Loading...
HomeMy Public PortalAbout2019-069 CS Improvements at Three Locations_Bid Book Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 TOWN OF WATERTOWN MASSACHUSETTS CONTRACT DOCUMENTS FOR 2019 COMPLETE STREETS IMPROVEMENTS AT THREE LOCATIONS CONTRACT NO. 2019-069 Bid Opening Date: June 6, 2019 TOWN OF WATERTOWN PURCHASING DEPARTMENT 149 MAIN STREET WATERTOWN, MA 02472 617-972-6414 rb an dini@watertown-ma.gov Important Notice to Bidders: All bidders must be pre-qualified by the Massachusetts Department of Transportation as follows. The MassDOT Prequalification Office will provide the Town with an official contractor bid list for all contractors prequalified in the specified class of work within the parameters of this project. Contractors submitting bids must perform at least 50% of the work outlined in the bid documents. Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 TABLE OF CONTENTS Section Number Bidding And Contract Requirements 00020 - Invitation To Bids 00100 - Instructions To Bidders 00300 - Form of General Bid 00410 - Bid Bond 00420 -Notice of Award 00500 -Agreement - Certificate of Vote - EEO/AA Certificate - Statement of Wage Compliance -Certificate as to Corporate Bidder - Request for W-9 Form 00610 - Construction Performance Bond 00620 - Construction Payment Bond 00680 -Notice to Proceed 00700 - General Conditions 00800 - Supplemental General Conditions 00820a - Change Order Form 00820b - Certificate of Final Completion of work 00850 - Excerpts from Applicable State Law 00860 - Town of Watertown Noise Ordinance 00900 - Supplementary Specifications Attachment A - Prevailing Wage Rates Attachment B - Sketches/Construction Details Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00020 INVITATION TO BIDS Sealed bids for furnishing the following ITEM will be received at the Office of the Purchasing Agent, 149 Main Street, Watertown, MA, 02472, until the time specified below at which time the bids will be publicly opened and read: ITEM BID OPENING Bid: 2019 Complete Streets Improvements at June 6, 2019, 2:00 PM Three Locations Contract No. 2019-069 The work consists of pedestrian focused improvements at three locations within the Town of Watertown. Specific locations include a raised crosswalk along Warren Street adjacent to the Cunniff Elementary School, a raised crosswalk at the Whites Avenue crossing of the Watertown Community path, reconstructing the Watertown Community Path between the Whites Avenue crossing and Winter Street, and the reconfiguration of the Watertown Street crosswalk at Theurer Park. The contract includes items related to pavement milling, hot mix asphalt paving, removing and resetting existing granite curb, drainage system modifications, installation of new curb at curb extensions, reconstruction of concrete sidewalks, ADA/AAB conforming wheelchair ramps, rectangular rapid flashing beacons, signing, pavement markings and related work as directed by the DPW Superintendent. It is anticipated that the work to be done under this contract shall be completed,including all punch list items by September 15, 2019. Specifications and bid forms may be obtained at the Office of Purchasing Agent,Watertown Town Hall, 149 Main Street, Watertown, MA, 02472 Monday through Friday between 8:30 a.m. — 5:00 p.m. starting May 23, 2019, or at purchasing@watetown-ma.gov. Contract documents may be reviewed at the Town of Watertown Department of Public Works, 124 Orchard Street, Watertown on Monday through Friday from 8:30 AM until 5:00 PM. Bids will be opened by the Purchasing Agent on Thursday, June 6, 2019, at 2:00 PM, Town Hall, Lower Hearing Room, 149 Main Street, Watertown, MA, 02472. Each Bid must be accompanied by a bid security consisting of a BID BOND, CASH, or, CERTIFIED CHECK issued by a responsible bank or trust company in the amount of 5% of the bid price. All bidders must be pre-qualified by the Massachusetts Department of Transportation as follows.The MassDOT Prequalification Office will provide the Town with an official and a waiver contractor bid list for all contractors prequalified in the specified class of work within the parameters of this project. Only those bidders listed in the official or waiver contractor lists issued by the MassDOT Prequalification Office will be allowed to submit a bid. 00020-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 All bids for this project are subject to applicable public bidding laws of Massachusetts, including G.L. c.30, § 39M, as amended. Attention is directed to the minimum wage rates to be paid as determined by the Commissioner of Labor and Workforce Development and the weekly payroll record submittal requirements under the provisions of Massachusetts General Laws, Chapter 149, Section 26 through 27D inclusive. There will be no pre-bid meeting for this project. The successful bidder must furnish a 100% Performance Bond and a 100% Payment Bond in the contract sum with a corporate surety approved by the Owner (Town of Watertown). Selection of the contractor will be based upon bidder qualifications, including evidence of past performance in similar projects, and bid price. The contract will be awarded to the bidder deemed by the awarding authority to be the lowest responsible and eligible bidder. Contractors submitting bids must perform at least 50% of the work outlined in the bid documents. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of the bids. The Town reserves the right to waive any informalities, to accept or reject, in whole or in part any or all bids, or take whatever other action may be deemed to be in the best interest of the Town. Town of Watertown Raeleen Bandini, MCPPO Director of Purchasing 00020-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00100 INSTRUCTIONS TO BIDDERS 1. Receipt and ODenlniz of Bids The Town of Watertown,Massachusetts,herein called the Town, acting by and through its DPW Superintendent, will receive sealed Bids for the project known as 2019 Complete Streets Improvements at Three Locations—Contract No. 2019-069. General bids shall be enclosed in a sealed envelope and addressed to Purchasing Department, Office of the Director of Purchasing, Lower Level, 149 Main Street, Watertown, MA, 02472 (Address) and endorsed, on the outside of the envelope, "2019 Complete Streets Improvements at Three Locations Project—Contract No.2019-069" If the bid envelope will be mailed, the envelope must be enclosed within a second sealed envelope for delivery. Bids will be received at the Department of Public Works until 2:00 PM prevailing time, on Thursdav June 6, 2019 at which time and place said bids will be publicly opened and read aloud. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids. 2. Location and Work to be Done The work to be done under this contract shall be in accordance with these specifications and includes pedestrian focused improvements at three locations within the Town of Watertown, Massachusetts. Specific locations include a raised crosswalk along Warren Street adjacent to the Cunniff Elementary School, a raised crosswalk at the Whites Avenue crossing of the Watertown Community path, reconstructing the Watertown Community Path between the Whites Avenue crossing and Winter Street, and the reconfiguration of the Watertown Street crosswalk at Theurer Park. The contract includes items related to pavement milling, hot mix asphalt paving, removing and resetting existing granite curb, drainage system modifications, installation of new curb at curb extensions, reconstruction of concrete sidewalks, ADA/AAB conforming wheelchair ramps, rectangular rapid flashing beacons, signing,pavement markings and related work as directed by the DPW Superintendent. Additional drawings, specifications, or other requirements, or responses to written questions of bidders submitted during the bid phase may be furnished by written addendum to the bid and contract documents from time to time during the bidding period by the Town or its Architect/Engineer and shall then become a part of the Bid/Contract Documents. 00100-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances,tools, supplies,and all other things necessary to do all work required for the completion of each item of the Work and as specified in and reasonably inferable from the Contract Documents. The Work to be done and paid for under any item shall not be limited to the exact extent mentioned or described but shall include all incidental work necessary or customarily done for the completion of that item. All quantities are approximate and do not expressly or by implication agree that the actual quantities will correspond therewith, but the Town reserves the right to increase or decrease the quantity. An increase or decrease in the quantity for any item shall not be regarded as cause for an increase or decrease in the unit prices. It is encouraged that bidders visit the sites prior to submitting a bid. Bidders may contact the Owner at the following address and phone number in order to arrange date and time to visit project site: Town of Watertown Department of Public Works 124 Orchard Street Watertown,MA 02472 Attn: Gerald S. Mee,Jr. Tel: (617) 972-6420 3. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must filled in, in ink or typewritten, in both words and figures. Failure to complete the bid form adequately and the "Certificate of Vote"may result in the disqualification of the bidder. The foregoing notwithstanding,the Town reserves the right, to the extent permitted by law, to waive any informalities in the bidding. Each bid must be submitted in a sealed envelope bearing on the outside of the envelope the name of the bidder, his address, and endorsed with the name of the project as specified in Receipt and Opening of Bids, above. If the bid is forwarded by mail, the sealed envelope containing the bid must be enclosed in another sealed envelope addressed as specified in Receipt and Opening of Bids, above. All bids shall be accompanied by a bid deposit in the form of a Bid Bond, duly executed and acknowledged by the bidder, as Principal, and by a surety company qualified to do business in the Commonwealth of Massachusetts, or cash, or a certified check, treasurer's or cashier's check issued by a responsible bank or trust company to the Town of Watertown. The amount of such bid deposit shall be 5% of the value of the bid total or for each particular bid item where applicable and shall be enclosed in the sealed envelope containing the bid. 00100-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Each such Bid Bond, cash or check may be held by the Town as security for the fulfillment of the bidder's agreements as herein above set forth and as set forth in the bid. Should the bidder fail to fulfill such agreements in his bid,the check or cash shall become the property of the Town, or if a Bid Bond was furnished, the Bid Bond shall become payable to the Town as liquidated damages; otherwise, the bid security shall be returned to the Bidder. Where applicable, all bid prices shall include the cost of mobilization of equipment and no extra payment will be made for such mobilization or movement of equipment from job to job site. 4. Bid Opening Procedure The following list of requirements shall apply to each filed bid. Bids not meeting all the requirements for timeliness and security will be rejected; bids not meeting signature and addenda requirements will be rejected prior to checking of bid amounts. The foregoing notwithstanding, the Town reserves the right, to the extent permitted by law, to waive any informalities in the bids. Bids shall be filed at the place and before the time specified in Receipt and ODenin2 of Bids, above. The bid deposit/security shall be placed in the envelope containing the bid. Bid signatures will be checked. All addenda, if any, will be sent via e-mail to all prospective bidders who have obtained bid documents. All bidders shall include with their bids the written acknowledgment form provided in Section 00300, FORM OF GENERAL BID. The total dollar amount of each bid will be read, and the three apparent lowest bids will be selected for further consideration. These three apparent low bids will be read aloud for the benefit of the other bidders and the bid opening procedure will be closed. All those present at the bid opening may examine all bids after the bid opening and after the reading of the three apparent low bids. 5. Modification Any bidder may modify his bid by written communication at any time prior to the scheduled closing time for receipt of bids. The communication must be submitted in a sealed envelope in the same manner as the bid, except that the endorsement on the bid envelope shall also state that the communication is a modification of the previously submitted bid. 00100-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 6. Ability and Experience of Bidder No award will be made to any bidder who cannot satisfy the Town that he has sufficient ability and experience in this class of work and sufficient capital and plant to enable him to prosecute and complete the work successfully within the time named. The Town's decision or judgment on these matters will be final, conclusive, and binding to the fullest extent permitted by law. The Town may make such investigations as it deems necessary,and the bidder shall furnish to the Town,under oath if so required, all such information and data for this purpose as the Town may request. 7. Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 8. Addenda and Interpretations Addenda may be issued during the bidding period to modify, clarify, or interpret the Specifications and Contract Documents, or for any other appropriate reason. It is intended, but not guaranteed, that such Addenda shall be emailed by the Awarding Authority to all persons or parties to whom Bid and Contract Documents have been issued (Bidders of Record). Failure to receive such Addenda shall in no way relieve any bidder from the execution of its provisions. All bidders are cautioned to verify the number of Addenda that have been issued and to secure any needed copies from the DPW before submitting a bid. It is solely each bidder's responsibility to contact the Town prior to submitting a bid to ensure that it has received all addenda. No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. All information given to bidders other than by means of the plans,specifications,or by written addenda is given informally and shall not be relied upon by the bidder and shall not be used as the basis of a claim by the bidder against the Town. Every request regarding the bid/contract documents, including but not limited to a request for interpretation of such documents, must be in writing addressed to Raeleen Bandini at rbandini@watertown-ma.gov,and to be given consideration must be received at least seven days prior to the date fixed for the opening of bids. Any and all responses to such requests, including any interpretations and any supplemental instructions, if given, will be in the form of written addenda which, when issued, will be emailed to all prospective bidders (at the respective address furnished by them for such purposes). Failure of any bidder to 00l 00-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. Each bidder is responsible to contact the Town before submitting its bid to ensure that it has received all addenda. All addenda so issued shall become part of the Contract Documents. 9. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the Contractor shall furnish a performance bond and payment bond as security, respectively, for faithful performance of this contract and for the payment of all persons performing labor and materials under this contract, each in the amount equal to 100 percent of the bid price. The surety on such bond or bonds shall be a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Town. The bonds shall remain in force for one year after final acceptance of the work by the Town, unless the Town, in writing, releases the Contractor from the obligation sooner. 10. Power of Attornev Attorneys-in-fact who sign Contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 11. Laws and Regulations The bidder's attention is directed to the fact that all applicable federal, State and local laws, municipal ordinances or bylaws, and the rules and regulations of all authorities having jurisdiction over construction of the project and the construction contract shall apply to the contract throughout, and they will be deemed to be included in the Contract the same as though written out in full. Attention is directed to Section 00850 and to other applicable sections of the Contract Documents. 12. Proiect Inspection: The Contractor shall make the project site and all project records available to Town Department of Public Works staff, or their representative, for review at all times during the course of the project. The Watertown Department of Public Works staff will periodically monitor the progress of work for its own benefit, and not for the benefit of the contractor, to ensure that the project is proceeding substantially as defined in the Scope of Work/Project Schedule sections of the executed Agreement. This monitoring is not intended to relieve, and under no circumstances shall it relieve, the contractor of its responsibility to perform its work in accordance with the Contract Documents and applicable federal, state and local law and regulations. 00100-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 13. Project Audit Provisions: The contractor(s) shall maintain all books,records, documents, and other evidence directly related to the performance of all work for the project in accordance with generally accepted professional practice and appropriate accounting procedures and practices. The Contractor(s) shall also maintain the financial information and data used by the Contractor(s) in the preparation or support of project invoices and associated progress reports prepared in connection with the project. 14. OSHA Certification under Chanter 30 of the General Laws: The Contractor shall be required to make, among other certifications required by law, the OSHA certification required by G.L. c. 30, § 395, as follows: (1)that 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. 15. Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 calendar days after presentation thereof by the Town, shall forfeit to the Town, as liquidated damages for such failure or refusal, the security deposited with his/her bid, but the amount forfeited shall not exceed the difference between his/her bid price and the bid price of the next lowest responsible and eligible bidder. 16. Obligation of Bidder At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 00100-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 17. Information Not Guaranteed All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from certain sources at present available to the Town. All such information is furnished only for the information and convenience of bidders and is not guaranteed. It is agreed and understood that the Town 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. It is further agreed and understood that no bidder or Contractor shall 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 grounds for any claim or demand against the Town or the Architect/Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents or G.L. c. 30, § 39N. 18. Bid Securitv Each bid and sub-bid must be accompanied by bid security in the form of a certified check, a bid bond, cash, or a treasurer's or cashier's check, payable to the Town, in the amount of five (5) percent of the value of the bid. Such security of general bidders will be returned to all except the three lowest responsible and eligible bidders within five days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids, and the remaining securities will be returned promptly after the Town and the accepted bidder have executed the Contract,or if no notice of intent to award has been presented to the selected contractor within 30 days, Saturdays, Sundays and holidays excluded, after the date of the opening of bids, upon demand of the bidder at any time thereafter. 19. Ri2ht to Reject Bid The Town reserves the right to waive any informalities in bids and to reject any and all bids, should the Town deem it to be in the public interest to do so. The Town may also reject bids which in its sole judgment are either incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities, and for any reason permitted by law. 00100-7 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 20. Time for Completion The successful general bidder must agree to commence work on the date specified in the Notice to Proceed and to fully complete the project within the time limit stated in Section 00300, FORM OF GENERAL BID. 21. Comparison of Bids Bids will be compared on the basis of prices set forth in the bid forms. In the event that there is a discrepancy between the lump sum or unit prices written in words and figures, the written words shall govern. 22. Award of Contract The Contract will be awarded to "the lowest responsible and eligible bidder" pursuant to General Laws Chapter 30, Section 39M as amended. Such a bidder shall possess the skill, ability and integrity necessary for the faithful performance of the work, shall be able to furnish labor that can work in harmony with all other elements of labor employed, or to be employed, in the work, and shall otherwise comply with all applicable provisions of law. Contract award shall be subject to availability of an appropriation for funding. A Performance Bond and Payment Bond in the amount of One Hundred (100%) percent of the annual contract price will be required for the faithful performance of the Contract. The Contractor shall obtain and submit the bonds within ten (10) calendar days after notification of the bid award. The successful bidder's Bid Bond shall not be released until such time the Performance and Payment Bonds have been posted. Within seven (7) working days of receipt of acceptable Performance and Payment Bonds and Agreement signed by the Contractor, the Town shall sign the Agreement and return to such party an executed duplicate of the Agreement. 23. Statutes Re2ulatin2 Competitive Bidding Any bid which does not comply with the provisions of Massachusetts General Laws Chapter 30 Section 39M, as amended,need not be accepted and the Town may reject every such bid. 24. Wage Rates Prevailing Wage Rates as determined by the Commissioner of Department of Labor and Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this project. It is the responsibility of the bidder,before bid opening,to request any additional information on Prevailing Wage Rates for those tradespeople who may be employed for the proposed work under this contract. State schedules of Prevailing wage rates are included in "Attachment A" of the contract documents. 00l 00-8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 25. Contractor Records The Contractor shall, in addition to any other requirements in the Contract Documents concerning the keeping of records, comply with the provisions of Massachusetts General Laws, Chapter 30, Section 39R concerning Contractor records. 26. Insurance The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified in the General Conditions and in such form as shall protect him performing work covered by this Contract, and the Town of Watertown and its employees, agents, officials, and engineering consultant, from all claims a liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this Contract. The Town of Watertown and WorldTech Engineering, LLC shall be named as an additional insured. The Contractor covenants and agrees to hold the Town and its employees, agents and officials harmless from loss or damage due to claims for bodily injury or death and/or property damage arising from, or in connection with, operations under this Contract. 27. Project Manager In addition to a project Architect/Engineer, the Town may utilize the services of a project manager for the Town's, not the Contractor's benefit, whose duties shall be as set forth in the Agreement for Project Manager Services. A contact person must be designated by the Contractor upon award of the Contract who will be accessible to the Town on a twenty-four hour per day basis for the duration of the construction period. 28. Payroll Payroll Records,Labor,Maximum Hours of Employment: Every employee in public work shall lodge, board and trade where and with whom he elects; and no persons or his agents or employees under Contract with the Commonwealth, a county, Town or with a department, board, commission or officer acting therefore, for the doing of public work, shall directly or indirectly require as a condition of employment therein,that the employee shall lodge, board or trade at a particular place or with a particular person (Chapter 149,Section 25 of the General Law). No laborer, workman, mechanic, foreman or inspector working within this Commonwealth, in the employee of the Contractor, Sub-contractor or other persons doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be required or permitted to work no more than eight(8)hours in any one day or no more than 48 hours in any one week, or no more than six (6) days in any one week, except in cases of emergency, or in case any Town subject to Section 149 of the General Laws is a party to such a Contract, more than eight (8) hours in any one day, except as aforesaid. The 00l 00-9 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Owner or the Contractor or any Subcontractor may employ laborers, work-men, mechanics,foreman and inspectors for more than eight(8)hours in any one day in the work to be done or under Contract when in the opinion of the Commissioner of Labor and Industries, public necessity so require. (Chapter 149, Section 34 of the General Laws, as amended). Attention of Bidders is called to Section 148 of Chapter 149 of the General Laws and amendments thereof requiring the weekly payment of employees. Upon request of the Engineer of the Massachusetts Department of Labor and Industries, the Contractor shall furnish certified copies of any or all payrolls for the Contract, showing the name, address, and occupational classification of each employee on said works,and the hours worked by, and the wages paid each such employee. Such payroll shall also include the rates paid for rented trucks or rental equipment of any kind used on the work. This requirement shall also apply to the work of any Sub-contractor having a Subcontract for any of the work performed on the project. Such records shall be kept in such manner as the Commissioner of Labor and Industries shall prescribe and shall be open to inspection by the DPW Superintendent or his designee or any authorized representative of the Department of Labor and Industries at any reasonable time and as often as may be necessary. 29. Buv American The Contractor agrees that preference will be given to domestic construction material by the Contractor, Subcontractor, material men, and suppliers in the performance of this Contract. 30. Compliance with Laws The Contractor shall keep himself fully informed of all existing and future Federal, State and Local Laws, ordinances,rules and regulations affecting those engaged or employed on the Work, the materials and equipment used in the Work or the conduct of the Work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or other Contract Documents in relation to any such law, ordinance, rule, regulation, order, decree or other requirement, the Contractor shall forthwith report to the Town in writing before it submits its bid to the Town, failing which the consequences of any such discrepancy or inconsistency shall be borne solely by the bidder if it is selected as the successful bidder. The Contractor shall at all times observe and comply with, and cause all his agents, servants and employees to observe and comply with all such existing and future laws, ordinances, rules, regulations, orders, decrees and other requirements and he shall protect,indemnify and save harmless the Town,its officers, agents, servants, employees and the DPW Superintendent or his designee from and against any and all claims, demands, suits, liabilities,judgments, penalties, losses, damages, costs and expenses,including attorney's fee, arising from or based upon any violation or claimed violation of any such law, ordinance, rule regulation, order, decree or other requirements, whether committed by the Contractor or any of his agents, servants or employees. 00100-10 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Applicable provisions of Massachusetts General Laws and Regulations and/or the United States Code and Code of Federal Regulations govern this contract and any provision in violation of the foregoing shall be deemed null, void and of no effect. Where conflict between applicable provisions of the Code of Federal Regulations and State Laws and Regulations exist, the more stringent requirement shall apply. This project is subject to the Safety and Health Regulations of the U.S. Department of Labor set forth in Title 29 CFR, Part 1926 and to all subsequent amendments, and to the Massachusetts Department of Labor and Industries, Division of Industrial Safety "Rules and Regulations for the Prevention of Accidents in Construction Operations" (Chapter 454 CMR 10.00 et seq.). Contractors shall be familiar with the requirements of these regulations. 31. Massachusetts Sales and Use Tax Materials and supplies to be used in the work of this contract are exempt from the Sales and Use Tax of the Commonwealth of Massachusetts to the extent provided by Chapter 64H, Section 6(f) of the General Laws. The Contractor shall obtain proper certificates, maintain the necessary records and otherwise comply with the requirements of Chapter 14 of the Acts of 1966 and any amendments thereto. Each Bidder shall take this exemption into account in calculating his Bid for the Work. 32. Method of Pavment to Contractor The Town, so long as the Contractor continues to carry on the Work, shall make monthly payments therefore as follows, subject to G.L. c. 30, § 39G: Each month prior to the completion of the work done to date of the estimate and thereupon the Town shall deduct such estimate five percent (5%) thereof, and shall pay the balance of such estimate to the Contractor. Thirty (30) days after the satisfactory completion of the Work as determined by the DPW Superintendent or his designee, the Town shall pay the Contractor the final amount due and remaining to be paid under this Contract, deducting from said amount and keeping for its own, any expense incurred by the Town on account of defects, omissions or mistakes of the Contractor in his Work, and for any other reason permitted by the Contract Documents and law. Provided, however, that no final payment shall be made until all liens and claims against the Town and its officers, due to the work, are satisfied. 33. Patented Devices.Materials and Processes It is mutually understood and agreed that,without exception, contract prices are to include all royalties and costs arising from patents,trademarks and copyrights in any way involved in the work. It is the intent that whenever the Contractor is required or desires to use any design, device, material or process covered by letters patent or copyright, the rights for such use shall be provided for by suitable legal agreement with the patentee or owners. 