HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING

Size: px
Start display at page:

Download "HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING"

Transcription

1 REQUEST FOR QUOTES John B. Hynes Veterans Memorial Convention Center Boston, Massachusetts HYNES CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING January 11, 2017 Site Visit: 10 a.m., January 18, 2017 Quote Deadline: 12 noon, January 25, 2017

2 MASSACHUSETTS CONVENTION CENTER AUTHORITY Hynes Convention Center Chiller Room Floor & Maintenance Pad Epoxy Coating TABLE OF CONTENTS 1. Advertisement for Bids 2. Form for Bid 3. Authority Contractor Agreement 4. Classifications and Minimum Wage Rates 5. Specifications 6. Contractor Work Guidelines

3 MASSACHUSETTS CONVENTION CENTER AUTHORITY PUBLIC NOTICE Hynes Convention Center Chiller Room Floor & Maintenance Pad Epoxy Coating The Massachusetts Convention Center Authority (the "Authority") requests written quotations from contractors interested in providing all labor, materials and equipment required for the coating of concrete floors and equipment pad surfaces in the Hynes Convention Center chiller room. Written quotations should be sent to Theresa Ruane at the Massachusetts Convention Center Authority, 415 Summer Street, Boston, MA 02210, by 12 noon local time on January 25, The successful contractor will be required to purchase and maintain such insurance in commercially reasonable amounts determined by the Authority as will protect it and the Authority from claims which may arise out of or result from the Contractor s operations under the Contract and furnish a copy of the certificate to the Authority. The successful bidder will be responsible for obtaining any permits that are required. Attention is called to the minimum rates of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Sections 26 to 27D, inclusive, as amended, and as set forth in the Contract Documents, which the contractor will be required to pay. A site visit will be held on January 18, 2017 at 10 a.m. at the Hynes Convention Center Administrative Offices. Questions or requests for information, clarification or interpretation of the bidding documents must be submitted in writing and must be received no later than 5 p.m. on January 19, Bidding procedures and award of the contract will be in accordance with the provisions of Sections 44A through 44J, inclusive, of Chapter 149 of the General Laws of the Commonwealth of Massachusetts. The Authority reserves the right to waive any informality in or to reject any or all bids if it be in the public interest to do so. The Authority reserves the right to cancel this procurement at any time without liability to any bidder or other party. Date: January 11, 2017

4 Name of Bidder: MASSACHUSETTS CONVENTION CENTER AUTHORITY FORM FOR BID By submitting this bid the undersigned represents to the Authority that it has examined and understands the Advertisement for Bids, Drawings, Specifications and all other Contract Documents and has examined the site, as defined therein, and that this bid is made with specific reference and relation to all said Contract Documents. By submitting this bid, the undersigned agrees that it shall be subject to the jurisdiction of the courts of the Commonwealth of Massachusetts with respect to any actions arising out of or related to this bid or any contract that may be entered into based upon this bid, and that any such actions commenced by the undersigned shall be commenced in the courts of the Commonwealth of Massachusetts. A bidder wishing to amend this bid after transmittal to the Authority may do so only by withdrawing this bid and resubmitting another bid prior to the time for opening bids. TO: MASSACHUSETTS CONVENTION CENTER AUTHORITY: A. The Undersigned proposes to furnish all labor and materials required for the John B. Hynes Veterans Memorial Convention Center Chiller Room Floor & Maintenance Pad Epoxy Coating project in Boston, Massachusetts, in accordance with the advertised specifications for the contract price specified below, subject to additions and deductions according to the terms of the specifications. B. This bid includes addenda numbered. C. THE PROPOSED CONTRACT PRICE IS: DOLLARS. $ D. If the undersigned bidder is certified by the Supplier Diversity Office (SDO) as a Minority Business Enterprise (MBE) or a Women Business Enterprise (WBE), the bidder may so indicate by checking the appropriate box below: MBE WBE The Authority will confirm SDO certification. Any omission or inaccuracy in the information furnished by the bidder in this Paragraph shall not affect the validity of the bid. E. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for

5 each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word person shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. Date (Print Name of General Bidder) (Signature in ink) (Print Name of Person Signing Bid) Social Security Number or Federal Identification Number: (Print Title of Person Signing Bid) (Business Address) (City, State and Zip Code) Telephone: ( )

6 NOTE: If the bidder is a corporation, indicate state of incorporation; if a partnership, give full names and addresses of all partners; and if an individual, give residential address if different from business address. Use the following spaces: If a Corporation: Name of Corporation: Incorporated in what state: President: Treasurer: Secretary: If a foreign corporation (incorporated or organized under laws other than laws of the Commonwealth of Massachusetts), is the corporation registered with the Secretary of State of Massachusetts? Yes No. If the bidder is a foreign corporation and is selected for the work referred to above, it is required under M.G.L. c.30 39L to furnish to the awarding authority a certificate of the Secretary of State stating that the corporation has complied with M.G.L. c.181 3, 5 and the date of such compliance. If a Partnership: (Name all Partners) Name of Partnership: Name of Partner: Residence: Name of Partner: Residence: Name of Partner: Residence:

7 If an Individual: Name: Residence: If an Individual doing business under a firm name: Name of Firm: Name of Individual: Business Address: Residence: Other form of business organization: The bidder shall state below the name(s) and address(es) of the surety company or companies that will furnish all required bonds.

