102
Plymouth Airport Commission 246 South Meadow Road Plymouth Massachusetts 02360 BID Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities Issued: April 27, 2017 Pre‐Bid Site Meeting: May 04, 2017, at 12:00 p.m. (noon) Bids Due: May 11, 2017, at 11:00 a.m.

BID Relocation of Plymouth Municipal Airport (PMA) Fuel ...l.b5z.net/i/u/10130906/f/Relocation_of_Plymouth_Airport_Fuel... · Relocation of Plymouth Municipal Airport (PMA) Fuel Storage

Embed Size (px)

Citation preview

    

Plymouth Airport Commission 246 South Meadow Road 

Plymouth Massachusetts 02360   

     

BID  Relocation of Plymouth Municipal Airport (PMA) 

Fuel Storage Facilities   

Issued:  April 27, 2017 Pre‐Bid Site Meeting:  May 04, 2017, at 12:00 p.m. (noon) Bids Due:  May 11, 2017, at 11:00 a.m. 

    

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 2 of 24  

TABLE OF CONTENTS  

Title                          Page Invitation to Bid ..............................................................................................................................................  3   Pre‐Bid Conference...................................................................................................................................  3   Contract Period ........................................................................................................................................  4   Rule of Award ..........................................................................................................................................  4   Bid Surety/Bid Bond ................................................................................................................................  4   MA Highway Prequalification ...................................................................................................................  4   DCAMM Certification ...............................................................................................................................  4   Prevailing Wage Rates ..............................................................................................................................  4   Labor and Materials Bond (Payment Bond) .............................................................................................  5   Performance Bond ...................................................................................................................................  5  General Information/Conditions ....................................................................................................................  6  Contract Award ...............................................................................................................................................  8  Insurance Requirements .................................................................................................................................  9  Withdrawal of Bids .........................................................................................................................................  10  Bid Status Information ....................................................................................................................................  10  Bid Questions ..................................................................................................................................................  10  Special Conditions...........................................................................................................................................  11  Owner/Contractor Agreement  ......................................................................................................................  15  

BID DOCUMENTS – ISSUED AS SEPARATE PDF  ATTACHMENT 1: TECHNICAL SPECIFICATIONS ........................................................................................  n/a  ATTACHMENT 2: BID FORMS ...................................................................................................................  n/a  ATTACHMENT 3: PREVAILING WAGES RATES (31 pages).........................................................................  n/a  ATTACHMENT 4: CONSTRUCTION PLANS ................................................................................................  n/a 

      

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 3 of 24  

Plymouth Airport Commission 246 South Meadow Road, Plymouth Massachusetts 02360 

 April 27, 2017 INVITATION FOR BID FOR 

Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities  INVITATION Sealed bids are requested by the Plymouth Airport Commission for the Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities which generally consists of:  

Removal and legally off‐site disposal of one (1) 10,000 gallon steel (80LL – Mogas) underground fuel storage tank (UST) and associated piping, appurtenances, including disposal of remaining fuel  

Removal and legally off‐site disposal of two (2) 12,000 gallon fiberglass (100LL – Avgas) USTs and associated piping, appurtenances, including relocation or disposal of remaining fuel  

Relocation of one (1) 12,000 gallon (Jet‐A) aboveground fuel storage tank (AGT) and containment vessel including refurbishment and conversion for use with (100LL Avgas)  

Removal of existing Fuel Dispenser System and associated piping and concrete slab  

Performance of miscellaneous demolition at existing Fuel Storage Facility   

Construction of New Fuel Storage Facility including required site work, concrete pads, fencing, lighting, installation of an Owner provided 20,000 gallon (Jet‐A) AGT and pump system, installation of refurbished 12,000 gallon (Avgas) AGT, procurement and installation of a new pump system for the refurbished 12,000 gallon (Avgas) AGT, and associated piping and appurtenances 

  Specifications and bid forms are available online at   http://www.pymairport.com/current‐bids   and in the Plymouth Airport Commission Office, 246 South Meadow Road, Plymouth, MA, 02360.  The office hours are Monday through Friday 7:30 a.m. to 4:00 p.m. Call first for availability at 508‐746‐2020.    Bids are to be submitted by 11:00 a.m. local time on Thursday, May 11, 2017, at which time they will be publicly opened and read. Bids submitted or received after this time will not be accepted and Postmarks will not be considered. All bids must be submitted in sealed envelope and made upon Bid Forms furnished by the Plymouth Airport Commission contained herein. Bids submitted on any other form will not be accepted as valid bids. Envelopes should be clearly marked "Bid ‐ Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities.”  All bids are subject to the provisions of M.G.L. Chapter 30, 39M.  

Pre‐Bid Conference: Any person interested in submitting a bid is encouraged to inspect the site of the work. Arrangements have been made for such inspections on Thursday, May 4, 2017 at 12:00 p.m. (noon). All participants should meet in the parking lot at 246 South Meadow Road, Plymouth, MA. All inspections are to be completed during this time. Notwithstanding whether a bidder performs such an inspection, each bidder shall be deemed to have done so, and to be aware of any and all matters that are reasonably discernable from such an inspection. 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 4 of 24  

Contract Period: The agreement shall be for the period from contract execution through acceptance of the completed Removal and Construction efforts. Time is of the essence with regard to completion of the Work required and the work is to be substantially completed by June 30, 2017 unless additional time is authorized. 

  Rule for Award:  The contract will be awarded to the responsive, responsible and eligible bidder offering the lowest total bid price, including the alternate, selected by the Plymouth Airport Commission. 

  Bid Surety: BID DEPOSIT: A Bid Deposit is required in the amount of five percent (5%) of the approximate Total Value of the Bid based upon the Bid Price and, if applicable, the estimated quantities as shown on the Bid Form Price Schedule. Such Bid Deposit shall be in the form of a Cashier’s, Certified, or Bank Treasurer’s Check Payable to the Plymouth Airport Commission or a Bid Bond from a Licensed Surety Company doing business in Massachusetts. Bid Deposit of successful Bidder will be returned upon delivery and acceptance of the product. All others will be returned upon Contract Award.   

MA Highway Prequalification:  N/A   DCAMM Certification:    N/A    Prevailing Wage Rates: This bid is subject to Section 39M of Chapter 30 and Sections 26 to 27G and Section 29 of Chapter 149 of the Massachusetts General Laws as amended, including prevailing wage rates as determined by the Commissioner of Labor and Industries that must be paid on this contract. A copy of said rates is contained herein. Each Contractor and/or subcontractor shall preserve its payroll records for a period of three (3) years from this date of completion of the contract, and shall furnish to the Commissioner of Labor within fifteen (15) days a statement of compliance, a copy of which is enclosed herein. In addition, each contractor and/or subcontract must submit a copy of their weekly payroll records to the Plymouth Airport Commission on a weekly basis.  

 In addition, all bids must be accompanied by the bidder's certification regarding payment of prevailing wages in the form set forth in the Bid Form section of this document. 

            

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 5 of 24 Labor and Materials Bond (Payment Bond): This bid is subject to Section 39M of Chapter 30 and Sections 26 to 27G and Section 29 of Chapter 149 of the Massachusetts General Laws as amended, including the requirement for a Payment Bond. The successful bidder must furnish a Bond in an amount of one hundred percent (100%) of the total contract price for payment by the Contractor and/or Sub‐Contractors for labor performed or furnished and material used or employed therein, payable to the Plymouth Airport Commission, issued by a responsible surety company doing business in the Commonwealth of Massachusetts, the premiums of which are to be paid by the Contractor and included in the bid price. 

  Performance Bond: The successful bidder must furnish a Performance Bond in an amount of one hundred percent (100%) of the total contract price, payable to the Plymouth Airport Commission, issued by a responsible surety company doing business in the Commonwealth of Massachusetts.  The Performance Bond shall guarantee the satisfactory completion of the project and that the contractor will make good any faults or defects in their work which may develop during the period of said guarantee as a result of improper or defective workmanship, materials or apparatus.  

   

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 6 of 24  

GENERAL INFORMATION  GENERAL CONDITIONS  1. All bids shall be based on the quantities set forth herein. These quantities shall be used as a basis for 

comparison of the Bid Proposals. The quantities are based on the Plymouth Airport Commission’s best estimates of the work to be performed during the term of this Contract, the Plymouth Airport Commission does not expressly or by implication agree that the actual amount of work will correspond herewith and the Plymouth Airport Commission reserves the right to increase or decrease the amount of any class or portion of the work as it may deem necessary, without change of price per unit.  

 2. The Plymouth Airport Commission reserves the right to reject all proposals, to waive technicalities, to 

advertise for new proposals and to split awards as may be deemed to be in the best interests of the Plymouth Airport Commission. The contract or contracts will be awarded by the Plymouth Airport Commission within thirty (30) business days after opening bids. The Plymouth Airport Commission reserves the right to require samples of materials for inspection and testing.  

 3. All words, signatures and figures submitted on the Bid shall be in ink. Proposals which are conditional, 

obscure or which contain additions not called for, erasures, alterations or irregularities, or any prices which contain abnormally high or low prices for any item, may be rejected as informal. More than one proposal from the same bidder will not be considered. 

 4. If the Invitation for Bid requires payment of Prevailing Wage Rates or a Performance Bond or a Payment 

Bond, then this Bid is subject to Section 39M of Chapter 30 and Sections 26 to 27G and Section 29 of Chapter 149 of the Massachusetts General Laws as amended, including but not limited to the following:  

 a. Prevailing Wage Rates  

Prevailing wage rates as determined by the Commissioner of Labor and Industries must be paid on this contract. A copy of said rates is contained herein. Each Contractor and/or subcontractor shall preserve its payroll records for a period of three (3) years from this date of completion of the contract, and shall furnish to the Commissioner within fifteen (15) days a statement of compliance, a copy of which is enclosed herein. In addition, each contractor and/or subcontract must submit a copy of their weekly payroll records to the Airport Manager's Office on a weekly basis.   

In addition, all bids must be accompanied by the bidder's certification regarding payment of prevailing wages in the form set forth in the bid form section of this document.   

b. Performance Bond The successful bidder must furnish a Construction Payment Bond, payable to the Plymouth Airport Commission, issued by a responsible surety company doing business in the Commonwealth of Massachusetts.   

c. Payment Bond The successful bidder must furnish a Performance Bond for payment by the Contractor and/or Sub‐Contractors for labor performed or furnished and material used or employed therein, payable to the Plymouth Airport Commission, issued by a responsible surety company doing business in the Commonwealth of Massachusetts, the premiums of which are to be paid by the Contractor and included in the bid price.  

      

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 7 of 24  

5. If the Invitation for Bid requires bid surety, this surety shall be in the form of a cashier’s check, certified check, or bank treasurer’s check payable to the Plymouth Airport Commission or a Bid Bond from a licensed surety company doing business in Massachusetts. Failure to include this surety will result in the rejection of the bid. Such deposits will be returned to all except the three lowest responsible and responsive bidders within seven (7) days of bid award. The remaining checks will be returned after the Plymouth Airport Commission and the successful bidder have executed the Contract. In case of default, the bid surety shall be forfeited to the Plymouth Airport Commission.   

6. The successful bidder shall comply with all applicable federal, state, and local laws and regulations.  

7. The Plymouth Airport Commission’s policy on awarding bids to offerors with identical prices states: “When bids for goods and services are requested and received by the Plymouth Airport Commission, the award is made to the lowest responsive and responsible bidder. If two or more bid prices are identical and all tied bidders are responsive and responsible, an award will be made according to the first of these three conditions to apply: 

  Past service to the Plymouth Airport Commission; if one of the tied bidders has provided this or 

similar service in a satisfactory manner in the past, it will be awarded to that bidder;  

A bidder based in Plymouth   Random selection – flip of a coin or drawing of more than two are tied.”  

8. Purchases made by the Plymouth Airport Commission are exempt from taxes and bid prices must exclude any taxes. Tax exemption certificates will be furnished upon request.   

9. Verbal orders are not binding on the Plymouth Airport Commission and deliveries made or work done without formal Purchase Order or Contract are at the risk of the Seller or Contractor and may result in an unenforceable claim. 

 10. “Equality" ‐ An item equal to that named or described in the specifications of the contract may be 

furnished by the Contractor and the naming of any commercial name, trademark, item or manufacturer not mentioned by name or as limiting competition, but shall establish a standard of equality only.  An item shall be considered equal to the item so named or described if (1) it is at least equal in quality, durability, appearance, strength and design, (2) it will perform at least equally the function imposed by the general design for the 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 specifications. The name and identification of all materials other than the one specifically named shall be submitted to the Plymouth Airport Commission for approval, prior to purchase, use or fabrication of such items. Subject to the provisions of Section 39J of Chapter 30 of the Massachusetts General Laws, approval shall be at the sole discretion of the Plymouth Airport Commission, shall be in writing to be effective, and the decision of the Plymouth Airport Commission shall be final. The Plymouth Airport Commission may require tests of all materials so submitted to establish quality standards at the Contractor's expense. All directions, specifications and recommendations by manufacturers for the installation, handling, storing, adjustment and operation of their equipment shall be complied with; responsibility for proper performance shall continue to rest with the Contractor.   For the use of material other than the one specified, the Contractor shall assume the cost of and responsibility for satisfactorily accomplishing all changes in the work as shown. If no manufacturer is named, the Contractor shall submit the product for intended use for approval of the Plymouth Airport Commission.  Except as otherwise provided for by the provisions of Section 39J of Chapter 30 of the Massachusetts General Laws, the Contractor shall not have any right of appeal from the decision of the Plymouth Airport Commission condemning any materials furnished if the Contractor fails to obtain the approval for substitution under this clause. If any substitution is more costly, the Contractor shall pay for such costs.     

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 8 of 24   

11. No charges will be allowed for packing, crating, freight, express, transportation, shipping or cartage. Delivery location shall be as specified in the Contract or on the Purchase Order.  

12. The Contractor shall replace, repair or make good, without costs to the Plymouth Airport Commission, defects or faults arising within one (1) year after date of acceptance of articles furnished hereunder (acceptance not to be unreasonably delayed) resulting from imperfect or defective work done or materials furnished by the Contractor.   

13. The Contractor shall not discriminate against any person on the grounds of race, color, marital status, physical disability, age, sex, sexual orientation, religion, ancestry, or national origin in any manner prohibited by the laws of the United States, the Commonwealth, or the Plymouth Airport Commission. 

  

CONTRACT AWARD  Award of this bid will be made to the bidder who offers the lowest price(s) and who is deemed responsive, responsible and eligible. Determination of responsiveness and responsibility and eligibility shall be based solely on the following criteria:  

 1. Bidders will be deemed responsive if they complete all required Bid Forms as included in the attached Bid 

Form Package to the satisfaction of the Plymouth Airport Commission.   2. A bidder will be deemed responsible and eligible if: 

 a. It certifies it can substantially complete the Work on or Before June 30, 2017 or provides a best 

expected completion date;  

b. Its bid is the lowest of those bidders possessing the skill, ability and integrity necessary for the faithful performance of the work; 

 c. It certifies that it can and will make all the required submittals identified in the Technical 

Specifications;  

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

 e. Where the provisions of section 8B of chapter 81 apply, the bidder shall have been determined to be 

qualified thereunder ;  

f. if the bidder obtains within 10 days of the notification of contract award the security by bond required under section 29 of chapter 149 

 3. A bidder will be deemed responsible and eligible if it has demonstrated five (5) years of experience in this 

type of work by providing the projects and names and contact information for the primary contact on 3 projects.   

4. The Bidder has not performed poorly for the Plymouth Airport Commission in the past.  

       

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 9 of 24  

INSURANCE REQUIRMENTS 1. The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified 

below and in such form as shall protect him performing work covered by this Contract, or the Plymouth Airport Commission and its employees, agents and officials, from all claims an liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this Contract. The Contractor covenants and agrees to hold the Plymouth Airport Commission and its employees, agents and officials harmless from loss or damage due to claims for personal injury and/or property damage arising from, or in connection with operations under this Contract.  

2. Except as otherwise stated, the amounts of such insurance shall be for each policy, not less than:  

a. General Liability of at least $1,000,000 Bodily Injury and Property Damage Liability, Combined Single Limit with a $3,000,000 Annual Aggregate Limit. The Plymouth Airport Commission shall be named as an "Additional Insured". Products and Completed Operations should be maintained for up to 3 years after the completion of the project.  

b. Automobile Liability of at least $1,000,000 Bodily Injury and Property Damage per accident. The Plymouth Airport Commission shall be named as an "Additional Insured". 

 c. Workers' Compensation Insurance as required by law. 

 d. Property Coverage for materials and supplies being transported by the Contractor.  

e. Umbrella Liability of at least $5,000,000/ occurrence, $5,000,000/aggregate. The Plymouth Airport Commission shall be named as an Additional Insured. 

  3. All policies shall be so written that the Owner will be notified of cancellation or restrictive amendment at least 

fifteen (15) days prior to the effective date of such cancellation or amendment. A certificate from the Contractor's Insurance Carrier showing at least the coverage and limits of liability specified above and expiration date shall be filed with the Owner before operations are begun.  

4. Such certificates shall not merely name the types of policy provided, but shall specifically refer to this Contract and shall state that such insurance is required by this Contract. The Contractor shall make no claims against the Plymouth Airport Commission or its officers for any injury to any of his officers or employees or for damage to its trucks or equipment arising out of work contemplated by this Contract. 

 5. The Contractor shall, to the maximum extent permitted by law, indemnify and save harmless the Plymouth 

Airport Commission, its officers, agents and employees from and against any and all damages, liabilities, actions, suits, proceedings, claims demands, losses, costs and expenses (including reasonable attorney’s fees) that may arise out of or in connection with the work being performed or to be performed by the Contractor, his employees, agents, sub‐contractors or materialmen. The existence of insurance shall in no way limit the scope of this indemnification. The Contractor further agrees to reimburse the Plymouth Airport Commission for damage to its property caused by the Contractor, his employees, agents, sub‐contractors or materialmen, including damages caused by his, its or their use of faulty, defective or unsuitable material or equipment, unless the damage is caused by the Plymouth Airport Commission’s gross negligence or willful misconduct. 

      

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 10 of 24  WITHDRAWAL OF BIDS Except as hereinafter expressed provided, once a proposal is submitted and received by the Plymouth Airport Commission, the proposer agrees that he may not and will not withdraw it within thirty (30) calendar days after the actual date of the opening of proposals.  Upon proper written request and identification, proposals may be withdrawn only as follows:  

a. at any time prior to the designated time for the opening of proposals;  

b. provided the proposal has not been accepted by the Plymouth Airport Commission, at any time subsequent to thirty (30) days following the actual date of proposal opening. 

 Unless a proposal is withdrawn as provided above, the proposer agrees that it shall be deemed open for acceptance until a contract has been executed by both sides or until the Plymouth Airport Commission notifies the proposer in writing that his proposal is rejected or that the Plymouth Airport Commission does not intend to accept it, or returns his bid surety. Notice of acceptance of a proposal shall not constitute rejection of any other proposal. 

  BID STATUS INFORMATION Addenda: If you received bid documents from the Plymouth Airport Commission and provided the Plymouth Airport Commission with an address for delivery of addenda, the Plymouth Airport Commission intends to deliver a copy of each addendum to you at such address, but the Plymouth Airport Commission shall not be responsible for any failure of a bidder to receive any addenda.  Notwithstanding the foregoing, bidders are solely responsible to check for and confirm their receipt of any addenda in advance of the bid deadline.  Bid results will be available over the Internet at   http://www.pymairport.com/current‐ bids   Bid results will not be provided over the phone.  Notification of award of contract will be mailed to all bidders. 