00100-11 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 34. Utility Comvanv Coordination Written notice shall be given by the Contractor to all public service corporations or officials owning or having charge of publicly or privately-owned utilities of his intention to commence operations affecting such utilities at least one (1) month in advance of the commencement of such operations that may affect their utilities and the Contractor shall at the same time file a copy of such notice with the DPW Superintendent, or his designee. 35. Contractor Parking The Project Area is densely populated. Therefore, the Contractor and his employees and subcontractors and their employees shall not park personal vehicles within the project limits at each location. 36. Dig Safe The Contractor shall notify "Mass. Dig Safe" and procure a DIG SAFE number of each location in advance of starting any construction. "DIG SAFE" Call Center: Telephone 1-888-344-7233. 00100-12 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00300 FORM OF GENERAL BID Bid of (hereinafter called 'Bidder")* ( ) a corporation, organized and existing under the laws of the state of ( ) a partnership ( ) a joint venture O an individual doing business as To the Town of Watertown , Massachusetts (hereinafter called "Town"). Gentlemen: A) The undersigned Bidder, in compliance with your invitation for bids for the project known as 2019 Complete Streets Improvements at Three Locations Project— Contract No. 2019-069, having examined the plans and specifications and related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials,and supplies, and to construct the project in accordance with the contract documents and the plans and specifications within the time set forth below, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this bid is a part. The Bidder hereby agrees to commence work on or before the date to be specified in written "Notice to Proceed" issued by the Town, and to anticipate that the work under this contract will be completed by September 15,2019;including final hot mix asphalt paving,sidewalks and pavement markings, slope blending, loam and seed, mulching and final punch list items and cleanup. *Specify corporation,partnership or individual as applicable. 00300-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 B) Bidder acknowledges receipt of and this bid includes the following addenda: No. Dated: No. Dated: No. Dated: No. Dated: 00300-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 C) BID SCHEDULE 00300-3 2019 Complete Streets improvements at Three Locations Contract No.2019-069 BID SCHEDULE ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 102.1 TREE TRIMMING 50 AT....................................................................................................................................................................... PER FOOT --------------------------------------------------------------------------------------------------------------- *102.51 INDIVIDUAL TREE PROTECTION 18 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------ *102.521 TREE AND PLANT PROTECTION FENCE 900 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------ *120.1 UNCLASSIFIED EXCAVATION 450 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------ 129. PAVEMENT MILLING 2,850 AT....................................................................................................................................................................... PER SQUARE YARD ------------------------------------------------------------------------------------------------------------------- 141.1 TEST PIT FOR EXPLORATION 20 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------- 142. CLASS B TRENCH EXCAVATION 5 AT....................................................................................................................................................................... PER CUBIC YARD -------------------------------------------------------------------------------------------------------------------- 144. CLASS B ROCK EXCAVATION 2 AT....................................................................................................................................................................... PER CUBIC YARD --------------------------------------------------------------------------------------------------------------------- 146. DRAINAGE STRUCTURE REMOVED 2 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- 150. ORDINARY BORROW 20 AT....................................................................................................................................................................... PER CUBIC YARD ----------------------------------------------------------------------------------------------------------------------- 151. GRAVEL BORROW 360 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------------ *Denotes Special Provision Included 00300 Bid Schedule 1 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 151.2 GRAVEL BORROW FOR BACKFILLING STRUCTURES AND PIPES 5 AT....................................................................................................................................................................... PER CUBIC YARD ---------------------------------------------------------------------------------------------------------------- *153. CONTROLLED DENSITY FILL-EXCAVATABLE 5 AT....................................................................................................................................................................... PER CUBIC YARD ---------------------------------------------------------------------------------------------------------------- 156. CRUSHED STONE 5 AT....................................................................................................................................................................... PER TON --------------------------------------------------------------------------------------------------------------- 170. FINE GRADING AND COMPACTING-SUBGRADE AREA 1,725 AT....................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------- 201. CATCH BASIN 5 AT....................................................................................................................................................................... PER EACH ----------------------------------------------------------------------------------------------------------------- 202. MANHOLE 1 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------ 204. GUTTER INLET 1 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------- 220. DRAINAGE STRUCTURE ADJUSTED 12 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- 220.2 DRAINAGE STRUCTURE REBUILT 5 AT....................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------- 220.3 DRAINAGE STRUCTURE CHANGE IN TYPE 1 AT....................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------- 220.5 DRAINAGE STRUCTURE REMODELED 1 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------------- *220.6 SANITARY STRUCTURE REBUILT 5 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------ *Denotes Special Provision Included 00300 Bid Schedule 2 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 220.7 SANITARY STRUCTURE ADJUSTED 2 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------- *220.8 SANITARY STRUCTURE REMODELED 1 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------- *222.3 FRAME AND GRATE(OR COVER)MUNICIPAL STANDARD 19 AT....................................................................................................................................................................... PER EACH ----------------------------------------------------------------------------------------------------------------- 223.2 FRAME AND GRATE(OR COVER)REMOVED AND DISCARDED 15 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------- 227.3 REMOVAL OF DRAINAGE STRUCTURE SEDIMENT 15 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------- 227.31 REMOVAL OF DRAINAGE PIPE SEDIMENT 25 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------ 227.4 MASONRY PLUG 10 AT....................................................................................................................................................................... PER SQUARE FOOT ------------------------------------------------------------------------------------------------------------------- *234.12 12 INCH DRAINAGE PIPE-SDR 35 DRAIN PIPE 85 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------- *303.06 6 INCH DUCTILE IRON WATER PIPE(MECHANICAL JOINT) 15 AT....................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------- *309. DUCTILE IRON FITTINGS FOR WATER PIPE 320 AT....................................................................................................................................................................... PER POUND --------------------------------------------------------------------------------------------------------------------- 358. GATE BOX ADJUSTED 2 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- *376. HYDRANT 1 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- *Denotes Special Provision Included 00300 Bid Schedule 3 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents *376.3 HYDRANT-REMOVED AND STACKED 1 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------- 381.3 SERVICE BOX ADJUSTED 2 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------- 431. HIGH EARLY STRENGTH CEMENT CONCRETE BASE COURSE 16 AT....................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------- 452. ASPHALT EMULSION FOR TACK COAT 325 AT....................................................................................................................................................................... PER GALLON ----------------------------------------------------------------------------------------------------------------- 460. HOT MIX ASPHALT 580 AT....................................................................................................................................................................... PER TON ------------------------------------------------------------------------------------------------------------------ 464.5 HOT POURED RUBBERIZED ASPHALT SEALER 1,300 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------ 472. HOT MIX ASPHALT FOR MISCELLANEOUS WORK 35 AT....................................................................................................................................................................... PER TON ------------------------------------------------------------------------------------------------------------------- *482.3 SAWCUTTING ASPHALT PAVEMENT 470 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------- 482.4 SAWCUTTING PORTLAND CEMENT CONCRETE 140 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------- 482.5 SAWCUTTING ASPHALT PAVEMENT FOR BOX WIDENING 150 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------- *486. SCORED CEMENT CONCRETE PAVEMENT 9 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------- 504. GRANITE CURB TYPE VA4-STRAIGHT 75 AT....................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------- *Denotes Special Provision Included 00300 Bid Schedule 4 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 504.1 GRANITE CURB TYPE VA4-CURVED 50 AT....................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------- 509. GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS-STRAIGHT 20 AT....................................................................................................................................................................... PER FOOT ----------------------------------------------------------------------------------------------------------------- 509.1 GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS-CURVED 75 AT....................................................................................................................................................................... PER FOOT ----------------------------------------------------------------------------------------------------------------- 580. CURB REMOVED AND RESET 200 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------ 582. CURB CORNER REMOVED AND RESET 2 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------- 594. CURB REMOVED AND DISCARDED 225 AT....................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------- 666. CHAIN LINK FENCE REMOVED AND RESET 20 AT....................................................................................................................................................................... PER FOOT --------------------------------------------------------------------------------------------------------------------- *697.1 SILT SACK 10 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- *701. CEMENT CONCRETE SIDEWALK 155 AT....................................................................................................................................................................... PER SQUARE YARD ----------------------------------------------------------------------------------------------------------------------- *701.1 CEMENT CONCRETE SIDEWALK AT DRIVEWAYS 65 AT....................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------------- *701.2 CEMENT CONCRETE WHEELCHAIR RAMP 90 AT....................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------------- *701.992 DETECTABLE WARNING PANEL 16 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------------ *Denotes Special Provision Included 00300 Bid Schedule 5 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 702. HOT MIX ASPHALT WALK SURFACE 195 AT....................................................................................................................................................................... PER TON ---------------------------------------------------------------------------------------------------------------- 703. HOT MIX ASPHALT DRIVEWAY 10 AT....................................................................................................................................................................... PER TON ----------------------------------------------------------------------------------------------------------------- 751. LOAM BORROW 50 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------ 765. SEEDING 300 AT....................................................................................................................................................................... PER SQUARE YARD ------------------------------------------------------------------------------------------------------------------- *767.121 SEDIMENT CONTROL BARRIER 25 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------- 767.6 AGED PINE BARK MULCH 5 AT....................................................................................................................................................................... PER CUBIC YARD ------------------------------------------------------------------------------------------------------------------- *824.111 RECTANGULAR RAPID FLASHING BEACON-LOCATION NO.I 1 AT....................................................................................................................................................................... PER LUMP SUM ------------------------------------------------------------------------------------------------------------------- *824.112 RECTANGULAR RAPID FLASHING BEACON-LOCATION NO.2 1 AT....................................................................................................................................................................... PER LUMP SUM ------------------------------------------------------------------------------------------------------------------- 832. WARNING-REGULATORY AND ROUTE MARKER-ALUMINUM PANEL(TYPE A) 180 AT....................................................................................................................................................................... PER SQUARE FOOT -------------------------------------------------------------------------------------------------------------------- 847.1 SIGN SUP(N/GUIDE)+RTE MKR W/I BRKWAY POST ASSEMBLY-STEEL 24 AT....................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------- 852. SAFETY SIGNING FOR TRAFFIC MANAGEMENT 225 AT....................................................................................................................................................................... PER SQUARE FOOT ----------------------------------------------------------------------------------------------------------------------- 854.016 TEMPORARY PAVING MARKINGS-6 INCH(PAINTED) 1,200 AT....................................................................................................................................................................... PER FOOT ------------------------------------------------------------------------------------------------------------------------ *Denotes Special Provision Included 00300 Bid Schedule 6 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 854.036 TEMPORARY PAVING MARKINGS-6 INCH(TAPE) 1,200 AT....................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------- 854.1 PAVEMENT MARKING REMOVAL 30 AT....................................................................................................................................................................... PER SQUARE FOOT ---------------------------------------------------------------------------------------------------------------- 856. ARROW BOARD 60 AT....................................................................................................................................................................... PER DAY ------------------------------------------------------------------------------------------------------------------- 856.12 PORTABLE CHANGEABLE MESSAGE SIGN 120 AT....................................................................................................................................................................... PER DAY ------------------------------------------------------------------------------------------------------------------ 859. REFLECTORIZED DRUM 2,400 AT....................................................................................................................................................................... PER DAY --------------------------------------------------------------------------------------------------------------------- 864.04 PAVEMENT ARROWS AND LEGENDS REFL.WHITE(THERMOPLASTIC) 125 AT....................................................................................................................................................................... PER SQUARE FOOT --------------------------------------------------------------------------------------------------------------------- 866.106 6 INCH REFLECTORIZED WHITE LINE(THERMOPLASTIC) 1,300 AT....................................................................................................................................................................... PER FOOT --------------------------------------------------------------------------------------------------------------------- 866.112 12 INCH REFLECTORIZED WHITE LINE(THERMOPLASTIC) 1,000 AT....................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------- 867.106 6 INCH REFLECTORIZED YELLOW LINE(THERMOPLASTIC) 1,500 AT....................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------- 874. STREET NAME SIGN 1 AT....................................................................................................................................................................... PER EACH ----------------------------------------------------------------------------------------------------------------------- *874.2 TRAFFIC SIGN REMOVED AND RESET 2 AT....................................................................................................................................................................... PER EACH ----------------------------------------------------------------------------------------------------------------------- *874.41 TRAFFIC SIGN REMOVED AND DISCARDED 8 AT....................................................................................................................................................................... PER EACH ------------------------------------------------------------------------------------------------------------------------ *Denotes Special Provision Included 00300 Bid Schedule 7 of 8 2019 Complete Streets Improvcmcnts at Three Locations Contract No.2019-069 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents *875.1 PARKING METER REMOVED AND RESET 1 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------- *875.2 PARKING METER REMOVED AND STACKED 3 AT....................................................................................................................................................................... PER EACH --------------------------------------------------------------------------------------------------------------- *999. POLICE DETAIL 320 AT fif hq-Iwo DollArs avid DD/10D Coats $52.00 $1(0,(040.00 PER HOURI ------------------------------------------------------------------------------------------------------------ TOTAL --------------- -------------------------------------------------------------------------------------------------------------------- *Denotes Special Provision Included 00300 Bid Schedule 8 of 8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 The Bidder agrees to perform the bid work described in the specifications and shown on the plans for the following contract Bid price: In figures: $ In words: The above bid prices include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc.,to cover the finished work of the several kinds called for, and all such labor etc. specified in and reasonably inferable from the Contract Documents. The Bidder understands that all bids for this project are subject to the applicable bidding laws of the Commonwealth of Massachusetts, including General Laws Chapter 30, Section 39M, as amended. The Bidder understands that the Town reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of bids, and if an award of a contract is made within such period and its bid is one of the three lowest bids received by the Town,it shall not withdraw its bid until a contract has been signed by the Contractor and the Town. Within 10 days of receipt of the written notice of acceptance of this bid, the Bidder will execute the formal Agreement set forth in Section 00500 CONTRACT. Bid security is attached in the sum of five percent (5%) of the total bid in accordance with the conditions of Section 00100 INSTRUCTIONS TO BIDDERS. The bid security shall become the property of the Town in the event the contract and bonds are not executed within the time set forth above. The selected Contractor shall furnish a performance bond and a payment bond in an amount at least equal to one hundred percent (100%) of the contract price in accordance with Section 00610 PERFORMANCE BOND, Section 00620 PAYMENT BOND, and as stipulated in Section 00700 GENERAL CONDITIONS and Section 00800 SUPPLEMENTAL CONDITIONS of the specifications. 00300-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all the requirements of the plans and specifications. 1. Have been in business under present name for years. 2. The names and addresses of all persons interested in the bid(if made by a partnership or corporation) as principals, are as follows: (attach supplementary list if necessary) 00300-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 3. The bidder is requested to state below what work of a similar character to that included in the proposed contract he has done and give references that will enable the Town to judge his experience, skill and business standing(add supplementary page if necessary). Completion Project Contract Design Reference Telephone Date Name Amount Engineer Name No. a. b C. d. e. f. 00300-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Bank reference (Name) (Bank) (Address) (Telephone No.) Pursuant to M.G.L. CH. 62C, Sec. 49A, I certify hereby in writing, under penalties of perjury,that the within named Bidder/Contractor has complied with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting of child support. The undersigned Bidder hereby certifies under penalties of perjury, as follows: (1) that he/she 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. The undersigned certifies under penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this paragraph the word "person" shall mean any natural person,joint venture, partnership, corporation or other business or legal entity. The undersigned bidder hereby certifies, under pains and penalties of perjury, that the foregoing bid is based upon the payment to laborers to be employed on the project of wages in an amount no less that the applicable prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development. The undersigned bidder agrees to indemnify, defend and save harmless the awarding authority for, from and against any loss, expense, damages, actions or claims, including any expense incurred in connection with any delay or stoppage of the project work arising out of or as a result of(1) the failure of the said bid to be based upon the payment of the said applicable prevailing wage rates or(2)the failure of the bidder, if selected as the contractor,to pay laborers employed on the project the said applicable prevailing wage rates. 00300-7 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 The undersigned certifies under penalty of perjury that the below named Contractor 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. Respectfully submitted: Date: By: (Signature) (Type Name of Bidder) (Title) (Business Address) (Town and State) (Telephone Number) 00300-8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the Department of Public Works, Town of Watertown, Massachusetts as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to the Department of Public Works, Watertown, MA, a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for 2019 Complete Streets Improvements at Three Locations Project—Contract No. 2019-069, Watertown, Massachusetts. NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received,hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the Town may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year set forth above. 00410-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. END OF SECTION 00410-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00420 NOTICE OF AWARD To: Project Description: 2019 Complete Streets Improvements at Three Locations Project Contract No. 2019-069 DEPARTMENT OF PUBLIC WORKS WATERTOWN, MA The Town has considered the Bid submitted by you for the above described Work in response to its Advertisement for Bids and Information for Bidders. You are hereby notified that your Bid has been accepted at the Bid price of. You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR's Performance Bond,Payment Bond and certificates of insurance within ten calendar days from the date of this Notice. If you fail to execute said Agreement and to furnish said Bonds within the ten calendar days from the date of this Notice, said your Bid Security shall be forfeited to the Owner. The Town will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Town. Dated this day of , 20_. Department of Public Works Watertown, Massachusetts 00420-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged By This the day of 20 . By Title END OF SECTION 00420-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00500 AGREEMENT THIS AGREEMENT, made this day of 20 , by and between the Town of Watertown, hereinafter called"TOWN" or"OWNER" acting herein through its Town Manager, and doing business as *(an individual)(a partnership)(a joint venture)(a corporation)located in the *(Town) (Town) of , County of , and State of , hereinafter called "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by the TOWN,the CONTRACTOR hereby agrees with the TOWN to commence and complete the project described as follows: 2019 Complete Streets Improvements at Three Locations Project — Contract No. 2019-069 hereinafter called the Project, for the sum of Dollars ($ and all extra work in connection therewith, under the terms as stated in the Contract Documents; and at his/her (its or their) own proper cost and expense to furnish all the materials, supplies, machinery equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in Section 00300 FORM OF GENERAL BID, Section 00700 GENERAL CONDITIONS, and Section 00800 SUPPLEMENTAL GENERAL CONDITIONS, the plans, which include all maps,plates,blue prints,and the specifications and all other Contract Documents as prepared by the Town. The CONTRACTOR hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" issued by the TOWN. The CONTRACTOR further agrees to anticipated that the work under this contract for be completed prior to September 15,2019; including final paving, sidewalks and pavement markings, minor slope blending, loam and seed, mulching, landscaping and final punch list items and cleanup. The CONTRACTOR agrees not to discriminate against or exclude any person from participation herein on Grounds of race,religion, color, sex, age or national origin; and that it shall take affirmative actions to ensure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age, handicapped status, or national origin. The CONTRACTOR agrees not to participate in or cooperate with an international boycott, as defined in Section 999 (b)(3) and (4) of the Internal Revenue Code of 1986, as amended, or engage in conduct declared to be unlawful by Section 2 of Chapter 151E of the Massachusetts General Laws. The TOWN agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions, as provided in Section 00700 GENERAL CONDITIONS, and to make payments on account thereof as provided in the Estimates and Payments Paragraph of Article 9 of Section 00700 GENERAL CONDITIONS, subject to G.L. c. 30, § 39G. 00500-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 IN WITNESS WHEREOF,the parties to these presents have executed this contract in two (2) counterparts, each of which shall be deemed an original, in the year and day first above mentioned. AGREED: TOWN OF WATERTOWN,MASSACHUSETTS (Town) By Michael J. Driscoll (Name) Town Manaizer (Title) CONTRACTOR: By (Name) (Title) (Address) (Town and State) Approved as to Form: By Town Attorney In accordance with M.G.L. C.44, Section 31C, this is to certify that an appropriation in the amount of this contract is available therefore and that the has been authorized to execute the contract and approve all requisitions and change orders. By Town Accountant 00500-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 CERTIFICATE OF VOTE (to be filed if Contractor is a Corporation) hereby certify that I am the duly qualified (Secretary of the Corporation) and acting Secretary of and I further certify that a meeting of the (Name of Corporation) Directors of said Company, duly called and held on , at which (Date of Meeting) all Directors were present and voting, the following vote was unanimously passed: VOTED: To authorize and empower Anyone acting singly, to execute Forms of General Bid, Contracts or Bonds on behalf of the Corporation. I further certify that the above vote is still in effect and has not been changed or modified in any respect. By: (Secretary of Corporation) A True Copy: Attest: (Notary Public) My Commission Expires: (Date) 00500-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 EEO/AA CERTIFICATE The Bidder hereby certifies he/she shall comply with the minority manpower ratio and specific action steps contained in the Commonwealth of Massachusetts Equal Employment Opportunity/Affirmative Action Program (EEO/AA/WBE/MBE). The Contractor receiving the award of the Contract shall be required to obtain from each of its sub-contractors and submit to the contracting or administering agency prior to the performance of any work under said Contract a certification by said sub-contractor, regardless of tier, that it will comply with the minority manpower ration and specific affirmative steps contained in the EEO/AA Program. DATE: SIGNATURE: 00500-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 STATEMENT OF WAGE COMPLIANCE DATE: I, (Name of Signatory Party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor, sub-contractor of public body) Building 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 Section Twenty-seven(27) and Twenty-seven A (27A) of Chapter One Hundred and Forty-Nine (149) of the General Laws. Signature: Title: (Signed under penalties of perjury as provided for under Section 27B of Chapter 149, General Laws.) 00500-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 CERTIFICATE AS TO CORPORATE BIDDER (GENERALCONTRACTOR) I certify that I am the of the Corporation named as bidder in the within Bid Form; that who signed said Bid Form on behalf of the Bidder was then of said Corporation; that I know his signature and that his signature hereto is genuine and that said Bid Form was duly signed, sealed and executed for and on behalf of said Corporation by authority of its Board of Directors. (Corporate Seal) (Signature) (Title) This Certificate must be completed where Bidder is a Corporation and should be so completed by its Clerk. In the event that the Clerk is the person signing the Proposal on behalf of the Corporation, this Certificate must be completed by another officer of the Corporation. END OF DOCUMENT 00500-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 FORM W9 REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION 00500-7 Form Request for Taxpayer Give Form to the (Rev.October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. 