to: i) maintain accurate and detailed accounts for a six-year period after the final payment [(b)(1)]. ii) file regular statements of management concerning internal auditing controls [(c)]. iii) file an annual audited financial statement [(d)]. iv) submit a statement from an independent certified public accountant that such CPA has examined management’s internal auditing controls and expresses an opinion as to their consistency with management’s statement in (b) above and whether such statements are reasonable with respect to transactions and assets that are substantial in relation to the CONTRACTOR'S financial statement [(c)(4)(1)-(2)].

ARTICLE 21. MATERIALS AND WORKMANSHIP

Unless otherwise specified, all materials and equipment incorporated in the work under the Contract shall be new. All workmanship shall be first class and by persons qualified in the respective trades.

ARTICLE 22. GUARANTEE OF WORK a) Except as otherwise specified, all work shall be guaranteed by the Contractor against defects resulting from the use of inferior materials, equipment, or workmanship for one year from the date of final completion of the Contract. b) If, within any guarantee period, repairs or changes are required in connection with guaranteed work, which in the opinion of the Town are rendered necessary as a result of the use of materials, equipment or workmanship which are inferior, defective or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt of notice from the Town and at its own expense:

1) Make goods and services conform to this Agreement; 2) Make good all damage to the Town, or equipment or contents thereof, which, in the opinion of the Town, is the result of the use of materials, equipment or workmanship which are inferior, defective, or not in accordance with the terms of the Agreement; and 3) Make good any work or material, or the equipment or site, which is disturbed in fulfilling any such guarantee.

ARTICLE 23. GOVERNING LAW

This Agreement and performance hereunder are governed in all respects by the laws of the Commonwealth of Massachusetts and all other applicable by-laws and administrative rules, regulations and orders.

ARTICLE 24. CONSENT TO VENUE

10

The Contractor agrees that it shall commence and litigate all actions or proceedings arising in connection with this Agreement exclusively in the Dedham District Court or in the Norfolk Superior Court, both of which are located in the County of Norfolk, Commonwealth of Massachusetts. The aforementioned choice of venue is intended to be mandatory and not permissive in nature, thereby precluding the possibility of the Contractor commencing or prosecuting any litigation against the Town, with respect to or arising out of this Agreement, in any court or forum other than those specified in this paragraph. It is further agreed that the parties to this Agreement hereby waive their rights to a jury trial.

ARTICLE 25. CONFLICT OF INTEREST

By execution of this Agreement with the TOWN, the Contractor acknowledges that the TOWN is a municipality for the purposes of Massachusetts General Law Chapter 268A (the Massachusetts conflict of interest statue), and agrees, as circumstances require, to take actions and to forbear from taking actions so as to be in compliance at all times with the obligations of the Contractor based on said statute.

ARTICLE 26. INDEPENDENT CONTRACTOR

All of the services to be performed under the terms of this Agreement will be rendered by the Contractor as an independent contractor. None of the terms of this Agreement shall create a principle-agent, master-servant or employer-employee relationship between the Town and the Contractor.

ARTICLE 27. LAWS, PERMITS AND REGULATION

The Contractor shall obtain and pay for all licenses and permits and shall pay for all fees and charges for connection to outside service and use of property other than the site of the work for storage of materials or any other purpose.

ARTICLE 28. BINDING AGREEMENT AND ASSIGNMENT OF INTEREST

This Agreement shall be binding upon the Town and the Contractor and the partners, successors, heirs, executors, administrators, assigns and legal representatives of the Town and the Contractor. Neither the Town nor the Contractor shall assign, sublet or transfer any interest in this Agreement without the written consent of each other, and such consent shall not be unreasonably withheld.

ARTICLE 29. SEVERABILITY If a court declares one or more of the provisions of this Agreement invalid, the validity of the remaining provision of this Agreement shall not be affected thereby.

ARTICLE 30. CERTIFICATE OF COMPLIANCE WITH MASSACHUSETTS TAX LAWS

Pursuant to M.G.L., Ch. 62C, Sec. 49A, the undersigned, acting on behalf of the Contractor, certifies under the pains and penalties of perjury, to the best of the undersigned’s knowledge and belief that the Contractor is in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support.

11

______Social Security Number or Signature of Individual Federal Identification Number or Corporate Name

BY:______Corporate Officer (if applicable)

IN WITNESS WHEREOF the parties hereto have executed THREE (3) copies of this Agreement the day and year first above written.

CONTRACTOR:

By: *

Title:

*If a Corporation, attach to each signed copy of this Contract an attested copy of the vote of the Corporation on authorizing the said signing and sealing.

TOWN OF NEEDHAM: ______Kate Fitzpatrick, Town Manager

(Delete if either or both are not applicable): This is to certify that the funds have been appropriated by the Town of Needham for the purposes set forth in the Contract herein.A/C# ______

______Town Accountant

Date:______

12

Approved As To Form: Finance Department - Internal Use Only ______Purchase David S. Tobin, Town Counsel Order Account Date: ______Number Date initials

13

CERTIFICATE OF AUTHORITY CORPORATE

1. I hereby certify that I am the Clerk/Secretary of ______(insert full name of Corporation)

2. corporation, and that ______(insert the name of officer who signed the contract and bonds.)

3. is the duly elected ______(insert the title of the officer in line 2)

4. of said corporation, and that on ______(insert a date that is ON OR BEFORE the date the officer signed the contract and bonds. )

at a duly authorized meeting of the Board of Directors of said corporation, at which all the directors were present or waived notice, it was voted that

5. ______the ______(insert name from line 2) (insert title from line 3)

of this corporation be and hereby is authorized to execute contracts and bonds in the name and on behalf of said corporation, and affix its Corporate Seal thereto, and such execution of any contract of obligation in this corporation’s name and on its behalf, with or without the Corporate Seal, shall be valid and binding upon this corporation; and that the above vote has not been amended or rescinded and remains in full force and effect as of the date set forth below.

6. ATTEST: ______AFFIX CORPORATE (Signature of Clerk or Secretary)* SEAL HERE

7. Name: ______(Please print or type name in line 6)*

8. Date: ______(insert a date that is ON OR AFTER the date the officer signed the contract and bonds.)

The name and signature inserted in lines 6 & 7 must be that of the Clerk or Secretary of the corporation.

ShortformAgreement BLANK3039 2009

14