  

BID QUESTIONS Please contact Thomas Maher, Airport Manager, at 508‐746‐2020, if you have any questions on the bid process. Questions regarding the project or the specifications must be submitted in writing and faxed to 508‐747‐4483 or emailed to    [email protected]    At the discretion of the Plymouth Airport Commission, questions will be answered by written addenda. Bidders may not rely upon oral responses to questions, and may rely solely upon written addenda, if any.     

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 11 of 24  

SPECIAL CONDITIONS  

EQUIPMENT: The Contractor shall furnish equipment which will be effective, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will ensure the completion of the work within the time stipulated in the bid form. If at any time such equipment appears to the Plymouth Airport Commission to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, the Plymouth Airport Commission may order the Contractor to increase the efficiency, change the character or increase the equipment, and the Contractor shall conform to such order. Failure of the Plymouth Airport Commission to give such order shall in no way relieve the Contractor of his/her obligations to secure the quality of the work and rate of progress required.  WORK HOURS: “Normal Work Hours” will mean 7:00 a.m. to 4:00 p.m. Monday through Friday. In order to substantially complete the work by June 30, 2017 it is anticipated that work outside of the “Normal Work Hours” will be required. Upon the Contractor submitting a Work Schedule, work outside the “Normal Work Hours” will be approved by the Plymouth Airport Commission. For work outside of “Normal Work Hours”, work on Saturdays, Sundays, or legal holidays, if any be performed, the Contractor will receive no extra payment, but compensation shall be considered as having been included in the prices as stipulated for the appropriate items of work as listed in the bid.  APPROVAL OF MATERIALS: Only new materials and equipment shall be incorporated in the work. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Plymouth Airport Commission. No materials shall be delivered to the work site without prior approval of the Plymouth Airport Commission.  The Contractor shall submit data and samples sufficiently early to permit consideration and approval before materials are necessary for incorporation in the work. Any delay of approval resulting from the Contractor's failure to submit samples or data promptly shall not be used as a basis of a claim against the Plymouth Airport Commission.  SUBSTITUTES OF APPROVED "OR‐EQUAL" ITEMS: Whenever materials or equipment are specified or described in the contract documents by using the name of a proprietary item or the name of a particular supplier the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by the Plymouth Airport Commission if sufficient information is submitted by Contractor to allow Plymouth Airport Commission to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by Plymouth Airport Commission will include the following: requests for review of substitute items of material and equipment will not be accepted by Plymouth Airport Commission from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or requirement, Contractor shall make written application to Plymouth Airport Commission for acceptance thereof certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the work will require a change in any of the contract documents (or in the provisions of any other direct contract with Plymouth Airport Commission for work on the project) to adapt the design to the 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 12 of 24 proposed substitute and whether or not incorporation of use of the substitute in connection with the work is subject to payment of any license fee or royalty.  All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service, will be indicated. The application will also result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting chance, all of which shall be considered by Plymouth Airport Commission in evaluating the proposed substitute. Plymouth Airport Commission may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 

 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the contract documents, the Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to Plymouth Airport Commission, if Contractor submits sufficient information to allow Plymouth Airport Commission to determine that the substitute proposed is equivalent to that indicated or required by the contract documents. The procedure for review by Plymouth Airport Commission will be similar to that stated previously. 

 Plymouth Airport Commission will be allowed a reasonable time within which to evaluate each proposed substitute. Plymouth Airport Commission will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized without Plymouth Airport Commission's prior written acceptance which will be evidenced by either a change order or an approved shop drawing. Plymouth Airport Commission may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Plymouth Airport Commission will record time required by Plymouth Airport Commission and Plymouth Airport Commission's consultants in evaluating substitutions proposed by Contractor and in making changes in the contract documents occasioned thereby. Whether or not Plymouth Airport Commission accepts a proposed substitute, the Contractor shall reimburse Plymouth Airport Commission for the charges of Plymouth Airport Commission's consultants for evaluating each proposed substitute. 

 TEMPORARY UTILITIES: The Contractor shall make all arrangements for and furnish at his/her expense all water, electric, telephone or other utility required by him/her for construction purposes. 

 LOCATION OF ALL UTILITIES: The location of the existing utilities must be established and verified by the Contractor. The Contractor shall make arrangement with the appropriate utility companies to have all existing utilities marked along the course of this work by such means as necessary. The Contractor shall preserve such marked locations until the work has progressed to the point where the encountered utility is fully exposed or protected as required. It shall be the Contractor's responsibility to notify the proper authorities or utility before interfering therewith. 

 SAFETY CONTROL: The Contractor shall provide and maintain all required safety equipment such as barricades, detour barriers and signs, lights, walkways, fences, fire prevention equipment. If at any time before the commencement or during the progress of the work, or any part of it, such methods and procedures as used appear to the Plymouth Airport Commission as unsafe, insufficient or improper, the Plymouth Airport Commission may order the Contractor to increase their safety of efficiency or to improve their character, and the Contractor shall conform to such orders. Failure of the Plymouth Airport Commission to give such order to increase of such safety, efficiency, adequacy or any improvements shall not release the Contractor from his/her obligation to secure the safe conduct and quality of work specified. 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 13 of 24  OCCUPATIONAL SAFETY AND HEALTH ACT: The Contractor's particular attention is called to the rules and regulations included in public law 91‐596, known as the "occupational safety and health act of 1970" (OSHA) 

 MAINTENANCE OF TRAFFIC: The Contractor shall be responsible for the maintenance of traffic with the maximum of safety and practicable convenience to such traffic during the life of the contract whether or not work thereon has been suspended temporarily. The work shall be carried on in such a manner as to provide safe passage at all times for public travel and with least obstruction to traffic and parking. The convenience of the general public and of the residents along and adjacent to the work and those using the Plymouth Airport Facilities shall be provided for in an adequate and satisfactory manner. Portable barrier fences with appropriate signs shall be used for safety control in establishing traffic patterns (detours, etc.). These portable barrier fences shall meet the approval of the Plymouth Airport Commission. 

 Roadways, driveways, parking areas, and foot paths closed to traffic, shall be protected by suitable barricades and warning signs, and the Contractor shall provide and maintain adequate lights and illumination. Therefore, he/she shall be held responsible for all damage to the work due to any failure of signs and barricades to protect the work properly from traffic, pedestrians, animal or other causes. 

 POLICE DETAIL: Police Details are not expected to be required, however if Police Detail is required during the progress of the work the Contractor shall coordinate and obtain same. Compensation shall be considered as having been included in the prices as stipulated for the appropriate items of work as listed in the bid.   RESTORATION (WORK IN IMPROVED PROPERTY AREAS): The Contractor, at his/her own expense, shall care for, replace, and restore to good condition, satisfactory to the Plymouth Airport Commission, any public or private property (i.e. shrubs, hedges, trees, public or private ways, sewer drain, water or other pipes, catch basins, wires, building, fences, posts, poles, mailboxes, stone walls or other structures or surfaces) negligently damaged by his/her work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of operations. 

 The Contractor shall also restore to original condition, or better, any lawn or other planted area interfered with, including fertilizing, loaming, and seeding as required, once again at the Contractor's expense. 

 Suitable materials, equipment and methods shall be used for such restoration. 

 BOUNDS AND PROPERTY MARKERS: All bounds and property markers disturbed in the course of the work shall be replaced by the Contractor at his/her expense. If bounds and property markers need to be replaced the Contractor shall employ a registered land surveyor to reset all bounds and property markers. 

 LEGAL REQUIREMENTS: The Contractor shall keep him/herself fully informed of, and comply with, all laws, ordinances and regulations of the federal, state and municipal governments, which may be in force during the life of the contract, and in any manner affecting his/her employees or the conduct of the work of materials used on said work. 

   

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 14 of 24  PERSONAL SUPERVISION BY CONTRACTOR: The Contractor or his/her duly authorized and approved representative shall give personal attention to the fulfillment of the contract. The Contractor shall have on the work site, at all times, a competent representative authorized to receive and execute any orders of direction of the Plymouth Airport Commission.  The representative should also accept any notices given to the Contractor under the provisions of the contract.  CLEANUP: During the course of the work, the Contractor shall keep the site of his/her operations in as clean and neat a condition as is possible. He/she shall dispose of all residue resulting from the construction work on a daily basis and, at the conclusion of the work, he/she shall remove and haul away structures, and other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition.     

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 15 of 24  

OWNER/CONTRACTOR AGREEMENT  This Agreement made this the      (Day) of       (month), 2017, by and between the Plymouth Airport Commission, having an office at 246 South Meadow Road, Plymouth, MA, 02360, acting by and through its Airport Manager, thereunto duly authorized, hereinafter referred to as “OWNER”, and           (Contractor’s Name), a         (state)   corporation, with an office at                         (address), hereinafter referred to as “CONTRACTOR”.   The CONTRACTOR and the OWNER, for the consideration hereinafter named, agree as follows:  

1. Scope of Work The Contractor shall furnish all labor, materials, equipment and insurance to perform all work required for the Project known as Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities at 246 South Meadow Road, Plymouth, MA, in strict accordance with the Contract Documents and all related Drawings and Specifications. The said Documents, Specifications, Drawings and any GENERAL and/or SPECIAL CONDITIONS are incorporated herein by reference and are made a part of this Agreement. 

 2. Contract Price 

The Owner shall pay the Contractor for the performance of this Agreement, subject to additions and deductions provided herein, in current funds,  the sum of               ($                    ). 

 3. Commencement and Completion of Work 

It is agreed that time is of the essence of this Agreement. The Contractor shall commence and prosecute the work under this Agreement upon execution hereof and shall substantially complete the work on or before June 30, 2017, unless an extension of time is authorized/approved.  a. Definition of Term: The Term "Substantial completion" shall mean the date certified by the 

Owner when construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the project, or designated portion(s) thereof, for the use for which it is intended.   

b. Time as Essential Condition: It is understood and agreed that the commencement of and substantial completion of the work are essential conditions of this Agreement. It is further agreed that time is of the essence for each and every portion of the Contract Documents wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract Documents any additional time is allowed for the completion of any work, the new time fixed by such extension shall be of the essence of this Agreement. It is understood and agreed that the times for the completion of the work are reasonable, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. 

 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 16 of 24  

c. Progress and Completion: Contractor shall commence work promptly upon execution of this Agreement and shall prosecute and complete the work regularly, diligently and uninterruptedly at such a rate of progress as will insure Substantial Completion on or before June 30, 2017, unless an extension is authorized/approved. 

 d. Liquidated Damages: It is expressly agreed between the Contractor and the Owner that the 

Contractor will be responsible for all damages which may arise due to the Contractor's failure to substantially complete the work within the above specified time. If the Contractor shall neglect, fail or refuse to complete the work within the specified time, or any extension thereof authorized by the Owner, Contractor agrees, as a part of the consideration for the execution of this Contract by the Owner, to pay the Owner the amount specified herein, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day, excluding Saturdays, Sundays and legal Holidays, that the Contractor shall be in default of Substantial completion after the date specified in the Agreement. Due to the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, said amount is agreed to be the amount of damages which the Owner would sustain, and said amount shall be retained from time to time by the Owner from current periodic estimates. The amount of liquidated damages shall be $1,000 per day.   

4. Performance of the Work a. Direction of the Work: The Contractor shall supervise and direct the Work, using his best skills 

and attention which shall not be less than such state of skill and attention generally rendered by the contracting profession for projects similar to the Project in scope, difficulty and location. The Contractor shall maintain adequate supervisory personnel at the project site during the performance of the Work. He shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Agreement.  

b. Responsibility for the Work: (1) The Contractor shall be responsible to the Owner for the acts and omissions of his employees, Subcontractors and their agents and employees, and other persons performing any of the Work under a contract with the Contractor. This obligation shall also extend to the presence on the Site of suppliers of materials or equipment, their employees, contractors, and agents engaged in the work. 

 (2) The Contractor shall not be relieved from his obligations to perform the Work in accordance with the Contract Documents either by the activities or duties of the Owner in its administration of the Agreement, or by inspections, tests or approvals required or performed by persons other than the Contractor. 

 c. Permits and Fees: Unless otherwise expressly provided, the Contractor shall secure and pay for 

all permits and fees, licenses and inspections necessary for the proper execution and completion of the Work which are customarily secured after execution of the Agreement and which are legally required at the time the bids are received, and the same shall at all times be the property of the Owner and shall be delivered to the Owner upon completion of the Project. 

      

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 17 of 24   

d. Notices, Compliance With Laws: (1) The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the Work. The Contractor shall provide the Owner with reproductions of all permits, licenses and receipts for any fees paid. The Owner represents that it has disclosed to the Contractor all orders and requirements known to the Owner of any public authority particular to this Agreement.  (2) If the Contractor observes that any of the Contract Documents are at variance with applicable laws, statutes, codes and regulations in any respect, he shall promptly notify the Owner in writing, and any necessary changes shall be accomplished by appropriate modification.   (3) If the Contractor performs any Work which he knows or should know is contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner, he shall assume full responsibility therefor and shall bear all costs attributable thereto.  (4) In the performance of the Work, the Contractor shall comply with all applicable federal, state and local laws and regulations including those relating to workplace and employee safety. The Contractor shall notify the Owner immediately of any conditions at the place of the work which violate said laws and regulations and shall take prompt action to correct and eliminate any such violations.  

e. Project Superintendent: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site at all times during the progress of the Work. The superintendent shall represent the Contractor and all communications given to the superintendent shall be as binding as if given to the Contractor. Important communications shall be confirmed in writing. Other communications shall be so confirmed on written request in each case.   

f. Progress Schedule: The Contractor, immediately after being awarded the Contract, shall prepare and submit for the Owner's information an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. 

 g. Drawings, Specifications and Submittals: (1) The Contractor shall maintain, at the site, for the 

Owner, one record copy of all Drawings, Specifications, Addenda, Change Orders and other Modifications, and "As‐Built" Drawings and Specifications in good order and marked currently to record all changes made during construction, and approved Shop Drawings, Product Data and Samples. These shall be delivered to the Owner upon completion of the Work. 

 (2) By approving and submitting Shop Drawings, Product Data and Samples, the Contractor represents that he has determined and verified all materials, field measurements, and field construction criteria related thereto, or will do so, and that he has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents.      

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 18 of 24  (3) The Contractor shall not be relieved of responsibility for any deviation from the requirements of the Contract Documents by the Owner's approval of Shop Drawings, Product Data or Samples unless the Contractor has specifically informed the Owner in writing of such deviation at the time of submission and the Owner has given written approval to the specific deviation. The Contractor shall not be relieved from responsibility for errors or omissions in the Shop Drawings, Product Data or Samples by the Owner's approval thereof.  (4) The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data or Samples, to revisions other than those requested by the Owner on previous submittals.  (5) No portion of the Work requiring submission of a Shop Drawing, Product Data or Sample shall be commenced until the submittal has been approved by the Owner. All such portions of the Work shall be in accordance with approved submittals.  

h. Protection of the Work and Owner's Property: The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Agreement. He shall at all times safely guard and protect his own work, and that of adjacent property from damage. The Contractor shall replace or make good any such damage, loss or injury. The Contractor shall clean the work area and restore it to its original condition upon completion of the work.  

i. Quality of the Work: The Contractor shall perform the work in a good, workmanlike manner. The Contractor hereby guarantees that the entire work constructed by him under the Agreement will meet fully all requirements thereof as to quality of workmanship and materials. The Contractor hereby agrees to make at his own expense any repairs or replacements made necessary by defects in materials or workmanship supplied to him that become evident within one (1) year after the date of the final payment, and to restore to full compliance with the requirements set forth herein any part of the work constructed hereunder, which during said one (1) year period is found to be deficient with respect to any provisions of the Contract Documents. The Contractor also agrees to hold the Owner harmless from claims of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written orders for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the work and the Contractor shall be liable to the Owner for the cost thereof.  

j. Warranty:  The Contractor guarantees to Owner that all materials incorporated into the work will be new unless otherwise specified or agreed. Prior to final payment, the Contractor shall deliver to the Owner all manufacturers' warranties, together with such endorsements or assignments as are necessary to ensure to the Owner the full rights and benefits of such warranties. 

 5. Affirmative Action/Equal Employment Opportunity  

The Contractor is directed to comply with all applicable State Laws, Ordinances, Bylaws, and rules and regulations regarding affirmative action/equal employment opportunity requirements. Failure of the Contractor to comply with any such law, rule or regulation shall constitute grounds for the Owner to terminate the Agreement. 

   

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 19 of 24   

6. Site Information Not Guaranteed; Contractor's Investigation All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of the Contractor and is not guaranteed.  It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Documents.  Contractor has familiarized himself with the nature and extent of the Contract Documents, work, locality, and with all local conditions and federal, state, and local laws, rules, ordinances, and regulations that in any manner may affect costs, progress, or performance of the work. Contractor has made, or has caused to be made, examinations, investigations, and tests and studies of such reports and related data in addition to those referred to in the paragraph above as he deems necessary for the performance of the work at the Contract Price, within the Contract Time, and in accordance with the other Terms and Conditions of the Contract Documents; and no additional examinations, tests, investigations, reports, and similar data are or will be required by the Contractor for such purposes.  Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the Contract Documents. Contractor has given the Owner written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents, and the resolution thereof by the Owner is acceptable to the Contractor.  It is further agreed and understood that the Contractor shall not use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner, arising from or by reason of any variance which may exist between the information made available and the actual subsurface conditions or other conditions or structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents.  

7. Wage Rates Prevailing Wage Rates as determined by the Commissioner of the Department of Labor and Workforce Development under the provisions of Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this project. It is the responsibility of the Contractor to provide the Plymouth Airport Commission with certified payrolls and to comply with all requirements of the above‐cited statutes.           The schedules of prevailing wage rates are included in the Contract Documents.   

8. Payments to the Contractor a. The Owner shall make payment to the Contractor in accordance with the provisions of 

Sections 39F and 39G of Chapter 30 of the General Laws of the Commonwealth of Massachusetts. The Contractor shall submit requisitions for payment as required by said provisions and the directions of the Owner.   

b. The Contractor's applications for payment shall be subject to approval by the Owner. 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 20 of 24   

c. Not later than the tenth (10th) day of each calendar month the Owner shall make a progress payment to the Contractor on the basis of a duly certified and approved applications for payment of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the Owner shall retain five percent (5%) of the amount of each estimate until final completion and acceptance of all work covered by this Contract; provided, that the Contractor shall submit his applications for payment not later than the first day of the month; provided, further, that on completion and acceptance of each separate building, public work or other division of the Contract, on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. 

 d. Changes in the Work: No changes in the work covered by the approved Contract Documents 

shall be made without prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: 

 i. Unit bid prices previously approved. 

 ii. An agreed lump sum. 

 iii. The actual cost of: 

1. Labor. 2. Materials entering permanently into the work. 3. The ownership or rental cost of construction equipment during the time of 

use on the extra work. 4. Power and consumable supplies for the operation of power and equipment.        5. Wages to be paid. 

 To the cost under (iii) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the actual cost of work. The fee shall be compensation to cover the cost of supervision, overhead, bonds, profit and any other general expenses. 

 e. Claims for Additional Costs:  If the Contractor wishes to make a claim for an increase in the 

Contract Sum, he shall give the Owner written notice thereof within twenty days after the occurrence of the event giving rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property. No such claim shall be valid unless so made. Any change in the Contract Sum resulting from such claim shall be authorized by Change Order. 

 9. Final Payment, Effect 

The acceptance of final payment by the Contractor shall constitute a waiver of all claims by the Contractor arising under the Agreement. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from any obligations under the Contract or the performance and payment bond. 

 10. Terms Required By Law 

This Agreement shall be considered to include all terms required to be included in it by the Massachusetts General Laws, and all other laws, as though such terms were set forth in full herein. 