2 Business name/disregarded entity name,if different from above a� 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to following seven boxes. certain entities,not individuals;see Ca a instructions on page 3): o ElIndividual/sole proprietor or ElC Corporation ElS Corporation ElPartnership ❑ Trust/estate ai c single-member LLC Exempt payee code(if any) ao ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► o «�L Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting .9 H LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(if any) another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that a ° is disregarded from the owner should check the appropriate box for the tax classification of its owner. w d ❑ Other(see instructions)► (Applies to accounts maintained outside the U.S.) fn 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) m ro 6 City,state,and ZIP code 7 List account number(s)here(optional) JUM Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals,this is generally your social security number(SSN).However,for a _m resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN, later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. JIM Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person► Date No- General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise .Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments .Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption .Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) Form W-9(Rev.10-2018) Page 2 By signing the filled-out form,you: Example.Article 20 of the U.S.-China income tax treaty allows an 1.Certify that the TIN you are giving is correct(or you are waiting for a exemption from tax for scholarship income received by a Chinese number to be issued), student temporarily present in the United States.Under U.S.law,this student will become a resident alien for tax purposes if his or her stay in 2.Certify that you are not subject to backup withholding,or the United States exceeds 5 calendar years.However,paragraph 2 of 3.Claim exemption from backup withholding if you are a U.S.exempt the first Protocol to the U.S.-China treaty(dated April 30,1984)allows payee. If applicable,you are also certifying that as a U.S.person,your the provisions of Article 20 to continue to apply even after the Chinese allocable share of any partnership income from a U.S.trade or business student becomes a resident alien of the United States.A Chinese is not subject to the withholding tax on foreign partners'share of student who qualifies for this exception(under paragraph 2 of the first effectively connected income,and protocol)and is relying on this exception to claim an exemption from tax 4.Certify that FATCA code(s)entered on this form(if any)indicating on his or her scholarship or fellowship income would attach to Form that you are exempt from the FATCA reporting,is correct.See What is W-9 a statement that includes the information described above to FATCA reporting, later,for further information. support that exemption. Note:If you are a U.S.person and a requester gives you a form other If you are a nonresident alien or a foreign entity,give the requester the than Form W-9 to request your TIN,you must use the requester's form if appropriate completed Form W-8 or Form 8233. it is substantially similar to this Form W-9. Backup Withholding Definition of a U.S.person.For federal tax purposes,you are considered a U.S.person if you are: What is backup withholding?Persons making certain payments to you •An individual who is a U.S.citizen or U.S.resident alien; must under certain conditions withhold and pay to the IRS 24%of such payments.This is called"backup withholding." Payments that may be •A partnership,corporation,company,or association created or subject to backup withholding include interest,tax-exempt interest, organized in the United States or under the laws of the United States; dividends,broker and barter exchange transactions,rents,royalties, •An estate(other than a foreign estate);or nonemployee pay,payments made in settlement of payment card and •A domestic trust(as defined in Regulations section 301.7701-7). third party network transactions,and certain payments from fishing boat operators. Real estate transactions are not subject to backup Special rules for partnerships.Partnerships that conduct a trade or withholding. business in the United States are generally required to pay a withholding You will not be subject to backup withholding on payments you tax under section 1446 on any foreign partners'share of effectively receive if you give the requester your correct TIN,make the proper connected taxable income from such business.Further,in certain cases certifications,and report all your taxable interest and dividends on your where a Form W-9 has not been received,the rules under section 1446 tax return. require a partnership to presume that a partner is a foreign person,and pay the section 1446 withholding tax.Therefore,if you are a U.S.person Payments you receive will be subject to backup withholding if: that is a partner in a partnership conducting a trade or business in the 1.You do not furnish your TIN to the requester, United States,provide Form W-9 to the partnership to establish your 2.You do not certify your TIN when required(see the instructions for U.S.status and avoid section 1446 withholding on your share of Part II for details), partnership income. In the cases below,the following person must give Form W-9 to the 3.The IRS tells the requester that you furnished an incorrect TIN, partnership for purposes of establishing its U.S.status and avoiding 4.The IRS tells you that you are subject to backup withholding withholding on its allocable share of net income from the partnership because you did not report all your interest and dividends on your tax conducting a trade or business in the United States. return(for reportable interest and dividends only),or •In the case of a disregarded entity with a U.S.owner,the U.S.owner 5.You do not certify to the requester that you are not subject to of the disregarded entity and not the entity; backup withholding under 4 above(for reportable interest and dividend •In the case of a grantor trust with a U.S.grantor or other U.S.owner, accounts opened after 1983 only). generally,the U.S.grantor or other U.S.owner of the grantor trust and Certain payees and payments are exempt from backup withholding. not the trust;and See Exempt payee code, later,and the separate Instructions for the •In the case of a U.S.trust(other than a grantor trust),the U.S.trust Requester of Form W-9 for more information. (other than a grantor trust)and not the beneficiaries of the trust. Also see Special rules for partnerships,earlier. Foreign person.If you are a foreign person or the U.S.branch of a What is FATCA Reporting? foreign bank that has elected to be treated as a U.S.person,do not use Form W-9.Instead,use the appropriate Form W-8 or Form 8233(see The Foreign Account Tax Compliance Act(FATCA)requires a Pub.515,Withholding of Tax on Nonresident Aliens and Foreign participating foreign financial institution to report all United States Entities). account holders that are specified United States persons.Certain Nonresident alien who becomes a resident alien.Generally,only a payees are exempt from FATCA reporting.See Exemption from FATCA nonresident alien individual may use the terms of a tax treaty to reduce reporting code, later,and the Instructions for the Requester of Form or eliminate U.S.tax on certain types of income.However,most tax W-9 for more information. treaties contain a provision known as a"saving clause."Exceptions Updating Your Information specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise You must provide updated information to any person to whom you become a U.S.resident alien for tax purposes. claimed to be an exempt payee if you are no longer an exempt payee If you are a U.S.resident alien who is relying on an exception and anticipate receiving reportable payments in the future from this contained in the saving clause of a tax treaty to claim an exemption person. For example,you may need to provide updated information if from U.S.tax on certain types of income,you must attach a statement you are a C corporation that elects to be an S corporation,or if you no to Form W-9 that specifies the following five items. longer are tax exempt.In addition,you must furnish a new Form W-9 if 1.The treaty country.Generally,this must be the same treaty under the name or TIN changes for the account;for example,if the grantor of a which you claimed exemption from tax as a nonresident alien. grantor trust dies. 2.The treaty article addressing the income. Penalties 3.The article number(or location)in the tax treaty that contains the saving clause and its exceptions. Failure to furnish TIN.If you fail to furnish your correct TIN to a 4.The type and amount of income that qualifies for the exemption requester,you are subject to a penalty of$50 for each such failure from tax. unless your failure is due to reasonable cause and not to willful neglect. 5.Sufficient facts to justify the exemption from tax under the terms of Civil penalty for false information with respect to withholding.If you the treaty article. make a false statement with no reasonable basis that results in no backup withholding,you are subject to a$500 penalty. Form W-9(Rev.10-2018) Page 3 Criminal penalty for falsifying information.Willfully falsifying IF the entity/person on line 1 is THEN check the box for... certifications or affirmations may subject you to criminal penalties a(n)... including fines and/or imprisonment. Misuse of TINS.If the requester discloses or uses TINS in violation of • Corporation Corporation federal law,the requester may be subject to civil and criminal penalties. • Individual Individual/sole proprietor or single- * Sole proprietorship,or member LLC Specific Instructions • Single-member limited liability company(LLC)owned by an Line 1 individual and disregarded for U.S. You must enter one of the following on this line;do not leave this line federal tax purposes. blank.The name should match the name on your tax return. . LLC treated as a partnership for Limited liability company and enter If this Form W-9 is for a joint account(other than an account U.S.federal tax purposes, the appropriate tax classification. maintained by a foreign financial institution(FFI)),list first,and then • LLC that has filed Form 8832 or (P=Partnership;C=C corporation; circle,the name of the person or entity whose number you entered in 2553 to be taxed as a corporation, or S=S corporation) Part I of Form W-9. If you are providing Form W-9 to an FFI to document or a joint account,each holder of the account that is a U.S.person must . LLC that is disregarded as an provide a Form W-9. entity separate from its owner but a. Individual.Generally,enter the name shown on your tax return.If the owner is another LLC that is you have changed your last name without informing the Social Security not disregarded for U.S.federal tax Administration(SSA)of the name change,enter your first name,the last purposes. name as shown on your social security card,and your new last name. Note:ITIN applicant:Enter your individual name as it was entered on • Partnership Partnership your Form W-7 application,line 1a.This should also be the same as the • Trust/estate Trust/estate name you entered on the Form 1040/1040A/1040EZ you filed with your Line 4, Exemptions application. b. Sole proprietor or single-member LLC.Enter your individual If you are exempt from backup withholding and/or FATCA reporting, name as shown on your 1040/1040A/1040EZ on line 1.You may enter enter in the appropriate space on line 4 any code(s)that may apply to your business,trade,or"doing business as"(DBA)name on line 2. you. c. Partnership,LLC that is not a single-member LLC,C Exempt payee code. corporation,or S corporation.Enter the entity's name as shown on the • Generally,individuals(including sole proprietors)are not exempt from entity's tax return on line 1 and any business,trade,or DBA name on backup withholding. line 2. • Except as provided below,corporations are exempt from backup d. Other entities.Enter your name as shown on required U.S.federal withholding for certain payments,including interest and dividends. tax documents on line 1.This name should match the name shown on the . Corporations are not exempt from backup withholding for payments charter or other legal document creating the entity.You may enter any made in settlement of payment card or third party network transactions. business,trade,or DBA name on line 2. • Corporations are not exempt from backup withholding with respect to e. Disregarded entity.For U.S.federal tax purposes,an entity that is attorneys'fees or gross proceeds paid to attorneys,and corporations disregarded as an entity separate from its owner is treated as a that provide medical or health care services are not exempt with respect "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii).Enter to payments reportable on Form 1099-MISC. the owner's name on line 1.The name of the entity entered on line 1 should never be a disregarded entity.The name on line 1 should be the The following codes identify payees that are exempt from backup name shown on the income tax return on which the income should be withholding.Enter the appropriate code in the space in line 4. reported.For example,if a foreign LLC that is treated as a disregarded 1—An organization exempt from tax under section 501(a),any IRA,or entity for U.S.federal tax purposes has a single owner that is a U.S. a custodial account under section 403(b)(7)if the account satisfies the person,the U.S.owner's name is required to be provided on line 1. If requirements of section 401(f)(2) the direct owner of the entity is also a disregarded entity,enter the first 2—The United States or any of its agencies or instrumentalities owner that is not disregarded for federal tax purposes.Enter the disregarded entity's name on line 2,"Business name/disregarded entity 3—A state,the District of Columbia,a U.S.commonwealth or name."If the owner of the disregarded entity is a foreign person,the possession,or any of their political subdivisions or instrumentalities owner must complete an appropriate Form W-8 instead of a Form W-9. 4—A foreign government or any of its political subdivisions,agencies, This is the case even if the foreign person has a U.S.TIN. or instrumentalities Line 2 5—A corporation If you have a business name,trade name,DBA name,or disregarded 6—A dealer in securities or commodities required to register in the entity name,you may enter it on line 2. United States,the District of Columbia,or a U.S.commonwealth or possession Line 3 7—A futures commission merchant registered with the Commodity Check the appropriate box on line 3 for the U.S.federal tax Futures Trading Commission classification of the person whose name is entered on line 1.Check only 8—A real estate investment trust one box on line 3. 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9(Rev.10-2018) Page 4 The following chart shows types of payments that may be exempt M—A tax exempt trust under a section 403(b)plan or section 457(g) from backup withholding.The chart applies to the exempt payees listed plan above,1 through 13. Note:You may wish to consult with the financial institution requesting IF the payment is for... THEN the payment is exempt this form to determine whether the FATCA code and/or exempt payee for... code should be completed. Interest and dividend payments All exempt payees except Line 5 for 7 Enter your address(number,street,and apartment or suite number). Broker transactions Exempt payees 1 through 4 and 6 This is where the requester of this Form W-9 will mail your information through 11 and all C corporations. returns.If this address differs from the one the requester already has on S corporations must not enter an file,write NEW at the top.If a new address is provided,there is still a exempt payee code because they chance the old address will be used until the payor changes your are exempt only for sales of address in their records. noncovered securities acquired Line 6 prior to 2012. Barter exchange transactions and Exempt payees 1 through 4 Enter your city,state,and ZIP code. patronage dividends Part I. Taxpayer Identification Number (TIN) Payments over$600 required to be Generally,exempt payees Enter your TIN in the appropriate box.If you are a resident alien and reported and direct sales over 1 through 52 you do not have and are not eligible to get an SSN,your TIN is your IRS $5,0001 individual taxpayer identification number(ITIN).Enter it in the social security number box.If you do not have an ITIN,see How to get a TIN Payments made in settlement of Exempt payees 1 through 4 below. payment card or third party network If you are a sole proprietor and you have an EIN,you may enter either transactions your SSN or EIN. 1 See Form 1099-MISC,Miscellaneous Income,and its instructions. If you are a single-member LLC that is disregarded as an entity separate from its owner,enter the owner's SSN(or EIN,if the owner has z However,the following payments made to a corporation and one).Do not enter the disregarded entity's EIN. If the LLC is classified as reportable on Form 1099-MISC are not exempt from backup a corporation or partnership,enter the entity's EIN. withholding:medical and health care payments,attorneys'fees,gross Note:See What Name and Number To Give the Requester, later,for proceeds paid to an attorney reportable under section 6045(f),and payments for services paid by a federal executive agency. further clarification of name and TIN combinations. Exemption from FATCA reporting code.The following codes identify How to get a TIN.If you do not have a TIN,apply for one immediately. payees that are exempt from reporting under FATCA.These codes To apply for an SSN,get Form SS-5,Application for a Social Security apply to persons submitting this form for accounts maintained outside Card,from your local SSA office or get this form online at of the United States by certain foreign financial institutions.Therefore,if www.SSA.gov.You may also get this form by calling 1-800-772-1213. you are only submitting this form for an account you hold in the United Use Form W-7,Application for IRS Individual Taxpayer Identification States,you may leave this field blank.Consult with the person Number,to apply for an ITIN,or Form SS-4,Application for Employer requesting this form if you are uncertain if the financial institution is Identification Number,to apply for an EIN.You can apply for an EIN subject to these requirements.A requester may indicate that a code is online by accessing the IRS website at www.irs.gov/Businesses and not required by providing you with a Form W-9 with"Not Applicable"(or clicking on Employer Identification Number(EIN)under Starting a any similar indication)written or printed on the line for a FATCA Business.Go to www.irs.gov/Forms to view,download,or print Form exemption code. W-7 and/or Form SS-4. Or,you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or SS-4 mailed to you within 10 A—An organization exempt from tax under section 501(a)or any business days. individual retirement plan as defined in section 7701(a)(37) If you are asked to complete Form W-9 but do not have a TIN,apply B—The United States or any of its agencies or instrumentalities for a TIN and write"Applied For"in the space for the TIN,sign and date C—A state,the District of Columbia,a U.S.commonwealth or the form,and give it to the requester.For interest and dividend possession,or any of their political subdivisions or instrumentalities payments,and certain payments made with respect to readily tradable D—A corporation the stock of which is regularly traded on one or instruments,generally you will have 60 days to get a TIN and give it to more established securities markets,as described in Regulations the requester before you are subject to backup withholding on section 1.1472-1(c)(1)(i) payments.The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until E—A corporation that is a member of the same expanded affiliated you provide your TIN to the requester. group as a corporation described in Regulations section 1.1472-1(c)(1)(i) Note:Entering"Applied For"means that you have already applied for a F—A dealer in securities,commodities,or derivative financial TIN or that you intend to apply for one soon. instruments(including notional principal contracts,futures,forwards, and options)that is registered as such under the laws of the United Caution:A disregarded U.S.entity that has a foreign owner must use States or any state the appropriate Form W-8. G—A real estate investment trust Part 11. Certification H—A regulated investment company as defined in section 851 or an To establish to the withholding agent that you are a U.S.person,or entity registered at all times during the tax year under the Investment resident alien,sign Form W-9.You may be requested to sign by the Company Act of 1940 withholding agent even if item 1,4,or 5 below indicates otherwise. I—A common trust fund as defined in section 584(a) For a joint account,only the person whose TIN is shown in Part I J—A bank as defined in section 581 should sign(when required).In the case of a disregarded entity,the K—A broker person identified on line 1 must sign.Exempt payees,see Exempt payee L—A trust exempt from tax under section 664 or described in section code,earlier. 4947(a)(1) Signature requirements.Complete the certification as indicated in items 1 through 5 below. Form W-9(Rev.10-2018) Pager) 1.Interest,dividend,and barter exchange accounts opened For this type of account: Give name and EIN of: before 1984 and broker accounts considered active during 1983. 14.Account with the Department of The public entity You must give your correct TIN,but you do not have to sign the certification. Agriculture in the name of a public entity(such as a state or local 2.Interest,dividend,broker,and barter exchange accounts government,school district,or opened after 1983 and broker accounts considered inactive during prison)that receives agricultural 1983.You must sign the certification or backup withholding will apply.If program payments you are subject to backup withholding and you are merely providing your correct TIN to the requester,you must cross out item 2 in the 15.Grantor trust filing under the Form The trust certification before signing the form. 1041 Filing Method or the Optional 3.Real estate transactions.You must sign the certification.You may Form 1099 Filing Method 2(see cross out item 2 of the certification. Regulations section 1.671-4(b)(2)(i)(B)) 4.Other payments.You must give your correct TIN,but you do not List first and circle the name of the person whose number you furnish. have to sign the certification unless you have been notified that you If only one person on a joint account has an SSN,that person's number have previously given an incorrect TIN."Other payments"include must be furnished. payments made in the course of the requester's trade or business for 2 Circle the minor's name and furnish the minor's SSN. rents,royalties,goods(other than bills for merchandise),medical and health care services(including payments to corporations),payments to 3 You must show your individual name and you may also enter your a nonemployee for services,payments made in settlement of payment business or DBA name on the"Business name/disregarded entity" card and third party network transactions,payments to certain fishing name line.You may use either your SSN or EIN(if you have one),but the boat crew members and fishermen,and gross proceeds paid to IRS encourages you to use your SSN. attorneys(including payments to corporations). ^List first and circle the name of the trust,estate,or pension trust.(Do 5.Mortgage interest paid by you,acquisition or abandonment of not furnish the TIN of the personal representative or trustee unless the secured property,cancellation of debt,qualified tuition program legal entity itself is not designated in the account title.)Also see Special payments(under section 529),ABLE accounts(under section 529A), rules for partnerships,earlier. IRA,Coverdell ESA,Archer MSA or HSA contributions or *Note:The grantor also must provide a Form W-9 to trustee of trust. distributions,and pension distributions.You must give your correct Note:If no name is circled when more than one name is listed,the TIN,but you do not have to sign the certification. number will be considered to be that of the first name listed. What Name and Number To Give the Requester Secure Your Tax Records From Identity Theft For this type of account: Give name and SSN of: Identity theft occurs when someone uses your personal information 1.Individual The individual such as your name,SSN,or other identifying information,without your 2.Two or more individuals(joint The actual owner of the account or,if permission,to commit fraud or other crimes.An identity thief may use account)other than an account combined funds,the first individual on your SSN to get a job or may file a tax return using your SSN to receive maintained by an FFI the account' a refund. 3.Two or more U.S.persons Each holder of the account To reduce your risk: (joint account maintained by an FFI) •Protect your SSN, 4.Custodial account of a minor The minor' •Ensure your employer is protecting your SSN,and (Uniform Gift to Minors Act) •Be careful when choosing a tax preparer. 5.a.The usual revocable savings trust The grantor-trustee If your tax records are affected by identity theft and you receive a (grantor is also trustee) notice from the IRS,respond right away to the name and phone number b.So-called trust account that is not The actual owner printed on the IRS notice or letter. a legal or valid trust under state law If your tax records are not currently affected by identity theft but you 6.Sole proprietorship or disregarded The owner3 think you are at risk due to a lost or stolen purse or wallet,questionable entity owned by an individual credit card activity or credit report,contact the IRS Identity Theft Hotline 7.Grantor trust filing under Optional The grantor* at 1-800-908-4490 or submit Form 14039. Form 1099 Filing Method 1 (see For more information,see Pub.5027,Identity Theft Information for Regulations section 1.671-4(b)(2)(i) Taxpayers. (A)) Victims of identity theft who are experiencing economic harm or a For this type of account: Give name and EIN of: systemic problem,or are seeking help in resolving tax problems that 8.Disregarded entity not owned by an The owner have not been resolved through normal channels,may be eligible for individual Taxpayer Advocate Service(TAS)assistance.You can reach TAS by 9.A valid trust,estate,or pension trust Legal entity° calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. 10.Corporation or LLC electing The corporation Protect yourself from suspicious emails or phishing schemes. corporate status on Form 8832 or Phishing is the creation and use of email and websites designed to Form 2553 mimic legitimate business emails and websites.The most common act 11.Association,club,religious, The organization is sending an email to a user falsely claiming to be an established charitable,educational,or other tax- legitimate enterprise in an attempt to scam the user into surrendering exempt organization private information that will be used for identity theft. 