8 AUTHORITY_CONTRACTOR AGREEMENT 1. This contract consists of this Agreement and, if the Authority has issued an Invitation for Bids (IFB) or Request for Proposals (RFP), the following other documents: the Public Notice, the Instructions to Bidders/Offerors, the Specifications, and any other documents referred to in the foregoing documents. All such documents are as fully a part of this contract as if attached to this Agreement or repeated herein. If Box A ("Your bid/proposal is hereby accepted") has been indicated on the face of this Purchase Order, the issuance of this Purchase Order constitutes acceptance of the Contractor's bid or proposal submitted in response to such IFB or RFP, and the Contractor is hereby bound to the terms of this Agreement. If Box B ("Please enter our order for the items described in your written offer") or Box C ("Please enter our order for the items specified above") has been indicated on the Purchase Order, and no IFB or RFP setting forth the terms of this Agreement has been issued by the Authority, then the issuance of this Purchase Order constitutes an offer by the Authority subject to the terms and conditions of this Agreement (which shall supersede any conflicting provisions of the Contractor's written offer), and the Contractor, by accepting this contract, agrees to all of the terms and conditions herein and on the face of the Purchase Order. 2. The Contractor shall sell to the Authority the goods/services stated in this Purchase Order which fully conform to the Specifications in the IFB or RFP (or, if no IFB or RFP was issued, to the specifications contained or referenced in this Purchase Order). 3. The Contractor shall deliver the goods stated in this Purchase Order, F.O.B. the loading dock of the location stated in the Specification or this Purchase Order, freight prepaid (delivered). Services shall be performed at the location stated in the Specifications or this Purchase Order. 4. The Authority shall pay the Contractor the price stated in the Contractor's Bid/Proposal Form or in this Purchase Order, subject to Paragraph The Authority shall have a reasonable time after delivery to inspect the goods delivered or services rendered under this Contract and to reject or revoke acceptance of any not conforming to the terms of this Contract. Rejected goods will be returned to the Contractor at the Contractor's expense. Rejected services will be reworked and all costs associated with the rework will be charged to the Contractor. 6. Invoices shall be addressed to Accounts Payable, Massachusetts Convention Center Authority, 415 Summer Street, Boston, Massachusetts 02210, with the number of this Purchase Order and the specific items invoiced stated thereon. Invoices shall be payable within thirty (30) days of the date of final inspection. 7. It is agreed that time is of the essence of the Contract. The Contractor shall deliver the specified goods and perform the specified services in accordance with the schedule set forth in the published Specifications or contained herein. 8. If the Contractor is delayed by changes ordered by the Authority, or by strikes, fire, acts of God, or any other cause beyond the control of the Contractor, then the Contractor's sole remedy

9 shall be that the time limits specified in the Contract Documents shall be extended in writing by the Authority for such reasonable time as the Authority may determine, provided that the Contractor shall give written notice to the Authority within seven (7) days after the time that he knows or should know of any cause which will result (or has resulted) in delay for which he claims or intends to claim an extension of the Contract Time (including those causes which the Authority is responsible for or has knowledge of). Any such written notice shall (1) state that an extension is claimed; (2) identify the cause of delay; and (3) describe the nature and expected duration of the delay and its effect on the work. No extension of time shall be granted where the Contractor can, by reasonable efforts, including planning or rescheduling, avoid or mitigate the effects of such cause, nor to the extent that such cause is the fault of the Contractor or anyone for whose actions the Contractor is responsible. 9. Goods or services not conforming to the Specifications will not be accepted. In the event of default by the Contractor, including failure to deliver any item within the time schedule specified herein or the delivery of any nonconforming item, or in the event the Authority rightfully rejects any or all items or revokes acceptance of any or all items, the Authority may without waiving any other remedy permitted by law make covering purchases of goods or services, or may make temporary rentals, and hold the Contractor liable for all additional costs incurred. Further, in such event, the Authority, at its option, may be relieved of any duty to accept such items as are subsequently delivered pursuant to this Contract. The Authority may accept some but not all of the goods or services without waiving its right to reject or revoke acceptance of nonconforming items, and shall pay only for those items accepted at the unit prices set forth in the Contractor's bid or proposal or this Purchase Order or, if no unit price is set forth, at a fair and reasonable price, less the additional costs, if any, of the Authority's covering purchases or rentals. 10. The Authority may cancel this Contract without liability for damages or otherwise if the Contractor becomes insolvent or makes an assignment for the benefit of creditors, or a petition is filed to declare the Contractor bankrupt or if delivery is not made within the time limits specified herein or, if no time limits are specified, within a reasonable time, or if the quantity or quality of the goods or services delivered is not as specified herein. 11. The Authority may terminate this Agreement without cause by delivery of written notice to the Contractor at least thirty (30) days prior to the date of termination. In the event of termination at the request of the Authority, the Contractor shall deliver to the Authority any and all work or work in progress produced under this Agreement prior to its termination, and the Authority shall, upon receipt of such work, pay the Contractor for the work performed prior to the date of termination less any set-off for damages caused by the contractor in the event that the termination was for cause as set forth above. 12. The rights and remedies of the Authority herein provided are in addition to any other rights and remedies provided under the contract documents or by operation of law. 13. The Contractor shall protect, defend and indemnify the Authority against any demand or loss resulting from the infringement of a patent, trademark, copyright, or any other right of a third