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 21 of 24   

11. Contract Documents The following, together with this Agreement, form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein: 

 

The Advertisement  

Invitation to Bid 

This Contract Form 

Bid Form 

Labor & Materials Payment Bond 

Non‐Collusion Certificate 

Tax Compliance Certificate 

Certificate of Insurance 

General Conditions 

Special Conditions 

General Requirements Specifications and Addenda 

Schedule of Prevailing Wages  

12. Indemnification The Contractor shall indemnify and hold harmless the Owner from and against any and all claims, damages, losses, and expenses, including attorney's fees, arising out of the performance of this Agreement when such claims, damages, losses, and expenses are caused, in whole or in part, by the acts, errors, or omissions of the Contractor or his employees, agents, subcontractors or representatives. 

  13. Insurance 

The Contractor shall not commence work under this Contract until he/she has obtained all the insurance required in the Bidding Document and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence work on this subcontract until the insurance required of the subcontractor has been so obtained and approved.  The Contractor shall purchase and maintain such insurance as specified in the bid document to protect both the Owner and the Contractor from claims which may arise under the Agreement, including operations performed for the named insured by independent contractors and general inspection thereof by the named insured. In addition, the Contractor shall require its subcontractors to maintain such insurance.  Except for Workmen's Compensation, all liability coverage shall name the Owner as an additional insured and shall provide for 30 days prior written notice to the Owner of any modification or termination of coverage provided thereby. The Contractor shall provide the Owner with appropriate certificate(s) of insurance evidencing compliance with this provision prior to the commencement of any work under this Agreement. 

 14. Contract Security 

The Contractor shall furnish a payment bond in an amount of one hundred percent (100%) of the contract price or in a penal sum not less than that prescribed by State or local law, as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract.  

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 22 of 24   

15. Independent Contractor In no case shall the Contractor act, hold itself out as or permit anyone to consider it the employee of the Owner.  No agency shall be created between the Contractor and the Owner as a result of the Contractor’s performance of services hereunder and the relationship between the parties at all time shall be based on the Contractor being an independent contractor.  The Contractor acknowledges and agrees that it is responsible as an independent contractor for all operations under this Agreement and for all the acts of its agents and employees, and agrees that it will indemnify and hold harmless the Owner, its officers, boards, committees and employees from any and all loss, damage, cost, charge, expense and claim which may be made against it or them or to which it or they may be subject by reason of any alleged act, action, neglect, omission or default on the part of the Contractor or any of its agents or employees and will pay promptly on demand all reasonable costs and expenses of the investigation and defense thereof including attorney's fees and expenses.  This indemnification is not limited by a limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under the Worker's Compensation Act, Disability Benefits Act or other employee benefit act.  

16. Notice All notices required to be given hereunder shall be in writing and delivered to, or mailed first class to, the parties' respective addresses stated above. In the event that immediate notice is required, it may be given by telephone or facsimile, but shall, to the extent possible, be followed by notice in writing in the manner set forth above.  

17. Termination a. Each party shall have the right to terminate this Agreement in the event of a failure of the 

other party to comply with the terms of the Agreement. Such termination shall be effective upon seven days' notice to the party in default and the failure within that time of said party to cure its default.  

b. The Owner shall have the right to terminate the Agreement without cause, upon ten (10) days' written notice to the Contractor. In the event that the Agreement is terminated pursuant to this subparagraph, the Contractor shall be reimbursed in accordance with the Contract Documents for all Work performed up to the termination date, and for all materials or equipment not incorporated in the Work, but delivered and suitably stored at the site. Payment for material or equipment stored at the site shall be conditioned upon submission by the Contractor of bills of sale or such other evidence as is satisfactory to Owner to establish the Owner's title to such material or equipment or otherwise protect the Owner's interests. 

 18. Miscellaneous 

a. Royalties and Patents: The Contractor shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof, except that the Owner shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; but if the Contractor believes or has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Owner, and thereafter the Owner insists on the use of the design, process or products specified.  

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 23 of 24   

b. Assignment: The Contractor shall not assign or transfer any of its rights, duties or obligations under this Agreement without the written approval of the Owner. 

 c. Governing Law: This Agreement shall be governed by and construed in accordance with the 

law of the Commonwealth of Massachusetts.  

d. Tax Compliance: By its signature hereon, the Contractor certifies that it has complied with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support. 

  This Agreement merges and supersedes all prior understandings, agreements, discussions and correspondence and sets forth the entire understanding of the parties.  This Agreement is to be construed as a Massachusetts contract, and is to take effect as a sealed instrument. It shall be binding upon the respective heirs, devisees, executors, administrators, successors and assigns of the parties, and may be canceled, modified or amended only by a written instrument executed by both the Owner and the Contractor.  The Contractor may not assign this Agreement or any rights hereunder without the prior written consent of the Owner and any such attempted assignment shall be void ab initio.   IN WITNESS WHEREOF, the parties hereto have duly affixed their hands and seals on the day and year first above written.                   Plymouth Airport Commission 

(Contractor Name) 

                           

(Signature)            (Signature) 

                            (Printed Name)             (Printed Name)

                            (Title)               (Title)

                            (Date)               (Date)    

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Page 24 of 24   

THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 1 of 21

 

ATTACHMENT 1  

Technical specifications (21 Pages)      

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 2 of 21

 TECHNICAL SPECIFICATIONS 

All work done under this Contract shall be in conformance with the Plans and these Technical Specifications.  Questions related to these Specifications should be submitted to Thomas Maher, Airport Manager, in writing and faxed to 508‐747‐4483 or emailed to    [email protected]      At the discretion of the Plymouth Airport Commission, questions will be answered by written addenda. Bidders may not rely upon oral responses to questions, and may rely solely upon written addenda, if any.   

Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities (To be substantially complete by June 30, 2017 unless additional time is authorized/approved) 

  The brand names and/or models mentioned herein are to designate the minimum quality and capability of the equipment, it is not the intention to limit any make or model that is equal to or exceeds these specifications.   The intent of this specification is to provide for the required Construction Services needed to relocate the existing Plymouth Municipal Airport (PMA) Fuel Storage Facility.   The work to be done under this contract generally consists of the following:  

1. Removal and legally off‐site disposal of one (1) 10,000 gallon steel (80LL Mogas) UST and associated piping, appurtenances, including relocation or disposal of remaining fuel   

2. Removal and legally off‐site disposal of two (2) 12,000 gallon fiberglass (100LL Avgas) USTs and associated piping, appurtenances, including relocation or disposal of remaining fuel 

 3. Relocation of one (1) 12,000 gallon (Jet‐A) AGT and secondary containment vessel including 

refurbishment and conversion for use with (100LL Avgas)  

4. Removal of existing Fuel Dispenser System and associated piping and concrete slab  

5. Performance of miscellaneous demolition at existing Fuel Storage Facility  

6. Construction of a New Fuel Storage Facility including required site work, bollards, concrete pads, fencing, lighting, grounding, electrical service, drainage, installation of an Owner provided 20,000 gallon (Jet‐A) AGT and pump system, installation of refurbished 12,000 gallon (Avgas) AGT, procurement and installation of a new pump system for the refurbished 12,000 gallon (Avgas) AGT, and associated piping and appurtenances 

   

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 3 of 21

  Sequence of the Work 

The Airport must remain fully operational during the progress of the work, to include performing fueling operations.  As such the following sequence is required:  1. Removal and legally off‐site disposal of existing 10,000 gallon steel Mogas UST and Fuel 2. Install and make operational the New 20,000 gallon Jet‐A tank (expected delivery May 25th) 3. Relocate Jet‐A Fuel from existing 12,000 gallon Jet‐A AGT to New 20,000 gallon Jet‐A AGT 4. Refurbish and Relocate exsiting 12,000 gallon Jet‐A AGT converting it for use with 100LL Avgas 5. Relocate and/or dispose of 100LL Avgas Fuel from existing Avgas USTs to be removed 6. Removal and legally off‐site disposal of two (2) 12,000 fiberglass (100LL Avgas) 

  

ALL WORK TO BE SUBSTANTIALLY COMPLETE BY JUNE 30, 2017 (Unless additional time is authorized/approved) 

   

1. Removal of one (1) 10,000 gallon steel (80LL Mogas) UST a. This Section specifies requirements for the removal and disposal of one (1) 10,000 gallon steel UST 

containing 80LL Mogas. The removal of this Tank should be done as early as possible within the schedule as it does not impact the other required Construction activities directly; 

  b. All work shall be done in compliance with Local, State, and Federal regulations, including but not 

limited to, Mass DEP regulations and Massachusetts regulations 527 cmr 9.00 and 502 cmr 3.00;  

c. The Contractor is responsible for obtaining and completing applicable UST removal and disposal permits;  

d. The Contractor will handle removing the Mogas from the existing Mogas UST per PMA’s direction at the time of execution. This could involve relocation of the fuel to another PMA or Town authorized facility or off‐site disposal. PMA is “using down” the fuel in this UST to minimize this effort. For Bid Purposes Contractor should assume 2,500 gallons of Mogas shall be disposed of off‐site. If the actual quantity of fuel removed is larger or smaller than 2,500 gallons an adjustment to the value for this activity will be negotiated and approved by Change Order. The Contractor is fully responsible for legal removal, relocation, and/or disposal of Mogas from the existing UST (It should be noted that PMA has been 

using Dependable Petroleum, 1 Roberts Rd, Plymouth, MA 02360, 508‐747‐6238 for Fuel Services);  

e. The Transfer or disposal of the Mogas, which is a regulated substance, shall be performed in accordance with applicable Mass DEP regulations, and other Local, State, and Federal regulations;  

f. The Work under Bid Item 1 includes obtaining and completing applicable UST removal and disposal permits, removal and disposal of all associated UST piping and appurtenances from the tank, the screening and stockpiling of soil excavated during UST removal, the collection of confirmatory soil samples in accordance with the Commonwealth of Massachusetts UST Closure Assessment Manual (DEP Policy #WSC‐402‐96), backfilling the area to original grade with the excavated material and imported clean fill as required, and completion of all Massachusetts DEP permanent tank closure compliance requirements;   

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 4 of 21

 g. For the purposes of this Bid it shall be assumed that all excavated material can remain on site and 

can be used to backfill the excavation made. PMA has no indication of leaks associated with this tank, however no soil borings or soils analysis has been completed to determine if there is any fuel laden soil around or beneath the existing tank to be removed. If sampling/testing results in the need for off‐site soil disposal, this will be handled through an authorized change order or separate Contract;  

h. Clean Fill will be required to replace the volume of the tank and other appurtenances removed, and to bring the site back to the original grade. Fill shall be 6” minus gravel material and shall be compacted in no greater than 12” lifts unless specified otherwise based by required surface restoration;  

i. Contractor will provide his own License Site Professional (LSP). The Bid Price for Item 1 shall include the value for a Contractor provided LSP, including but not limited to the costs of performing required field soil screening and sampling, submittal of soil samples for Laboratory Testing, Reporting, and Documentation.  As stated in (g.) above, in the event that testing indicates a reportable release, the required LSP services inclusive of preparing a Release Abatement Measure Plan, and Immediate Response Plan, bills of lading, etc. will be handled through an authorized change order or separate Contract;  

j. Contractor is responsible for the legal disposal of all residual sludge and waste from the 10,000 gallon steel UST containing 80LL Mogas, including but not limited to any required LSP services, sampling, testing, lab reports, documentation and final disposal. The cost of such legal disposal shall be included in the Bid Price for Item 1; 

k. Contractor is responsible for all UST closure assessment activities as required by UST closure regulations; 

  l. PMA will be considered the generator and will sign all manifests and bills of lading, if said are required, 

for any required off‐site disposal;  

m. Contractor shall provide a copy of all permits, completed shipping manifests, and destruction certificates, and UST Closure documentation to PMA;  

n. Contractor shall submit a copy of all sampling analyses to PMA within two (2) days of receipt of Laboratory Reports. Analytical data shall be kept confidential, distributed to PMA only; 

 o. All open excavations shall be adequately safeguarded by temporary barricades, fencing, caution signs, 

lights, and any other means necessary to prevent accidents to persons, or damage to property. Contractor shall take all precautions not to create a hazardous situation and shall implement special construction procedures as necessary;  

p. Veeder‐root probes, wiring, and conduit is to be removed within required excavation, chasing conduit outside of required excavation for removal of other items is not required, however conduit should be capped or plugged with concrete when abandoned in place. Removal and disposal of probes to be coordinated with PMA;        

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 5 of 21

 q. SOIL SCREENING  

i. The Contractor shall perform field screening of excavated soil using the jar headspace method;  

ii. During excavation, the excavated material shall be field screened for volatile organic compounds with a photoionization detector by the Contractor at the rate of approximately one screening every 20 cubic yards; 

 iii. The Contractor shall immediately notify PMA in the event that field screening readings for 

volatile organic compounds exceed 100 parts‐per million based on volume (ppmV). Soil with volatile organic compounds that exceed 100 ppmV will need to be assessed before it can be reused on‐site as backfill; 

 iv. The soil shall be segregated and stockpiled separately if required; 

  

r. REMOVAL AND DISPOSAL OF TANK AND ASSOCIATED PIPING AND APPUTENANCES i. The Contractor shall handle all notifications to Mass DEP and the Plymouth Fire Department 

prior to existing tank removal;  

ii. The Contractor is responsible for obtaining and completing applicable UST removal and disposal permits and all UST closure assessment activities as required by UST closure regulations including the Mass DEP permanent Tank Closure requirements;  

iii. When the site is available for inspection and the tank is prepared for removal arrange for inspection by the Plymouth Fire Department and PMA as required; 

 iv. Following the inspection, and upon authorization by the Fire Department and PMA, remove the 

existing tank, associated materials, and piping;  

v. After tank has been removed from the excavation, in the event there is visible petroleum product in the excavation, the Contractor shall immediately notify PMA; 

 vi. Dispose of the underground storage tank, associated piping and appurtenances at an approved 

Massachusetts Licensed Tank Disposal Facility and submit a Certificate of disposal from the disposal facility to PMA; 

 vii. Contractor will also legal dispose of all concrete, and other removed material not acceptable for 

use as backfill, associate with the UST, this includes but is not limited to, pump pads, concrete slab over tank, access covers, wiring, conduit, vent piping, etc.; 

 viii. The existing pump system is to be removed with care and will remain the property of PMA; 

  

s. CONFORMATIONAL SAMPLING i. The Contractor shall perform conformational sampling and analysis once the tank and piping 

have been removed;  

ii. As stated above, the confirmatory soil samples shall be collected and analyzed in accordance with the requirements of DEP Policy #WSC‐402‐96; 

  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 6 of 21

 iii. At a minimum, soil samples will be obtained from the 4 side walls, the location of the fill pipe, 

and the bottom of the excavation for the tank and 1 sample for every 20 feet of pipe;  

iv. All analyses shall be performed by a Massachusetts DEP Licensed Analytical Laboratory; PMA shall receive a copy of the analytical report within two (2) days of receipt by the Contractor, and all analytical data shall be kept confidential, distributed to PMA only; 

  

t. BACKFILL i. For Bid Purposes the Contractor shall assume excavated materials will be used as backfill in the 

area it was removed from. The Contractor shall be responsible for importing clean fill as required to complete the back to original grade and condition. The cost of required imported clean fill shall be included in the Bid price for this Item;   

ii. Excavated materials reused on‐site shall be reused in the general area where it was excavated;  iii. Backfill material shall be placed in the excavation and compacted in accordance with 

Massachusetts Highway DOT Specifications, Section 150 Embankment or equivalent. The intent is to minimize future settlement of the area subsequent to backfill and completion of the work, and to provide PMA a stable and useable gravel surface going forward; 

  

u. RESTORATION OF SURFACES i. Surface shall be restored to original grade and kind. The area around this UST shall be restored 

back to a level and flat gravel surface tied in to the undisturbed surrounding area;  

ii. The quality of materials and the performance of work used in the restoration shall produce a surface or feature at least equal to the condition existing surrounding the UST cover/pad that was removed before the work began; 

  

2. Removal of two (2) 12,000 gallon fiberglass (100LL – Avgas) USTs a. The Airport must remain fully operational during the progress of the work, to include performing 

fueling operations, as such removal of these tanks, and the existing fuel within them, must be coordinated with PMA and must be performed in an appropriate sequence as noted above;  

b. This Section specifies requirements for the removal and disposal of two (2) 12,000 gallon fiberglass USTs containing 100LL Avgas. The removal of these Tanks cannot be completed until the New Fuel Facility is at least partially complete and both the New 20,000 gallon Jet‐A Fuel AGT is in place and operational, and the existing 12,000 gallon Jet‐A Fuel AGT has been relocated and refurbished for use with 100LL Avgas and made operational at the New Fuel Facility; 

 c. The removal of these two USTs will impact the Access to the Airfield and as such the schedule of this 

work must be coordinated with PMA such that an alternate means of egress can be utilized during the UST tank removal and surface restoration activities;  

d. All work shall be done in compliance with Local, State, and Federal regulations, including but not limited to, Mass DEP regulations and Massachusetts regulations 527 cmr 9.00 and 502 cmr 3.00;    

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 7 of 21

 e. The Contractor is responsible for obtaining and completing applicable UST removal and disposal 

permits;  

f. The Contractor will handle removing the Avgas from the existing Avgas USTs per PMA’s direction at the time of execution. This will involve relocation of the fuel to the relocated and refurbished 12,000 gallon AGT, and if there is excess fuel, this excess fuel will be taken to another PMA or Town authorized facility or legally disposed of off‐site. PMA is “using down” the fuel in these USTs to minimize this effort. For Bid Purposes Contractor should assume 10,000 gallons of Avgas shall be relocated to the New Fuel Facility. If the actual quantity of fuel removed is larger or smaller than 10,000 gallons an adjustment to the value for this action will be negotiated and approved by Change Order. The Contractor is fully responsible for legal removal, relocation, and/or disposal of Avgas from the existing USTs (It should be noted that PMA has been using Dependable Petroleum, 1 Roberts Rd, Plymouth, MA 

02360, (508) 747‐6238 for Fuel Services);  

g. The Transfer or disposal of the Avgas, which is a regulated substance, shall be performed in accordance with applicable Mass DEP regulations, and other Local, State, and Federal regulations; 

 h. The Work under Bid Item 2 includes obtaining and completing applicable UST removal and disposal 

permits, removal and disposal of all associated UST piping and appurtenances from the tanks, the screening and stockpiling of soil excavated during UST removal, the collection of confirmatory soil samples in accordance with the Commonwealth of Massachusetts UST Closure Assessment Manual (DEP Policy #WSC‐402‐96), the backfilling to original grade with the excavated material and imported clean fill as required, the asphalt paving of the Airport Access way under which the USTs are located, and completion of all Massachusetts DEP permanent tank closure compliance requirements; 

 i. During removal of the USTs and the associated concrete slab, covers, piping, vents, etc., care shall be 

taken not to damage the Gate or the associated Loops and automated opening/closing system associated with the Airfield Access Gate immediately adjacent to the UST area. A functions test of the Gate shall be performed upon completion of the Tank Removal and associated Site Restoration including paving. If the Gate is not operating properly the Contractor will make necessary repairs or replacements to bring the Gate back to full function. Costs for any work required to repair the Gate or the associated Loops and automated opening/closing system shall be incidental to the Project and no additional compensation will be provided to address such activities;    

j. For the purposes of this Bid it shall be assumed that all excavated material can remain on site and be used to backfill the excavation made. PMA has no indication of leaks associated with these tanks, however no soil borings or soils analysis has been completed to determine if there is any fuel laden soil around or beneath the existing tanks to be removed. If sampling/testing results in the need for off‐site soil disposal, this will be handled through an authorized change order or separate Contract;  

k. Clean Fill will be required to replace the volume of the tanks and other appurtenances removed, and to bring the site back to a grade where pavement base gravels and pavement can be installed to bring the site back to original grade and function. Fill shall be 6” minus gravel material and shall be compacted in no greater than 12” lifts;        