12.Partnership or multi-member LLC The partnership 13.A broker or registered nominee The broker or nominee Form W-9(Rev.10-2018) Page 6 The IRS does not initiate contacts with taxpayers via emails.Also,the privacy Act Notice IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers,passwords,or similar secret access Section 6109 of the Internal Revenue Code requires you to provide your information for their credit card,bank,or other financial accounts. correct TIN to persons(including federal agencies)who are required to If you receive an unsolicited email claiming to be from the IRS, file information returns with the IRS to report interest,dividends,or forward this message to phishing@irs.gov.You may also report misuse certain other income paid to you;mortgage interest you paid;the of the IRS name,logo,or other IRS property to the Treasury Inspector acquisition or abandonment of secured property;the cancellation of General for Tax Administration(TIGTA)at 1-800-366-4484.You can debt;n contributions you made to i IRA,Archer the for to The forward suspicious emails to the Federal Trade Commission at person collecting this form uses the information o the form to file spam@uce.gov or report them at www.ftc.gov/complaint.You can information returns with the IRS,reporting the above information. contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT(877-438-4338). Routine uses of this information include giving it to the Department of If you have been the victim of identity theft,see www.ldentityTheft.gov Justice for civil and criminal litigation and to cities,states,the District of and Pub.5027. Columbia,and U.S.commonwealths and possessions for use in administering their laws.The information also may be disclosed to other Visit www.irs.govIldentityTheft to learn more about identity theft and countries under a treaty,to federal and state agencies to enforce civil how to reduce your risk. and criminal laws,or to federal law enforcement and intelligence agencies to combat terrorism.You must provide your TIN whether or not you are required to file a tax return.Under section 3406,payers must generally withhold a percentage of taxable interest,dividend,and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00610 CONSTRUCTION PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) a hereinafter called"Principal" and (Corporation, Partnership, Joint Venture or Individual) of , State of (Surety) (Town & State) hereinafter called the "Surety" and licensed by the State Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of Watertown, Massachusetts, hereinafter called "Town", in the sum of Dollars ($ )in lawful money of the United States,for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of , 20 (the "Construction Contract"), for the construction described as follows: 2019 Complete Streets Improvements at Three Locations Project—Contract No. 2019-069 NOW, THEREFORE, if the Principal shall well,truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of the Construction Contract during the original term thereof, and any extensions thereof which may be granted by the Town, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under the Construction Contract, and shall fully indemnify and save harmless the Town from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Town all outlay and expense which the Town may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the Surety's obligation under this Bond shall arise after(1) the Town has declared the Principal in default of the Construction Contract or any provision thereof or (2) has declared that the Principal has failed, or is otherwise unable or unwilling, to execute the work consistent with, and in conformance to, the Construction Contract (collectively referred to as a "Contractor Default"). The determination of a Contractor Default shall be made solely by the Town. The Town need not terminate the Construction Contract to declare a Contractor Default or to invoke its rights under this Bond. 00610-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 When the Surety's obligation under this Bond arises, the Surety, at its sole expense and at the consent and election of the Town, shall promptly take one of the following steps: (1) arrange for the Principal to perform and complete the work of the Construction Contract: (2) arrange for a contractor other than the Principal to perform and complete the work of the Construction Contract; (3) reimburse the Town, in a manner and at such time as the Town shall decide, for all costs and expenses incurred by the Town in performing and completing the work of the Construction Contract. Surety will keep Town reasonably informed of the progress, status and results of any investigation of any claim of the Town. If the Surety does not proceed as provided in this Bond with due diligence and all deliberate speed, the Surety shall be deemed to be in default of this Bond, and the Town shall be entitled to promptly enforce any remedy available to the Town notwithstanding any defenses or objections raised by the Principal. After the Surety's obligation under this Bond arises,the Surety is obligated, to the limit of the amounts of this Bond, for (1) the correction of defective work and completion of the Construction Contract; (2) additional design, professional services, and legal costs, including attorneys' fees, resulting from the Contractor Default or from the default of the Surety under this Bond;(3)any additional work beyond the Construction Contract made necessary by the Contractor Default or default of the Surety under this Bond; (4) indemnification obligation of the Principal, if any, as provided in the Construction Contract; and (5) liquidated damages as provided in the Construction Contract, or if none are so specified, actual and foreseeable consequential damages resulting from the Contractor Default or default of the Surety under this Bond. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction in the Commonwealth of Massachusetts. The Surety, for value received, hereby stipulates and agrees that no change, extension of time,alteration or addition to the terms of the Construction Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Construction Contract or to the work or to the specifications. 00610-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 IN WITNESS WHEREOF, this instrument is executed in O counterparts, each one of which shall be deemed an original, this the day of . 20 ATTEST: Principal By (Principal Secretary) (Address-Zip Code) (SEAL) Witness as to Principal (Address-Zip Code) ATTEST: Surety By (Attorney-in-Fact) (Address-Zip Code) (SEAL) Witness as to Surety (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. 006I 0-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00620 CONSTRUCTION PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we a (Name of Contractor) (Corporation, Partnership, Joint Venture or Individual) hereinafter called "Principal' and_ of (Surety) State of hereinafter called the"Surety" and licensed by the State (Town and State) Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of , Massachusetts, hereinafter called "Town", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of , 20 for the construction as follows: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor,performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the work or to the specifications. 00620-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 PROVIDED, FURTHER, that no final settlement between the Town and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in O counterparts, each one of which shall be deemed an original, this the day of , 20 . ATTEST: Surety By (Attorney-in-Fact) (Address-Zip Code) (SEAL) Witness as to Surety (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. 00620-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00680 NOTICE TO PROCEED To: Date: Project: 2019 Complete Streets Improvements at Three Locations Contract No. 2019-069 WATERTOWN,MA You are hereby notified to commence Work in accordance with the Agreement dated , 20_on or before , 20 and you shall fully complete the Work by September 15, 2019. Department of Public Works Watertown, Massachusetts ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged By: this the day of 20 By: Title: 00680-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00700 GENERAL CONDITIONS ARTICLE 1 - GENERAL PROVISIONS ARTICLE 2 - ADMINISTRATION OF THE CONTRACT ARTICLE 3 - TOWN ARTICLE 4 - CONTRACTOR ARTICLE 5 - SUBCONTRACTORS ARTICLE 6 - CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS ARTICLE 7 - CHANGES IN THE WORK/CLAIMS FOR ADDITIONAL COSTS ARTICLE 8 - TIME ARTICLE 9 - PAYMENTS AND COMPLETION ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY ARTICLE 11 - INSURANCE AND BONDS ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK ARTICLE 13 - MISCELLANEOUS PROVISIONS ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT ARTICLE 15 - MEDIATION ARTICLE 16 - ARBITRATION 00700-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 1 - GENERAL PROVISIONS § 1.1 DEFINITIONS § 1.1.1 THE CONTRACT DOCUMENTS The Contract Documents consist of the Town-Contractor Agreement, the Conditions of the Contract (General, Supplemental and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after execution of the Contract, and all applicable laws, ordinances and regulations. A Modification is (1) a written amendment to the contract signed by both parties, (2) a Change Order signed by both parties, (3) a Construction Change Directive issued by the Town or(4) a written order for a minor change in the Work issued pursuant to Paragraph 7.4. The Contract Documents also include Bidding Documents such as the Advertisement or Invitation to Bid,the Instructions to Bidders, sample forms,the Contractor's Bid or portions of Addenda relating to any of these, and any other documents specifically enumerated in the Town-Contractor Agreement. In the event of a conflict among the Contract Documents,the conflict shall be resolved by applying the principles outlined in paragraphs 1.2.2-1.2.11, and if that does not resolve the conflict, by applying the following methods in the following order until the conflict is resolved: (1) interpreting the Contract Documents such that the Town receives the best quality and greatest quantity of goods and services; and(2) interpreting the Contract Documents by giving precedence to the various Contract Documents according to the following order of precedence: first — Modifications; second—Agreement; third—Addenda; fourth—Supplemental General Conditions; fifth—General Conditions; sixth- specifications; seventh—Drawings. In the event of a conflict or inconsistency between the Contract Documents and any applicable state or federal law, the applicable statutory provisions shall prevail. § 1.1.2 THE CONTRACT The Contract Documents form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. All Work mentioned or indicated in and reasonably inferable from the Contract Documents shall be performed by the Contractor as part of this Contract unless it is specifically indicated in the Contract Documents that such Work is to be done by others. § 1.1.3 THE WORK The Work comprises the completed construction required by the Contract Documents and includes all labor necessary to produce such construction, and all materials and equipment incorporated or to be incorporated in such construction. § 1.1.4 THE PROJECT The project is the total construction of which the Work performed under the Contract Documents may be the whole or a part. § 1.1.5 OR EQUAL The use of the words "Or Equal" following the name of any manufacturer, vendor or proprietary product shall be understood to mean that articles or materials may be substituted which, in the opinion of the Town,are equal in quality,durability, appearance,strength,design and performance 00700-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 to the articles or materials named or described and will perform adequately in providing a first- class facility. When submitting shop drawing information on articles or materials which are being proposed as substitutes for specified items, the Contractor shall clearly identify them as such. If the articles or materials are accepted as equal to those on which dimensions on the drawings are based, any dimensional variance from those shown and/or specified shall be shown on the shop drawings prepared by the Contractor, illustrating the manner in which conformity to dimensions and design is to be obtained. All such drawings shall be subject to the approval of the Town and the installation of the article shall not proceed without first obtaining said approval. § 1.2 EXECUTION, CORRELATION AND INTENT § 1.2.1 The Contract Documents shall be signed in not less than quadruplicate by the Town and Contractor. §1.2.2 By executing the Contract, the Contractor represents that he has visited the site, familiarized himself with the local conditions under which the Work is to be performed, and correlated his observations with the requirements of the Contract Documents. §1.2.3 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work. The Contract Documents are complementary, and what is required by anyone shall be as binding as if required by all. Work not covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferable therefrom as being necessary to produce the intended results. Words and abbreviations which have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. §1.2.4 The organization of the Specifications into divisions, sections and articles, and the arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. § 1.2.5 Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. § 1.2.6 All indications or notations which apply to one of a number of similar situations,materials or processes shall be deemed to apply to all such situations, materials or processes wherever they appear in the Work, except where a contrary result is clearly indicated by the Contract Documents. § 1.2.7 Where codes, standards, requirements and publications of public and private bodies are referred to in the Specifications, references shall be understood to be to the latest revision prior to the date of receiving bids, except where otherwise indicated. § 1.2.8 Where no explicit quality or standards for materials or workmanship are established for Work, such Work is to be of first-class quality for the intended use and consistent with the quality of the surrounding Work and of the construction of the Project generally. 00700-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 §1.2.9 The Town and Contractor recognize that other rights, duties and obligations with respect to public construction contracts are also provided by statute, notwithstanding the fact that they are not specifically enumerated herein. Accordingly, any provisions required by statute to be included in this contract shall be deemed to be so included as though fully set forth herein. However, compliance with a statute does not diminish the Contractor's responsibilities hereunder. § 1.2.10 All manufactured articles,materials, and equipment shall be applied,installed, connected, erected, used, cleaned, and conditioned in accordance with the manufacturer's written or printed directions and instructions unless otherwise indicated in the Contract Documents. § 1.2.10.1 Where the terms"necessary,""as directed,""when directed,""satisfactory,""good and sufficient," "approved," or other general qualifying terms are used on the Drawings, they are deemed to be followed by the words "in the opinion of the Architect/Engineer" or "by the Architect/Engineer" as the case may be. § 1.2.10.2 The terms "approval," "approved," "approved equal," "or equal," or "other approved" mean as approved by the Architect/Engineer. § 1.2.10.3 Where reference is made to ASTM Specifications, it shall mean the standard specific specifications of the American Society for Testing and Materials of the most recent designation. § 1.2.10.4 Where reference is made to Specifications, Standards or requirements of A.S.M.E. or A.S.H. & V.E., they shall mean respectively those American Society for Mechanical Engineers and the American Society for Heating and Ventilating Engineers and shall be from the latest editions. § 1.2.10.5 Any material specified by reference to the number,symbol,or title of a specific standard, such as a Commercial Standard, a Federal Specification, a trade association standard, or other similar standard, shall comply with the requirements in the latest revision thereof and any amendment or supplement thereto in effect on the date indicated on the specifications, except as limited, or modified in such reference. Where compliance with two or more industry standards or set of requirements is specified and overlapping of those different standards or requirements established different or conflicting minimums or level of quality, the most stringent requirements is intended. § 1.2.10.6 The standards referred to, except as modified in the Contract Documents, shall have full force and effect as though printed in the Contract Documents. These standards are not furnished to the Contractor for the reason that the manufacturers and trades involved are assumed to be familiar with their requirements. The Contractor shall make himself aware of the contents of such documents and furnish the field office with one full set of each. § 1.2.11 Where the Work is to fit with existing conditions or work to be performed by others, the Contractor shall fully and completely join the Work with such conditions or work,unless otherwise specified. §1.3 OWNERSHIP AND USE OF DOCUMENTS § 1.3.1 All Drawings, Specifications and copies thereof furnished by the Town are and shall remain the Town's property. They are to be used only with respect to this Project and are not to 00700-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 be used on any other project without the prior written consent of the Town. With the exception of one contract set for each party to the Contract, such documents are to be returned to the Town at the completion of the Work. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of any reserved rights. ARTICLE 2 -ADMINISTRATION OF THE CONTRACT § 2.1 TOWN'S REPRESENTATIVE § 2.1.1 The Architect/Engineer has been the designated representative of the Town to help administer the Contract and visit the site at intervals appropriate to the stage of construction to familiarize himself with the progress and quality of the Work and to determine if the Work is proceeding in accordance with the Contract Documents. However, the Architect/Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Town may also retain a separate Project Manager and/or Resident Project Representative (RPR), who shall work alongside the Architect/Engineer in the administration of the Contract and shall also be considered the Town's Representatives. § 2.1.1.1 The Architect/Engineer shall be the initial interpreter of the drawings and specifications and the judge of the performance thereunder by the Contractor. The Architect/Engineer shall render written or graphic interpretations necessary for the proper execution and progress of the Work with reasonable promptness on request of the Contractor, in accordance with § 2.1.4. The Town shall be the final interpreter of all matters. § 2.1.2 The Architect/Engineer, Resident Project Representative, and Project Manager shall at all times have access to the Work wherever it is in preparation and progress. The Contractor shall provide facilities for such access, so the Town may perform its functions under the Contract Documents. § 2.1.3 Based on his observations and an evaluation of the Contractor's Applications for Payment, the Architect/Engineer will determine the amounts owing to the Contractor and will issue Certificates for Payment in such amounts, as provided in Article 9. § 2.1.4 The Architect/Engineer will render information necessary for the proper execution or progress of the Work within twenty (20) days of any request by the contractor or in accordance with any time limit agreed upon. § 2.1.5 The Architect/Engineer will have authority to reject Work which does not conform to the Contract Documents. Whenever, in his opinion, he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will have authority to require special inspection or testing of the Work in accordance with Section 13.5.2 whether or not such Work be then fabricated,installed or completed. Any such rejection of work shall not relieve the Contractor of the responsibility for maintaining protection of the Work and the Town's property. § 2.1.6 The Architect/Engineer will review and approve or take other appropriate action upon Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for conformance with the design of the Work and with the information given in the Contract 00700-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Documents. The approval of a specific item shall not indicate approval of an assembly of which the item is a component. § 2.1.7 The Architect/Engineer will prepare Change Orders in accordance with Section 7.1 herein and will have authority to order minor changes in the Work as provided in Section 7.3. § 2.1.8 The Architect/Engineer will conduct inspections to determine the date of Substantial Completion and Final Completion, will review written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of Section 9.9. ARTICLE 3 - TOWN § 3.1 DEFINITION § 3.1.1 The Town or Owner is the person or entity identified as such in the Town-Contractor Agreement and is referred to throughout the Contract Documents as if singular in number. § 3.2 INFORMATION AND SERVICES REQUIRED OF THE TOWN § 3.2.1 The Town may, upon written request of the Contractor, furnish available surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, if any, and a legal description of the site. The Town makes no warranties as to the accuracy or completeness of information furnished by the Town. The Contractor shall exercise proper precautions relating to the safe performance of the Work. § 3.2.1.1 Through the Architect/Engineer and through the Contract Documents, the Town shall furnish surveys and establish information for locating the principal component parts of the Work. From the information provided, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction, such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. The Contractor shall employ, at its expense, a competent surveyor, registered in the Commonwealth of Massachusetts to perform such duties. The Contractor shall carefully preserve bench marks, reference points and stakes and, in case of willful or careless destruction, shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. § 3.2.2 Unless otherwise provided in the Contract Documents, the Contractor will be furnished, free of charge, six (6) copies of Drawings and Project Manuals as are reasonably necessary for execution of the Work, all additional copies will be furnished upon request at the cost of reproduction. § 3.3 TOWN'S RIGHT TO STOP THE WORK § 3.3.1 In addition to all other rights and remedies available to the Town: If the Contractor fails to correct Work which is not in accordance with the requirements of the Contract Documents as required by Section 12.2, or fails to carry out Work in accordance with the Contract Documents, the Town may, in its sole discretion and in addition to any other remedy it may have in accordance with Section 7.4, 8.4 and 9.5, issue a written order to the Contractor to stop the Work, or any portion thereof,until the cause for such order has been eliminated; however,the right of the Town to stop the Work shall not give rise to a duty on the part of the Town to exercise this right for the 00700-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 benefit of the Contractor or any other person or entity. The Contractor shall resume the Work after such stoppage promptly upon written notice to do so from the Town. The Contractor shall not be entitled to receive any additional compensation or any extension of time to complete the Project as a result of any such stop-work order and shall be responsible for any and all damages for delay sustained by the Town for the period during which the work has been stopped. § 3.4 TOWN'S RIGHT TO CARRY OUT THE WORK § 3.4.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Town to immediately correct such default or neglect with diligence and promptness,the Town may,without prejudice to other remedies the Town may have(including Termination in accordance with Article 14,correct such deficiencies. In such case,the Town shall deduct from payments then or thereafter due the Contractor the cost of correcting such deficiencies, including Town's expenses and compensation for the Architect/Engineer's and project manager's additional services made necessary by such default,neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall immediately pay the difference to the Town. In the event that the Contractor's failure to prosecute the Work causes (in the opinion of the Town),a risk of harm to the public,the Town shall have the right to carry out the Work,without notice, at the Contractor's cost and/or deduct such sums from monies due the Contractor. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall immediately pay the difference to the Town. ARTICLE 4 - CONTRACTOR § 4.1 GENERAL § 4.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor or the Contractor's authorized representative. § 4.1.1.1 The Contractor represents and warrants that its financial condition is sound and that the Contractor is capable of performing the Work required pursuant to the Contract Documents. Upon request by the Town, the Contractor shall make available to the Town such audited and unaudited financial statements of the Contractor as the Town may reasonably request. The Contractor shall promptly advise the Town of any occurrence, event, fact, or other matter that has had, will have, or might reasonably be predicted to have a material adverse effect upon the financial condition of the Contractor. § 4.1.2 The Contractor shall perform the Work in strict accordance with the Contract Documents. § 4.1.3 The Contractor shall not be relieved of obligations to perform the Work in strict accordance with the Contract Documents either by activities or duties of the Town in the administration of the Contract, or by tests, inspections or approvals required or performed by any person, including,but not limited to, any inspections, tests or approvals of the Town, the Architect/Engineer or Project Manager. 00700-7 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR § 4.2.1 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, become thoroughly familiar with all the existing conditions at the site, has taken all such conditions into consideration as they may affect the Work under its Contract and correlated personal observations with requirements of the Contract Documents. No allowance will be made in the Contract or the Work under the Contract for failure of the Contractor to visit the site. The Contractor represents and warrants that,before having submitted its bid for the project, it carefully studied and compared the Contract Documents, and at that time found no error, inconsistency or omission therein. The Contractor shall, at frequent intervals during the progress of the Work, carefully study and compare the Contract Documents with each other and with the information furnished by the Town and shall at once report to the Architect/Engineer and the Town any inconsistency or omission the Contractor may discover. Similarly, Contractor agrees that if, in performing the work, it discovers any error, inconsistency or omission in such documents, it shall at once report to the Architect/Engineer and the Town such error, inconsistency or omission. If the Contractor performs any construction activity it knows or reasonably should know involves an error, inconsistency or omission in the Contract Documents and the information furnished by the Town without having given such notice to the Architect/Engineer and the Town, the Contractor shall be fully responsible for such performance and shall bear all costs arising therefrom and for any necessary corrections. § 4.2.2 Any claim by the Contractor or Subcontractors that, in submitting their respective bids, they did not include all items as shown in the Contract Documents,will be given no consideration for an adjustment of any kind. If any item is specified in a specification section intended for a particular Subcontractor which would not normally furnish this item it shall be the responsibility of the Contractor to coordinate the situation with the Subcontractor, and if the item under consideration is not to be provided by the Subcontractor it shall be the responsibility of the Contractor to provide the work in question, without any additional cost to the Town. § 4.3 SUPERVISION AND CONSTRUCTION PROCEDURES § 4.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill 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 be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract,unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give immediate written notice to the Town and Architect/Engineer and shall not proceed with that portion of the Work without further written instructions from the Architect/Engineer. § 4.3.1.1 Should any omissions, error or conflict be found in the Contract Documents, during the bidding period and prior to the times set forth in the Instructions to Bidders for receipt of such inquiries, the bidders shall request in writing that such conditions be explained by the Architect/Engineer in the method described therein. 00700-8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.3.1.2 Should the work proceed, after the discovery of errors, conflict, or omissions by the Architect/Engineer and clarification has not been received from the Architect/Engineer, the Contractor will be held fully responsible for replacement or correction of the affected area, as directed by the Architect/Engineer, at the Contractor's expense. § 4.3.2 The Contractor shall be responsible to the Town for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for or on behalf of the Contractor or any of its Subcontractors, and for any persons who are on the project site for or at the request of Contractor. This obligation of the Contractor shall also extend to the presence on the Site of suppliers of materials or equipment, their employees, contractors, and agents engaged in the Work. § 4.3.3 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 Town in its administration of the Contract, or by inspection, tests or approvals required or performed by any person, including, but not limited to, any inspections, tests or approvals of the Town, the Architect/Engineer or Project Manager. § 4.3.4 The Contractor shall retain a registered professional engineer or registered land surveyor, acceptable to the Architect/Engineer, to establish the exterior lines and required elevations for all buildings and structures to be erected, and to establish lines and grades for associated roads, utilities and grading. The engineer or surveyor shall certify the actual location of constructed elements of the Work. § 4.4 LABOR AND MATERIALS § 4.4.1 The Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 4.4.2 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. § 4.5 WARRANTY § 4.5.1 The Contractor warrants to the Town that materials and equipment furnished under the Contract will be of first-class quality and new, that the Work will be free from defects, and that the Work will conform strictly to the requirements of the Contract Documents and,promptly after Contractor's receipt of written notification of any non-conformance, shall be promptly repaired or replaced by the Contractor with Work conforming to such requirements. Work not conforming to these requirements, including substitutions not properly approved and authorized, will be considered defective. If required by the Town, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. § 4.5.1.1. All manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the manufacturer's written or printed directions and instructions unless otherwise indicated in the Contract Documents 00700-9 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.5.2 The Contractor shall be responsible for determining that all materials furnished for the Work meet all requirements of the Contract Documents. The Town and/or the Architect/Engineer may require the Contractor to produce reasonable evidence that a material meets such requirements, such as certified reports of past tests by qualified testing laboratories, reports of studies by qualified experts, or other evidence which, in the opinion of the Town, would lead to a reasonable certainty that any material used, or proposed to be used, in the Work meets the requirements of the Contract Documents. All such data shall be furnished at the Contractor's expense. § 4.5.3 If the Contractor proposes to use a material which, while suitable for the intended use, deviates in any way from the detailed requirements of the Contract Documents, the Contractor shall inform the Town in writing of the nature of such deviations at the time the material is submitted for approval. § 4.5.4 In informing the Town of deviations or substitutions, the Contractor shall provide, upon request, evidence leading to a reasonable certainty that the proposed substitution or deviation will provide a quality of result at least equal to that otherwise attainable without the substitution or deviation. If, in the opinion of the Town, the evidence presented by the Contractor does not provide a sufficient basis for such reasonable certainty, the Town may reject such substitution or deviation without further investigation. § 4.5.5 Any additional cost, or any loss or damage arising from the substitution of any material or any method for those originally specified shall be borne by the Contractor, notwithstanding approval or acceptance of such substitution by the Town,unless such substitution was made at the written request or direction of the Town. § 4.5.6 The Contractor shall reimburse the Town for costs incurred by the Architect/Engineer for design and construction administration services that are caused by the Contractor's inefficient or otherwise faulty administration or execution of its Work. These may include but are not limited to the cost of the Architect/Engineer to perform: §4.5.6.1 Repeated review of the Contractor's resubmittals, substantially out of sequence from the submittal schedule provided by the Contractor and agreed to by the Architect/Engineer. § 4.5.6.2 An extensive number of responses to the Contractor's requests for information where such information is available to the Contractor from a careful study and comparison of the Contract Documents, field conditions, other Town-provided information, Contractor-prepared coordination drawings, or prior Project correspondence or documentation. § 4.5.6.2 An extensive number of Change Orders and Construction Change Directives requiring evaluation of proposals and the preparation or revision of Instruments of Service and not otherwise caused by the design defects of the Architect/Engineer. § 4.5.6.3 Consultation regarding replacement of Work resulting from fire or other cause during construction. § 4.5.6.4 Evaluation of an extensive number of claims not otherwise caused by design defect. 