10 party in connection with the Contractor's furnishing of goods or services pursuant to this Contract. 14. The Contractor hereby warrants that the goods furnished, including all components thereof, shall comply with all applicable federal, state and local laws, rules and regulations for the installation and use of said goods for the purpose for which said goods are being purchased or rented. 15. The Contractor shall submit, pursuant to M.G.L. c.111f, 8-10, a Material Safety Data Sheet (MSDS) for each toxic or hazardous substance or mixture containing such substance shipped under this Agreement. 16. The Contractor certifies, under penalties of perjury, that he has complied with all laws of the Commonwealth of Massachusetts related to taxes. M.G.L. c.62c, 49A. The Contractor certifies, under the penalties of perjury, that he is not presently suspended or debarred under the provisions of M.G.L. c.29, 29F, or any other applicable debarment provisions of the General Laws or any regulation promulgated thereunder. 17. No member, officer, director, employee or agent of the Authority shall be liable to the Contractor under any term or provision of this Contract or because of any breach thereof. This Contract shall be binding upon the heirs, executors, administrators, successors and assigns of the Contractor. 18. Every provision required by law to be made part of this Contract is hereby incorporated herein by reference and made part of this Contract. 19. The Contractor warrants, represents and agrees that during the time this Contract is in effect, neither it nor any affiliated company, as hereafter defined, participates in or cooperates with an international boycott, as defined in 999(b)(3) and (4) of the Internal Revenue Code of 1954, as amended, or engages in conduct declared to be unlawful by M.G.L. c.151e, 2. If there shall be a breach in the warranty, representation and agreement contained in this paragraph, then without limiting such other rights as it may have the Authority shall be entitled to rescind this Contract. As used herein, an affiliated company shall be any business entity of which at least 51% of the ownership interests are directly or indirectly owned by the Contractor or by a person or persons or business entity or entities directly or indirectly owning at least 51% of the ownership interest of the Contractor, or which directly or indirectly owns at least 51% of the ownership interest of the Contractor. (Exec. Order 130). 20. In connection with the performance of this contract, the Contractor shall not discriminate against any employee, applicant for employment, subcontractor or supplier on the basis of race, color, religion, creed, national origin, ancestry, age, sex, or handicap. 21. This Contract shall be governed by the laws of the Commonwealth of Massachusetts. 22. The Contractor's rights, duties and obligations under this Agreement may not be assigned or transferred without the express prior written approval of the Authority in its sole discretion, and

11 any such assignment or transfer without such approval shall be void. 23. Notices required or permitted to be given by either party shall be sufficient if given in writing and delivered by hand in person or by registered or certified mail, return receipt requested, or express delivery service providing evidence of receipt, to the Authority addressed to Executive Director, MCCA, 415 Summer Street, Boston, MA 02210; and to the Contractor addressed to the person signing the Bid or Proposal Form at the address indicated therein or addressed to the Contractor at the address set forth in this Purchase Order, or to such other address as either party may specify to the other by notice given as provided herein. Notices shall be complete upon receipt or, if refused by the addressee, upon the first tender of the notice at the specified address. 24. No provision of this Contract may be waived or amended without the specific written approval of the Authority, signed by the Executive Director or his designee. 25. Commonwealth Contract Terms and Conditions and Standard Contract Form Certifications apply to this Purchase Order. The Vendor agrees that by executing or making any undertaking under this Purchase Order to perform or deliver goods or services, all contract terms and rights of the Commonwealth in the Commonwealth Contract shall inure to the benefit of the Massachusetts Convention Center Authority ( Authority ), thereby placing the said Authority in the same position as the Commonwealth, including but not limited to the terms and conditions that are found in the Commonwealth Terms and Conditions Form and/or the certifications made by the Contractor by signing the Commonwealth Standard Contract Form.