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 8 of 21

 l. Contractor will provide his own License Site Professional (LSP) and the Bid Price for Item 2 shall 

include the value for a Contractor provided LSP, including but not limited to the costs of performing required  field soil screening and sampling, submittal of soil samples for Laboratory Testing, Reporting, and Documentation.  As stated in (j.) above, in the event that testing indicates a reportable release, required LSP services inclusive of preparing a Release Abatement Measure Plan, and Immediate Response Plan, bills of lading, etc. will be handled through an authorized change order or separate Contract; 

 m. Contractor is responsible for the legal disposal of all residual sludge and waste from the 12,000 gallon 

fiberglass USTs containing 100LL Avgas, including but not limited to any required LSP services, sampling, testing, lab reports, documentation and final disposal. The cost of such legal disposal shall be included in the Bid Price for Item 2; 

n. PMA will be considered the generator and will sign all manifests and bills of lading, if said are required, 

for any required off‐site disposal;  

o. Contractor shall provide a copy of all permits, completed shipping manifests, and destruction certificates, and UST Closure documentation to PMA; 

 p. Contractor shall submit a copy of all sampling analyses to PMA within two (2) days of receipt of 

Laboratory Reports. Analytical data shall be kept confidential, distributed to PMA only;  

q. All open excavations shall be adequately safeguarded by temporary barricades, fencing, caution signs, lights, and any other means necessary to prevent accidents to persons, or damage to property. Contractor shall take all precautions not to create a hazardous situation and shall implement special construction procedures as necessary;  

r. Veeder‐root probes, wiring, and conduit is to be removed within required excavation, chasing conduit outside of required excavation for removal of other items is not required, however conduit should be capped or plugged with concrete when abandoned in place. Removal and disposal of probes to be coordinated with PMA;   

s. SOIL SCREENING  i. The Contractor shall perform field screening of excavated soil using the jar headspace method; 

 ii. During excavation, the excavated material shall be field screened for volatile organic compounds 

with a photoionization detector by the Contractor at the rate of approximately one screening every 20 cubic yards; 

 iii. The Contractor shall immediately notify PMA in the event that field screening readings for 

volatile organic compounds exceed 100 parts‐per million based on volume (ppmV). Soil with volatile organic compounds that exceed 100 ppmV will need to be assessed before it can be reused on‐site as backfill; 

 iv. The soil shall be segregated and stockpiled separately if required; 

     

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 9 of 21

 t. REMOVAL AND DISPOSAL OF TANKS AND ASSOCIATED PIPING 

i. The Contractor shall handle all notifications to Mass DEP and the Plymouth Fire Department prior to existing tank removal;  

ii. The Contractor is responsible for obtaining and completing applicable UST removal and disposal permits and all UST closure assessment activities as required by UST closure regulations including the Mass DEP permanent Tank Closure requirements; 

 iii. When the site is available for inspection and the tanks are prepared for removal arrange for 

inspection by the Plymouth Fire Department and PMA;  

iv. Following the inspection, and upon authorization by the Fire Department and PMA, remove the existing tanks, associated materials, and piping; 

 v. After tanks have been removed from the excavation, in the event there is visible petroleum 

product in the excavation, the Contractor shall immediately notify PMA;  

vi. Dispose of the underground storage tanks, associated piping and appurtenances at an approved Massachusetts Licensed Tank Disposal Facility and submit a Certificate of disposal from the disposal facility to PMA; 

 vii. Contractor will also legal dispose of all concrete, and other removed material not acceptable for 

use as backfill, associate with the UST, this includes but is not limited to pump pads, concrete slab over tank, access covers, wiring, conduit, vent piping, etc. 

 viii. At the discretion of PMA the existing pump system is to be removed with care and may 

remain the property of PMA;   

u. CONFORMATIONAL SAMPLING i. The Contractor shall perform conformational sampling and analysis once the tanks and piping 

have been removed;  

ii. As stated above, the confirmatory soil samples shall be collected and analyzed in accordance with the requirements of DEP Policy #WSC‐402‐96; 

 iii. At a minimum, soil samples will be obtained from the 4 side walls, the location of the fill pipe, 

and the bottom of the excavation; and 1 sample for every 20 feet of pipe;  

iv. All analyses shall be performed by a Massachusetts DEP Licensed Analytical Laboratory; PMA shall receive a copy of the analytical report within two (2) days of receipt by the Contractor, and all analytical data shall be kept confidential, distributed to PMA only; 

  

v. BACKFILL i. For Bid Purposes the Contractor shall assume excavated materials will be used as backfill in the 

area they were removed from. The Contractor shall be responsible for importing clean fill as required to complete the back to original grade and condition. The cost of required imported clean fill shall be included in the Bid price for this Item;  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 10 of 21

 ii. Excavated materials reused on‐site shall be reused in the general area where it was excavated; 

 iii. Backfill shall occur in no greater than 1 foot lifts and shall be compacted using appropriate 

vibratory or other means per MA DOT Standards. Backfill shall be placed to grade as necessary to allow a full MA DOT Pavement Cross Section including 12” of gravel base course and asphalt base course and wearing course surfaces to match existing paving at the Airport Access area; 

  

w. RESTORATION OF SURFACES i. Surfaces shall be restored to original grade and be an asphalt paved surface; 

 ii. These tanks are located within the access apron to the airfield and are under an existing paved 

surface (concrete slab). The concrete pad shall be removed and properly disposed of, standard highway gravel subbase, per MA DOT Specifications shall installed and compacted to the existing limits of access apron, and an asphalt pavement surface shall be installed using HMA per Mass DOT Specifications. For Bidding purposes assume a compacted subgrade, 8” of MA DOT M1.03.1 Processed Gravel for Subbase, 4” of MA DOT M2.01.7 Dense Grade Crush Stone for Sub‐Base, 2.5” of HMA Base Course asphalt, and 1.5” of Surface course asphalt; 

 iii. Should the access gate loop detectors be damaged during removal they will be restored or 

replaced in kind, and functions tested;  

iv. The quality of materials and the performance of work used in the restoration shall produce a surface or feature at least equal to the condition existing before the work began; 

  3. Relocation and Refurbishment of one (1) 12,000 gallon (Jet‐A) AGT for use with (100LL Avgas) 

a. The Airport must remain fully operational during the progress of the work, to include performing fueling operations, thus the timing of existing Jet‐A Fuel Tank Relocation and Refurbishment and the other work to be performed under this item must be performed in an appropriate sequence as noted above;  

b. All work under this Item is to comply with Local, State, and Federal regulations, as well as NFPA requirements;  

c. This Section specifies requirements for the relocation and refurbishment of the existing 12,000 gallon Jet‐ A AGT for use as a 100LL Avgas AGT in the new Fuel Facility. This includes the relocation of the existing Jet‐A fuel from the AGT, the removal and legal disposal of any sludge or waste, the disconnection and abandonment in place of the Secondary Containment Vessel drain, removal of the existing pumping system and delivery of same to PMA, the cleaning and refurbishment of the AGT for use with 100LL Avgas including replacement of seals/gaskets, repainting, new signage, and pressure/fit testing;        

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 11 of 21

 d. The Contractor will be responsible for the relocation of the remaining Jet‐A Fuel in the existing AGT to 

the New 20,000 gallon Jet‐A AGT being provided by the Owner and Installed by the Contractor at the New Fuel Facility. The New 20,000 gallon Tank is projected to be delivery on May 25, 2017. PMA is “using down” the fuel in the existing AGT to minimize this amount of fuel to be relocated, so for Bid purposes Contractor should assume 5,000 gallons of Jet‐A Fuel is to be relocated to the New Fuel Facility. If the actual quantity of fuel relocated is larger or smaller than 5,000 gallons an adjustment to the value for this action will be negotiated and approved by Change Order. The Contractor is fully responsible for legal relocation of Jet‐A Fuel from the existing AGT (It should be noted that PMA has been 

using Dependable Petroleum, 1 Roberts Rd, Plymouth, MA 02360, (508) 747‐6238 for Fuel Services);  

e. The transfer or disposal of the Jet‐A Fuel, which is a regulated substance, shall be performed in accordance with applicable Massachusetts DEP regulations, and other Local, State, and Federal regulations;  

f.  No excavation is required for the relocation or refurbishment of the existing AGT, beyond that need to terminate and plug the Secondary Containment Vessel drain connection to the Airport’s Drainage System and Oil Water Separator;  

g. The existing concrete pad that the existing AGT is mounted on is to remain. The concrete sleepers on the slab will need to be removed and brought level with remainder of pad, unless PMA authorizes an expectation by Change Order not to remove said concrete sleepers. Exposed rebar, if any, will be drilled back and grouted;  

h. The secondary containment drain is to be disconnected and terminate blow ground. The Pipe is to be capped, or plugged with Concrete, and abandoned in place.  An excavation to chase and fully remove the drain line all the way to the catch basin it connects to is not required;  

i. The existing pump system is to be removed with care and will remain the property of PMA;  

j. Contractor is responsible for the legal disposal of all residual sludge and waste from the AGT, including but not limited to any required LSP services, sampling, testing, lab reports, documentation and final disposal. The cost of such legal disposal shall be included in the Bid Price for Item 3;  

k. The exterior of the AGT and the Secondary Containment Vessel shall be cleaned, prepared, and repainted in kind.  New Signage for use as with 100LL Avgas shall be included;  

l. The Rain‐shield associated with the Secondary Containment shall be removed prior to the existing AGT being lifted or relocated, and Rain‐shield shall be reinstalled once the AGT has been reset in the New Fuel Facility. The Rain‐shield portions of the Secondary Containment were shipped loose during its original installation and installed on site once the AGT and Secondary Containment were set on the slab;  

m. The Refurbished AGT will be Leak and Pressure tested as required by Local, State, and/or Federal regulations and permits;  

n. The Contractor is responsible for obtaining all AGT Construction and Operations Permits;  

  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 12 of 21

 4. Removal of existing Fuel Dispenser System and associated piping and concrete slab 

a. This section include the removal and legal disposal of the existing 100LL Avgas Dispensing Pump, the existing 80LL Mogas Dispensing Pump, two (2) existing hose reals, one (1) Bonding Clip real, as well as the associated buried piping and conduit connected to same, the removal to below grade of the concrete pad they are affixed too, and subsequent repaving of the former concrete pad area; 

 b. Hose reals shall be removed and legally disposed of in compliance with all Local, State and Federal 

regulations;  

c. Dispensing Pumps shall be removed and legally disposed of in compliance with all Local, State and Federal regulations;  

d. The existing Concrete Pad shall be saw cut at the existing joint between the 4 foot wide section supporting the pumping equipment and the 6 foot wide section supporting the existing Kiosk. Care shall be taken not to damage the Kiosk or its foundation as they are to remain. Exposed rebar shall be drilled back and grouted;  

e. The 4 foot wide dispensing system pad is to be removed to its full depth and properly disposed of.  The excavate area, from which the concrete pad is removed, shall be backfilled with MA DOT M2.01.7 Dense Grade Crush Stone for Sub‐Base, to the grade needed for the area to be repaved in kind to match existing.  For Bidding purposes assume this is 2.5” of HMA Base Course asphalt and 1.5” of Surface course asphalt. Any broken existing pavement edges shall be saw cut to provide a clean and straight edge before placing new pavement, and tack coat shall be applied;  

f. Associated fuel line piping is to be removed and legally disposed of in accordance with all Local, State, and Federal regulations.  Soil samples are to be taken every 20 feet on each piping run, to include a sample being taken under each supply line at the pump island. Testing and Reporting shall be as identified under Items 1 and 2 above;  

g. Trenches from were existing underground Fuel Piping is removed shall be restored in kind and paved.  Broken edges of existing pavement shall be saw cut to provide a clean and straight edge before placing new pavement, and tack coat shall be applied.  For the purposes of this Bid it shall be assumed that all excavated material can remain on site and be used to backfill the excavations made. PMA has no indication of leaks associated with piping, however no soil borings or soils analysis has been completed to determine if there is any fuel laden soil around or beneath the existing pipes to be removed. If sampling/testing results in the need for off‐site soil disposal, this will be handled through an authorized change order or separate Contract.  

h. Backfill shall be properly compacted per Mass DOT specifications to a grade and depth required for the installation of 8” of MA DOT M1.03.1 Processed Gravel for Subbase, 4” of MA DOT M2.01.7 Dense Grade Crush Stone for Sub‐Base, 2.5” of HMA Base Course asphalt, and 1.5” of Surface course asphalt.  All final paving is to be at grade with existing and undisturbed areas and grades;  

i. Inventory Control Conduits and other conduits are to be removed in areas were other items are excavated and removed.  Excavation solely for the purpose of chasing and remove Inventory Control or other conduits will not be required.  Wires will be removed and ends terminated and made safe, and conduits to be abandoned in place will be capped or have their ends filled with concrete to avoid migration of material into the abandoned conduit; 

  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 13 of 21

  5. Performance of miscellaneous demolition at existing Fuel Storage Facility 

a. Contractor shall remove and legal dispose of the following: i. The existing 4’ fence and gates along the east airside face and north access apron face of the 

existing fuel facility. The fence and gates are to be removed and properly disposed of including fence post and post foundations. There is approximately 160 linear feet of fence line with four small single swing personnel access gates. The ground surface where fence posts and foundations are removed is to be replaced in kind and brought back to grade;  

ii. Care is to be taken when removing fence line along existing access apron so as not to damage the remote access gate equipment, gate, or the 6 foot fence that is to remain. Should said equipment, gate, fence, etc. be damaged it will be restored or replaced in kind and functions tested. No additional compensation shall be provided for repair or replacement of items that where to remain;   

iii. Terminate existing Inventory Control wiring and conduit as tanks are removed. Terminate wiring at the TLS‐300 Panel in the Administration Building. The New fuel facility will report to the existing Veeder‐Root TLS‐300 Panel by wireless transmitter to be installed as part of constructing the new fuel facility.  Once wires have been terminated and removed conduits in area of excavations required for removal of tanks and other appurtenances should be done. Excavations specific to chasing and removing Inventory Controls conduit is not required.  Open ends of all abandoned conduit shall be capped or filled with concrete to avoid migration of material into same; 

 iv. Miscellaneous wood blocks, wooden dunnage, concrete curbs and other minor material in the 

existing fuel facility area shall be removed and legally disposed of;  

v. UST Vent Stack piping will be removed and legally disposed of;  

vi. Hose stands and associated concrete foundations will be removed and legally disposed of;  vii. Signage no longer required will be removed from the existing fence to remain and will either be 

turned over to PMA for its use or legally disposed of;  

b. Existing Electric Transformer, Utility Poles, and Lighting to remain – these are not to be removed   6. Construction of New Fuel Storage Facility 

a. General 

The Contractor is responsible for obtaining all AGT Construction and Operations Permits in coordination with PMA and utilizing Plans and Submittals made by itself and others for the Project;  

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;  

Location of existing utilities shall be verified and marked out prior to commencing any work. The contractor shall provide utility locating services as required to locate/verify utility locations prior to commencing any excavations in addition to contacting Dig Safe; 

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 14 of 21

  Contractor shall schedule and perform the work to minimize interference with Airport 

Operations. Work on airside shall be coordinated with PMA and may require the presence of PMA’s Staff during all activities performed on airside; 

  At the conclusion of each work day the contractor shall leave the entire work area in a clear 

clean neat and unobstructed condition;   Contractor staging and parking areas are to be coordinated with PMA and are expected to be 

within the main parking area adjacent to the work areas. Contractors equipment and materials to be left on airside during performance of the work to be specifically coordinated with PMA; 

  Contractor is wholly responsible for the security and protection of its equipment and material. 

PMA accepts no liability for damaged, lost, or stolen equipment or materials. Contractor to secure and protect his equipment and materials as needed; 

  Contractor to coordinate all crane work with PMA to ensure no conflict with airport operations; 

 

All work under this Item is to comply with Local, State, and Federal regulations, as well as NFPA and NEC requirements;  

b. Removal of existing Pavement 

Pavement in the area of the New Fuel Facility shall be removed as shown on the plans;  

Pavement shall be saw cut to provide a clean edge and the edge shall be backfilled with compacted MA DOT M2.01.7 Dense Grade Crush Stone for Sub‐Base to prevent deterioration of the edge; 

  Pavement shall be properly and legally disposed of off‐site; 

 c. Concrete pads 

Cement Concrete shall meet the material specifications of Massachusetts Highway DOT specifications Item M4.02.00, Cement Concrete, 4,000 psi 28‐day compressive strength, ¾” maximum aggregate size, and shall be high early as required by project schedule ;   

Concrete pads shall be installed per the details shown on the Construction Plans;  

Reinforcing steel bars shall meet the material specifications of Massachusetts Highway DOT specifications Item M8.01.0, Reinforcing Bars, and be as specified on the plans;  

Surfaces of forms to be in contact with concrete shall be greased with non‐staining form release compound, and Formwork shall be so constructed, braced, or tied that the formed surfaces of the concrete will be perfectly true, smooth, and to the dimensions shown on the drawings;  

Cylinder Break tests will be required and shall be coordinated by the Contractor.  AGTs and other equipment/material shall not be set on Concrete Pads until they have reached their required/designed ultimate strength; 

    

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 15 of 21

  Concrete pads will not have chamfered edge as they will be installed at grade as shown on the 

plans, final gravel site surface around concrete pads will be compacted and made level with pads and surrounding undisturbed grades to create a clear and safe walking surface without trip hazards; 

  

d. Installation of New Owner provided 20,000 gallon Jet‐A AGT 

Contractor to provide the Crane required for delivery and setting the New Owner provided 20,000 gallon Jet‐A Tank being provided by Fuel Tech Inc. of Mims, Florida 800‐628‐1863, and is projected to be delivery on May 25, 2017;   

The Tank is expected to weigh approximately 49,000 pounds and Fuel Tech Inc. will be on site to facilitate the delivery and set of the Tank. Contractor is to coordinate with Fuel Tech for Pick Plan and required rigging;  

Final Tank and Pump System submittals drawings have not been received. Coordination with the Final Approved Submittals will be required; 

  Tank to be anchored to foundation per Fuel Tech Inc.’s requirements, expectation is this will 

require four ¾” diameter threaded rods drilled and grouted into the poured concrete slab once anchor bolt frame locations have been coordinated; 

  Fuel Tech will support initial fit up and connection of tank and equipment, the Contractor is 

ultimately responsible for commissioning of the tank and pump system and making them fully operational; 

  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements;  

e. Installation of Owner provided Jet‐A Fuel Pump 

Contractor to provide the lifting equipment required for delivery and setting the New Owner provided Jet‐A Fuel Pump System being provided by Fuel Tech Inc. of Mims, Florida 800‐628‐1863, and is projected to be delivery on May 25, 2017;   

The Jet‐A Pump System is expected to weigh approximately 8,000 pounds and Fuel Tech Inc. will be on site to facilitate the delivery and set of the Tank. Contractor is to coordinate with Fuel Tech for Pick Plan and required rigging; 

  Final Tank and Pump System submittals drawings have not been received. Coordination with 

the Final Approved Submittals will be required;  

Pump System to be anchored to foundation per Fuel Tech Inc.’s requirements; expectation is this will require four threaded rods drilled and grouted into the poured concrete slab once anchor bolt frame locations have been coordinated; 

  Fuel Tech will support initial fit up and connection of Pump System and equipment, the 

Contractor is ultimately responsible for commissioning and bringing the tank and pump system to operational use;  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 16 of 21