00700-10 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 §4.5.6.5 Evaluation of substitutions proposed by the Contractor and making subsequent revisions to Instruments of Services resulting therefrom. § 4.5.6.6 Preparation of design and documentation for alternate bid or proposal requests proposed by the Contractor. § 4.5.6.7 Contract administration services provided sixty (60) days or more after Substantial Completion. § 4.5.7 The warranty provided in this Section 4.5 shall be in addition to and not in limitation of any other warranty required by the Contract Documents or otherwise prescribed by law. § 4.5.8 The Contractor shall procure and deliver to the Town,no later than the date claimed by the Contractor as the date of Substantial Completion, all special warranties required by the Contract Documents.Delivery by the Contractor shall constitute the Contractor's guarantee to the Town that the warranty will be performed in accordance with its terms and conditions. § 4.5.9 In addition to all other rights and remedies available to the Town: The Contractor shall guarantee all Work for a period of one year after Date of Substantial Completion, or by the terms of any special guarantee required by the Contract Documents. The Contractor shall, upon written notice from the Town, promptly correct defective Work or Work not in accordance with the Contract Documents. § 4.5.10 The Contractor warrants that the materials and equipment's furnished under the contract will be new and of recent manufacture and that all work will be of good quality, free from faults and defect, and in conformance with the Contract Documents. § 4.5.10.1 Materials, supplies, or equipment to be incorporated into the Work shall not be purchased by the Contractor subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. All materials are to be of the best and finest quality of their several kinds. § 4.5.10.2 The Contractor guarantees and warrants to the Town that all labor furnished under this Agreement will be competent to perform the tasks undertaken that the product of such labor will yield only first-class results. § 4.6 TAXES § 4.6.1 The Contractor shall pay applicable sales, consumer, use and similar taxes for the Work provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. The project is exempt from the Massachusetts Sales Tax to the extent permitted by G.L. c.64H, §6(f). The exemption number can be obtained from the Town upon request by the successful bidder. 00700-11 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.7 PERMITS, FEES AND NOTICES § 4.7.1 Unless otherwise expressly provided in the Contract Documents, the Contractor shall secure and pay for all permits and fees, licenses and inspections necessary for proper execution and completion of the Work which are customarily secured after execution of the Contract and which are legally required when bids are received or negotiations concluded. § 4.7.2 The Contractor shall comply with and give all notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to performance of the Work. § 4.7.3 If the Contractor observes that portions of the Contract Documents are at variance therewith, the Contractor shall promptly notify the Town in writing, and necessary changes shall be accomplished by appropriate Modification. § 4.7.4 If the Contractor performs Work it knows or should know contrary to laws, statutes, ordinances,building codes, and rules and regulations without having given advance written notice to the Architect/Engineer and Town, the Contractor shall be responsible for such Work and shall bear the costs arising therefrom, including any damages incurred by the Town. § 4.7.5 The Contractor shall keep itself fully informed of and comply with all existing and future federal, state and municipal laws and regulations and all orders and decrees of any governmental bodies or tribunals(hereinafter also referred to as"laws")having jurisdiction in any manner which affect this Agreement or Work, including but not limited to such laws affecting those engaged or employed in the Work, the materials used in the Work or in any way affecting the conduct of the Work. If any clause in this Agreement does not conform to such law, then such clause shall be void and the law operative shall be inserted in lieu thereof. If any discrepancy or inconsistency is discovered in the specifications, drawings, or Contract Documents in violation of the law, the Contractor shall forthwith report the same in writing to the Town. The Contractor shall cause its employees, agents and subcontractors to also observe and comply with all such laws. It shall protect and indemnify the Town and its officials,board members, and employees against any claim or liability arising from or based on any violation, whether by the Contractor or its officials, employees or subcontractors, of any such law. 00700-12 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.8 SUPERINTENDENT § 4.8.1 The Contractor shall employ a competent,qualified full time 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 by or to the Superintendent shall be as binding as if given by or to the Contractor. Important communications from the Superintendent to the Town and any communications of any legal significance shall be made in writing. The Contractor shall remove the Superintendent if requested by the Town and shall replace him with a competent person acceptable to the Town. § 4.8.2 The Contractor shall coordinate and supervise the Work performed by Subcontractors to the end that the Work is carried out without conflict between trades and so that no trade, at any time, causes delay to the progress and sequencing of the Work. The Contractor and all Subcontractors shall at all times afford each trade, any separate contractor, and the Town, every reasonable opportunity for the installation of Work and the storage of materials. § 4.8.3 The Contractor shall arrange for and attend job meetings with the Town and such other persons as the Town may from time to time wish to have present. The Contractor shall be represented by a principal and project manager, or other authorized main office representative, as well as by the Contractor's own Superintendent. An authorized representative of any Subcontractor or Sub-subcontractor shall attend such meetings if the representative's presence is requested by the Architect/Engineer or deemed necessary by Contractor. Such representatives shall be empowered, and shall be deemed empowered, to make binding commitments on all matters to be discussed at such meetings, including costs,payments,change orders,time schedules and manpower. Any notices required of the Town under the Contract Documents may be served on such representatives, and such service shall be deemed in conformance with the requirements of the Contract Documents as to the giving of notice. § 4.9 CONTRACTOR'S CONSTRUCTION SCHEDULES § 4.9.1 The Contractor, within twenty (20) calendar days after being awarded the Contract, shall prepare and submit for the Town's information and approval a Contractor's construction schedule for the Work. The schedule shall not exceed time limits current under the Contract Documents, shall be updated, subject to the Town's approval, at appropriate intervals as required by the conditions of the Work and Project,but no less than monthly, 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. The schedule shall include an estimated cash flow schedule, showing anticipated monthly expenditures throughout the duration of the Contract. The construction schedule shall be in such form and contain such information as the Town requires. The construction schedule shall be resource loaded for the Contractor and all subcontractors,with each resource identified by name,description,unit of measure, and calendar assignment. For each class of work included in the Contractor's schedule of values, the construction schedule shall show the percentage of completion to be obtained and the total dollar value of the work to be completed as of the first of each month until Substantial Completion. All calculations shall be on the basis of work in place, but not including the value of materials delivered but not in place. 00700-13 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.9.1.1 The Owner's and Architect/Engineer's review and comments on the construction schedule shall not constitute a waiver of contract requirements and shall not relieve the Contractor of requirements established by the Contract Documents and/or by applicable laws and standards. §4.9.2 The Contractor shall perform the Work in strict accordance with the Construction Schedule. The Contractor's compliance with the Construction Schedule shall be a material obligation of this Contract. § 4.10 DOCUMENTS AND SAMPLES AT THE SITE § 4.10.1 The Contractor shall maintain at the site for the Town one record copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record field changes and selections made during construction, and one record copy of approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Architect/Engineer and shall be delivered to the Architect/Engineer for submittal to the Town upon completion of the Work. § 4.11 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES § 4.11.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work and are not Contract Documents. § 4.11.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work and are not Contract documents. § 4.11.3 Samples are physical examples which illustrate materials,equipment or workmanship and establish standards by which the Work will be judged and are not Contract Documents. § 4.11.4 The Contractor shall review, for compliance with the Contract Documents, and approve and submit to the Architect/Engineer Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Town or of separate contractors. § 4.11.5 By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. By approving and submitting Shop Drawings, Product Data, Samples, and similar submittals the Contractor thereby represents that the Contractor has determined and verified all dimensions, quantities, field dimensions, relations to existing work, coordination with work to be installed later, coordination with information on previously accepted Shop Drawings, Product Data, Samples, or similar submittals and verification of compliance with all the requirements of the Contract Documents. The accuracy of all such information is the responsibility of the Contractor notwithstanding any review, acceptance, use or approval of such information by the Town or its Architect/Engineer. 00700-14 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.11.6 The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Town's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Town in writing of such deviation at the time of submittal and(1)the Town, with express and specific reference to the deviation, has given written approval to the specific deviation as a minor change in the Work, or(2) a Change Order or Construction Change Directive has been issued by the Town expressly and specifically acknowledging and authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Town's approval thereof. § 4.12 USE OF SITE § 4.12.1 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The right of possession of the premises and the improvements made thereon by the Contractor shall remain at all times in the Town. The Contractor's right to entry and use thereof arises solely from the permission granted by the Town under the Contract Documents. The Contractor shall confine the Contractor's apparatus, the storage of materials and the operations of the Contractor's workers to limits indicated by law, ordinances, the Contract Documents, and permits and/or directions of the Architect/Engineer and shall not unreasonably encumber the premises with the Contractor's materials. The Town shall not be liable to the Contractor, the Subcontractors, their employees or anyone else with respect to the conditions of the premises, except only for a condition caused directly and solely by the negligence of the Town. § 4.13 CUTTING AND PATCHING § 4.13.1 The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. § 4.13.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Town or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Town or a separate contractor except with written consent of the Town and of such separate contractor; such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the Town or a separate contractor the Contractor's consent to cutting or otherwise altering the Work. § 4.14 CLEANING UP § 4.14.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials. § 4.14.2 If the Contractor fails to clean up as provided in the Contract Documents, the Town may do so and the cost thereof shall be charged to the Contractor. 00700-15 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.15 ACCESS TO WORK § 4.15.1 The Contractor shall at all times provide the Town access to the Work in preparation and progress wherever located. § 4.16 ROYALTIES, PATENTS AND COPYRIGHTS § 4.16.1 The Contractor shall pay all royalties and license fees. The Contractor shall, in addition to any other rights and remedies available to the Town, defend suits or claims for infringement of copyrights and patent rights and shall hold the Town harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Town, unless the Contractor knew or should have known that the required design, process or product might constitute an infringement of a copyright or a patent and failed to provide written notice to the Town promptly upon acquiring such knowledge, in which event the Contractor shall be responsible for such defense and loss. § 4.17 INDEMNIFICATION § 4.17.1 To the fullest extent permitted by law and in addition to all other rights and remedies available to the Town,the Contractor shall indemnify in whole or in part, defend,pay on behalf of and hold harmless the Town, its officers,board members, agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees and loss of use, caused by the negligent acts or omissions of or resulting from performance of the Work by the Contractor, Subcontractor(s), anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Section 4.17. § 4.17.2 In claims against any person or entity indemnified under this Section 4.17 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 4.17.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers'compensation acts,disability benefit acts or other employee benefit acts. § 4.17.3 The Contractor shall bear all losses resulting from the use or storage of explosives and highly inflammable materials and shall indemnify, defend and save harmless the Town and all of its officers, board members, agents, and employees from all suits, damages, claims, liabilities or judgments for bodily injuries or death to any person and for property damage or damage destruction arising out of the use or storage of explosives and highly inflammable materials. § 4.17.4 The Contractor further covenants to indemnify, defend and hold harmless the Town, its officers, board members, agents, and employees from and against each and every demand, claim, judgment or liability for or on account of the use of any patented invention, article or appliance included in the materials and equipment agreed to be furnished, supplied or used under this contract. 00700-16 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 5 - SUBCONTRACTORS § 5.1 DEFINITIONS § 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor. § 5.1.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub- subcontractor or an authorized representative of the Sub-subcontractor. § 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS § 5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Town the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect/Engineer will promptly reply to the Contractor in writing stating whether or not the Town or the Architect/Engineer, after due investigation, has reasonable objection to any such proposed person or entity. § 5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Town has made reasonable and legally permissible and timely objection.The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Town has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Town has no reasonable objection § 5.2.4 The Contractor shall not change a Subcontractor,person or entity previously selected if the Town makes reasonable objection to such substitute. §5.2.5 Notwithstanding anything to the contrary herein,any objection,failure to object or approval by the Town or its Architect/Engineer as to any person or entity proposed by the Contractor shall not relieve the Contractor from its obligations under the Contract Documents, and shall not entitle the Contractor to any additional compensation or extension of the time to complete the Work. § 5.3 SUBCONTRACTUAL RELATIONS § 5.3.1 By written agreement, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor,to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities,including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Town and Architect/Engineer. Each subcontract agreement shall preserve and protect the rights of the Town and Architect/Engineer under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the 00700-17 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Contractor that the Contractor, by the Contract Documents, has against the Town. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement,copies of the Contract Documents to which the Subcontractor will be bound, and,upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. ARTICLE 6- CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS § 6.1 TOWN'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS § 6.1.1 The Town reserves the right to perform construction or operations related to the Project with the Town's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these. § 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Town-Contractor Agreement. § 6.1.3 The Town shall provide for coordination of the activities of the Town's own forces and of each separate contractor with the Work of the Contractor, who shall fully cooperate with them. The Contractor shall participate with other separate contractors and the Town in reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Town until subsequently revised. § 6.2 MUTUAL RESPONSIBILITY § 6.2.1 The Contractor shall afford the Town and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Town or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect/Engineer in writing the apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Town's or separate contractor's completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects of which Contractor neither knew nor should have known. § 6.2.3 The Town shall withhold from the Contractor, or be promptly reimbursed by the Contractor, the costs incurred by the Town which are payable to a separate contractor because of delays, improperly timed activities or defective construction of the Contractor. 00700-18 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 6.2.4 The Contractor shall promptly remedy damage wrongfully caused by the Contractor to completed or partially completed construction or to property of the Town or separate contractors as provided in Section 10.2.5, or the Town may withhold the value of performing such a remedy from amounts payable to the Contractor. ARTICLE 7- CHANGES IN THE WORK/ CLAIMS FOR ADDITIONAL COSTS § 7.1 CHANGE ORDERS AND CONSTRUCTION CHANGE DIRECTIVES § 7.1.1 A Change Order is a written amendment to the Contract Documents signed by the Town and Contractor after execution of the Contract, authorizing a change in the Work or an adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. § 7.1.2 The Town, without invalidating the Contract and notwithstanding anything to the contrary in the Contract, may, by issuing a Construction Change Directive signed by the Town, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, and order changes in the Contract Sum and the Contract Time. Pending negotiation of a Change Order for adjustments to the Contract Sum or Contract Time, if any, the Contractor shall without any delay whatsoever immediately prosecute any and all changes in the Work initiated through a Construction Change Directive. All such changes in the Work shall be performed by the Contractor under the applicable conditions of the Contract Documents and applicable General Laws. § 7.1.3 Upon request of the Town or the Architect/Engineer, the Contractor shall without cost to the Town submit to the Architect/Engineer, in such form as the Architect/Engineer may require, an accurate written estimate of the cost of any proposed extra Work or change. The estimate shall indicate the quantity and unit cost of each item of materials, and the number of hours of work and hourly rate for each class of labor, as well as the description and amounts of all other costs chargeable under the terms of this Article. Unit labor costs for the installation of each item of materials shall be shown if required by the Architect/Engineer. The Contractor shall promptly revise and resubmit each estimate if the Architect/Engineer determines that it is not in compliance with the requirements of this Article, or that it contains errors of fact or mathematical errors. If required by the Architect/Engineer, in order to establish the exact cost of new Work added or of previously required Work omitted, the Contractor shall obtain and furnish to the Architect/Engineer bona fide proposals from recognized suppliers for furnishing any material included in such Work. Such estimates shall be furnished promptly so as to occasion no delay in the Work and shall be furnished at the Contractor's expense. The Contractor shall state in the estimate any extension of time required for the completion of the Work if the change or extra work is ordered. 00700-19 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 7.1.4 The cost or credit to the Town resulting from a change in the Work shall be determined in one or more of the following ways: 1. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; 2. by unit prices stated in the Contract Documents or subsequently agreed upon; 3. by cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee, not to exceed five percent (5%); or 4. by the method provided in Section 7.1.5. Notwithstanding anything to the contrary in the Contract, including but not limited to this Article 7, if the Contract contains unit prices for the Work to be changes, such unit prices shall apply to the proposed changes in the Work, unless the Town, in its sole discretion, authorizes separate pricing for such proposed changes. § 7.1.5 If none of the methods set forth in Section 7.1.4 is agreed upon, the Contractor, provided he receives a written order signed by the Town, shall promptly proceed with the Work involved. The cost of such Work shall then be determined by the Town, in its sole discretion, on the basis of the reasonable expenditures and savings of those performing the Work attributable to the change, including, in the case of an increase in the Contract Sum, a reasonable allowance for overhead and profit which shall not exceed five percent(5%). In such case, and also under Section 7.1.4 above, the Contractor shall keep and present an itemized accounting together with appropriate supporting data for inclusion in a Change Order. Unless otherwise authorized by the Town, in its sole discretion, cost shall be limited to the following: actual cost of materials, including sales tax and cost of delivery; labor, including social security, old age and unemployment insurance, and fringe benefits required by agreement or custom; workers' or workmen's compensation insurance; bond premiums, and rental value of equipment and machinery. Pending final determination of cost to the Town,payments on account shall be made on the Town's Certificate for Payment. The amount of credit to be allowed by the Contractor to the Town for any deletion or change which results in a net decrease in the Contract Sum will be the amount of the actual net cost. When both additions and credits covering related Work or substitutions are involved in any one change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any,with respect to that change,but in no event shall exceed five percent (5%). Notwithstanding anything to the contrary in the Contract, the Town shall not be required to pay for any costs for changes in the Work for which the Contractor fails to provide adequate documentary support. § 7.1.6 Unit prices shall be as stated in the Bid Form and the Contract, and Contractor hereby agrees that said unit prices include all costs of the Work to which such unit price applies,including but not limited to the costs listed in Section 7.1.5. No additional charges shall be allowed for these items under any circumstances. § 7.1.7 If deductions are ordered, the credit shall be computed as net cost. § 7.1.8 The Contractor shall not sublet any work under a Change Order or a Construction Change Directive unless work of a similar type under the Agreement was previously subcontracted; and Subcontractors will not be allowed to further sublet any work under a Change order or Construction Change Directive unless the work of a similar type was previously sublet by them, without the written approval and acceptance of the Town. 00700-20 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 7.1.8 WORK PERFORMED UNDER PROTEST: The Contractor must perform any work required by the Town. If the Contractor considers the Work to be "extra" and the Town disagrees, the Work must be performed under protest. § 7.1.9 A Change Order signed by the Contractor indicates the Contractor's agreement therewith, including any adjustments in the Contract Sum and Contract Time. § 7.2 CONCEALED CONDITIONS (Subject to G.L. c. 30, § 39N) §7.2.1 Should concealed conditions encountered in the performance of the Work below the surface of the Grounds or should concealed or unknown conditions in an existing structure be at variance with the conditions indicated by the Contract Documents, or should unknown physical conditions below the surface of the Grounds or should concealed or unknown conditions in an existing structure of an unusual nature,differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract, be encountered, the Contract Sum shall be equitably adjusted by Change Order upon claim by either party made within twenty days after the first observance of the conditions if and only if such adjustment is required under G.L. c. 30, § 39N. § 7.3 MINOR CHANGES IN THE WORK § 7.3.1 The Town will have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be affected by written order, and shall be binding on the Contractor. The Contractor shall carry out such written orders promptly,regardless of whether it objects to an absence of adjustment in the Contract Time or Contract Sum. § 7.4 CLAIMS FOR ADDITIONAL COSTS § 7.4.1 Definition. The word "Claim" shall mean a written demand by the Contractor for an increase in the Contract Time or the Contract Sum. The Contractor is responsible for substantiating its Claims. The word "Claim" shall not include claims by the Town. The Town may withhold from the Contractor the value of any claims against the Contractor in accordance with Massachusetts General Laws, including, but not limited to, Sections 39G and 39K of Chapter 30. § 7.4.2 Time Limits on Claims. Contractor must initiate Claims within seven (7) calendar days after occurrence of the event giving rise to such Claim or within seven(7)days after the Contractor first recognizes the condition giving notice to the Claim, whichever is later. Claims must be initiated by written notice to the Architect/Engineer and the Town. Such written notice must (1) be signed by the Contractor; (2)conspicuously identify on its face that the notice serves as a notice of claim; (3) explain in sufficient detail the basis of the Claim; (4) identify the date of the event giving rise to such Claim or the date the Contractor first recognized the condition giving rise to the claim;and(5)state the exact dollar amount of the increase in the Contract Sum being requested, if any, and the number of days extension to the Contract Time sought, if any. 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. Failure to provide written notice in strict accordance with this paragraph shall be deemed to be a waiver of Contractor's claim. 