12 MASSACHUSETTS CONVENTION CENTER AUTHORITY SPECIFICATIONS HYNES CONVENTION CENTER CHILLER ROOM FLOOR & MAINTENANCE PAD EPOXY COATING TABLE OF CONTENTS Section 1 Scope...2 Section 2 General Information...2 Section 3 Surface Preparation...3 Section 4 Mixing Procedures...3 Section 5 Application Procedures...4 Section 6 Inspection of Floor Coating Systems...4 Section 7 Repair of Imperfections to Floor Coating Systems...4 Section 8 Labor, Schedule and Permitting...4

13 SECTION 1 Scope 1.0 This Specification & Procedure outlines the coating of concrete floors and equipment pad surfaces. The coating system will consist of an epoxy two coat system that is approximately mils with complete encapsulation of floor and equipment pads. 1.1 Complete floor must be steam cleaned and dry before the start of the coating project. SSPC SP-1. All water leaks must be completely isolated and sealed from water leaking in work areas. 1.2 The installed System is a two-part, Zero VOC, 100% solids, multi-functional epoxy system designed for the protection of the base concrete from corrosion, chemical attack, excessive abrasion, and temperature differences. 1.3 Surface Requirements Surface must be free of grease and oil. SSPC-SP Surface must be shot blasted or diamond grinded. All old coating is to be removed to bare concrete. Standard will be a SSPC-SP13 and /or ICRI CSP All metal plates on floor will get a SSPC SP Loss concrete is not part of this specification. 1.4 Environmental Conditions Dehumidification equipment must be used to maintain coating area at or below 65% RH, if environment cannot be controlled Surface temperature must be between ºF Surface temperature must be 5ºF above dew point Dust control shall be required throughout complete project Shot Blasting or Diamond Grinding process will need to be 90% dust free Adequate, low voltage lighting and ventilation must be in place during the entirety of the project. 1.5 Prior to mixing and applying of epoxy products, the contractor/applicator must read and have in their possession a copy of this procedure, any relevant material technical data sheets and any Information of Application Guidelines. SECTION 2 General Information 2.0 General The coating system must be mixed and applied as directed in the technical data sheets. Particular reference should be made to the pot life, mixing ratio, overcoat windows, and cure schedules. The material specified is as follows: Primer: Duromar s DF-1301, 100% solids, zero VOC epoxy sealer at a thickness of 5-7 mils or equal Topcoat: Duromar s DF-1310, 100% solids, zero VOC epoxy topcoat at a thickness of mils or equal. All or equal products must be submitted to the owner for approval with bid documents. 2.1 Material Receipt, Handling and Storage Materials shall be stored in their sealed original containers Materials shall be stored in a dry, clean space, protected from direct sunlight and away from flames The storage temperature shall be maintained between 40ºF (4ºC) and 100ºF (37ºC) Heated storage should be used in winter/air conditioned storage in summer. 2.2 Additions/Thinning Convention Center Flooring Specification Page 2

14 2.2.1 When mixed, as described in the technical data sheets, the products are ready for immediate use and MUST NOT be added to or thinned with any solvents or diluents under any circumstances. 2.3 Inventory Control An inventory log shall be maintained showing quantities, unit size, batch numbers, date of application and location No material shall be put on if it has exceeded its shelf life The shelf life on most epoxies is one year from date of manufacture when stored in accordance with conditions listed on the Technical Data Sheets. 2.4 Quality Control Equipment Surface temperature gauge. ASTM D3276 standard Sling Psychrometer checks dew point, ambient air temperature and relative humidity. ASTM E Surface must be vacuumed before coating, not blown down with air Drain area lids are not to be coated WFT will be done with a wet film gauge to maintain thickness regularity All testing equipment must be up to standards and calibrated. 2.5 Housekeeping and Building Protection All leak or smoke detectors will be covered and protected Machinery, motor and equipment protection in work area. SECTION 3 Surface Preparation 3.0 Prepare all surfaces in accordance with manufacturer s instructions. 3.1 Surface must be free of grease, oil or other contaminants. If present, a SSPC-SP1 is required to remove any and all contaminants from the surface. 3.2 Mechanical Surface Preparation Mechanically abrade concrete surface in accordance with manufacturer s instructions Leave concrete surface with an aggressive texture Remove all concrete dust by vacuum Conform to ASTM D Surface profile shall conform to IRCI Guideline CSP 3, minimum All metal plates on floor will get a SSPC SP-10 with a 3 mil profile Loss concrete is not part of this specification. SECTION 4 Mixing Procedures 4.0 The coating materials should be at room temperature, 70-85ºF (18-27ºC), prior to use. 4.1 The materials are a two-part system that is packaged in containers with the proper mixing ratio. Mix complete units by adding the entire container of Part A, HARDENER into the Part B BASE container. Once the material is thoroughly mixed, the contents should be emptied into a clean secondary container and mixed again thoroughly (box mixing). 4.2 Materials are temperature dependent. Cold temperatures (less than 65ºF) will cause a substantial increase in viscosity (resistance to flow). All material should be maintained at 70-85ºF for most efficient application. SECTION 5 Application Procedures Convention Center Flooring Specification Page 3