 

All metallic piping, fittings, and valves used in connection with approved nonmetallic piping, fittings, and valves shall be grounded in accordance with local and state regulations, and manufacturer’s recommendations;   

All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC requirements; 

  

f. Relocation of 12,000 gallon AGT for use with 100LL Avgas 

Contractor will provide all lifting equipment required for the relocation of the Tank. Contractor will develop Pick Plan. Care shall be taken not to damage the Tank in transit, and the Contractor assumes all liability for damage caused during the relocation;  

The relocated tank shall be connected to the slopped concrete slab installed be the Contractor in the same manner that the existing Tank is secured to its concrete pad; 

  The Secondary Containment Vessel drain shall be tied in and connected to the delivery Truck 

Pad catch basin;   All metallic piping, fittings, and valves used in connection with approved nonmetallic piping, 

fittings, and valves shall be grounded in accordance with local and state regulations, and manufacturer’s recommendations; 

  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements;  

g. Furnish and install new pump and filter system for 100LL Avgas 

Pump System shall be designed for use with aboveground storage of flammable and combustible liquids at atmospheric pressure, specifically 100LL Avgas;   

Pump System, piping, and associate fittings, attachments, and appurtenances shall meet the requirements of all current applicable Codes and Standards for 100LL Fuel Storage in Above Ground Tanks, to include but not limited to NFPA 407, NFPA 30, the National Electric Code, the Code Federal Regulations, and Commonwealth of Massachusetts Regulations, relevant API Codes, and applicable FAA standards; 

  Electrical Service to the Pump System, which will be installed by the Contractor, will be Single 

Phase 120/240  volt, all electrical equipment, motors, etc. shall be provided accordingly;   An Aviation compliant pump with explosion proof motor shall be provided with Explosion proof 

motor starter and start‐stop switch;   Pump system is intended to be located to the front of the Above Ground Tank and forward of 

the Above Ground Tank’s center‐line, between the Above Ground Tank being supplied by the Owner from Fuel Tech and the relocated AGT being set by the Contractor; 

  Pump System should be a Stand‐Alone Skid, set up to off‐load delivery transport and to bottom 

load refuelers at 180‐200 GPM. Fuel to be filtered in and out;  

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 17 of 21

  Shop Drawings are to be submitted. Shop Drawings shall provide dimensioned drawings 

including plan views, sectional views, electrical wiring diagrams and installation coordination details, to include layout and arrangement of control panels, piping connections, accessories and other items to assure a coordinated installation.  Drawings shall indicate adequate clearance for operation, maintenance and replacement of operating devices; 

  An Aviation compliant filter/separator shall be provided. The filter/separator shall be equipped 

with air eliminators and relief valves, a differential pressure gauge, an inlet/outlet sampling connection, and a manual drain valve as applicable;  

A 20 gallon Sump Fuel Recovery System (No heater) is to be provided;   An Emergency Fuel Shutoff System is to be provided; 

  All of the equipment shall be of a proven design and shall have accuracies and ranges within the 

limits guaranteed by the manufacturers;   The system shall provide required appurtenances to allow proper grounding and bonding per 

Codes and Standards, and in accordance with manufacturer’s requirements. Grounding Lugs shall be provided on the Pump Skid as required. A spring re‐wind static grounding reel with stainless steel cable, ground clip, and stop assembly for bonding delivery trucks and refuelers will be provide; 

  Overfill protection shall be provided; 

  Existing Airport equipment requires 3” Hoses, 3” Hose will be provided. Hose lines shall be 

marked by decals or labeled as required by current Codes and Standards. Truck Off‐Load connection to be 3”; 

  Contractor is to provide/furnish pump, piping, dispensing equipment, electrical 

interconnections, and all accessories required to provide a complete loading and unloading system; 

  Standard “Meter/Totalizer” system shall be provided, Unit of measure shall be U.S. Gallons; 

  Valves, loading and unloading connections, switches and other control equipment shall be color‐

coded to identify the grade and type of fuel they control as required by current Codes and Standards; 

  Operations and maintenance manuals to be provided; 

  All components shall carry a minimum one‐year warranty; 

        

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 18 of 21

 h. Installation of Fence 

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;  

Location of existing utilities shall be verified and marked out prior to commencing any work. The contractor shall provide utility locating services as required to locate/verify utility locations prior to commencing any excavations in addition to contacting Dig Safe; 

  Fencing shall be as specified on the plans and the details there on. Shop Drawing Submittals will 

be required;   

i. Relocation of an existing Airside access fence gate 

As shown on the plans there is an existing Access Gate that must be relocated. The Gate is within the existing 6 foot fence on the south side of the parking area were the New Fuel Facility will be built;   

Contractor is to relocate this gate to facilitate the future movement of delivery and refueler vehicles as shown on the plan; 

  New Gate Posts shall be set at the New Location and the Existing Gate shall be relocated to 

same. Gate Posts shall be in kind replacement of existing, and foundation for Gate Posts shall be as equal to existing or per New Fence Detail as shown on plans; 

  The Location were Gate is relocated from shall receive new Line Posts and Foundations as 

required, and the Fence Fabric shall be made hole;  

j. Installation of Bollards 

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;   

Location of existing utilities shall be verified and marked out prior to commencing any work. The contractor shall provide utility locating services as required to locate/verify utility locations prior to commencing any excavations in addition to contacting Dig Safe;   

Bollards shall be 6” Bollard with Yellow Plastic Sleeve cover as provided by Reliance Foundry Model # R‐1007‐06 and R‐7019 respectively or approved equal; 

  Shop Drawing submittal will be required; 

  Bollards to be installed such that foundation are to grade with undisturbed paved surface and 

area between foundation and undisturbed paved surface to be backfilled with compacted MA DOT M2.01.7 Dense Grade Crush Stone for Sub‐Base to prevent deterioration of the edge and level surface;      

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 19 of 21

 k. Furnish and install site lighting 

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;   

Location of existing utilities shall be verified and marked out prior to commencing any work. The contractor shall provide utility locating services as required to locate/verify utility locations prior to commencing any excavations in addition to contacting Dig Safe;   

Site Lighting shall be as specified on the plans, or approved equal;   Shop Drawing submittal will be required; 

  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements;   

l. Furnish and install remote Veeder‐Root inventory control system equipment 

PMA currently has a Veeder‐Root TLS‐300 System located within the Administration Building, as shown on the plans, that is hard wired to all USTs being removed and the AGT that is being relocated. This TLS‐300 Monitoring System Console will remain and will be refit and programmed to work with the Wireless Veeder‐Root System to be installed at the New Fuel Facility;   

Dependable Petroleum, 1 Roberts Rd, Plymouth, MA 02360, 508‐747‐6238 or 800‐322‐0360 has the current Contract for programming and servicing the TLS‐300 System. Contractor shall coordinate all actions related to this item with Dependable Petroleum, or another PMA approved vendor; 

  Contractor is to furnish, install and make functional the required Veeder‐Root TLS‐RF Wireless 

System.  A Veeder‐Root TLS‐RF Wireless Transmitter, battery pack, and probe are to be installed in both the New 20,000 gallon Jet‐A Tank and the Relocated and Refurbished 12,000 Tank for 100LL Avgas, The TLS‐RF Receiver is to mounted to the Administration building as required and coordinated with PMA as is the TLS‐RF Unit, and all required conduit, cabling, and wiring is to be completed to enable the Wireless System to communicate to PMA’s existing TLS‐300 unit; 

  Contractor is required to perform a function check of the system upon completion, function 

check should be coordinated with PMA and Dependable Petroleum or other PMA approved vendor; 

  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements  

m. Electrical service  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements;   

Contractor will be responsible for the installation of electric power to the New Fuel Facility and all Lighting, Equipment, and appurtenance; 

 

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 20 of 21

  The power will originate from the existing Service Meter Location as shown on the Plans, on the 

wall of the existing Building near Gate 3 and will be Single Phase 120/240  volt;   Contractor will install the required Service connection per the requirements of the local utility 

and based on their coordination with same. For Bid Purposes assume the New Service can be supplied of the existing Meter affixed to the wall of the Building Adjacent to Gate 3 and a main disconnect for the New Fuel Facility will be mounted there; 

  Contractor shall make all arrangements with the Local Utility; 

 

Contractor will install a new weather tight 300 amp Electric Distribution Panel as shown on the plans for distribution of power to the New Fuel Facility and its equipment; 

  All electric services shall be installed below ground. The Contractor will be responsible for 

installing all buried electrical conduits. Conduit shall be buried to a minimum depth of 24‐inches or according to the local and National Electrical Codes and Electrical Warning Tape shall be installed above all buried conduits according to Code;  

  Explosion proof conduit shall be installed within the Hazardous Areas; 

  Contractor is responsible for obtaining all required electrical permits and arranging for site 

inspections;   Contractor is responsible for providing their own temporary electric power as required while 

working at this site;   The installation of a New Electric Meter is not expected to be required and Contractor should 

assume same in Bid. Should coordination with local utility result in a New Meter being required PMA will open the required new account and an adjustment to the Scope of Work will be negotiated and approved through the change order process; 

  All work shall be performed by a MA state licensed electrician;  

  Contractor is wholly responsible for completing all work necessary to provide complete and 

operable Fuel Facility. All necessary wiring, connections, and electrical service requirements shall be provided by the Contractor; 

  Electrical service shall be run in conduit along existing fence line as shown on plans; 

  

n. Grounding 

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;   

Location of existing utilities shall be verified and marked out prior to commencing any work. The contractor shall provide utility locating services as required to locate/verify utility locations prior to commencing any excavations in addition to contacting Dig Safe;   

Grounding System shall be as specified on the plans, Contractor will also be responsible for purchasing and installing the grounding equipment; 

Plymouth Airport Commission – TECHNICAL SPECIFICATIONS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017 Page 21 of 21

  Shop Drawing submittal will be required for all grounding materials; 

  All work is to comply with Local, State, and Federal regulations, as well as NFPA and NEC 

requirements; 

o. Drainage 

Contractor is responsible for Layout. Layout may need to be adjusted based on Field Verified location of existing water main or other existing buried utilities;   

Drainage shall be furnished and installed as specified on the plans;   Contractor to verify connection to existing drainage system/catch basin as shown on the plans 

results in flow from New Fuel Facility being tied into PMA’s Facility Wide Oil‐Water Separator south of the New Fuel Facility; 

  If the existing catch basin, were drainage from New Fuel facility is shown to tie in, does not tie 

into a drainage system connected to PMA’s Facility Wide Oil‐Water Separator additional accommodations for a site specific Oil‐Water Separator will be required and will be negotiated and approved via the Change Order process. For Bid Purposes it should be assumed the existing catch basin does tie in to PMA’s Facility Wide Oil‐Water Separator; 

  Shop Drawing submittal will be required for Catch Basin, Frame & Grate, and Pipe; 

  

p. Warning Signs and appurtenances 

Contractor to furnish and install all regulatory and safety warning signs required by Codes and Regulations 

o NO SMOKING – posted adjacent to manual Sliding Gate so it can be seen when Gate is open 

o Flammable – Posted on each side of the Fence Facility facing outward o Jet‐A – Posted on each side of the Fence Facility facing outward o Avgas – Posted on each side of the Fence Facility facing outward 

  

Contractor to provide two 20‐B:C Fire Extinguishers, to be mounted per PMA’s direction;   

  

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 1 of 9

ATTACHMENT 2

Bid Forms (9 Pages)

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 2 of 9

BID FORM

Name of Bidder Bids must be submitted on this Bid Form package. Bids submitted on any other Form will not be considered valid. Completed Bid Form package to be submitted to:

Plymouth Airport Commission ATTN: Airport Manager Plymouth Airport 246 South Meadow Road Plymouth, Massachusetts 02360

Bids must be received by 11:00 a.m. local time on Thursday, May 11, 2017. Bids submitted or received after this time will not be accepted and Postmarks will not be considered. All bids will be publicly opened and read at the above address, date and time. Prices are to include any delivery charges unless otherwise specified. All offers are subject to Specifications as included Plymouth Airport Commission’s Invitation for Bid for the Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities. All bids must be submitted in sealed envelope and envelopes should be clearly marked:

"Bid - Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities.” The undersigned offers and agrees, if this offer is accepted within thirty (30) business days from date of receipt of this offer, to perform the work described in the Bid Documents for the Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities for the prices offered opposite each item below. Certification is made hereby that the materials and work offered are in compliance with all specifications and

conditions of the Bid Documents for the Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities, as Specified; and that the prices below include all Labor, Equipment, and Materials necessary to complete the work.

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 3 of 9

BID FORM

THE UNDERSIGNED ACKNOWLEDGES RECEIPT OF ADDENDA #____________ __*

*To be filled in by bidder if addenda are issued

Purchases made by the Plymouth Airport Commission are exempt from taxes. Bid prices must exclude any taxes. Tax exemption certificates will be furnished upon request.

1. Removal of one (1) 10,000 gallon steel (80LL – Mogas) UST Bid Price Item 1: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

2. Removal of two (2) 12,000 gallon fiberglass (100LL – Avgas) USTs

Bid Price Item 2: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

3. Relocation and Refurbishment of one (1) 12,000 gallon (Jet-A) AGT use with (100LL Avgas) Bid Price Item 3: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

4. Removal of existing Fuel Dispenser System and associated piping and concrete slab Bid Price Item 4: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

5. Performance of miscellaneous demolition at existing Fuel Storage Facility Bid Price Item 5: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

6. Construction of New Fuel Storage Facility Bid Price Item 6: $ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

TOTAL Bid Price (Sum of Items 1 through 6):

$ (words and numbers) Please note exceptions to the Specifications on separate Company Letterhead

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 4 of 9

THE UNDERSIGNED ACKNOWLEDGES required substantial completion date of:

_ __* *To be filled in by bidder

The undersigned, as Bidder, declares under penalties of perjury that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made and submitted in good faith and is is bonafide and fair and 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.); that no person in the employ of the Town of Plymouth or the Plymouth Airport Commission has any pecuniary interest in this Bid or in the contract for the work; that he has filed all state tax returns and paid all state taxes under law and has complied with all laws relating to taxes, reporting of employees and contractors, and withholding and remitting child support; that he has carefully examined the locations of the proposed work, the proposed form of Contract, the Technical Specifications and Plans therein referred to and the Special Conditions herein annexed; and he proposes and agrees, if this proposal is accepted, that he will contract with the Awarding Authority, in the form of the Contract referred to herein and to be annexed hereto, to provide all necessary machinery, tools, apparatus and other means of construction and to do all the work and furnish all the materials specified in the Bid Documents, in the manner and time herein prescribed, and that he will take in full payment therefore the prices noted above under Bid Items 1 through 6. The undersigned agrees that if presented with the Notice of Acceptance for this Contract, that he will, no later than ten (10) days, Saturdays, Sundays and legal holidays excluded, execute a Contract in accordance with the Terms of this Bid and furnish a Performance Bond and a Payment Bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the awarding authority and each in the sum of one hundred (100%) percent of the contract price, the premiums for which are to be paid by the Contractor and are included in the contract price. BIDDER Authorized Signature of Bidder Printed Name and Title of Bidder COUNTY STATE OF INCORPORATION PHONE Date Offered FAX E-MAIL TAX I.D. NUMBER

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 5 of 9

BID FORM

DELEGATION OF AUTHORITY At a meeting of the Board of Directors of the ________________________ (Name of Corporation) ________________________ duly called and held on _____________________ (Date) at which a quorum was present, and acting throughout, the following vote was duly adopted: VOTED: That _______________________________________ (Name of Individual) the ___________________________ of the Corporation, hereby is authorized to affix the Corporate Seal, (Title)

sign and deliver in the name and on behalf of the Corporation, bids, proposals, contracts, bills of sale,

conditional sale agreements, chattel mortgages, leases, bonds, applications, affidavits, certificates, and any

other similar documents required in connection with the sale of the Corporation’s products to any purchaser,

including assignments and satisfactions of any such documents.

Any and all applications, affidavits, statements, certificates, and similar documents required by law in

connection with the licensing of the Corporation or its representatives for the sale, distribution, and servicing of

its commercial products.

The authority is hereby delegated and shall be exercised by the aforesaid person in connection with the duties

as

________________________ of __________________________________________ (Title) (Name of Corporation)

and not otherwise.

ATTEST: ________________________________ DATE: ____________________

NOTE: This form must be completed if the contractor is a corporation.

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 6 of 9

BID FORM

*******************************************************************************************

STATE TAXES CERTIFICATION CLAUSE

I certify under the penalties of perjury that I, to my best knowledge and belief, have filed all State Tax returns and paid all State Taxes under law. By: * Signature of Individual or Corporate Officer Corporate Name (Mandatory) (Mandatory, if applicable) ________________________ **Social Security No. (Voluntary) or Federal Identification No. * Approval of a contract or other agreement will not be granted unless this certification clause, if signed. **Your Social Security Number may be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or agreement issued, reviewed, or extended. This request is made under the authority of Mass. G.L. 62C, S.49A. *******************************************************************************************

CERTIFICATE OF NON COLLUSION

The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and is bonafide and fair and 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.); that no person in the employ of the Town of Plymouth or the Plymouth Airport Commission has any pecuniary interest in this Bid or in the contract for the work. FIRM SIGNATURE ADDRESS NAME (print)

TITLE

TELEPHONE DATE

NOTE: This certificate must be signed by the individual submitting the bid or proposal. *******************************************************************************************

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 7 of 9

BID FORM

CERTIFICATION

OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION (OSHA) TRAINING

In accordance with Massachusetts General Law 30: Section 39S, as amended by Chapter 306 of the Acts of 2004, effective 7/1/06, for all contracts for the construction, reconstruction, alteration, remodeling or repair of any public work or the construction, reconstruction, installation, demolition, maintenance or repair of any public building estimated to cost more than $10,000, the Contractor hereby certifies to the following: (a) (1) he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in the work subject to this bid 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.

(b) Any employee found on a worksite subject to this section without documentation of successful completion of 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 shall be subject to immediate removal. (c) The attorney general, or his designee, shall have the power to enforce this section including the power to institute and prosecute proceedings in the superior court to restrain the award of contracts and the performance of contracts in all cases where, after investigation of the facts, he has made a finding that the award or performance has resulted in violation, directly or indirectly, of subsection (b), and he shall not be required to pay to the clerk of the court an entry fee in connection with the institution of the proceeding. The undersigned hereby certifies under the penalties of perjury to the above:

Company: ___________________________________________________ Authorized Signature: __________________________________________ Print Name: __________________________________________________ Title: ________________________________________________________ Date: ________________________________________________________

Telephone______________________ Fax: __________________________

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 8 of 9

BID FORM

REFERENCES OF BIDDER

By signing this page, the bidder certifies that he/she meets the minimum qualifications specified in the CONTRACT AWARD section of the Bid Document. Please also provide the requested three (3) references specified in the CONTRACT AWARD section of the Bid Document. (The names of at least THREE clients for which the bidder has provided this type of work, including names and telephone numbers of contact persons.) REFERENCES: _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Signed: __________________________ Name of Person Authorized to Sign for the Bidder _________________________ Title _________________________ Date

Plymouth Airport Commission – BID FORMS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities

Issued April 26, 2017 Page 9 of 9

BID FORM

AFFIRMATIVE ACTION SURVEY

Government agencies require periodic reports on the gender and ethnicity of vendors and/or contractors. Please complete information as it pertains to the principal of the company/corporation.