00700-21 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 7.4.3 If the Contractor claims that additional cost is involved because of, but not limited to, (1) any written interpretation by the Town, (2) any order by the Town to stop the Work where the Contractor was not at fault, (3) any written order for a minor change in the Work issued or (4) failure of payment by the Town, the Contractor shall make such claim as provided in this Section 7.4. § 7.4.4 The Contractor shall furnish the Architect/Engineer with such additional documentation as the Architect/Engineer may deem necessary to evaluate the claim. § 7.4.5 CONTINUING CONTRACT PERFORMANCE.Regardless of the disposition or status of a Claim(except as otherwise agreed in writing or as otherwise provided in this Agreement),the Contractor shall proceed diligently with performance of the Contract in accordance with the Contract Documents. The Architect/Engineer will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Architect/Engineer. § 7.4.6 CLAIMS FOR ADDITIONAL COST. The Contractor hereby acknowledges that the Town has the contractual right to delay the Work. Such right may not be exercised unreasonably. In addition, Contractor shall not be entitled to additional compensation as a result of delay, even if caused by the Town or those for whom the Town is responsible. The Contractor's sole remedy for any delay is an extension of time,notwithstanding the above. If the Contractor wishes to make a Claim for an increase in the Contract Sum,written notice as provided herein shall be given before proceeding to execute the Work. Prior notice is not required for Claims relating to an emergency endangering life or property. § 7.4.7 CLAIMS FOR ADDITIONAL TIME. § 7.4.7.1 If the Contractor wishes to make a Claim for an increase in the Contract Time, written notice as provided herein shall be given. § 7.4.7.2 No increase in the Contract Time will be allowed for Work that is delayed as a result of the Contractor's failure to timely submit, revise or resubmit shop drawings, product data, and/or samples. § 7.4.8 INITIAL DECISION § 7.4.8.1 Claims shall be referred to the Architect/Engineer for initial decision. An initial decision shall be required as a condition precedent to mediation of any Claim arising prior to the date final payment is due, unless thirty (30) days have passed after the Claim has been referred to the Architect/Engineer with no decision having been rendered. § 7.4.8.2 The Architect will review Claims and,within ten(10)days of the receipt of a Claim,take one or more of the following actions: (1)require additional supporting data from the Contractor or a response with supporting data from the Town,(2)reject the Claim in whole or in part,(3)approve the Claim, (4) suggest a compromise or(5) advise the parties that the Architect/Engineer is unable to resolve the Claim if the Architect/Engineer lacks sufficient information to evaluate the merits of the Claim or if the Architect/Engineer concludes that, in the Architect/Engineer's sole discretion, it would be inappropriate for the Architect/Engineer to resolve the Claim. 00700-22 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 §7.4.8.3 If the Architect/Engineer requires the Town to provide a response to a Claim or to furnish additional supporting data, the Town shall respond, within ten (10) days after receipt of such request, and shall either (1) provide a response on the requested supporting data, (2) advise the Architect/Engineer when the response or supporting data will be furnished or (3) advise the Architect/Engineer that no supporting data will be furnished. Upon receipt of the response or supporting data, if any, the Architect/Engineer will either reject or approve the Claim in whole or in part. § 7.4.8.4 The Architect/Engineer will render an initial decision approving or rejecting the Claim or indicating that the Architect/Engineer is unable to resolve the Claim. This initial decision shall (1) be in writing; (2) state the reasons therefor; and (3) notify the parties, of any change in the Contract Sum or Contract Time or both. The initial decision shall be binding on the parties but subject to, Articles 15 and 16. § 7.5 Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement or breach thereof shall be subject to and decided by the Superior Court of Massachusetts in Middlesex County, if jurisdiction exists, and if jurisdiction does not exist in the Superior Court, said action shall be brought in the Framingham District Court of Massachusetts. A claim, dispute or other matter may be submitted to mediation, in accordance with the provisions of the American Arbitration Association, at the sole discretion of the Town. Notwithstanding any provision contained in the Contract Documents, the Town reserves the right to demand arbitration against the Contractor in connection with the Claims and disputes between the Town and the Contractor, which right may be exercised by the Town unilaterally and in the Town's discretion. § 7.6 CLAIMS FOR CONSEQUENTIAL DAMAGES. The Contractor waives claims against the Town for consequential damages arising out of or relating to this Contract.This waiver includes damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit except anticipated profit arising directly from the Work. This waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with this Agreement. Nothing contained in this Section 7.6 shall be deemed to preclude an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. 00700-23 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 8- TIME § 8.1 DEFINITIONS § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. § 8.1.2 The date of commencement of the Work is the date established in a notice to proceed. If there is no notice to proceed, it shall be the date of the Town-Contractor Agreement or such other date as may be established therein. § 8.1.3 The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Town when construction is substantially complete,in accordance with the Contract Documents, other than only customary punch list items, the lack of or completion of which will not interfere with the Town's use, so the Town can lawfully occupy and utilize the Work or designated portion thereof for the use for which it is intended. The Date of Final Completion of the Work is the date on which the Town issues its final Certificate for Payment in accordance with Section 9.9 hereof. § 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. § 8.2 PROGRESS AND COMPLETION § 8.2.1 All time limits stated in the Contract Documents are of the essence of the Contract. § 8.2.2 The Contractor shall begin the Work on the date of commencement as defined in Section 8.1.2. He shall carry the Work forward expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time, and Final Completion thereafter in accordance with the provisions of the Contract Documents. If the Contractor fails to keep pace with the construction schedule prepared pursuant to Section 4.9,as measured by the certificates for payment issued by the Architect/Engineer or as otherwise determined by the Town, the Contractor hereby agrees that it will, at the Contractor's sole cost, promptly accelerate the progress of the work by adding personnel or increasing the hours of work or by other means acceptable to the Town. § 8.3 DELAYS AND EXTENSIONS OF TIME § 8.3.1 If the Contractor claims that he is delayed at any time in the progress of the Work by any act or neglect of the Town or by any employee of the Town,or by any separate contractor employed by the Town,or by changes ordered in the Work,or by labor disputes, fire,unavoidable casualties, or any causes beyond the Contractor's or its Subcontractor's control, or by delay authorized by the Town,then,provided such delay in no way results from the act or neglect of the Contractor or any of its Subcontractors, the Contract Time may, subject to the Contractor following the claims process stated herein, be extended by Change Order for such reasonable time as the Town may determine. §8.3.2 Any claim for extension of time shall be made in writing to the Town not more than fourteen (14) days after the commencement of the delay; otherwise it shall be waived. In the case of a continuing delay only one claim is necessary. The Contractor shall provide an estimate of the probable effect of such delay on the progress of the Work. 00700-24 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 8.3.3 If no agreement is made stating the dates upon which interpretations of the Contract Documents by the Architect/Engineer shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after written request is made for them, and not even after such fifteen-day period unless such claim is reasonable and demonstrable. § 8.3.4 The Contractor hereby agrees that the Contractor shall have no claim for damages of any kind against the Town on account of any delay in the commencement or performance of the Work and/or any hindrance,delay or suspension of any portion of the Work,whether such delay is caused by the Town,or otherwise,except as and to the extent expressly provided under M.G.L. c.30, §390 in the case of written orders by the Town. The Contractor acknowledges that the Contractor's sole remedy for any such delay and/or suspension will be an extension of time as provided in this Article. § 8.4 LIQUIDATED DAMAGES § 8.4.1 Because both parties recognize (1) that the time for the completion of the Work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial and/or residential conditions prevailing in this locality; (2)that time is of the essence to this Agreement; (3) that the Town will suffer loss if the Work is not completed in accordance with the Contract Time specified,plus any extensions thereof allowed in accordance with the provisions of this Agreement, and (4) the delays, expense and difficulties involved in a legal proceeding to determine the actual loss suffered by the Town if the Work is not completed in time it is agreed that the Contractor will pay the Town, as liquidated damages, the sum of one thousand dollars ($1,000.00) per day for each and every day thereafter that it fails to deliver such Work completed according to the requirements of the Contract Documents. Such liquidated damages shall be paid not as a penalty but to partially cover losses and expenses to the Town,including intangible costs and losses that are or may be impracticable to ascertain.Allowing the Contractor to continue to finish the Work (or any portion of the work) after the time specified for completion of the Work shall not operate a waiver on the part of the Town of any of its rights under the Contract Documents or otherwise under law or equity. The Town's right to impose liquidated damages shall in no way prohibit or restrict the Town's right to bring legal action for damages in lieu of its option to impose liquidated damages from money due the Contractor, and if such moneys are insufficient to cover the liquidated damage, then the Contractor shall pay the amount due. ARTICLE 9- PAYMENTS AND COMPLETION § 9.1 CONTRACT SUM § 9.1.1 The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Town to the Contractor for performance of the Work under the Contract Documents. § 9.2 SCHEDULE OF VALUES § 9.2.1 Before the first Application for Payment, the Contractor shall submit to the Architect/Engineer a schedule of values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as the Architect/Engineer may require. If objected to by the Architect/Engineer, the schedule shall be revised until acceptable to the Architect/Engineer. Subject to such objections, the schedule shall be used as a basis for 00700-25 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 reviewing the Contractor's Applications for Payment. Notwithstanding the foregoing, the giving or withholding of any objection by the Architect/Engineer shall not relieve Contractor from its obligations under the Contract, including but not limited to the obligation to promptly commence and diligently prosecute all Work to completion. § 9.3 APPLICATIONS FOR PAYMENT § 9.3.1 The Contractor shall submit to the Town an itemized Application for Payment supported by such data substantiating the Contractor's right to payment as provided elsewhere in the Contract Documents for the period ending the last day of each month within the Contract period. The Application shall contain a separate line item or section for each subtrade category and a listing of the amount paid to each subcontractor as of the date of the Application. § 9.3.1.1 Such applications may not include requests for payment for portions of the Work for which the Contractor does not intend to pay to a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay. § 9.3.2 Unless otherwise provided in the Contract Documents,payments may be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site and, if approved in advance by the Town, payments may similarly be made for materials or equipment suitably stored at some other location agreed upon in writing. Payments for materials or equipment stored on or off the site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Town to establish the Town's title to such materials or equipment or otherwise protect the Town's interest, including applicable insurance and transportation to the site for those materials and equipment stored off the site. The Contractor shall assume responsibility to protect all such materials from loss or damage at no cost to the Town,until they are finally incorporated into the Work,whether or not they have been paid for by the Town. § 9.3.3 The Contractor warrants that title to all Work, materials and equipment covered by an Application for Payment will pass to the Town either by incorporation in the construction or upon the receipt of payment by the Contractor,whichever occurs first, free and clear of all liens, claims, security interests or encumbrances, hereinafter referred to in this Article 9 as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person performing Work at the site or furnishing materials and equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. § 9.4 CERTIFICATES FOR PAYMENT § 9.4.1 The Architect/Engineer will, within ten days after receipt of the Contractor's properly completed and supported Application for Payment, either issue to the Town a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect/Engineer determines is properly due, or notify the Contractor and Town in writing of the Architect/Engineer's reasons for withholding certification in whole or in part as provided in Section 9.5.1. The Contractor shall promptly and fully cooperate with the Architect/Engineer in reviewing and, where appropriate, revising all Applications for Payment. 00700-26 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 9.4.2 The issuance of a Certificate for Payment by the Architect/Engineer shall not be deemed to represent that he has made exhaustive or continuous on-site inspections to check the quality or quantity of the Work or that he has reviewed the construction means, methods, techniques, sequences or procedures,or that he has made any examination to ascertain how or for what purpose the Contractor has used the moneys previously paid on account of the Contract Sum,and therefore, payments to the Contractor shall remain subject to the claims of the Town in accordance with the Contract and G.L. c. 30, § 39G/K. § 9.5 DECISIONS TO WITHHOLD CERTIFICATION § 9.5.1 To the fullest extent permitted by the Contract and law, including but not limited to G.L. c. 30, § 39G/K, the Town shall withhold its Payment in whole or in part, to the extent necessary reasonably to protect itself. If the Town is unable to make payment in the amount of the Application, it will notify the Contractor as provided in Section 9.4.1. If the Contractor and the Town cannot agree on a revised amount, the Town will issue a Certificate for Payment for the amount for which it determines is properly due. The Town may also decline to make payment because of subsequently discovered evidence or subsequent observations and may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary, in its sole discretion, to protect against or recover a loss arising out of, among other things: .I defective work not remedied; .2 third party claims filed or reasonable evidence indicating probable filing of such claims; .3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment; .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; .5 damage to the Town or another Contractor; .6 reasonable evidence that the Work will not be completed within the Contract Time, or; .7 material failure to carry out the Work in accordance with the Contract Documents. § 9.5.2 When the above Grounds in Section 9.5.1 are removed,payment shall be made for amounts withheld because of them,unless some other reason for withholding exists pursuant to the Contract or law, including but not limited to G.L. c. 30, § 39G/K. § 9.6 PROGRESS PAYMENTS § 9.6.1 After the Architect/Engineer has issued a Certificate for Payment, the Town shall make payment in the manner and within the time provided in General Laws Chapter 30, Section 39, and the Contract Documents. The Town reserves the right to a 5% general retainage from each progress payment,which retainage shall be released to the Contractor upon substantial completion, less amounts properly allocated to punch list work and potential claims of the Town and such other amounts which the Town may withhold under the Contract and at law, including but not limited to G.L. c. 30, § 39G/K. Acceptance of progress payments by the Contractor shall constitute a waiver of claims known or knowable at the time by the Contractor except those previously made in writing and identified by the Contractor as unsettled at the time of progress payment. § 9.6.2 The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Town, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained 00700-27 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 from payments to the Contractor on account of such Subcontractor's portion of the Work. Contractor agrees that should it fail to do so and, as a result, claim is made by a subcontractor on the payment bond furnished by the Contractor, and the Contractor is adjudicated as being responsible for such payment, Contractor shall, notwithstanding anything to the contrary in the Contract or at law, be solely responsible for payment of the subcontractor's attorney's fees if and to the extent such fees are required to be paid to the subcontractor under any contract or applicable law, and under no circumstances shall Contractor seek to charge such fees against the Town. § 9.6.2.1 If at any time there shall be evidence of any lien or other claim for which, if established, the Town may become liable, directly or indirectly, and which is chargeable to the Contractor,the Town may retain out of the payment then due or thereafter to become due, an amount sufficient to completely indemnify it against any such claim. If there proves to be any such claims after all the payments are made, the Contractor shall refund to the Town all moneys that the Town pays in discharging such claim in consequence of the Contractor's default. § 9.6.2.2 The Contractor warrants that title to all Work (including materials and equipment) covered by an Application for Payment will pass to the Town either by incorporation in the Work or upon the receipt of payment by the Contractor,whichever occurs first, free and clear of all liens, claims, security interests or encumbrances. § 9.6.3 The Town shall not have any obligation to pay or to see to the payment of any moneys to any Subcontractor except as may otherwise be required by law. § 9.6.4 No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Town, shall constitute an acceptance of any Work not in accordance with the Contract Documents. § 9.6.5 Notwithstanding the provisions of Section 9.6 but subject to paragraph 9.6.2, all progress payments shall be made in accordance with Chapter 30, Sections 39F, 39G and 39K (as appropriate) of the General Laws of the Commonwealth of Massachusetts, as amended. § 9.7 SUBSTANTIAL COMPLETION § 9.7.1 The term "Substantial Completion" as used in this Agreement shall mean the point at which, as certified in writing by the Architect/Engineer, the Project is at a level of completion in strict compliance with this Contract such that the Town or its designee can enjoy beneficial use and can use or operate it in all respects for its intended purpose and only minor items which can be corrected or completed without any material interference with the Town's use of the Work remain to be corrected or completed. Partial use of the Project shall not result in the Project being deemed substantially complete, and such partial use shall not be evidence of substantial completion. When the Contractor considers that the Work, or a designated portion thereof which is acceptable to the Town, is substantially complete as defined in Section 8.1.3, the Contractor shall prepare for submission to the Town a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. 00700-28 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 When the Town, on the basis of an inspection, determines that the Work or designated portion thereof is substantially complete,it will then prepare a Certificate of Substantial Completion which shall establish the Date of Substantial Completion, and may, in the Town's discretion, state the responsibilities of the Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance. Warranties required by the Contract Documents shall commence on the Date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion or Contract. § 9.7.1.1 The Contractor shall submit, prior to requesting substantial completion, written certification that: a. Equipment and systems have been tested in the presence of the Town's Representative and are operational; b. Town's designated staff has been instructed on all equipment and systems and a Town signed receipt has been furnished to the Architect/Engineer; c. Operational and Maintenance Manuals and record drawings have been submitted to and reviewed by the Architect and have been delivered to the Town with required corrections. Submit copies of receipts signed by Town's representative; d. Town has received the specified guarantees and spare parts and the Town has signed a receipt for same; e. Project has been completed and is ready for final inspection and an appropriate Certificate of Occupancy, if applicable, has been issued. § 9.7.2 Upon Substantial Completion of the Work or designated portion thereof and upon application by the Contractor and Certification by the Architect/Engineer, the Town shall make payment, reflecting adjustment in retainage, if any, for such Work or portion thereof as provided in the Contract Documents, subject to withholdings permitted by the Contract and law, including but not limited to G.L. c. 30, § 39G/K. § 9.7.3 The Contractor shall complete and correct any incomplete or defective work within thirty (30) calendar days from the date of Substantial Completion,unless otherwise agreed in writing by the Town. § 9.8 PARTIAL OCCUPANCY OR USE § 9.8.1 The Contractor agrees to the use and occupancy of the Project or any portion thereof by the Town, in the Town's sole discretion, before Substantial Completion of the Work. The Town and Contractor will reasonably cooperate with each other with respect to the completion of the Work by taking such reasonable steps as may be possible to avoid interference with the Work and the proper functioning of the facility. The Contractor shall not be responsible for wear and tear resulting solely from any such temporary occupancy. Notwithstanding the foregoing, use and occupancy of any part of the Work prior to Substantial Completion shall not relieve the Contractor from its obligations under the Contract and at law, including but not limited to maintaining the required payment and performance bonds and insurance required by this Contract and law. 00700-29 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 9.9 FINAL COMPLETION AND FINAL PAYMENT § 9.9.1 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect/Engineer will make such inspection and, when it finds the Work acceptable under the Contract Documents and that the Contract has been fully performed, it will issue a final Certificate for Payment stating that to the best of its knowledge, information and belief, and on the basis of its observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said final Certificate, is due and payable, subject, however, to any withholding for any claims of the Town, pursuant to the terms of the Contract and law, including but not limited to G.L. c. 30, § 39G/K. § 9.9.2 Notwithstanding the foregoing, neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the Town (1) an affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Town or his property might in any way be responsible,have been fully paid or otherwise satisfied, (2) consent of surety, if any, to final payment (3), if required by the Town, in its discretion,other data establishing payment or satisfaction of all such obligations,receipts,releases and waivers of liens arising out of the Contract,to the extent and in such form as may be designated by the Town, (4) written certification that the Work has been completed in accordance with the Contract Documents, and (5) written certification that the Project has been inspected for compliance with the Contract Documents. If any Subcontractor refuses to furnish a release or waiver required by the Town, the Contractor may furnish a bond satisfactory to the Town to indemnify him against any such lien. If any such lien remains unsatisfied after all payments are made, the Contractor shall refund to the Town all moneys that the latter may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees. § 9.9.2.1 Should the Architect/Engineer be required to reinspect the work because of the failure of the Contractor to comply with the certifications listed in § 9.9.2, the Architect/Engineer will bill the Town for all related cost incurred, and such cost will be deducted from the Contractor's final payment. § 9.9.3 Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. § 9.9.4 Notwithstanding anything in the Contract Documents to the contrary, final payment shall be made in accordance with the requirements of G.L.c.30, §39K (building projects) or §39G (public works projects), as amended. ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY § 10.1 SAFETY PRECAUTIONS AND PROGRAMS § 10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 00700-30 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 10.2 SAFETY OF PERSONS AND PROPERTY § 10.2.1 The Contractor shall take all reasonable precautions for safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: 1. all employees on the Work and other persons who may be affected thereby; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and 3. other property at the site or adjacent thereto, such as trees, shrubs, lawns,walks, landscape work, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. § 10.2.2 The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. The Contractor shall fully comply with the Dig Safe Laws. § 10.2.3 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying Town's and users of adjacent sites and utilities. § 10.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. § 10.2.5 The Contractor shall immediately, at its own expense, remedy all damage or loss to any property(public or private)referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and for which the Contractor is responsible under Sections 10.2.1.2 and 10.2.1.3., and restore such property to a condition similar or equal to that existing before such damage or injury was done by repairing, rebuilding or replacing it, or otherwise making good such damage or destruction, except damage or loss solely and directly attributable to the acts or omissions of the Town or Architect/Engineer and not attributable in any part to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to his obligations under the Contract, including Section 4.13. Where the damage or loss presents an immediate danger to the public, the Town, in its sole discretion and at the Contractor's expense, may promptly remedy such damage or loss without prior notice to the Contractor. The cost to the Town of remedying loss or damage under this § 10.2.5 may be deducted from sums otherwise due to the Contractor. § 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's Director unless otherwise designated by the Contractor in writing to the Town and Architect/Engineer. § 10.2.7 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. 00700-31 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 §10.2.8 The Contractor shall at all times protect excavations, trenches, buildings and materials from rain water, Groundwater, backup or leakage of sewers, drains and other piping, and from water of any other origin and shall remove promptly any accumulation of water. The Contractor shall provide and operate all pumps, piping and other equipment necessary to this end. § 10.2.9 The Contractor shall remove snow and ice which might result in damage or delay. § 10.2.10 During the progress of the Work and at all times prior to the date of Substantial Completion or occupancy of the Work by the Town, whichever is earlier, the Contractor shall provide temporary heat, ventilation, and enclosure, adequate to permit the Work to proceed in a timely fashion, and to prevent damage to completed Work or Work in progress, or to materials stored on the premises. § 10.2.11 The Contractor shall comply with the requirements of the Occupational Safety and Health Act and the Construction Safety Act of 1969, which are incorporated herein by reference, and all standards and regulations promulgated by the governmental and regulatory bodies responsible for administration thereof. The Contractor shall be responsible for compliance with such Acts, standards and regulations by its officers, agents, employees, Subcontractors, Sub- subcontractors, suppliers and material. The Contractor shall indemnify and hold harmless the Owner and the Architect from any and all fines, costs and expenses, including but not limited to reasonable attorney's fees,incurred by Town and Architect/Engineer due to violation of such Acts, standards and/or regulations. § 10.3 HAZARDOUS MATERIALS § 10.3.1 If the Contractor encounters or recognizes on the site any material known or reasonably believed to be hazardous, including but not limited to asbestos or polychlorinated biphenyl(PCB), the Contractor shall immediately stop Work in the area affected and report the condition to the Town and Architect/Engineer in writing, and take all measures to mitigate any and all damages resulting from such materials and from the stopping of the Work. The Contractor and the Town shall cooperate in implementing measures to remove or contain said material and the Contractor shall comply with all directions of the Architect/Engineer in the implementation of such removal or containment. § 10.4 EMERGENCIES § 10.4.1 In any emergency affecting the safety of persons or property, the Contractor shall act promptly and with reasonable care to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work must be submitted as a notice of claim and, if so submitted, shall be determined as provided in Article 7 for Changes in the Work. 00700-32 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 11 -INSURANCE AND BONDS § 11.1 CONTRACTOR'S LIABILITY INSURANCE § 11.1.1 The Contractor shall purchase and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 4. claims for damages insured by usual personal injury liability coverage; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; 6. claims for damages because of bodily injury, death of a person or property damage arising out of Town, maintenance or use of a motor vehicle; 7. claims for bodily injury or property damage arising out of completed operations. § 11.1.2 The insurance required by Section 11.1.1 shall include all major divisions of coverage and shall be on a comprehensive general basis including Premises and Operations (including X- C-U), Town's and Contractor's Protective, Products and Completed Operations, and Owned,Non- owned, and Hired Motor Vehicles. Such insurance shall be written for not less than any limits of liability required by law or those set forth in the Contract Documents, whichever is greater. All insurance shall be written on an occurrence basis, unless the Town approves in writing coverage on a claims-made basis. Coverage's, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of commencement of the Work until date of final payment and termination of any coverage required to be maintained after final payment. The Town and WorldTech Engineering, LLC shall be added as an Additional Insured on all policies. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and authorized to do business in Massachusetts. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits certificates of insurance. § 11.1.3 Certificates of insurance and copies of policies acceptable to the Town shall be filed with the Town prior to commencement of the Work. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverage's afforded under the policies will not be canceled or allowed to expire until at least 30 days'prior written notice has been given to the Town. If any of the foregoing insurance coverage's are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment as required by Section 9.10.2. Information concerning reduction of coverage on account of revised limits or claims paid under 00700-33 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief These certificates shall set forth evidence of all coverage required by Section 11.1.1 and 11.1.2. The Contractor shall furnish to the Town copies of any endorsements that are subsequently issued amending limits of coverage. § 11.2 TOWN'S LIABILITY INSURANCE § 11.2.1 The Contractor shall procure and pay for a policy of protective liability insurance insuring the Town and its officers, employees and agents against claims which may arise from operations under the Contract or relating thereto. § 11.3 PROPERTY INSURANCE § 11.3.1 The Contractor shall purchase and maintain property insurance upon the entire Work at the site to the full insurable value thereof. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and which have,and shall maintain throughout the pendency of this contract, a minimum financial rating of not less than A+according to A.M. Best or AAA according to Moody's. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits the Certificate of Insurance. Such insurance shall include the interests of the Town, the Contractor, Subcontractors and Sub-subcontractors in the work and shall insure against the perils of fire and extended coverage and shall include "all risks" insurance for physical loss or damage including without duplication, theft, vandalism and malicious mischief. This insurance shall also cover portions of the Work stored off the site or in transit. If this insurance is written with stipulated amounts deductible, the Town shall not be responsible for any difference between the payments made by the insurance carrier and the claim. The policy shall contain a provision that coverage's afforded under policies will not be canceled or allowed to expire until at least 30 days' written notice has been given to the Town. The Town shall be named insured within the policy. § 11.3.2 The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements,written where legally required for validity, shall require Subcontractors to make payments to their Sub-subcontractors in similar manner. § 11.3.3 The Town shall have the power to adjust and settle with its insurers any loss for which it has obtained insurance. § 11.3.4 Upon the occurrence of an insured loss,the Town and the Contractor shall cooperate with each other and with each other's insurer in the submission of claims and related information and the distribution of any insurance proceeds. If after such a loss no other special agreement is made, replacement of damaged work shall be covered by an appropriate change order. § 11.4 MINIMUM AMOUNT OF INSURANCE § 11.4.1 In no case shall the limits of liability for the insurance required by this section be less than specified in the Supplemental General Conditions. 00700-34 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 11.5 PERFORMANCE BOND AND PAYMENT BOND § 11.5.1 The Contractor shall furnish a Performance Bond in an amount at least equal to one hundred percent (100%) of the Contract price as security for the faithful performance of this Contract and also a Payment Bond in an amount not less than one hundred percent (100%) of the Contract price as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract. The Performance Bond and the Payment Bond may be in one or in separate instruments in accordance with local law, and in a form acceptable to the Town, and shall remain in effect through the one-year warranty period. ARTICLE 12 -UNCOVERING AND CORRECTION OF WORK § 12.1 UNCOVERING OF WORK § 12.1.1 If any portion of the work should be covered contrary to the request of the Town or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Town,be uncovered for his observation and shall be replaced at the Contractor's expense. § 12.1.2 If any other portion of the Work has been covered which the Town has not specifically requested to observe prior to being covered, the Town may request to see such Work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Contract Documents,the reasonable and necessary cost of uncovering and replacement shall,by appropriate Change Order,be charged to the Town. If such Work be found not in accordance with the Contract Documents, the Contractor shall pay such costs. The Contractor shall bear the cost of any loss, or damages to the Town resulting from such failure or defect. § 12.2 CORRECTION OF WORK § 12.2.1 The Contractor shall promptly correct all Work rejected by the Town as defective or as failing to conform to the Contract Documents whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including compensation for the Town's additional services made necessary thereby and any cost, loss or damages to the Town resulting from such failure or defect. § 12.2.1.1 Nothing in this Contract shall be construed as vesting in the Contractor any right or property in the materials used after they have been attached or affixed to the work or the soil, but all such materials shall, upon being so attached or affixed,become the property of the Town. § 12.2.2 The Contractor hereby certifies that if within one year after the Date of Substantial Completion of the Work or designated portion thereof or within one year after acceptance by the Town of designated equipment or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or requiring excessive service or maintenance or not in accordance with the Contract Documents, the Contractor shall correct it within seven (7) days after receipt of a written notice from the Town to do so unless the Town has previously given the Contractor a written acceptance of such approval, which written acceptance shall specifically refer to such defect. This obligation shall survive termination of the Contract. The provisions of this paragraph are in addition to, and not in limitation of, the Town's other rights and remedies hereunder and in law and equity. 00700-35 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 12.2.3 The Contractor shall remove from the site all portions of the Work which are defective or non-conforming and which have not been corrected under Sections 4.5.1, 12.2.1 and 12.2.2,unless removal is waived by the Town in writing. § 12.2.4 If the Contractor fails to correct defective or nonconforming Work as provided in Sections 4.5.1, 12.2.1 and 12.2.2 the Town may correct it in accordance with Section 3.4, and Contractor shall promptly pay all costs therefor, including the costs of the Architect/Engineer, costs to solicit bids for the work, and any attorneys' fees. § 12.2.5 If the Contractor does not correct defective or non-conforming Work within a reasonable time fixed by written notice from the Town, the Town may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Town may sell such Work without further notice to Contractor at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor,including compensation for the Town's additional services, and any and all attorneys' fees, made necessary thereby. If such proceeds of sale do not cover all costs which the Contractor should have borne,the difference shall be charged to the Contractor and an appropriate Construction Change Directive shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall promptly pay the difference to the Town. § 12.2.6 The Contractor shall bear the cost of making good all work of the Town or separate contractors destroyed or damaged by such correction or removal. § 12.2.7 Nothing contained in this Section 12.2 shall be construed to establish a period of limitation with respect to any other obligation which the Contractor might have under the Contract Documents, including Section 4.5 hereof. The establishment of the time period of one year after the Date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which his obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to his obligation other than specifically to correct the Work. § 12.3 ACCEPTANCE OF NONCONFORMING WORK § 12.3.1 If the Town prefers to accept defective or nonconforming Work, it may do so instead of requiring its removal and correction, in which case a Construction Change Directive or Change Order will be issued to reflect a reduction in the Contract Sum, as determined by the Town. Such adjustment shall be affected whether or not final payment has been made. 00700-36 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 13 -MISCELLANEOUS PROVISIONS § 13.1 GOVERNING LAW § 13.1.1 The Contract shall be governed by the law, and the courts, of the Commonwealth of Massachusetts notwithstanding any laws regarding conflicts of laws. All applicable provisions of Federal, state, or local laws, by-laws, rules, or regulations are incorporated into the Contract as if fully set forth herein. Contractor agrees that, notwithstanding anything to the contrary herein, service of process may be affected upon it by certified mail at the address provided in Section 13.3 below. § 13.2 SUCCESSORS AND ASSIGNS § 13.2.1 The Town and the Contractor each bind himself, his partners, successors, assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of such other party in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign the Contract or sublet it as a whole without the written consent of the Town, nor shall the Contractor assign any moneys due or to become due to him hereunder, without the previous written consent of the Town, which consent may be withheld in the sole discretion of the Town. § 13.3 WRITTEN NOTICE § 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended,or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice. § 13.4 RIGHTS AND REMEDIES § 13.4.1 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. § 13.4.2 No action or failure to act by the Town or Architect/Engineer shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder,except as may be specifically agreed in writing. § 13.5 TESTS AND INSPECTIONS § 13.5.1 If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any portion of the Work to be inspected, tested or approved, the Contractor shall give the Town timely notice of its readiness so the Town may observe such inspection, testing or approval. The Contractor shall bear all costs of such inspections, tests or approvals conducted by public authorities which are normal and customary for the type of work required by the Contract. All testing methods, organizations, and personnel shall be approved by the Town before the start of testing Work, without regard to what party will ultimately pay for such Work, provided, however, that the Town's approval or lack of approval shall under no circumstances relieve the Contractor of its obligations under the Contract,including but not limited to this Section 13.5. § 13.5.2 If the Town determines that any Work requires special inspection, testing, or approval which Section 13.5.1 does not include, it will instruct the Contractor to order such special 00700-37 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 inspection, testing or approval, and the Contractor shall give notice as provided in Section 13.5.1. If such special inspection or testing reveals a failure of the Work to comply with the requirements of the Contract Documents or any permit or governmental approval, the Contractor shall bear all costs of the inspection or testing as well as the cost to correct the non-conforming Work, including compensation for the Town's additional services made necessary by such failure; otherwise the Town shall bear the reasonable and necessary costs of the special inspection or testing, and an appropriate Change Order shall be issued. § 13.5.3 Required certificates of inspection,testing or approval shall be secured by the Contractor and promptly delivered by him to the Town. § 13.5.4 The Contractor shall obtain and deliver promptly to the Architect/Engineer any occupancy permit and any certificates of final inspection of any part of the Contractor's work and operating permits for any mechanical apparatus, such as elevators, escalators, boilers, air compressors, etc., which may be required by law to permit full use and occupancy of the premises by the Town. Receipt of such permits or certificates by the Architect/Engineer shall be a condition precedent to Substantial Completion of the Work. § 13.5.5 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. § 13.5.6 The Contractor shall keep the Architect/Engineer informed of the progress of its work. No work shall be closed or covered until it has been duly inspected and approved. Should uninspected work be covered, the Contractor shall, at its own expense, uncover all such work so that it can be properly inspected and after such inspection, it shall properly repair and replace all work interfered with. § 13.5.7 Any required laboratory tests of materials and finished articles to be incorporated in the work shall be made by bureaus, laboratories, or agencies approved by the Architect/Engineer, and the reports of such tests shall be submitted to the Architect/Engineer. § 13.6 LIMITATION OF LIABILITY § 13.6.1 The Town shall be liable, if ever, only to the extent of its interest in the Project; and no officer, director, partner, agent or employee of the Town shall ever be personally or individually liable with respect to this Contract or the Work. Each Subcontract shall include the foregoing limitation, which shall be effective if the Town ever succeeds to the Contractor's rights and obligations under a Subcontract. § 13.7 DEFENSE OF SUITS § 13.7.1 The Contractor shall be responsible for, and shall defend and pay all costs, attorneys'fees and liabilities,both direct and indirect,as a result of litigation arising out of this Contract,including but not limited to the Town's attorneys' fees. § 13.7.2 Neither final acceptance nor occupation of the premises by the Town shall relieve the Contractor of responsibility for all claims for labor, materials, and equipment arising out of this Contract. 00700-38 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 13.7.3 The Contractor shall indemnify and hold harmless the Town and the Architect/Engineer and their agents and employees from and against all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work. This obligation is in addition to and not a limitation of any of the other rights and remedies of the Town under the Contract and at law. § 13.8 COMMENCEMENT OF STATUTORY LIMITATION PERIOD.Any cause of action arising out of or relating to the Project shall be commenced within the time prescribed by the laws of the Commonwealth of Massachusetts. § 13.9 Severability.If any part,term,or provision of this Agreement is determined by an arbitrator or court of competent jurisdiction to be invalid, illegal, or unenforceable, such determination shall not affect or impair the validity, legality, or enforceability of any other part, term, or provision of this Agreement, and shall not render this Agreement unenforceable or invalid as a whole. Rather the part of this Agreement that is found invalid or unenforceable will be amended, changed, or interpreted to achieve as nearly as possible the same objectives and economic effect as the original provision, or replaced to the extent possible, with a legal, enforceable, and valid provision that is as similar in tenor to the stricken provision, within the limits of applicable law, and the remainder of this Agreement will remain in full force. § 13.10 Headings.The section headings in this Agreement are for convenience and reference only and in no way define or limit the scope or content of this contract or in any way affect its provisions. § 13.11 Independent Contractor. The Contractor is not an employee or agent of the Town, but is an independent contractor. ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 TERMINATION BY THE TOWN § 14.1.1 The Town may,without prejudice to any other right or remedy,terminate the Contract for cause if any of the following defaults shall occur: 1. The Contractor has filed a petition, or a petition has been filed against the Contractor with its consent, under any federal or state law concerning bankruptcy, reorganization, insolvency or relief from creditors, or if such a petition is filed against the Contractor without its consent and is not dismissed within sixty (60) days; or if the Contractor is generally not paying its debts as they become due; or if the Contractor becomes insolvent; or if the Contractor consents to the appointment of a receiver,trustee, liquidator, custodian or the like of the Contractor or of all or any substantial portion of its assets and such appointment or possession is not terminated within sixty (60) days; or if the Contractor makes an assignment for the benefit of creditors; 2. The Contractor refuses or fails, except in cases for which extension of time is provided under this Contract's express terms, to supply enough properly skilled workers or proper materials to perform its obligations under this Contract, or the Architect/Engineer has determined that the rate of progress required for the timely completion of the Work is not being met; 3. The Contractor fails to make prompt payment to Subcontractors or for materials, equipment, or labor; 00700-39 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 4. All or a part of the Work has been abandoned; 5. The Contractor has sublet or assigned all or any portion of the Work,the Contract,or claims thereunder,without the prior written consent of the Town, except as expressly permitted in this Contract; 6. The Contractor has failed to comply with any applicable Laws, regulations, permits, ordinances, rules or orders or approvals of any public authority having jurisdiction; 7. The Contractor disregards an instruction, order or decision of the Architect/Engineer; 8. The Contractor fails to maintain,or provide to the Town evidence of the insurance or bonds required by this Contract, or 9. The Contractor has failed to prosecute the Work or any portion thereof to the standards required under this Contract or has otherwise breached any material provision of this Contract. § 14.1.2 The Town shall give the Contractor ten days' written notice of such termination for cause, but any notice required to be given to any bond surety shall be the sole responsibility of Contractor, notwithstanding anything to the contrary in any bonds. In the event of such termination, and without limiting any other available rights and remedies, the Town may, at its option, do any one or combination of the following, among other things: 1. hold the Contractor and its sureties liable in damages for a breach of Contract; 2. notify the Contractor to discontinue all work, or any part thereof, and the Contractor shall discontinue all work, or any part thereof, as the Town may designate; 3. complete the Work, or any part thereof, and charge the expense of completing the Work or part thereof, to the Contractor; 4. require the surety or sureties to complete the Work and perform all of the Contractor's obligations under this Contract. § 14.1.3 If the Town elects to complete all or any portion of the Work as specified in Section 14.1.2.3 above, it may take possession of all materials, equipment, tools, machinery, implements at or near the Site owned by the Contractor and finish the Work at the Contractor's expense by whatever means the Town may deem expedient; and the Contractor shall cooperate at its expense in the orderly transfer of the same to a new contractor or to the Town as directed by the Town, notwithstanding any pending litigation or other proceeding initiated in connection with the termination. In such case the Town shall not make any further payments to the Contractor until the Work is completely finished to the Town's satisfaction. The Town shall not be liable for any depreciation, loss or damage to said materials,machinery,implements or tools during said use and the Contractor shall be solely responsible for their removal from the site of the Work after the Town has no further use for them. Unless so removed within fifteen days after notice to the Contractor to do so, they may be sold at public auction, and the proceeds credited to the Contractor's account, or the Town's account if the Contractor has not compensated the Town for all damages caused by the Contractor; or they may, at the option of the Town, be stored at the Contractor's expense subject to a lien for the storage charges. § 14.1.4 Damages and expenses incurred under Section 14.1.2 above shall include, but not be limited to,costs for the design or extra engineering services and Project Manager services required, in the opinion of the Town,to successfully inspect and administer the construction contract through final completion of the Work,and all attorneys' fees incurred by the Town in connection with such damages. 00700-40 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 14.1.5 Expenses charged under Section 14.1.2 above may be deducted and paid by the Town out of any moneys then due or to become due the Contractor under this Contract,or any other contract between the Town and Contractor. § 14.1.6 All sums damages, and expenses incurred by the Town to complete the Work shall be charged to the Contractor. In case the damages and expenses charged are less than the sum that would have been payable under this Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference. In case such expenses shall exceed the said sum, the Contractor shall promptly pay the amount of the excess to the Town. § 14.1.7 The Town shall incur no liability by reason of such termination. § 14.1.8 The Contractor shall not be relieved of liability to the Town by virtue of any termination of this Contract, and any claim for damages against the Contractor relating to the Contractor's performance under this Contract shall survive any termination hereunder. § 14.2 TERMINATION BY THE TOWN FOR CONVENIENCE § 14.2.1 The Town may terminate this Contract for convenience even though the Contractor is not in default by giving notice to the Contractor specifying in said notice the date of termination. § 14.2.1 In the event that the Contract is terminated pursuant to Section 14.2.1,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 materials 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 the Town to establish the Town's title to such material or equipment or otherwise protect the Town's interest. The payment provided in this section shall be considered to fully compensate the Contractor for all claims and expenses and those of any consultants, Subcontractors, and suppliers, directly or indirectly attributable to the termination, including any claims for lost profits. § 14.2.2 Upon termination of this Contract for convenience as provided in Section 14.2.1 of this Article, the Contractor shall: (1) stop the Work; (2) stop placing orders and Subcontracts in connection with this Contract; (3) cancel all existing orders and Subcontracts; (4) surrender the site to the Town in a safe condition; (5) transfer to the Town all materials, supplies, work in process, appliances, facilities, equipment and machinery of this Contract, and all plans,Drawings, specifications and other information and documents used in connection with this Contract. § 14.2.3 The Town shall incur no liability by reason of such termination. 00700-41 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ARTICLE 15—MEDIATION § 15.1 A claim, dispute or other matter may be submitted to mediation at the sole discretion of the Town, as provided in Section 7.5. § 15.2 At the sole discretion of the Town, the Town and Contractor may endeavor to resolve their Claims and other matters in question between them by mediation and negotiation which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with the Construction Industry Mediation Procedures in effect on the date of the Agreement. A request for mediation shall be made in writing, delivered to the Contractor, and filed with the person or entity administering the mediation. § 15.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. ARTICLE 16—ARBITRATION § 16.1 If negotiation or mediation fails to bring about resolution of any Claim, then at the Town's sole discretion, the Claim shall be subject to arbitration, as provided in Section 7.5. § 16.2 The award rendered by the arbitrator shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. 00700-42 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00800 SUPPLEMENTAL GENERAL CONDITIONS Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § SUPPLEMENTAL CONDITIONS INTRODUCTION The following Supplementary General Conditions shall modify, change, delete from or add to Section 00700 GENERAL CONDITIONS. Where any Subsection of the General Conditions is modified,or any Article Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplemental General Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. The General Conditions, Supplementary General Conditions and Special Conditions are complementary and shall be read together. Insofar as these Sections cannot be reconciled, the Special Conditions take precedence over all other conditions, and the Supplementary General Conditions take precedence over the General Conditions. § SUPPLEMENTAL CONDITIONS TO ARTICLE 1 Add the following Sub-Sections to§L I DEFINITIONS.• § SC 1.1.6 TOWN- The public body or authority with whom the Contractor has entered into the Agreement and for whom the Work is to be provided. Town of Watertown has authorized the DPW Superintendent and its authorized representative(s) to act as the Owner for this Contract. § SC 1.1.7 AWARDING AUTHORITY- same definition as Town. § SC 1.1.8 BIDDER-Any person, firm or corporation submitting a BID for the work. § SC 1.1.9 FINAL COMPLETION - The work has been fully completed and ready for its intended use as required by Contract Documents and to the satisfaction of ENGINEER and Town, and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. If a tentative list of items to be completed or corrected was issued with a certificate by Substantial Completion or issued subsequent thereto, such items shall be completed or corrected before work is considered fully completed." § SC 1.1.10 STANDARD SPECIFICATION - Massachusetts Department of Transportation Standard Specifications for Highways and Bridges,latest edition and all addendums, supplemental specifications, interim specifications, and errata. § SC 1.1.11 STANDARD DETAILS - Massachusetts Department of Transportation Standard Construction Details, Standard Drawings for Traffic Signals and Highway Lighting latest edition and all addendums, supplemental specifications and errata. § SC 1.1.12 MUTCD -Manual on Uniform Traffic Control Devices 2009 with revisions 1 and 2. § SC 1.1.13 ARCHITECT/ENGINEER or ENGINEER—The person, firm, or corporation duly appointed by the Owner to undertake the duties and powers herein assigned to the Engineer, acting either directly or through duly authorized representatives. For this Contract: WorldTech Engineering, LLC. 00800-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § SC 1.1.14 DESIGNER-WorldTech Engineering, LLC. § SC 1.1.15 WORK WEEK - The CONTRACTOR shall work during a normal eight (8) hour day, five (5) day week (Monday through Friday) excluding holidays as defined in the wage rate decision. Work at other times, including nights and weekends, shall be at the option of, and only with written approval of, the OWNER. § SC 1.1.16 SUBSTANTIAL COMPLETION—The term "Substantial Completion" shall mean the point at which, as certified in writing by the Architect/Engineer, the Project is at a level of completion in strict compliance with this Contract such that the Town can use or operate it in all respects for its intended purpose and only minor items that can be corrected or completed without any material interference with the Town's use of the Work remain to be corrected or completed. Partial use of the Project shall not result in the Project being deemed substantially complete, and such partial use shall not be evidence of substantial completion.CONTRACTOR shall not be given phased or staged substantial completion as equipment is started up and operated. All new equipment which is installed under this Contract,whether operating or not, shall remain in the full control and responsibility of the CONTRACTOR until the entire project reaches substantial completion. § SC 1.1.17 RESIDENT PROJECT REPRESENTATIVE (RPR) — The person, firm, or corporation duly appointed by the Town who is assigned to the project site or any part thereof § SC 1.1.18 TOWN'S PROJECT MANAGER—The DPW Superintendent or his designee will be the Owner's Project Manager for this Contract and will perform all duties assigned to him. § SUPPLEMENTAL CONDITIONS TO ARTICLE 4 Add the following paragraph to Section 4.5.4: Wherever it may be written that an equipment manufacturer must have a specified period of experience with his product, equipment which does not meet the specified experience period may be considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit for the duration of the specified time period which will guarantee replacement of that equipment in the event of failure. Add the following paragraph to Section 4.3.1: This Project is subject to the Contract Work Hours and Safety Standards Act. The Contract Work Hours and Safety Standards Act (40 USC 327 et seq) and the regulations of the Department of Labor under 29 CFR Part 5 require contractors and subcontractors to pay wages to laborers and mechanics on the basis of an eight-hour work day and 40-hour work week and to pay at least time and a half for work performed in excess of these time limitations. Also, the Act prohibits contractors and subcontractors from requiring laborers and mechanics to work in hazardous, unsanitary or dangerous conditions (see 29 CFR Part 1926). 