15 5.0 All environmental conditions must be maintained as pertained to in Section Sealer shall be applied with a squeegee and back rolled and hard to reach areas with brushes. All brushes and rollers need to be of high quality and rollers to be lint free. 5.2 The sealer shall be pulled tight leaving no puddles totaling a thickness of 5-7 mils. 5.3 Application of Topcoat shall be applied with a squeegee and back rolled and hard to reach areas with brushes. All brushes and rollers need to be of high quality and rollers to be lint free. 5.4 The top coat shall be mils and free from all pinholes and voids. SECTION 6 Inspection 6.0 All coated surfaces shall be visibly inspected for pinholes, holidays, and fully cured. Document all results. 6.1 All imperfections shall be marked with chalk or similar device. SECTION 7 Repair of Floor Coating Imperfections 7.0 Consult manufacturer s instructions for all repairs. 7.1 Repairs should be made within recoat cure time limit. If the recoat time is not met, grinding and/or sanding will need to be performed to achieve a surface texture similar to grit sandpaper before subsequent coating is applied. 7.1 All big pinholes and voids can be repaired by grinding, sanding or sandblasting. As long as a profile meeting standards exist. 7.2 After preparing the area wipe with a clean cloth dampened in acetone, MEK, or other non-polar solvent. After the solvent has evaporated, apply only to the area that has been roughened. Be sure that the thickness of the repair is brought up even to the thickness of the existing coating. SECTION 8- Labor, Schedule, Permits 8.1 Attention is called to the minimum rates of wages to be paid on the work as determined under the provisions of Chapter 149, Massachusetts General Laws, Sections 26 to 27D, inclusive, as amended, and as set forth in the Contract Documents, which the contractor will be required to pay. 8.2 Contractor certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. 8.3 Schedule: 1. Substantial Completion, March 31, 2017 Convention Center Flooring Specification Page 4

16 2. Final Completion 30 days after substantial completion 3. All work shall be scheduled and performed so as to cause no interference with or interruption of the operation of the Hynes Convention Center. 4. The Contractor shall coordinate with the Authority and the Authority s representatives the sequencing and scheduling of the work so as to ensure that the Facilities Operations are not impacted by the work. 5. Contractor must submit along with their quote a coordinated construction schedule with a substantial completion date no later than March 31, During each phase of the work (Section 1 thru Section 7) inventory logs, inspection results and all procedure results shall be documented & maintained and submitted to the MCCA upon request. 8.5 Permits: All permits, if required, are the responsibility of the Contractor. Convention Center Flooring Specification Page 5

17 WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, 27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form is available from the Department of Labor Standards (DLS) at and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. On a weekly basis, every contractor and subcontractor is required to submit a certified copy of their weekly payroll records to the awarding authority; this includes the payroll forms and the Statement of Compliance form. The certified payroll records must be submitted either by regular mail or by to the awarding authority. Once collected, the awarding authority is required to preserve those records for three years from the date of completion of the project. Each such contractor and subcontractor shall furnish weekly and within 15 days after completion of its portion of the work, to the awarding authority directly by first-class mail or , a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form, accompanied by their payroll: STATEMENT OF COMPLIANCE, 20 I,, (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor, subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature Title 05/14

18 MASSACHUSETTS WEEKLY CERTIFIED PAYROLL REPORT FORM Company's Name: Address: Phone No.: Payroll No.: Employer's Signature: Title: Contract No: Tax Payer ID Number Work Week Ending: Awarding Authority's Name: Public Works Project Name: Public Works Project Location: Min. Wage Rate Sheet Number General / Prime Contractor's Name: Subcontractor's Name: "Employer" Hourly Fringe Benefit Contributions Employee Name & Complete Address Work Classification: Employee is OSHA 10 certified (?) Appr. Hours Worked Rate (%) Su. Mo. Tu. We. Th. Fr. Sa. Project Hours (A) All Other Hours Hourly Base Wage (B) Health & Welfare Insurance (C) ERISA Pension Plan (D) (B+C+D+E) (A x F) Supp. Unemp. (E) Total Hourly Prev. Wage (F) Project Gross Wages Total Gross Wages Check No. (H) Are all apprentice employees identified above currently registered with the MA DLS's Division of Apprentice Standards? YES NO For all apprentices performing work during the reporting period, attach a copy of the apprentice identification card issued No apprentices are identified above by the Massachusetts Department of Labor Standards / Division of Apprentice Standards. NOTE: Pursuant to MGL c. 149, s. 27B, every contractor and subcontractor is required to submit a true and accurate copy of their certified weekly payroll records to the awarding authority by first-class mail or . In addition, each weekly payroll must be accompanied by a statement of compliance signed by the employer. Failure to comply may result in the commencement of a criminal action or the issuance of a civil citation. Date Received by Awarding Authority Page of / /

19 CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H RONALD L. WALKER, II Secretary WILLIAM D MCKINNEY Director Awarding Authority: Contract Number: Description of Work: Mass Convention Center Authority City/Town: BOSTON Coating of concrete floors and equipment pad surfaces in chiller room located at the Hynes Convention Center Job Location: 900 Boylston Street Information about Prevailing Wage Schedules for Awarding Authorities and Contractors This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the Wage Request Number on all pages of this schedule. 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 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 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 Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) 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) 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 12/29/2016 Wage Request Number:

20 Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR ASBESTOS REMOVER - PIPE / MECH. EQUIPT. HEAT & FROST INSULATORS LOCAL 6 (BOSTON) ASPHALT RAKER ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE BACKHOE/FRONT-END LOADER BARCO-TYPE JUMPING TAMPER BLOCK PAVER, RAMMER / CURB SETTER BOILER MAKER BOILERMAKERS LOCAL 29 12/01/2016 $33.25 $10.91 $10.89 $ /01/2016 $33.32 $10.91 $10.89 $ /01/2016 $33.44 $10.91 $10.89 $ /01/2015 $88.29 $9.80 $19.23 $ /01/2016 $37.60 $7.45 $13.80 $ /01/2016 $33.90 $11.50 $7.10 $ /01/2017 $34.90 $11.50 $7.10 $ /01/2017 $35.90 $11.50 $7.10 $ /01/2018 $36.90 $11.50 $7.10 $ /01/2018 $37.90 $11.50 $7.10 $ /01/2019 $38.90 $11.50 $7.10 $ /01/2019 $39.90 $11.50 $7.10 $ /01/2020 $40.90 $11.50 $7.10 $ /01/2020 $41.90 $11.50 $7.10 $ /01/2016 $37.10 $7.45 $13.80 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $37.10 $7.45 $13.80 $ /01/2016 $37.60 $7.45 $13.80 $ /01/2016 $41.62 $6.97 $16.21 $ /01/2017 $42.92 $6.97 $16.21 $0.00 $55.05 $55.12 $55.24 $ $58.85 $52.50 $53.50 $54.50 $55.50 $56.50 $57.50 $58.50 $59.50 $60.50 $58.35 $70.63 $71.63 $72.63 $70.63 $71.63 $72.63 $58.35 $58.85 $64.80 $66.10 Page 2 of 32

21 Apprentice - BOILERMAKER - Local 29-01/01/ $27.05 $6.97 $10.54 $0.00 $ $27.05 $6.97 $10.54 $0.00 $ $29.13 $6.97 $11.35 $0.00 $ $31.22 $6.97 $12.16 $0.00 $ $33.30 $6.97 $12.97 $0.00 $ $35.38 $6.97 $13.78 $0.00 $ $37.46 $6.97 $14.59 $0.00 $ $39.54 $6.97 $15.40 $0.00 $ /01/ $27.90 $6.97 $10.54 $0.00 $ $27.90 $6.97 $10.54 $0.00 $ $30.04 $6.97 $11.35 $0.00 $ $32.19 $6.97 $12.16 $0.00 $ $34.34 $6.97 $12.97 $0.00 $ $36.48 $6.97 $13.78 $0.00 $ $38.63 $6.97 $14.59 $0.00 $ $40.77 $6.97 $15.40 $0.00 $63.14 Apprentice to Journeyworker Ratio:1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (BOSTON) 08/01/2016 $50.76 $10.18 $19.22 $ /01/2017 $51.33 $10.18 $19.22 $0.00 $80.16 $80.73 Page 3 of 32

22 Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Boston - 08/01/2016 $25.38 $10.18 $19.22 $0.00 $ $30.46 $10.18 $19.22 $0.00 $ $35.53 $10.18 $19.22 $0.00 $ $40.61 $10.18 $19.22 $0.00 $ $45.68 $10.18 $19.22 $0.00 $ /01/2017 $25.67 $10.18 $19.22 $0.00 $ $30.80 $10.18 $19.22 $0.00 $ $35.93 $10.18 $19.22 $0.00 $ $41.06 $10.18 $19.22 $0.00 $ $46.20 $10.18 $19.22 $0.00 $75.60 Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE CARBIDE CORE DRILL OPERATOR CARPENTER CARPENTERS -ZONE 1 (Metro Boston) 12/01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $37.95 $7.45 $14.00 $ /01/2016 $36.80 $7.45 $14.00 $ /01/2016 $36.80 $7.45 $14.00 $ /01/2016 $37.10 $7.45 $13.80 $ /01/2016 $44.73 $9.90 $17.00 $ /01/2017 $45.81 $9.90 $17.00 $ /01/2017 $46.93 $9.90 $17.00 $ /01/2018 $48.04 $9.90 $17.00 $ /01/2018 $49.19 $9.90 $17.00 $ /01/2019 $50.34 $9.90 $17.00 $0.00 $70.19 $71.18 $72.17 $59.40 $58.25 $58.25 $58.35 $71.63 $72.71 $73.83 $74.94 $76.09 $77.24 Page 4 of 32