CHECK ONE (by entering code from below): MALE FEMALE SOWMBA CERTIFIED

ENTER THE CODE NUMBER (see below) WHICH APPLIES:

1. White - origins in any of the original people in Europe, North Africa, or the Middle East 2. Black - origins in any of the Black racial groups of Africa 3. Hispanic - Spanish origins in Mexican, Puerto Rico, Cuba, Central or South America 4. Asian/Pacific Islander - origins in any of the original people of the Far East, Southeast Asia,

Indian Subcontinent, or the Pacific Island 5. Native American - origins in any of the original peoples of North American who maintain

cultural identification through tribal affiliations or community recognition 6. Cape Verdean - origins in the Cape Verde Islands

CHECK IF ANY OF THE FOLLOWING ARE APPLICABLE: VIETNAM ERA VETERAN DISABLED VETERAN DISABLED INDIVIDUAL

Plymouth Airport Commission Invitation for Bid Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017   

ATTACHMENT 3  

PREVAILING WAGES RATES (31 pages) 

THE COMMONWEALTH OF MASSACHUSETTS

DEPARTMENT OF LABOR STANDARDS

As determined by the Director under the provisions of the

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

EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

Prevailing Wage RatesCHARLES D. BAKER RONALD L. WALKER, II

SecretaryGovernor

WILLIAM D MCKINNEY

Relocation of existing fuel farm in accordance with current EPA rules.

Director

Awarding Authority: Plymouth Airport Commission

City/Town:Contract Number: PLYMOUTH

Description of Work:

Job Location: 246 South Meadow Road

Wage Request Number: 20170405-040Issue Date: 04/05/2017

Information about Prevailing Wage Schedules for Awarding Authorities and Contractors

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

journeyworker's rate for the trade.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

KARYN E. POLITO

Lt. Governor

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

Construction

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

$53.95 12/01/2016 $10.91 $0.00 $32.15 $10.89

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

$54.02 12/01/2016 $10.91 $0.00 $32.22 $10.89

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

$54.14 12/01/2016 $10.91 $0.00 $32.34 $10.89

ADS/SUBMERSIBLE PILOTPILE DRIVER LOCAL 56 (ZONE 1)

$117.32 08/01/2015 $9.80 $0.00 $88.29 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

AIR TRACK OPERATORLABORERS - ZONE 2

$53.25 12/01/2016 $7.60 $0.00 $32.65 $13.00

$54.25 06/01/2017 $7.60 $0.00 $33.65 $13.00

$54.88 12/01/2017 $7.60 $0.00 $34.28 $13.00

$55.72 06/01/2018 $7.60 $0.00 $35.12 $13.00

$56.56 12/01/2018 $7.60 $0.00 $35.96 $13.00

$57.43 06/01/2019 $7.60 $0.00 $36.83 $13.00

$58.29 12/01/2019 $7.60 $0.00 $37.69 $13.00For apprentice rates see "Apprentice- LABORER"

ASBESTOS REMOVER - PIPE / MECH. EQUIPT.HEAT & FROST INSULATORS LOCAL 6 (BOSTON)

$52.50 12/01/2016 $11.50 $0.00 $33.90 $7.10

$53.50 06/01/2017 $11.50 $0.00 $34.90 $7.10

$54.50 12/01/2017 $11.50 $0.00 $35.90 $7.10

$55.50 06/01/2018 $11.50 $0.00 $36.90 $7.10

$56.50 12/01/2018 $11.50 $0.00 $37.90 $7.10

$57.50 06/01/2019 $11.50 $0.00 $38.90 $7.10

$58.50 12/01/2019 $11.50 $0.00 $39.90 $7.10

$59.50 06/01/2020 $11.50 $0.00 $40.90 $7.10

$60.50 12/01/2020 $11.50 $0.00 $41.90 $7.10

ASPHALT RAKERLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

ASPHALT/CONCRETE/CRUSHER PLANT-ON SITEOPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BACKHOE/FRONT-END LOADEROPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:04/05/2017 Page 2 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BARCO-TYPE JUMPING TAMPERLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

BLOCK PAVER, RAMMER / CURB SETTERLABORERS - ZONE 2

$53.25 12/01/2016 $7.60 $0.00 $32.65 $13.00

$54.25 06/01/2017 $7.60 $0.00 $33.65 $13.00

$54.88 12/01/2017 $7.60 $0.00 $34.28 $13.00

$55.72 06/01/2018 $7.60 $0.00 $35.12 $13.00

$56.56 12/01/2018 $7.60 $0.00 $35.96 $13.00

$57.43 06/01/2019 $7.60 $0.00 $36.83 $13.00

$58.29 12/01/2019 $7.60 $0.00 $37.69 $13.00For apprentice rates see "Apprentice- LABORER"

BOILER MAKERBOILERMAKERS LOCAL 29

$66.10 01/01/2017 $6.97 $0.00 $42.92 $16.21

BOILERMAKER - Local 29Apprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.90 $6.97 $10.54 $0.00 $45.41 65

2 $27.90 $6.97 $10.54 $0.00 $45.41 65

3 $30.04 $6.97 $11.35 $0.00 $48.36 70

4 $32.19 $6.97 $12.16 $0.00 $51.32 75

5 $34.34 $6.97 $12.97 $0.00 $54.28 80

6 $36.48 $6.97 $13.78 $0.00 $57.23 85

7 $38.63 $6.97 $14.59 $0.00 $60.19 90

8 $40.77 $6.97 $15.40 $0.00 $63.14 95

Notes:

Apprentice to Journeyworker Ratio:1:5

BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY

WATERPROOFING)BRICKLAYERS LOCAL 3 (QUINCY)

$80.73 03/01/2017 $10.75 $0.00 $50.76 $19.22

Issue Date: Wage Request Number:04/05/2017 Page 3 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BRICK/PLASTER/CEMENT MASON - Local 3 QuincyApprentice -

03/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $25.38 $10.75 $19.22 $0.00 $55.35 50

2 $30.46 $10.75 $19.22 $0.00 $60.43 60

3 $35.53 $10.75 $19.22 $0.00 $65.50 70

4 $40.61 $10.75 $19.22 $0.00 $70.58 80

5 $45.68 $10.75 $19.22 $0.00 $75.65 90

Notes:

Apprentice to Journeyworker Ratio:1:5

BULLDOZER/GRADER/SCRAPEROPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CAISSON & UNDERPINNING BOTTOM MANLABORERS - FOUNDATION AND MARINE

$59.40 12/01/2016 $7.60 $0.00 $37.45 $14.35

For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING LABORERLABORERS - FOUNDATION AND MARINE

$58.25 12/01/2016 $7.60 $0.00 $36.30 $14.35

For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING TOP MANLABORERS - FOUNDATION AND MARINE

$58.25 12/01/2016 $7.60 $0.00 $36.30 $14.35

For apprentice rates see "Apprentice- LABORER"

CARBIDE CORE DRILL OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

CARPENTERCARPENTERS -ZONE 2 (Eastern Massachusetts)

$65.67 03/01/2017 $9.90 $0.00 $38.77 $17.00

$66.68 09/01/2017 $9.90 $0.00 $39.78 $17.00

$67.68 03/01/2018 $9.90 $0.00 $40.78 $17.00

$68.72 09/01/2018 $9.90 $0.00 $41.82 $17.00

$69.75 03/01/2019 $9.90 $0.00 $42.85 $17.00

Issue Date: Wage Request Number:04/05/2017 Page 4 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTER - Zone 2 Eastern MAApprentice -

03/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.39 $9.90 $1.63 $0.00 $30.92 50

2 $23.26 $9.90 $1.63 $0.00 $34.79 60

3 $27.14 $9.90 $12.11 $0.00 $49.15 70

4 $29.08 $9.90 $12.11 $0.00 $51.09 75

5 $31.02 $9.90 $13.74 $0.00 $54.66 80

6 $31.02 $9.90 $13.74 $0.00 $54.66 80

7 $34.89 $9.90 $15.37 $0.00 $60.16 90

8 $34.89 $9.90 $15.37 $0.00 $60.16 90

09/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.89 $9.90 $1.63 $0.00 $31.42 50

2 $23.87 $9.90 $1.63 $0.00 $35.40 60

3 $27.85 $9.90 $12.11 $0.00 $49.86 70

4 $29.84 $9.90 $12.11 $0.00 $51.85 75

5 $31.82 $9.90 $13.74 $0.00 $55.46 80

6 $31.82 $9.90 $13.74 $0.00 $55.46 80

7 $35.80 $9.90 $15.37 $0.00 $61.07 90

8 $35.80 $9.90 $15.37 $0.00 $61.07 90

Notes:

Apprentice to Journeyworker Ratio:1:5

CEMENT MASONRY/PLASTERINGBRICKLAYERS LOCAL 3 (QUINCY)

$78.58 01/01/2017 $12.20 $1.30 $45.67 $19.41

$79.21 07/01/2017 $12.20 $1.30 $46.30 $19.41

$79.45 01/01/2018 $12.20 $1.30 $46.54 $19.41

$79.70 07/01/2018 $12.20 $1.30 $46.79 $19.41

$79.94 01/01/2019 $12.20 $1.30 $47.03 $19.41

$80.18 07/01/2019 $12.20 $1.30 $47.27 $19.41

$80.43 01/01/2020 $12.20 $1.30 $47.52 $19.41

Issue Date: Wage Request Number:04/05/2017 Page 5 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CEMENT MASONRY/PLASTERING - Eastern Mass (Quincy)Apprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.84 $12.20 $12.41 $0.00 $47.45 50

2 $27.40 $12.20 $14.41 $1.30 $55.31 60

3 $29.69 $12.20 $15.41 $1.30 $58.60 65

4 $31.97 $12.20 $16.41 $1.30 $61.88 70

5 $34.25 $12.20 $17.41 $1.30 $65.16 75

6 $36.54 $12.20 $18.41 $1.30 $68.45 80

7 $41.10 $12.20 $19.41 $1.30 $74.01 90

07/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $23.15 $12.20 $12.41 $0.00 $47.76 50

2 $27.78 $12.20 $14.41 $1.30 $55.69 60

3 $30.10 $12.20 $15.41 $1.30 $59.01 65

4 $32.41 $12.20 $16.41 $1.30 $62.32 70

5 $34.73 $12.20 $17.41 $1.30 $65.64 75

6 $37.04 $12.20 $18.41 $1.30 $68.95 80

7 $41.67 $12.20 $19.41 $1.30 $74.58 90

Notes:

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

Apprentice to Journeyworker Ratio:1:3

CHAIN SAW OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINESOPERATING ENGINEERS LOCAL 4

$71.63 12/01/2016 $10.00 $0.00 $46.38 $15.25

$72.63 06/01/2017 $10.00 $0.00 $47.38 $15.25

$73.63 12/01/2017 $10.00 $0.00 $48.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

COMPRESSOR OPERATOROPERATING ENGINEERS LOCAL 4

$56.42 12/01/2016 $10.00 $0.00 $31.17 $15.25

$57.11 06/01/2017 $10.00 $0.00 $31.86 $15.25

$57.80 12/01/2017 $10.00 $0.00 $32.55 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DELEADER (BRIDGE)PAINTERS LOCAL 35 - ZONE 2

$75.36 01/01/2017 $7.85 $0.00 $51.41 $16.10

Issue Date: Wage Request Number:04/05/2017 Page 6 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $25.71 $7.85 $0.00 $0.00 $33.56 50

2 $28.28 $7.85 $3.66 $0.00 $39.79 55

3 $30.85 $7.85 $3.99 $0.00 $42.69 60

4 $33.42 $7.85 $4.32 $0.00 $45.59 65

5 $35.99 $7.85 $14.11 $0.00 $57.95 70

6 $38.56 $7.85 $14.44 $0.00 $60.85 75

7 $41.13 $7.85 $14.77 $0.00 $63.75 80

8 $46.27 $7.85 $15.44 $0.00 $69.56 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

DEMO: ADZEMANLABORERS - ZONE 2

$58.25 12/01/2016 $7.60 $0.00 $36.50 $14.15

$59.25 06/01/2017 $7.60 $0.00 $37.50 $14.15

$60.10 12/01/2017 $7.60 $0.00 $38.35 $14.15

$61.05 06/01/2018 $7.60 $0.00 $39.30 $14.15

$62.00 12/01/2018 $7.60 $0.00 $40.25 $14.15

$63.00 06/01/2019 $7.60 $0.00 $41.25 $14.15

$64.00 12/01/2019 $7.60 $0.00 $42.25 $14.15For apprentice rates see "Apprentice- LABORER"

DEMO: BACKHOE/LOADER/HAMMER OPERATORLABORERS - ZONE 2

$59.25 12/01/2016 $7.60 $0.00 $37.50 $14.15

$60.25 06/01/2017 $7.60 $0.00 $38.50 $14.15

$61.10 12/01/2017 $7.60 $0.00 $39.35 $14.15

$62.05 06/01/2018 $7.60 $0.00 $40.30 $14.15

$63.00 12/01/2018 $7.60 $0.00 $41.25 $14.15

$64.00 06/01/2019 $7.60 $0.00 $42.25 $14.15

$65.00 12/01/2019 $7.60 $0.00 $43.25 $14.15For apprentice rates see "Apprentice- LABORER"

DEMO: BURNERSLABORERS - ZONE 2

$59.00 12/01/2016 $7.60 $0.00 $37.25 $14.15

$60.00 06/01/2017 $7.60 $0.00 $38.25 $14.15

$60.85 12/01/2017 $7.60 $0.00 $39.10 $14.15

$61.80 06/01/2018 $7.60 $0.00 $40.05 $14.15

$62.75 12/01/2018 $7.60 $0.00 $41.00 $14.15

$63.75 06/01/2019 $7.60 $0.00 $42.00 $14.15

$64.75 12/01/2019 $7.60 $0.00 $43.00 $14.15For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:04/05/2017 Page 7 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

DEMO: CONCRETE CUTTER/SAWYERLABORERS - ZONE 2

$59.25 12/01/2016 $7.60 $0.00 $37.50 $14.15

$60.25 06/01/2017 $7.60 $0.00 $38.50 $14.15

$61.10 12/01/2017 $7.60 $0.00 $39.35 $14.15

$62.05 06/01/2018 $7.60 $0.00 $40.30 $14.15

$63.00 12/01/2018 $7.60 $0.00 $41.25 $14.15

$64.00 06/01/2019 $7.60 $0.00 $42.25 $14.15

$65.00 12/01/2019 $7.60 $0.00 $43.25 $14.15For apprentice rates see "Apprentice- LABORER"

DEMO: JACKHAMMER OPERATORLABORERS - ZONE 2

$59.00 12/01/2016 $7.60 $0.00 $37.25 $14.15

$60.00 06/01/2017 $7.60 $0.00 $38.25 $14.15

$60.85 12/01/2017 $7.60 $0.00 $39.10 $14.15

$61.80 06/01/2018 $7.60 $0.00 $40.05 $14.15

$62.75 12/01/2018 $7.60 $0.00 $41.00 $14.15

$63.75 06/01/2019 $7.60 $0.00 $42.00 $14.15

$64.75 12/01/2019 $7.60 $0.00 $43.00 $14.15For apprentice rates see "Apprentice- LABORER"

DEMO: WRECKING LABORERLABORERS - ZONE 2

$58.25 12/01/2016 $7.60 $0.00 $36.50 $14.15

$59.25 06/01/2017 $7.60 $0.00 $37.50 $14.15

$60.10 12/01/2017 $7.60 $0.00 $38.35 $14.15

$61.05 06/01/2018 $7.60 $0.00 $39.30 $14.15

$62.00 12/01/2018 $7.60 $0.00 $40.25 $14.15

$63.00 06/01/2019 $7.60 $0.00 $41.25 $14.15

$64.00 12/01/2019 $7.60 $0.00 $42.25 $14.15For apprentice rates see "Apprentice- LABORER"

DIRECTIONAL DRILL MACHINE OPERATOROPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DIVERPILE DRIVER LOCAL 56 (ZONE 1)

$87.89 08/01/2015 $9.80 $0.00 $58.86 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDERPILE DRIVER LOCAL 56 (ZONE 1)

$71.07 08/01/2015 $9.80 $0.00 $42.04 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDER (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 1)

$92.09 08/01/2015 $9.80 $0.00 $63.06 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER/SLURRY (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 1)

$117.26 08/01/2015 $9.80 $0.00 $88.23 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

ELECTRICIANELECTRICIANS LOCAL 223

$59.62 09/01/2016 $8.90 $0.00 $39.21 $11.51

Issue Date: Wage Request Number:04/05/2017 Page 8 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ELECTRICIAN - Local 223Apprentice -

09/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $15.68 $0.00 $0.47 $0.00 $16.15 40

2 $16.47 $0.00 $0.49 $0.00 $16.96 42

3 $17.64 $8.90 $0.53 $0.00 $27.07 45

4 $18.82 $8.90 $3.42 $0.00 $31.14 48

5 $19.61 $8.90 $3.55 $0.00 $32.06 50

6 $21.57 $8.90 $3.83 $0.00 $34.30 55

7 $23.53 $8.90 $4.12 $0.00 $36.55 60

8 $25.49 $8.90 $4.39 $0.00 $38.78 65

9 $27.45 $8.90 $4.68 $0.00 $41.03 70

10 $29.41 $8.90 $4.96 $0.00 $43.27 75

Notes:

Steps are 750 hours

Apprentice to Journeyworker Ratio:2:3***

ELEVATOR CONSTRUCTORELEVATOR CONSTRUCTORS LOCAL 4

$86.85 01/01/2017 $15.28 $0.00 $55.86 $15.71

ELEVATOR CONSTRUCTOR - Local 4Apprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.93 $15.28 $0.00 $0.00 $43.21 50

2 $30.72 $15.28 $15.71 $0.00 $61.71 55

3 $36.31 $15.28 $15.71 $0.00 $67.30 65

4 $39.10 $15.28 $15.71 $0.00 $70.09 70

5 $44.69 $15.28 $15.71 $0.00 $75.68 80

Notes:

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

Apprentice to Journeyworker Ratio:1:1

ELEVATOR CONSTRUCTOR HELPERELEVATOR CONSTRUCTORS LOCAL 4

$70.09 01/01/2017 $15.28 $0.00 $39.10 $15.71

For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR"

FENCE & GUARD RAIL ERECTORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:04/05/2017 Page 9 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 4

$66.52 11/01/2016 $10.00 $0.00 $41.37 $15.15

$67.40 05/01/2017 $10.00 $0.00 $42.25 $15.15

$68.13 11/01/2017 $10.00 $0.00 $42.98 $15.15

$68.84 05/01/2018 $10.00 $0.00 $43.69 $15.15For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 4

$67.97 11/01/2016 $10.00 $0.00 $42.82 $15.15

$68.86 05/01/2017 $10.00 $0.00 $43.71 $15.15

$69.59 11/01/2017 $10.00 $0.00 $44.44 $15.15

$70.31 05/01/2018 $10.00 $0.00 $45.16 $15.15For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 4

$47.13 11/01/2016 $10.00 $0.00 $21.98 $15.15

$47.66 05/01/2017 $10.00 $0.00 $22.51 $15.15

$48.08 11/01/2017 $10.00 $0.00 $22.93 $15.15

$48.51 05/01/2018 $10.00 $0.00 $23.36 $15.15For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIRE ALARM INSTALLERELECTRICIANS LOCAL 223

$59.62 09/01/2016 $8.90 $0.00 $39.21 $11.51

For apprentice rates see "Apprentice- ELECTRICIAN"

FIRE ALARM REPAIR / MAINTENANCE

/ COMMISSIONINGELECTRICIANS

LOCAL 223

$52.01 09/01/2016 $8.90 $0.00 $33.33 $9.78

For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN"

FIREMAN (ASST. ENGINEER)OPERATING ENGINEERS LOCAL 4

$62.90 12/01/2016 $10.00 $0.00 $37.65 $15.25

$63.74 06/01/2017 $10.00 $0.00 $38.49 $15.25

$64.57 12/01/2017 $10.00 $0.00 $39.32 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FLAGGER & SIGNALERLABORERS - ZONE 2