23 Apprentice - CARPENTER - Zone 1 Metro Boston - 09/01/2016 $22.37 $9.90 $1.63 $0.00 $ $26.84 $9.90 $1.63 $0.00 $ $31.31 $9.90 $12.11 $0.00 $ $33.55 $9.90 $12.11 $0.00 $ $35.78 $9.90 $13.74 $0.00 $ $35.78 $9.90 $13.74 $0.00 $ $40.26 $9.90 $15.37 $0.00 $ $40.26 $9.90 $15.37 $0.00 $ /01/2017 $22.91 $9.90 $1.63 $0.00 $ $27.49 $9.90 $1.63 $0.00 $ $32.07 $9.90 $12.11 $0.00 $ $34.36 $9.90 $12.11 $0.00 $ $36.65 $9.90 $13.74 $0.00 $ $36.65 $9.90 $13.74 $0.00 $ $41.23 $9.90 $15.37 $0.00 $ $41.23 $9.90 $15.37 $0.00 $66.50 Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (BOSTON) 07/01/2016 $44.69 $12.20 $19.33 $ /01/2017 $45.67 $12.20 $19.41 $ /01/2017 $46.30 $12.20 $19.41 $ /01/2018 $46.54 $12.20 $19.41 $ /01/2018 $46.79 $12.20 $19.41 $ /01/2019 $47.03 $12.20 $19.41 $ /01/2019 $47.27 $12.20 $19.41 $ /01/2020 $47.52 $12.20 $19.41 $1.30 $77.52 $78.58 $79.21 $79.45 $79.70 $79.94 $80.18 $80.43 Page 5 of 32

24 Apprentice - CEMENT MASONRY/PLASTERING - Eastern Mass (Boston) - 07/01/2016 $22.35 $12.20 $12.33 $0.00 $ $26.81 $12.20 $14.33 $1.30 $ $29.05 $12.20 $15.33 $1.30 $ $31.28 $12.20 $16.33 $1.30 $ $33.52 $12.20 $17.33 $1.30 $ $35.75 $12.20 $18.33 $1.30 $ $40.22 $12.20 $19.33 $1.30 $ /01/2017 $22.84 $12.20 $12.41 $0.00 $ $27.40 $12.20 $14.41 $1.30 $ $29.69 $12.20 $15.41 $1.30 $ $31.97 $12.20 $16.41 $1.30 $ $34.25 $12.20 $17.41 $1.30 $ $36.54 $12.20 $18.41 $1.30 $ $41.10 $12.20 $19.41 $1.30 $74.01 Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. CHAIN SAW OPERATOR Apprentice to Journeyworker Ratio:1:3 CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES COMPRESSOR OPERATOR DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 1 12/01/2016 $37.10 $7.45 $13.80 $ /01/2016 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2017 $48.38 $10.00 $15.25 $ /01/2016 $31.17 $10.00 $15.25 $ /01/2017 $31.86 $10.00 $15.25 $ /01/2017 $32.55 $10.00 $15.25 $ /01/2016 $50.46 $7.85 $16.10 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $58.35 $71.63 $72.63 $73.63 $56.42 $57.11 $57.80 $74.41 $75.36 Page 6 of 32

25 Apprentice - PAINTER Local 35 - BRIDGES/TANKS - 07/01/2016 $25.23 $7.85 $0.00 $0.00 $ $27.75 $7.85 $3.66 $0.00 $ $30.28 $7.85 $3.99 $0.00 $ $32.80 $7.85 $4.32 $0.00 $ $35.32 $7.85 $14.11 $0.00 $ $37.85 $7.85 $14.44 $0.00 $ $40.37 $7.85 $14.77 $0.00 $ $45.41 $7.85 $15.44 $0.00 $ /01/2017 $25.71 $7.85 $0.00 $0.00 $ $28.28 $7.85 $3.66 $0.00 $ $30.85 $7.85 $3.99 $0.00 $ $33.42 $7.85 $4.32 $0.00 $ $35.99 $7.85 $14.11 $0.00 $ $38.56 $7.85 $14.44 $0.00 $ $41.13 $7.85 $14.77 $0.00 $ $46.27 $7.85 $15.44 $0.00 $69.56 Steps are 750 hrs. DEMO: ADZEMAN Apprentice to Journeyworker Ratio:1:1 DEMO: BACKHOE/LOADER/HAMMER OPERATOR DEMO: BURNERS DEMO: CONCRETE CUTTER/SAWYER DEMO: JACKHAMMER OPERATOR DEMO: WRECKING LABORER 12/01/2015 $35.50 $7.45 $13.55 $ /01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $36.50 $7.45 $13.55 $ /01/2015 $36.25 $7.45 $13.55 $ /01/2015 $35.50 $7.45 $13.55 $0.00 $56.50 $57.50 $57.25 $57.50 $57.25 $56.50 Page 7 of 32

26 DIRECTIONAL DRILL MACHINE OPERATOR DIVER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DRAWBRIDGE OPERATOR (Construction) ELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- ELECTRICIAN" ELECTRICIAN ELECTRICIANS LOCAL /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2015 $58.86 $9.80 $19.23 $ /01/2015 $42.04 $9.80 $19.23 $ /01/2015 $63.06 $9.80 $19.23 $ /01/2015 $88.23 $9.80 $19.23 $ /01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $ /01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $0.00 $70.19 $71.18 $72.17 $87.89 $71.07 $92.09 $ $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 Page 8 of 32