$41.10 12/01/2016 $7.60 $0.00 $20.50 $13.00

For apprentice rates see "Apprentice- LABORER"

FLOORCOVERERFLOORCOVERERS LOCAL 2168 ZONE I

$69.55 03/01/2016 $9.80 $0.00 $42.13 $17.62

FLOORCOVERER - Local 2168 Zone IApprentice -

03/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.07 $9.80 $1.79 $0.00 $32.66 50

2 $23.17 $9.80 $1.79 $0.00 $34.76 55

3 $25.28 $9.80 $12.25 $0.00 $47.33 60

4 $27.38 $9.80 $12.25 $0.00 $49.43 65

5 $29.49 $9.80 $14.04 $0.00 $53.33 70

6 $31.60 $9.80 $14.04 $0.00 $55.44 75

7 $33.70 $9.80 $15.83 $0.00 $59.33 80

8 $35.81 $9.80 $15.83 $0.00 $61.44 85

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

Issue Date: Wage Request Number:04/05/2017 Page 10 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FORK LIFT/CHERRY PICKEROPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GENERATOR/LIGHTING PLANT/HEATERSOPERATING ENGINEERS LOCAL 4

$56.42 12/01/2016 $10.00 $0.00 $31.17 $15.25

$57.11 06/01/2017 $10.00 $0.00 $31.86 $15.25

$57.80 12/01/2017 $10.00 $0.00 $32.55 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR

SYSTEMS)GLAZIERS LOCAL 35 (ZONE 2)

$64.86 01/01/2017 $7.85 $0.00 $40.91 $16.10

GLAZIER - Local 35 Zone 2Apprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.46 $7.85 $0.00 $0.00 $28.31 50

2 $22.50 $7.85 $3.66 $0.00 $34.01 55

3 $24.55 $7.85 $3.99 $0.00 $36.39 60

4 $26.59 $7.85 $4.32 $0.00 $38.76 65

5 $28.64 $7.85 $14.11 $0.00 $50.60 70

6 $30.68 $7.85 $14.44 $0.00 $52.97 75

7 $32.73 $7.85 $14.77 $0.00 $55.35 80

8 $36.82 $7.85 $15.44 $0.00 $60.11 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

HOISTING ENGINEER/CRANES/GRADALLSOPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25

Issue Date: Wage Request Number:04/05/2017 Page 11 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

OPERATING ENGINEERS - Local 4Apprentice -

12/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $24.96 $10.00 $0.00 $0.00 $34.96 55

2 $27.23 $10.00 $15.25 $0.00 $52.48 60

3 $29.50 $10.00 $15.25 $0.00 $54.75 65

4 $31.77 $10.00 $15.25 $0.00 $57.02 70

5 $34.04 $10.00 $15.25 $0.00 $59.29 75

6 $36.30 $10.00 $15.25 $0.00 $61.55 80

7 $38.57 $10.00 $15.25 $0.00 $63.82 85

8 $40.84 $10.00 $15.25 $0.00 $66.09 90

06/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $25.51 $10.00 $0.00 $0.00 $35.51 55

2 $27.83 $10.00 $15.25 $0.00 $53.08 60

3 $30.15 $10.00 $15.25 $0.00 $55.40 65

4 $32.47 $10.00 $15.25 $0.00 $57.72 70

5 $34.79 $10.00 $15.25 $0.00 $60.04 75

6 $37.10 $10.00 $15.25 $0.00 $62.35 80

7 $39.42 $10.00 $15.25 $0.00 $64.67 85

8 $41.74 $10.00 $15.25 $0.00 $66.99 90

Notes:

Apprentice to Journeyworker Ratio:1:6

HVAC (DUCTWORK)SHEETMETAL WORKERS LOCAL 17 - A

$80.59 02/01/2017 $11.45 $2.35 $43.72 $23.07

$81.69 08/01/2017 $11.45 $2.35 $44.82 $23.07

$82.84 02/01/2018 $11.45 $2.35 $45.97 $23.07For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (ELECTRICAL CONTROLS)ELECTRICIANS LOCAL 223

$59.62 09/01/2016 $8.90 $0.00 $39.21 $11.51

For apprentice rates see "Apprentice- ELECTRICIAN"

HVAC (TESTING AND BALANCING - AIR)SHEETMETAL WORKERS LOCAL 17 - A

$80.59 02/01/2017 $11.45 $2.35 $43.72 $23.07

$81.69 08/01/2017 $11.45 $2.35 $44.82 $23.07

$82.84 02/01/2018 $11.45 $2.35 $45.97 $23.07For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (TESTING AND BALANCING -WATER)PLUMBERS & PIPEFITTERS LOCAL 51

$64.48 03/01/2016 $11.00 $0.00 $37.38 $16.10

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

HVAC MECHANICPLUMBERS & PIPEFITTERS LOCAL 51

$64.48 03/01/2016 $11.00 $0.00 $37.38 $16.10

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

Issue Date: Wage Request Number:04/05/2017 Page 12 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

HYDRAULIC DRILLSLABORERS - ZONE 2

$53.25 12/01/2016 $7.60 $0.00 $32.65 $13.00

$54.25 06/01/2017 $7.60 $0.00 $33.65 $13.00

$54.88 12/01/2017 $7.60 $0.00 $34.28 $13.00

$55.72 06/01/2018 $7.60 $0.00 $35.12 $13.00

$56.56 12/01/2018 $7.60 $0.00 $35.96 $13.00

$57.43 06/01/2019 $7.60 $0.00 $36.83 $13.00

$58.29 12/01/2019 $7.60 $0.00 $37.69 $13.00For apprentice rates see "Apprentice- LABORER"

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

$71.04 09/01/2016 $11.75 $0.00 $45.09 $14.20

$73.04 09/01/2017 $11.75 $0.00 $47.09 $14.20

$75.29 09/01/2018 $11.75 $0.00 $49.34 $14.20

$77.79 09/01/2019 $11.75 $0.00 $51.84 $14.20

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

09/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.55 $11.75 $10.45 $0.00 $44.75 50

2 $27.05 $11.75 $11.20 $0.00 $50.00 60

3 $31.56 $11.75 $11.95 $0.00 $55.26 70

4 $36.07 $11.75 $12.70 $0.00 $60.52 80

09/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $23.55 $11.75 $10.45 $0.00 $45.75 50

2 $28.25 $11.75 $11.20 $0.00 $51.20 60

3 $32.96 $11.75 $11.95 $0.00 $56.66 70

4 $37.67 $11.75 $12.70 $0.00 $62.12 80

Notes:

Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

IRONWORKER/WELDERIRONWORKERS LOCAL 7 (BOSTON AREA)

$73.30 03/16/2017 $7.80 $0.00 $44.65 $20.85

Issue Date: Wage Request Number:04/05/2017 Page 13 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

IRONWORKER - Local 7 BostonApprentice -

03/16/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.79 $7.80 $20.85 $0.00 $55.44 60

2 $31.26 $7.80 $20.85 $0.00 $59.91 70

3 $33.49 $7.80 $20.85 $0.00 $62.14 75

4 $35.72 $7.80 $20.85 $0.00 $64.37 80

5 $37.95 $7.80 $20.85 $0.00 $66.60 85

6 $40.19 $7.80 $20.85 $0.00 $68.84 90

Notes:

** Structural 1:6; Ornamental 1:4

Apprentice to Journeyworker Ratio:**

JACKHAMMER & PAVING BREAKER OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

LABORERLABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00

Issue Date: Wage Request Number:04/05/2017 Page 14 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER - Zone 2Apprentice -

12/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.14 $7.60 $13.00 $0.00 $39.74 60

2 $22.33 $7.60 $13.00 $0.00 $42.93 70

3 $25.52 $7.60 $13.00 $0.00 $46.12 80

4 $28.71 $7.60 $13.00 $0.00 $49.31 90

06/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.74 $7.60 $13.00 $0.00 $40.34 60

2 $23.03 $7.60 $13.00 $0.00 $43.63 70

3 $26.32 $7.60 $13.00 $0.00 $46.92 80

4 $29.61 $7.60 $13.00 $0.00 $50.21 90

Notes:

Apprentice to Journeyworker Ratio:1:5

LABORER: CARPENTER TENDERLABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00For apprentice rates see "Apprentice- LABORER"

LABORER: CEMENT FINISHER TENDERLABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00For apprentice rates see "Apprentice- LABORER"

LABORER: HAZARDOUS WASTE/ASBESTOS REMOVERLABORERS - ZONE 2

$52.65 12/01/2016 $7.60 $0.00 $32.10 $12.95

$53.65 06/01/2017 $7.60 $0.00 $33.10 $12.95

$54.28 12/01/2017 $7.60 $0.00 $33.73 $12.95

$55.12 06/01/2018 $7.60 $0.00 $34.57 $12.95

$55.96 12/01/2018 $7.60 $0.00 $35.41 $12.95

$56.83 06/01/2019 $7.60 $0.00 $36.28 $12.95

$57.69 12/01/2019 $7.60 $0.00 $37.14 $12.95For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:04/05/2017 Page 15 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER: MASON TENDERLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

LABORER: MULTI-TRADE TENDERLABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00For apprentice rates see "Apprentice- LABORER"

LABORER: TREE REMOVERLABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00This classification applies to all tree work associated with the removal of standing trees, and trimming and removal of branches and limbs when the work is not done for

a utility company for the purpose of operation, maintenance or repair of utility company equipment. For apprentice rates see "Apprentice- LABORER"

LASER BEAM OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

MARBLE & TILE FINISHERSBRICKLAYERS LOCAL 3 - MARBLE & TILE

$67.20 02/01/2017 $10.75 $0.00 $38.78 $17.67

Issue Date: Wage Request Number:04/05/2017 Page 16 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MARBLE & TILE FINISHER - Local 3 Marble & TileApprentice -

02/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.39 $10.75 $17.67 $0.00 $47.81 50

2 $23.27 $10.75 $17.67 $0.00 $51.69 60

3 $27.15 $10.75 $17.67 $0.00 $55.57 70

4 $31.02 $10.75 $17.67 $0.00 $59.44 80

5 $34.90 $10.75 $17.67 $0.00 $63.32 90

Notes:

Apprentice to Journeyworker Ratio:1:3

MARBLE MASONS,TILELAYERS & TERRAZZO MECHBRICKLAYERS LOCAL 3 - MARBLE & TILE

$80.77 02/01/2017 $10.75 $0.00 $50.80 $19.22

MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & TileApprentice -

02/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $25.40 $10.75 $19.22 $0.00 $55.37 50

2 $30.48 $10.75 $19.22 $0.00 $60.45 60

3 $35.56 $10.75 $19.22 $0.00 $65.53 70

4 $40.64 $10.75 $19.22 $0.00 $70.61 80

5 $45.72 $10.75 $19.22 $0.00 $75.69 90

Notes:

Apprentice to Journeyworker Ratio:1:5

MECH. SWEEPER OPERATOR (ON CONST. SITES)OPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MECHANICS MAINTENANCEOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MILLWRIGHT (Zone 2)MILLWRIGHTS LOCAL 1121 - Zone 2

$63.87 04/01/2017 $9.90 $0.00 $35.72 $18.25

$64.72 10/01/2017 $9.90 $0.00 $36.57 $18.25

$65.57 04/01/2018 $9.90 $0.00 $37.42 $18.25

$66.42 10/01/2018 $9.90 $0.00 $38.27 $18.25

$67.27 04/01/2019 $9.90 $0.00 $39.12 $18.25

Issue Date: Wage Request Number:04/05/2017 Page 17 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MILLWRIGHT - Local 1121 Zone 2Apprentice -

04/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.65 $9.90 $5.17 $0.00 $34.72 55

2 $23.22 $9.90 $14.96 $0.00 $48.08 65

3 $26.79 $9.90 $15.91 $0.00 $52.60 75

4 $30.36 $9.90 $16.84 $0.00 $57.10 85

10/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.11 $9.90 $5.17 $0.00 $35.18 55

2 $23.77 $9.90 $14.96 $0.00 $48.63 65

3 $27.43 $9.90 $15.91 $0.00 $53.24 75

4 $31.08 $9.90 $16.84 $0.00 $57.82 85

Notes:

Steps are 2,000 hours

Apprentice to Journeyworker Ratio:1:5

MORTAR MIXERLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

OILER (OTHER THAN TRUCK CRANES,GRADALLS)OPERATING ENGINEERS LOCAL 4

$48.21 12/01/2016 $10.00 $0.00 $22.96 $15.25

$48.72 06/01/2017 $10.00 $0.00 $23.47 $15.25

$49.24 12/01/2017 $10.00 $0.00 $23.99 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OILER (TRUCK CRANES, GRADALLS)OPERATING ENGINEERS LOCAL 4

$52.19 12/01/2016 $10.00 $0.00 $26.94 $15.25

$52.79 06/01/2017 $10.00 $0.00 $27.54 $15.25

$53.40 12/01/2017 $10.00 $0.00 $28.15 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OTHER POWER DRIVEN EQUIPMENT - CLASS IIOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PAINTER (BRIDGES/TANKS)PAINTERS LOCAL 35 - ZONE 2

$75.36 01/01/2017 $7.85 $0.00 $51.41 $16.10

Issue Date: Wage Request Number:04/05/2017 Page 18 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $25.71 $7.85 $0.00 $0.00 $33.56 50

2 $28.28 $7.85 $3.66 $0.00 $39.79 55

3 $30.85 $7.85 $3.99 $0.00 $42.69 60

4 $33.42 $7.85 $4.32 $0.00 $45.59 65

5 $35.99 $7.85 $14.11 $0.00 $57.95 70

6 $38.56 $7.85 $14.44 $0.00 $60.85 75

7 $41.13 $7.85 $14.77 $0.00 $63.75 80

8 $46.27 $7.85 $15.44 $0.00 $69.56 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2

$66.26 01/01/2017 $7.85 $0.00 $42.31 $16.10

PAINTER Local 35 Zone 2 - Spray/Sandblast - NewApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.16 $7.85 $0.00 $0.00 $29.01 50

2 $23.27 $7.85 $3.66 $0.00 $34.78 55

3 $25.39 $7.85 $3.99 $0.00 $37.23 60

4 $27.50 $7.85 $4.32 $0.00 $39.67 65

5 $29.62 $7.85 $14.11 $0.00 $51.58 70

6 $31.73 $7.85 $14.44 $0.00 $54.02 75

7 $33.85 $7.85 $14.77 $0.00 $56.47 80

8 $38.08 $7.85 $15.44 $0.00 $61.37 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, REPAINT)PAINTERS LOCAL 35 - ZONE 2

$64.32 01/01/2017 $7.85 $0.00 $40.37 $16.10

Issue Date: Wage Request Number:04/05/2017 Page 19 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 Zone 2 - Spray/Sandblast - RepaintApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.19 $7.85 $0.00 $0.00 $28.04 50

2 $22.20 $7.85 $3.66 $0.00 $33.71 55

3 $24.22 $7.85 $3.99 $0.00 $36.06 60

4 $26.24 $7.85 $4.32 $0.00 $38.41 65

5 $28.26 $7.85 $14.11 $0.00 $50.22 70

6 $30.28 $7.85 $14.44 $0.00 $52.57 75

7 $32.30 $7.85 $14.77 $0.00 $54.92 80

8 $36.33 $7.85 $15.44 $0.00 $59.62 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (TRAFFIC MARKINGS)LABORERS - ZONE 2

$52.50 12/01/2016 $7.60 $0.00 $31.90 $13.00

$53.50 06/01/2017 $7.60 $0.00 $32.90 $13.00

$54.13 12/01/2017 $7.60 $0.00 $33.53 $13.00

$54.97 06/01/2018 $7.60 $0.00 $34.37 $13.00

$55.81 12/01/2018 $7.60 $0.00 $35.21 $13.00

$56.68 06/01/2019 $7.60 $0.00 $36.08 $13.00

$57.54 12/01/2019 $7.60 $0.00 $36.94 $13.00For Apprentice rates see "Apprentice- LABORER"

PAINTER / TAPER (BRUSH, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2

$64.86 01/01/2017 $7.85 $0.00 $40.91 $16.10

PAINTER - Local 35 Zone 2 - BRUSH NEWApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.46 $7.85 $0.00 $0.00 $28.31 50

2 $22.50 $7.85 $3.66 $0.00 $34.01 55

3 $24.55 $7.85 $3.99 $0.00 $36.39 60

4 $26.59 $7.85 $4.32 $0.00 $38.76 65

5 $28.64 $7.85 $14.11 $0.00 $50.60 70

6 $30.68 $7.85 $14.44 $0.00 $52.97 75

7 $32.73 $7.85 $14.77 $0.00 $55.35 80

8 $36.82 $7.85 $15.44 $0.00 $60.11 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

Issue Date: Wage Request Number:04/05/2017 Page 20 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER / TAPER (BRUSH, REPAINT)PAINTERS LOCAL 35 - ZONE 2

$62.92 01/01/2017 $7.85 $0.00 $38.97 $16.10

PAINTER Local 35 Zone 2 - BRUSH REPAINTApprentice -

01/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.49 $7.85 $0.00 $0.00 $27.34 50

2 $21.43 $7.85 $3.66 $0.00 $32.94 55

3 $23.38 $7.85 $3.99 $0.00 $35.22 60

4 $25.33 $7.85 $4.32 $0.00 $37.50 65

5 $27.28 $7.85 $14.11 $0.00 $49.24 70

6 $29.23 $7.85 $14.44 $0.00 $51.52 75

7 $31.18 $7.85 $14.77 $0.00 $53.80 80

8 $35.07 $7.85 $15.44 $0.00 $58.36 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PANEL & PICKUP TRUCKS DRIVERTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$47.35 12/01/2012 $9.07 $0.00 $30.28 $8.00

PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND

DECK)PILE DRIVER LOCAL 56 (ZONE 1)

$71.07 08/01/2015 $9.80 $0.00 $42.04 $19.23

For apprentice rates see "Apprentice- PILE DRIVER"

PILE DRIVERPILE DRIVER LOCAL 56 (ZONE 1)

$71.07 08/01/2015 $9.80 $0.00 $42.04 $19.23

PILE DRIVER - Local 56 Zone 1Apprentice -

08/01/2015

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.02 $9.80 $19.23 $0.00 $50.05 50

2 $25.22 $9.80 $19.23 $0.00 $54.25 60

3 $29.43 $9.80 $19.23 $0.00 $58.46 70

4 $31.53 $9.80 $19.23 $0.00 $60.56 75

5 $33.63 $9.80 $19.23 $0.00 $62.66 80

6 $33.63 $9.80 $19.23 $0.00 $62.66 80

7 $37.84 $9.80 $19.23 $0.00 $66.87 90

8 $37.84 $9.80 $19.23 $0.00 $66.87 90

Notes:

Apprentice to Journeyworker Ratio:1:3

Issue Date: Wage Request Number:04/05/2017 Page 21 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PIPELAYERLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

PLUMBER & PIPEFITTERPLUMBERS & PIPEFITTERS LOCAL 51

$64.48 03/01/2016 $11.00 $0.00 $37.38 $16.10

PLUMBER/PIPEFITTER - Local 51Apprentice -

03/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $14.95 $11.00 $1.50 $0.00 $27.45 40

2 $18.69 $11.00 $1.50 $0.00 $31.19 50

3 $22.43 $11.00 $7.85 $0.00 $41.28 60

4 $26.17 $11.00 $11.66 $0.00 $48.83 70

5 $29.90 $11.00 $14.20 $0.00 $55.10 80

Notes:

Steps 2000hrs. Prior 9/1/05; 40/40/45/50/55/60/65/75/80/85

Apprentice to Journeyworker Ratio:1:3

PNEUMATIC CONTROLS (TEMP.)PLUMBERS & PIPEFITTERS LOCAL 51

$64.48 03/01/2016 $11.00 $0.00 $37.38 $16.10

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

PNEUMATIC DRILL/TOOL OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

POWDERMAN & BLASTERLABORERS - ZONE 2

$53.50 12/01/2016 $7.60 $0.00 $32.90 $13.00

$54.50 06/01/2017 $7.60 $0.00 $33.90 $13.00

$55.13 12/01/2017 $7.60 $0.00 $34.53 $13.00

$55.97 06/01/2018 $7.60 $0.00 $35.37 $13.00

$56.81 12/01/2018 $7.60 $0.00 $36.21 $13.00

$57.68 06/01/2019 $7.60 $0.00 $37.08 $13.00

$58.54 12/01/2019 $7.60 $0.00 $37.94 $13.00For apprentice rates see "Apprentice- LABORER"

POWER SHOVEL/DERRICK/TRENCHING MACHINEOPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:04/05/2017 Page 22 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PUMP OPERATOR (CONCRETE)OPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (DEWATERING, OTHER)OPERATING ENGINEERS LOCAL 4

$56.42 12/01/2016 $10.00 $0.00 $31.17 $15.25

$57.11 06/01/2017 $10.00 $0.00 $31.86 $15.25

$57.80 12/01/2017 $10.00 $0.00 $32.55 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

READY-MIX CONCRETE DRIVERTEAMSTERS LOCAL 653

$31.13 08/01/2008 $7.16 $0.00 $19.76 $4.21

RECLAIMERSOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

RESIDENTIAL WOOD FRAME (All Other Work)CARPENTERS -ZONE 2 (Residential Wood)

$51.94 06/01/2016 $9.80 $0.00 $25.32 $16.82

RESIDENTIAL WOOD FRAME CARPENTER **

** 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)

$40.56 04/01/2017 $7.07 $0.00 $26.31 $7.18

$41.18 10/01/2017 $7.07 $0.00 $26.93 $7.18

$41.60 04/01/2018 $7.07 $0.00 $27.35 $7.18

$42.02 10/01/2018 $7.07 $0.00 $27.77 $7.18

$42.45 04/01/2019 $7.07 $0.00 $28.20 $7.18

$42.88 10/01/2019 $7.07 $0.00 $28.63 $7.18As of 9/1/09 Carpentry work on wood-frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate.

Issue Date: Wage Request Number:04/05/2017 Page 23 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTER (Residential Wood Frame) - Zone 2Apprentice -

04/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $15.79 $7.07 $0.00 $0.00 $22.86 60

2 $15.79 $7.07 $0.00 $0.00 $22.86 60

3 $17.10 $7.07 $7.18 $0.00 $31.35 65

4 $18.42 $7.07 $7.18 $0.00 $32.67 70

5 $19.73 $7.07 $7.18 $0.00 $33.98 75

6 $21.05 $7.07 $7.18 $0.00 $35.30 80

7 $22.36 $7.07 $7.18 $0.00 $36.61 85

8 $23.68 $7.07 $7.18 $0.00 $37.93 90

10/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.16 $7.07 $0.00 $0.00 $23.23 60

2 $16.16 $7.07 $0.00 $0.00 $23.23 60

3 $17.50 $7.07 $7.18 $0.00 $31.75 65

4 $18.85 $7.07 $7.18 $0.00 $33.10 70

5 $20.20 $7.07 $7.18 $0.00 $34.45 75

6 $21.54 $7.07 $7.18 $0.00 $35.79 80

7 $22.89 $7.07 $7.18 $0.00 $37.14 85

8 $24.24 $7.07 $7.18 $0.00 $38.49 90

Notes:

Apprentice to Journeyworker Ratio:1:5

RIDE-ON MOTORIZED BUGGY OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

ROLLER/SPREADER/MULCHING MACHINEOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg)ROOFERS LOCAL 33

$66.26 02/01/2017 $11.10 $0.00 $41.36 $13.80

$67.36 08/01/2017 $11.10 $0.00 $42.46 $13.80

$68.51 02/01/2018 $11.10 $0.00 $43.61 $13.80

$69.61 08/01/2018 $11.10 $0.00 $44.71 $13.80

$70.76 02/01/2019 $11.10 $0.00 $45.86 $13.80

Issue Date: Wage Request Number:04/05/2017 Page 24 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ROOFER - Local 33Apprentice -

02/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.68 $11.10 $3.44 $0.00 $35.22 50

2 $24.82 $11.10 $13.80 $0.00 $49.72 60

3 $26.88 $11.10 $13.80 $0.00 $51.78 65

4 $31.02 $11.10 $13.80 $0.00 $55.92 75

5 $35.16 $11.10 $13.80 $0.00 $60.06 85

08/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.23 $11.10 $3.44 $0.00 $35.77 50

2 $25.48 $11.10 $13.80 $0.00 $50.38 60

3 $27.60 $11.10 $13.80 $0.00 $52.50 65

4 $31.85 $11.10 $13.80 $0.00 $56.75 75

5 $36.09 $11.10 $13.80 $0.00 $60.99 85

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.

(Hot Pitch Mechanics' receive $1.00 hr. above ROOFER)

Apprentice to Journeyworker Ratio:**

ROOFER SLATE / TILE / PRECAST CONCRETEROOFERS LOCAL 33

$66.51 02/01/2017 $11.10 $0.00 $41.61 $13.80

$67.61 08/01/2017 $11.10 $0.00 $42.71 $13.80

$68.76 02/01/2018 $11.10 $0.00 $43.86 $13.80

$69.86 08/01/2018 $11.10 $0.00 $44.96 $13.80

$71.01 02/01/2019 $11.10 $0.00 $46.11 $13.80For apprentice rates see "Apprentice- ROOFER"

SHEETMETAL WORKERSHEETMETAL WORKERS LOCAL 17 - A

$80.59 02/01/2017 $11.45 $2.35 $43.72 $23.07

$81.69 08/01/2017 $11.45 $2.35 $44.82 $23.07

$82.84 02/01/2018 $11.45 $2.35 $45.97 $23.07

Issue Date: Wage Request Number:04/05/2017 Page 25 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SHEET METAL WORKER - Local 17-AApprentice -

02/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.49 $11.45 $5.24 $0.00 $34.18 40

2 $17.49 $11.45 $5.24 $0.00 $34.18 40

3 $19.67 $11.45 $10.31 $1.24 $42.67 45

4 $19.67 $11.45 $10.31 $1.24 $42.67 45

5 $21.86 $11.45 $11.21 $1.34 $45.86 50

6 $21.86 $11.45 $11.46 $1.34 $46.11 50

7 $26.23 $11.45 $13.02 $1.52 $52.22 60

8 $28.42 $11.45 $13.93 $1.61 $55.41 65

9 $32.79 $11.45 $15.74 $1.80 $61.78 75

10 $37.16 $11.45 $17.05 $1.97 $67.63 85

08/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.93 $11.45 $5.24 $0.00 $34.62 40

2 $17.93 $11.45 $5.24 $0.00 $34.62 40

3 $20.17 $11.45 $10.31 $1.26 $43.19 45

4 $20.17 $11.45 $10.31 $1.26 $43.19 45

5 $22.41 $11.45 $11.21 $1.35 $46.42 50

6 $22.41 $11.45 $11.46 $1.36 $46.68 50

7 $26.89 $11.45 $13.02 $1.54 $52.90 60

8 $29.13 $11.45 $13.93 $1.64 $56.15 65

9 $33.62 $11.45 $15.74 $1.82 $62.63 75

10 $38.10 $11.45 $17.05 $2.00 $68.60 85

Notes:

Steps are 6 mos.

Apprentice to Journeyworker Ratio:1:4

SIGN ERECTORPAINTERS LOCAL 35 - ZONE 2

$39.93 06/01/2013 $7.07 $0.00 $25.81 $7.05

Issue Date: Wage Request Number:04/05/2017 Page 26 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SIGN ERECTOR - Local 35 Zone 2Apprentice -

06/01/2013

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $12.91 $7.07 $0.00 $0.00 $19.98 50

2 $14.20 $7.07 $2.45 $0.00 $23.72 55

3 $15.49 $7.07 $2.45 $0.00 $25.01 60

4 $16.78 $7.07 $2.45 $0.00 $26.30 65

5 $18.07 $7.07 $7.05 $0.00 $32.19 70

6 $19.36 $7.07 $7.05 $0.00 $33.48 75

7 $20.65 $7.07 $7.05 $0.00 $34.77 80

8 $21.94 $7.07 $7.05 $0.00 $36.06 85

9 $23.23 $7.07 $7.05 $0.00 $37.35 90

Notes:

Steps are 4 mos.

Apprentice to Journeyworker Ratio:1:1

SPECIALIZED EARTH MOVING EQUIP < 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$54.24 12/01/2016 $10.91 $0.00 $32.44 $10.89

SPECIALIZED EARTH MOVING EQUIP > 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$54.53 12/01/2016 $10.91 $0.00 $32.73 $10.89

SPRINKLER FITTERSPRINKLER FITTERS LOCAL 550 - (Section A) Zone 1

$82.05 03/01/2017 $8.77 $0.00 $56.08 $17.20

SPRINKLER FITTER - Local 550 (Section A) Zone 1Apprentice -

03/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.63 $8.52 $8.70 $0.00 $36.85 35

2 $22.43 $8.52 $8.70 $0.00 $39.65 40

3 $25.24 $8.52 $8.70 $0.00 $42.46 45

4 $28.04 $8.52 $8.70 $0.00 $45.26 50

5 $30.84 $8.52 $8.70 $0.00 $48.06 55

6 $33.65 $8.52 $10.20 $0.00 $52.37 60

7 $36.45 $8.52 $10.20 $0.00 $55.17 65

8 $39.26 $8.52 $10.20 $0.00 $57.98 70

9 $42.06 $8.52 $10.20 $0.00 $60.78 75

10 $44.86 $8.52 $10.20 $0.00 $63.58 80

Notes: Apprentice entered prior 9/30/10:

40/45/50/55/60/65/70/75/80/85

Steps are 850 hours

Apprentice to Journeyworker Ratio:1:3

STEAM BOILER OPERATOROPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25

Issue Date: Wage Request Number:04/05/2017 Page 27 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TAMPERS, SELF-PROPELLED OR TRACTOR DRAWNOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TELECOMMUNICATION TECHNICIANELECTRICIANS LOCAL 223

$52.01 09/01/2016 $8.90 $0.00 $33.33 $9.78

TELECOMMUNICATION TECHNICIAN - Local 223Apprentice -

09/01/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $0.00 $0.00 $0.00 $0.00 $0.00 0

Notes: See Electrician Apprentice Wages

Steps are 750hrs

Telecom Apprentice Wages shall be the same as the Electrician Apprentice Wages

Apprentice to Journeyworker Ratio:2:3

TERRAZZO FINISHERSBRICKLAYERS LOCAL 3 - MARBLE & TILE

$79.67 02/01/2017 $10.75 $0.00 $49.70 $19.22

TERRAZZO FINISHER - Local 3 Marble & TileApprentice -

02/01/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $24.85 $10.75 $19.22 $0.00 $54.82 50

2 $29.82 $10.75 $19.22 $0.00 $59.79 60

3 $34.79 $10.75 $19.22 $0.00 $64.76 70

4 $39.76 $10.75 $19.22 $0.00 $69.73 80

5 $44.73 $10.75 $19.22 $0.00 $74.70 90

Notes:

Apprentice to Journeyworker Ratio:1:3

TEST BORING DRILLERLABORERS - FOUNDATION AND MARINE

$59.65 12/01/2016 $7.60 $0.00 $37.70 $14.35

For apprentice rates see "Apprentice- LABORER"

TEST BORING DRILLER HELPERLABORERS - FOUNDATION AND MARINE

$58.37 12/01/2016 $7.60 $0.00 $36.42 $14.35

For apprentice rates see "Apprentice- LABORER"

TEST BORING LABORERLABORERS - FOUNDATION AND MARINE

$58.25 12/01/2016 $7.60 $0.00 $36.30 $14.35

For apprentice rates see "Apprentice- LABORER"

TRACTORS/PORTABLE STEAM GENERATORSOPERATING ENGINEERS LOCAL 4

$70.19 12/01/2016 $10.00 $0.00 $44.94 $15.25

$71.18 06/01/2017 $10.00 $0.00 $45.93 $15.25

$72.17 12/01/2017 $10.00 $0.00 $46.92 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TRAILERS FOR EARTH MOVING EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$54.82 12/01/2016 $10.91 $0.00 $33.02 $10.89

Issue Date: Wage Request Number:04/05/2017 Page 28 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TUNNEL WORK - COMPRESSED AIRLABORERS (COMPRESSED AIR)

$70.93 12/01/2016 $7.60 $0.00 $48.58 $14.75

For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE)LABORERS (COMPRESSED AIR)

$72.93 12/01/2016 $7.60 $0.00 $50.58 $14.75

For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIRLABORERS (FREE AIR TUNNEL)

$63.00 12/01/2016 $7.60 $0.00 $40.65 $14.75

For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIR (HAZ. WASTE)LABORERS (FREE AIR TUNNEL)

$65.00 12/01/2016 $7.60 $0.00 $42.65 $14.75

For apprentice rates see "Apprentice- LABORER"

VAC-HAULTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$54.24 12/01/2016 $10.91 $0.00 $32.44 $10.89

WAGON DRILL OPERATORLABORERS - ZONE 2

$52.75 12/01/2016 $7.60 $0.00 $32.15 $13.00

$53.75 06/01/2017 $7.60 $0.00 $33.15 $13.00

$54.38 12/01/2017 $7.60 $0.00 $33.78 $13.00

$55.22 06/01/2018 $7.60 $0.00 $34.62 $13.00

$56.06 12/01/2018 $7.60 $0.00 $35.46 $13.00

$56.93 06/01/2019 $7.60 $0.00 $36.33 $13.00

$57.79 12/01/2019 $7.60 $0.00 $37.19 $13.00For apprentice rates see "Apprentice- LABORER"

WASTE WATER PUMP OPERATOROPERATING ENGINEERS LOCAL 4

$70.63 12/01/2016 $10.00 $0.00 $45.38 $15.25

$71.63 06/01/2017 $10.00 $0.00 $46.38 $15.25

$72.63 12/01/2017 $10.00 $0.00 $47.38 $15.25For apprentice rates see "Apprentice- OPERATING ENGINEERS"

WATER METER INSTALLERPLUMBERS & PIPEFITTERS LOCAL 51

$64.48 03/01/2016 $11.00 $0.00 $37.38 $16.10

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

Outside Electrical - East

CABLE TECHNICIAN (Power Zone)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$35.91 08/28/2016 $7.50 $0.00 $26.61 $1.80

$36.70 09/03/2017 $7.75 $0.00 $27.14 $1.81For apprentice rates see "Apprentice- LINEMAN"

CABLEMAN (Underground Ducts & Cables)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$54.07 08/28/2016 $7.50 $0.00 $37.70 $8.87

$55.73 09/03/2017 $7.75 $0.00 $38.45 $9.53For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN CDLOUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$47.44 08/28/2016 $7.50 $0.00 $31.05 $8.89

$48.85 09/03/2017 $7.75 $0.00 $31.66 $9.44For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$33.62 08/28/2016 $7.50 $0.00 $24.39 $1.73

$34.38 09/03/2017 $7.75 $0.00 $24.88 $1.75For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class A CDL)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$58.15 08/28/2016 $7.50 $0.00 $37.70 $12.95

$59.81 09/03/2017 $7.75 $0.00 $38.45 $13.61For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class B CDL)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$50.39 08/28/2016 $7.50 $0.00 $33.26 $9.63

$51.88 09/03/2017 $7.75 $0.00 $33.92 $10.21For apprentice rates see "Apprentice- LINEMAN"

GROUNDMANOUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$33.62 08/28/2016 $7.50 $0.00 $24.39 $1.73

$34.38 09/03/2017 $7.75 $0.00 $24.88 $1.75

Issue Date: Wage Request Number:04/05/2017 Page 29 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

For apprentice rates see "Apprentice- LINEMAN"

GROUNDMAN -Inexperienced (<2000 Hrs.)OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$29.06 08/28/2016 $7.50 $0.00 $19.96 $1.60

$29.71 09/03/2017 $7.75 $0.00 $20.35 $1.61For apprentice rates see "Apprentice- LINEMAN"

JOURNEYMAN LINEMANOUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$67.68 08/28/2016 $7.50 $0.00 $44.35 $15.83

$69.59 09/03/2017 $7.75 $0.00 $45.23 $16.61

LINEMAN (Outside Electrical) - East Local 104Apprentice -

08/28/2016

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.61 $7.50 $3.30 $0.00 $37.41 60

2 $28.83 $7.50 $3.36 $0.00 $39.69 65

3 $31.05 $7.50 $3.43 $0.00 $41.98 70

4 $33.26 $7.50 $5.00 $0.00 $45.76 75

5 $35.48 $7.50 $5.06 $0.00 $48.04 80

6 $37.70 $7.50 $5.13 $0.00 $50.33 85

7 $39.92 $7.50 $7.20 $0.00 $54.62 90

09/03/2017

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.14 $7.75 $3.31 $0.00 $38.20 60

2 $29.40 $7.75 $3.38 $0.00 $40.53 65

3 $31.66 $7.75 $3.45 $0.00 $42.86 70

4 $33.92 $7.75 $5.02 $0.00 $46.69 75

5 $36.18 $7.75 $5.09 $0.00 $49.02 80

6 $38.45 $7.75 $5.15 $0.00 $51.35 85

7 $40.71 $7.75 $7.22 $0.00 $55.68 90

Notes:

Apprentice to Journeyworker Ratio:1:2

TELEDATA CABLE SPLICEROUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$36.35 01/01/2016 $4.25 $0.00 $28.98 $3.12

TELEDATA LINEMAN/EQUIPMENT OPERATOROUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$34.63 01/01/2016 $4.25 $0.00 $27.31 $3.07

TELEDATA WIREMAN/INSTALLER/TECHNICIANOUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$34.63 01/01/2016 $4.25 $0.00 $27.31 $3.07

TREE TRIMMEROUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$22.06 01/31/2016 $3.55 $0.00 $18.51 $0.00

This classification applies only to tree work done: (a) for a utility company, R.E.A. cooperative, or railroad or coal mining company, and (b) for the purpose of

operating, maintaining, or repairing the utility company’s equipment, and (c) by a person who is using hand or mechanical cutting methods and is not on the ground.

This classification does not apply to wholesale tree removal.

TREE TRIMMER GROUNDMANOUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

$19.87 01/31/2016 $3.55 $0.00 $16.32 $0.00

This classification applies only to tree work done: (a) for a utility company, R.E.A. cooperative, or railroad or coal mining company, and (b) for the purpose of

operating, maintaining, or repairing the utility company’s equipment, and (c) by a person who is using hand or mechanical cutting methods and is on the ground. This

classification does not apply to wholesale tree removal.

Issue Date: Wage Request Number:04/05/2017 Page 30 of 3120170405-040

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

Additional Apprentice Information:

Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the

Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L.

c. 23, ss. 11E-11L.

All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L.

All steps are six months (1000 hours.)

Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified.

** Multiple ratios are listed in the comment field.

*** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc.

**** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc.

Issue Date: Wage Request Number:04/05/2017 Page 31 of 3120170405-040

Plymouth Airport Commission – CONSTRUCTION PLANS Relocation of Plymouth Municipal Airport (PMA) Fuel Storage Facilities 

Issued April 26, 2017   

ATTACHMENT 4  

Construction Plans