27 Apprentice - ELECTRICIAN - Local /01/ $18.85 $13.00 $0.57 $0.00 $ $18.85 $13.00 $0.57 $0.00 $ $21.21 $13.00 $13.36 $0.00 $ $21.21 $13.00 $13.36 $0.00 $ $23.57 $13.00 $13.73 $0.00 $ $25.92 $13.00 $14.09 $0.00 $ $28.28 $13.00 $14.46 $0.00 $ $30.63 $13.00 $14.83 $0.00 $ $32.99 $13.00 $15.20 $0.00 $ $35.35 $13.00 $15.57 $0.00 $ /01/ $19.33 $13.00 $0.58 $0.00 $ $19.33 $13.00 $0.58 $0.00 $ $21.75 $13.00 $13.37 $0.00 $ $21.75 $13.00 $13.37 $0.00 $ $24.17 $13.00 $13.75 $0.00 $ $26.58 $13.00 $14.11 $0.00 $ $29.00 $13.00 $14.48 $0.00 $ $31.41 $13.00 $14.85 $0.00 $ $33.83 $13.00 $15.22 $0.00 $ $36.25 $13.00 $15.60 $0.00 $64.85 : App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2016 $54.53 $14.43 $14.96 $ /01/2017 $55.86 $15.28 $15.71 $0.00 $83.92 $86.85 Page 9 of 32

28 Apprentice - ELEVATOR CONSTRUCTOR - Local 4-01/01/2016 $27.27 $14.43 $0.00 $0.00 $ $29.99 $14.43 $14.96 $0.00 $ $35.44 $14.43 $14.96 $0.00 $ $38.17 $14.43 $14.96 $0.00 $ $43.62 $14.43 $14.96 $0.00 $ /01/2017 $27.93 $15.28 $0.00 $0.00 $ $30.72 $15.28 $15.71 $0.00 $ $36.31 $15.28 $15.71 $0.00 $ $39.10 $15.28 $15.71 $0.00 $ $44.69 $15.28 $15.71 $0.00 $75.68 Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio:1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 01/01/2016 $38.17 $14.43 $14.96 $ /01/2017 $39.10 $15.28 $15.71 $ /01/2016 $37.10 $7.45 $13.80 $ /01/2016 $41.37 $10.00 $15.15 $ /01/2017 $42.25 $10.00 $15.15 $ /01/2017 $42.98 $10.00 $15.15 $ /01/2018 $43.69 $10.00 $15.15 $ /01/2016 $42.82 $10.00 $15.15 $ /01/2017 $43.71 $10.00 $15.15 $ /01/2017 $44.44 $10.00 $15.15 $ /01/2018 $45.16 $10.00 $15.15 $ /01/2016 $21.98 $10.00 $15.15 $ /01/2017 $22.51 $10.00 $15.15 $ /01/2017 $22.93 $10.00 $15.15 $ /01/2018 $23.36 $10.00 $15.15 $0.00 $67.56 $70.09 $58.35 $66.52 $67.40 $68.13 $68.84 $67.97 $68.86 $69.59 $70.31 $47.13 $47.66 $48.08 $48.51 Page 10 of 32

29 FIRE ALARM INSTALLER ELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINTENANCE / COMMISSIONINGELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) FLAGGER & SIGNALER FLOORCOVERER FLOORCOVERERS LOCAL 2168 ZONE I 09/01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $ /01/2016 $35.35 $13.00 $15.57 $ /01/2017 $36.25 $13.00 $15.60 $ /01/2017 $36.96 $13.00 $15.62 $ /01/2018 $37.86 $13.00 $15.65 $ /01/2018 $38.75 $13.00 $15.67 $ /01/2019 $39.65 $13.00 $15.70 $ /01/2016 $37.65 $10.00 $15.25 $ /01/2017 $38.49 $10.00 $15.25 $ /01/2017 $39.32 $10.00 $15.25 $ /01/2016 $20.50 $7.45 $13.80 $ /01/2016 $42.13 $9.80 $17.62 $0.00 $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 $63.92 $64.85 $65.58 $66.51 $67.42 $68.35 $62.90 $63.74 $64.57 $41.75 $69.55 Apprentice - FLOORCOVERER - Local 2168 Zone I - 03/01/2016 $21.07 $9.80 $1.79 $0.00 $ $23.17 $9.80 $1.79 $0.00 $ $25.28 $9.80 $12.25 $0.00 $ $27.38 $9.80 $12.25 $0.00 $ $29.49 $9.80 $14.04 $0.00 $ $31.60 $9.80 $14.04 $0.00 $ $33.70 $9.80 $15.83 $0.00 $ $35.81 $9.80 $15.83 $0.00 $61.44 Steps are 750 hrs. FORK LIFT/CHERRY PICKER Apprentice to Journeyworker Ratio:1:1 GENERATOR/LIGHTING PLANT/HEATERS 12/01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $31.17 $10.00 $15.25 $ /01/2017 $31.86 $10.00 $15.25 $ /01/2017 $32.55 $10.00 $15.25 $0.00 $70.63 $71.63 $72.63 $56.42 $57.11 $57.80 Page 11 of 32