00800-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Add the following new sub-section to Section 4.8: § 4.8.4 The Contractor shall provide the Town with the name and telephone number of the project Superintendent and an emergency telephone number where he can be reached 24 hours per day for the duration of the construction period. Change the first sentence of Section 4.9.1 to the following sentence: The Contractor shall, within ten (10) days after receipt of Notice to Proceed, submit to the DPW Superintendent or his designee and Architect/Engineer for review, comment and approval a submittals schedule for all materials and equipment required for this Project pursuant to the requirements set forth in the Contract Documents. Add the following paragraph to the end of Section 4.11.S: It is the CONTRACTOR'S responsibility to prepare, coordinate and review all submittals prior to delivery to the ENGINEER. The ENGINEER will review each submittal and the first resubmittal without cost to the CONTRACTOR. The CONTRACTOR, however, shall reimburse the Town for all reasonable costs associated with the ENGINEER'S and his consultant's review of each subsequent resubmittal. For the purpose of this paragraph only, submittals include, Product Data Catalog Cuts and Samples. Add the following Sections to Article 4: § 4.18 TRAFFIC MANAGEMENT The Contractor shall follow approved traffic management procedures. All proposed work zones shall be delineated with temporary traffic signs and channelization devices provided and installed in accordance with the Massachusetts Department of Transportation Standards for Work Zone Safety Guidelines for Municipalities and Contractors. Unless traffic management plans are outlined in this contract. If specific traffic management plans are provided the contract set and the Contractor proposes deviates from any traffic management plan contained herein, the Contractor shall submit his revised traffic management plans to the DPW Superintendent or his designee for approval. The Contractor shall give notice to the DPW Superintendent or his designee at least forty-eight(48) hours in advance of beginning any work affecting the maintenance of traffic and shall not proceed with surfacing operations without specific notice to, and the approval of, the DPW Superintendent or his designee. Any traffic detours proposed by the Contractor shall be subject to approval by the DPW Superintendent or his designee. All proposed traffic detours shall be submitted two (2) weeks before the intended implementation date. Any detours or changes in normal traffic patterns or road closures shall be coordinated by the contractor with the Town of Watertown Fire Department and Police Department. The Contractor shall provide a detour map indicated the proposed route of the detoured traffic, all proposed signs, the proposed hours of operation, the proposed location of detail officers and barricades. 00800-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Traffic police for use under this contract shall be paid for by the Contractor on an hourly basis and shall be reimbursable by the Town. An allowance for traffic police is included as part of this contact. § 4.19 DRAINAGE/WATERWORK Any work needed to resolve a conflict of existing Town owned drainage or water systems shall not be performed without approval of the DPW Superintendent or his designee. All proposed drainage or water work shall be performed only as noted on the plans or approved by the DPW Superintendent or his designee during construction. The Contractor will be held fully responsible for replacement or correction of any work undertaken to resolve such conflicts without prior approval of the DPW Superintendent or his designee. No separate payment will be made for the maintenance of the existing drainage system by diversion or pumping or for plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.20 WATER FOR CONSTRUCTION PURPOSES Temporary water connections for construction purposes shall be done in accordance with the rules and regulations of the Massachusetts Department of Environmental Protection and the Town of Watertown Department of Public Works. The Contractor is required to provide a backflow preventer meeting the Town of Watertown's standards and obtain a permit from the Department of Public Works before tapping into any hydrant within the Town. The Town will provide water for construction purposes when water restrictions are not in force. If water restrictions are in force the Contractor,at his own expense,shall supply his own source of water for construction purposes. The approval of the Department of Public Works shall be obtained before water from the Town's water distribution system is used. Waste of water by the Contractor shall be sufficient cause for withdrawing the privilege of use. The Town will suspend the work for any violation of this provision. It shall be the Contractor's responsibility to ensure that all subcontractors likewise understand and comply with this provision. The Contractor shall be provided with water for flushing, testing and chlorinating water mains, at no cost,but only once for each section of pipe. Any water required for additional flushing, testing and re-chlorination shall be billed to the Contractor at the prevailing rates, and this sum of money shall be paid by the Contractor upon receipt of a billing by the Town. The Town may at his option deduct such amounts of money from periodic estimates for payment. § 4.21 ENVIRONMENTAL PROTECTION It shall be the Contractor's responsibility to comply with all environmental policies. The Contractor shall be responsible for obtaining any necessary permits in relation thereto. The Contractor shall operate only in those areas approved by the DPW Superintendent or his designee and shall provide protective measures called for in various contract items or at the direction of the DPW Superintendent or his designee. All protective measures shall be maintained by the 00800-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Contractor until removal is approved by the DPW Superintendent or his designee or at the end of the Project. The Contractor shall maintain all construction and storage areas free of debris and trash. The Contractor shall be responsible for restoration of disturbed areas as provided for in the various Items. Any damage to areas not approved by the DPW Superintendent or his designee shall be restored at the Contractor's expense. Should the Contractor fail to make the necessary repairs the Town may make such repairs and backcharge them against the Contractor. Daily maintenance and fueling of equipment shall be conducted awav from all wetlands resource areas. The Contractor shall have sufficient materials on hand to control and clean up any spillage. In the event of an accidental spillage within any wetland area,the Contractor shall take immediate action to prevent contamination of wetland areas; he shall cease operations and notify the DPW Superintendent or his designee. The cost of cleanup of any contamination shall be the responsibility of the Contractor. Maintenance and repair other than daily requirement shall be done off-site at the Contractor's own facility or service yard. From time to time the site may be visited or inspected by Local, State or Federal agencies responsible for protection of the environment. The Contractor shall cooperate with the representatives and shall not hinder or impede their work. All protective measures shall be paid for in the costs of the various items. The Contractor shall provide for removal of dirt spilled from his trucks on existing pavement over which it is hauled or otherwise deposited whenever in the judgment of the DPW Superintendent or his designee the accumulation is sufficient to cause the formation of mud or dust or interfere with drainage. The Contractor shall provide positive methods and apply dust control materials to minimize raising dust from construction operations. The Contractor shall provide positive means to prevent air- borne dust from dispersing into the atmosphere. No separate payment will be made for this work, but all costs in connection therewith shall be included in the prices bid for various contract items. The Contractor shall provide weekly power-sweeping of streets and gutters and daily sweeping of sidewalks within Limits of Work.No separate payment will be made for this work,but all costs in connection therewith shall be included in the prices bid for various contract items. The Contractor shall provide sanitary facilities for the use of workers at the site and shall ensure that they are maintained in a clean condition. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The sanitary conveniences shall be the obligation and responsibility of the Contractor. 00800-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.22 MAINTAINING DRAINAGE SYSTEMS The Contractor shall maintain the drainage system in the project areas to provide continual drainage of the traveled ways and construction area. All pipes and structures installed as part of this Contract shall be left in a clean and operable condition at the completion of the work. No separate payment will be made for the maintenance of the existing drainage system for diverting or pumping or for plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.23 SITE INVESTIGATION The Contractor shall satisfy him/herself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and/or Specifications. Any failure of the Contractor to acquaint himself with the available information will not relieve him/her from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Town assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Town. § 4.24 SURVEY,LINES, GRADES AND MEASUREMENTS The Contractor shall employ a competent surveyor or civil engineer, registered within the Commonwealth of Massachusetts to establish all lines, elevations, reference marks,batter boards, etc., needed by the Contractor during the progress of the Work and from time to time to verify such marks by instrument or other appropriate means. The DPW Superintendent or his designee shall be permitted at all times to check the lines, elevations, reference marks,batter boards, etc., set by the Contractor,who shall correct any errors in lines, elevations, reference marks, batter boards, etc., disclosed by such check. Such a check shall not be construed to be an approval of the Contractor's work and shall not relieve or diminish in any way the responsibility of the Contractor for the accurate and satisfactory construction and completion of the entire Work. The Contractor shall make, check, and be responsible for all measurements and dimensions necessary for the proper construction of and the prevention of misfittings in the Work. § 4.25 PROPERTY BOUNDS The Contractor shall exercise due care when working around all property bounds which are to remain. Should any damage to a bound result from the actions of the Contractor, the bound shall be replaced and certified as to the correct location by a Massachusetts registered professional land surveyor as directed by the DPW Superintendent or his designee and at no cost to the Town. § 4.26 CONSTRUCTION IN STREETS The Contractor shall note that no construction in streets is permitted after the asphalt plants have closed for the season. The Contractor's work shall be scheduled accordingly. 00800-7 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.27 INTERFERENCE WITH AND PROTECTION OF STREETS The Contractor shall not close or obstruct any portion of a street, road, or private way without obtaining permits therefore from the proper authorities. If any street, road or private way shall be rendered unsafe by the Contractor's operations, he shall make such repairs or provide such temporary ways or guards without delay that are acceptable to the DPW Superintendent or his designee. Streets, roads, private ways, and walks under construction and not closed shall be maintained passable and safe at all times by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefore. The Contractor shall, at least 24 hours in advance, notify the DPW Superintendent or his designee and the Police and Fire Departments in writing if the closure of a street or road is necessary. The Contractor shall cooperate with the DPW Superintendent or his designee in the establishment of alternate routes and shall provide adequate detour signs,plainly marked and well lighted, in order to minimize confusion. At the end of each work day the Contractor shall fill in or cover with steel plates of adequate strength to carry traffic all open trenches, test pits or other excavations determined by the DPW Superintendent or his designee to be unsafe. The roadway shall be free of construction debris and excavated material and shall be relatively smooth to provide safe passage. The Contractor shall erect substantial barriers at the ends of open ditches; stockpiled construction materials or other obstructions and shall erect warning signs and provide adequate lights or flares to guard the barriers, trenches, and excavation. § 4.28 TEMPORARY ACCESS Access to businesses and residences must be maintained at all times. The Contractor shall provide safe and ready means of ingress and egress to all stores and shops, public and private and professional offices and any other businesses or residences in the project area,both day and night, for the duration of the project. § 4.29 COORDINATION WITH TOWN AGENCIES The Contractor shall supply the Police Department, Fire Department and Department of Public Works with the following information: 1. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the DPW Superintendent or his designee; 2. Immediate notification of any utility breaks. § 4.30 TREE REMOVAL AND CUTTING OF BRANCHES In the event that tree removal or branch cutting is required for the prosecution of the work, any tree removals and all cutting of tree branches shall be approved in advance by the DPW Superintendent, or his designee. 00800-8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.31 TREE PROTECTION The Contractor shall exercise special care when excavating near trees. The provisions outlined in the specification for Item 102.51 (INDIVIDUAL TREE PROTECTION) shall be carefully followed. § 4.32 CONSTRUCTION IN STREETS RESTRICTION The Contractor should be aware of and become familiar with any construction in streets restrictions mandated by the Owner, which may prohibit construction in the streets between certain periods. The Contractor shall not have any claim for the extension of the time for the completion of the work under this contract as a result of this restriction. While working in any of the conditions noted herein the contractor shall be required to provide access to local abutters and emergency vehicles at all times. HOURS OF OPERATION Daily restricted hours of operation shall be between 9:00 am and 3:30 pm Work restrictions shall be as follows: ONE LANE OPERATION Along each roadway, one lane shall remain open for vehicle traffic and one sidewalk shall remain open at all times during operations that can be performed with one lane open, such as pipe installations, manhole and utility work, sidewalk and curbing installation, etc. DETOURS All Detours shall be approved by Watertown DPW Superintendent, or his designee and coordinated with the Watertown Police and Watertown Fire Department at least two weeks prior to implementation. Approved Detours are allowed between 9:00 am and 3:30 pm ONLY. Detours shall be allowed for construction activities that,in the opinion of the DPW Superintendent, or his designee, will require the closure of both lanes of traffic. Operations such as existing pavement reconstruction or full width paving are examples of operations that may require a road closure. The contractor is required to provide the proper amount of equipment and manpower to perform these operations in an efficient manner. 00800-9 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.33 USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (1) Take every precaution against injuries to persons or damage to property; (2) Store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not duly interfere with the progress of his work or the work of any other contractors; (3) Place upon the work or any part thereof only such loads as are consistent with the safety of the portion of the work; (4) Clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations,to the end that all times the site of the work shall present a neat, orderly and workmanlike appearance; (5) Before final payment, remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; (6) Effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifications and,except with the consent of the DPW Superintendent or his designee, not to cut or otherwise alter the work of any other Contractor. § 4.34 NOTICE TO OWNERS OF UTILITIES Written notice shall be given by the Contractor to all public service corporations or officials, owning or having charge of publicly or privately-owned utilities, of his intention to commence operations affecting such utilities, at least one month in advance of the commencement of such operations, and the Contractor shall at the same time file a copy of such notice with the DPW Superintendent or his designee. Before the Contractor begins any work or operations which might damage any subsurface structures, he shall carefully locate all such structures and conduct his operations so as to avoid any damage to them. The Contractor shall prepare a list of the names and addresses of the utilities owners that have utility services in the Town and within the project limits. The list shall include all relevant contact information including the name of the utility owner, the contact person,the address, and emergency phone numbers and cell phone numbers. The list shall include the contact information for the Watertown Fire Department, Police Department, Department of Public Works and Conservation Commission. The Contractor shall provide a copy of the list to the DPW Superintendent or his designee and maintain the list,making needed updates as required. 00800-10 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 The Contractor shall mark out limits and request a dig safe of the project areas as needed and in advance of his/her operations. The Contractor shall review the project area after the dig safe is complete to review the information marked for potential conflicts with the proposed work. Dig Safe Center 1-888-DIG-SAFE (1-888-344-7233) Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in protecting or repairing property as specified in this section shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore. The Contractor shall be required to furnish all labor,materials, and equipment necessary to protect underground structures and electrical vaults within the project site from construction debris and water penetration. When underground structures or electrical vault roofs are excavated, the Contractor shall be responsible for maintaining security of these structures or electrical vaults against unauthorized access. The Contractor shall be responsible for leaving the structures and vaults in a state of water tightness equal to that existing at the commencement of the contract. § 4.35 COMPLIANCE WITH NOISE ORDINANCE The Contractor shall adhere to the Town of Watertown Noise Ordinance, as amended. § 4.36 OPEN EXCAVATIONS All open excavations shall be adequately safe guarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The length of open trench will be controlled by the particular surrounding conditions but shall always be confined to the limits prescribed by the Town. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, special construction procedures shall be taken, such as limiting the length of open trench or requiring that the trench shall not remain open overnight. § 4.37 OCCUPYING PRIVATE PROPERTY The Contractor shall not enter upon or occupy with men, tools, equipment or materials any property outside the rights-of-way or property of the Owner,except after the consent of the Owners or their agents. § 4.38 PUBLIC SAFETY AND CONVENIENCE The Contractor shall, without additional compensation, take every measure necessary for the protection of personnel and property, including the employment of necessary warning devices, barricades, signs, special apparel,etc.,in the performance of the work. The Contractor,shall,without additional compensation,be required to provide safe and convenient access to all abutters at all times, except as may be authorized in writing by the DPW Superintendent, or his designee. The Contractor shall provide necessary access for fire apparatus and other emergency vehicles through the work zones to all streets and all abutting properties at all times. Unless otherwise approved by the DPW Superintendent, or his designee, one lane shall be open to through traffic at all times during the execution of the work. The Contractor shall at all times provide access to public and private lots and alleys in the work area or arrange 24 hours in advance for disruption in access. 00800-11 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Sweeping and cleaning of surfaces beyond the limits of the project to clean up material caused by spillage or vehicular tracking during the various phases of the work shall be considered as incidental to the work being performed under the Contract and there will be no additional compensation. Before the start of work, the Contractor shall post all locations in compliance with the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor shall familiarize himself with the provisions of the MUTCD Part VI Construction and Maintenance. During construction, the Contractor shall provide traffic warning devices that conform to the MUTCD and Town of Watertown Traffic Regulations in order to properly protect traffic and pedestrians from the Work. The Contractor shall be responsible for providing, positioning, repositioning, maintaining and removing signs through the course of the project as deemed necessary by the DPW Superintendent, or his designee. When it is deemed necessary by the DPW Superintendent, or his designee or the Chief of Police that detail Police Officers are needed they will be provided by the Contractor. The Town shall reimburse the Contractor for the cost of the Police Detail upon presentation of the cancelled check. It is the Contractor's responsibility to cancel a Police Detail at a minimum of four hours in advance of the start of the shift if conditions so warrant. The Contractor shall not be reimbursed for Police Details if the Contractor fails to show for the job or if the Contractor fails to cancel the detail with adequate advance notice. This provision of Police Details shall not relieve the Contractor of the responsibility of providing proper traffic control devices when operating adjacent to the roadway while it is open to the public. Any costs associated with these devices are the responsibility of the Contractor and shall be accounted for in the Unit Costs unless otherwise provided for. The Contractor shall provide sufficient fencing, barricades and signage and otherwise provide for security around all excavations and stockpiles. Cost for these items shall be included in the Unit Costs for the Items of Work. The above provisions represent minimal requirements for maintenance of traffic and safety and may be modified at the discretion of the DPW Superintendent, or his designee. § 4.39 PROTECTION OF UTILITIES AND PROPERTY The Contractor, in constructing or installing facilities alongside or near sanitary sewers, storm drains, water or gas pipes, electric or telephone conduits, poles, sidewalks, walls, vaults or other structures,trees,shrubs,grass and landscaping shall,at his expense, sustain them securely in place, cooperating with the officers and agents of the various utility companies and municipal departments which control them, so that the services of these structures shall be maintained. The Contractor shall also be responsible for the repair or replacement, at his own expense, of any damage to such structures caused by his acts or neglect and shall leave them in the same condition as they existed prior to commencement of the work. In case of damage to utilities, the Contractor shall promptly notify the utility owner and shall, if requested by the DPW Superintendent, or his designee, furnish labor and equipment to work temporarily under the utility owner's direction in providing access to the utility. 00800-12 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Pipes or other structures damaged by the operation of the Contractor may be repaired by the Town or by the utility owner that suffers the loss. The cost of such repairs shall be borne by the Contractor, without compensation therefore. The Contractor's attention is directed to the necessity of making his own investigation in order to assure that no damage to existing structures, drainage lines, traffic signal conduits, etc. will occur. The contract drawings indicate the approximate location in plan of know subsurface and overhead utilities. The Contractor shall satisfy himself to the exact location of subsurface and overhead utilities through his own research. If, as the work progresses, it is found that any of the utility structures are so placed as to render it impracticable, in the judgment of the DPW Superintendent, or his designee, to do the work called for under this Contract, the Contractor shall protect and maintain the services in such utilities and structures and the DPW Superintendent,or his designee will, as soon thereafter as reasonable, cause the position of the utilities to be changed or take such other actions deemed suitable and proper. If live service connections are to be interrupted by excavations of any kind, the Contractor shall not break the service until new services are provided. Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the work involved in protecting or repairing property as specified in this section, shall be considered included in the prices paid for the various Contract items of work and no additional compensation will be allowed therefore. In case of damage to utilities,the Contractor shall promptly notify the owner and shall,if requested, furnish manpower under the owner's direction in getting access to the utility. Pipes or other structures damaged by the operation of the Contractor may be repaired by the impacted utility company. The cost of such repairs shall be borne by the Contractor without compensation therefore. The work to be done under this contract may necessitate changes in properties of utility companies listed elsewhere in this document. Immediately after executing the contract the Contractor shall confer with the owners of all utilities in order that relocations may be made at times consistent with operation of this contract. The Contractor shall notify utility companies in writing at least 72 hours (excluding Saturdays, Sundays and legal holidays) before excavating in any public way and shall notify Dig Safe at Telephone Number 1-888-344-7233. § 4.40 SAFETY AND HEALTH REGULATIONS This project is subject to all of the Safety and Health Regulations (CFR 29 Part 1926 as amended) as promulgated by the U.S. Department of Labor on June 24, 1974. Contractors are urged to make themselves familiar with the requirements of these regulations. § 4.41 NOT USED 00800-13 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.42 CARE AND PROTECTION OF PROPERTY The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission,neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the DPW Superintendent or his designee. § 4.43 PRECAUTIONS UNDER ELECTRIC LINES The Contractor's attention is directed to the Occupational Safety and Health Administration,29 CFR Part 1926,relating to construction equipment clearances at overhead electric lines based on voltage. For the protection of personnel and equipment, the Contractor should be aware of this regulation especially during paving operations using large semi-trailer vehicles. § 4.44 WORK DONE BY OTHERS Relocation of all private utilities made necessary by the construction of this project, will be accomplished by the respective utility companies, at their expense. § 4.45 DRAINAGE The Contractor shall maintain the drainage system in the project areas to provide continual drainage of the travel ways and construction area. All pipes and structures installed as part of this Contract shall be left in a clean and operable condition at the completion of the work. No separate payment will be made for the maintenance of the existing drainage system or for diverting flow or pumping or plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.46 CONSTRUCTION IN STREETS The Contractor should note that no construction in streets is permitted after the asphalt plants have closed for the season. The Contractor's work should be scheduled accordingly. § 4.47 WORK DURING INCLEMENT WEATHER No work shall be done under these Specifications except by permission of the DPW Superintendent or his designee when the weather is unfit for good and careful work to be performed. Should the severity of the weather continue, the Contractor upon the direction of the Town, shall suspend all work until instructed to resume operations by the Town and the Contractor Time shall be extended to cover the duration of the order. Work damaged during periods of suspension due to inclement weather shall be repaired and/or replaced by the Contractor. No earth fill or embankment shall be placed upon frozen material. If there is a delay in the Work due to the weather conditions, the necessary precautions must be taken to bond new Work to old. § 4.48 INTOXICATING CHEMICALS The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating chemicals upon or about the work. 00800-14 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.49 GUARANTEE The Contractor guarantees that the work and services to be performed under the Contract, and all workmanship,materials and equipment performed, furnished,used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, Specifications and other Contract Documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the work as stated in the final estimate. If at any time within the said period of guarantee,any part of the work requires repairing,correction or replacement, the Town may notify the Contractor in writing to make the required repairs, correction or replacements. If the Contractor neglects to commence making such repairs, corrections or replacements to the satisfaction of the Town within 10 days from the date of receipt of such notice or having commenced fails to prosecute such work with diligence, the Town may employ other persons to make said repairs, correction or replacements, including compensation for additional professional services, shall be paid by the Contractor. Nothing contained in the Section shall be construed as a limitation as to any and all rights the Town may have against the Contractor for any neglect or for any breach of this Provision § 4.50 INSUFFICIENCY OF SAFETY PRECAUTIONS If, at any time, in the judgment of the DPW Superintendent or his designee, the Work is not properly made safe in regard to public travel, persons on or about the Work, or public or private property, the DPW Superintendent or his designee shall have the right to order such safeguards to be erected and such precautions to be taken as he deems advisable,and the Contractor shall comply promptly with such orders. If, under such circumstances, the Contractor does not or cannot immediately put the work and the safeguard into proper and approved condition or if the Contractor or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the DPW Superintendent or his designee may put the work into such condition that it shall be in his opinion, in all respects safe. The Contractor shall pay all costs and expenses incurred by the DPW Superintendent or his designee or Town in so doing. Such action of the DPW Superintendent or his designee or failure to take such action, shall in no way relieve or diminish the responsibility of the Contractor for any and all costs, expenses, losses, liability, claims, suits, proceedings, judgments, awards, or damages resulting from by reason of, or in connection with the failure to take precautions or the insufficiency of the safety precautions taken by him or by the DPW Superintendent or his designee acting under authority of this section. 00800-15 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 4.51 CONTRACTOR'S RESPONSIBILITY FOR 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. The Contractor shall be responsible to the Town 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. 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 Town in its administration of the Agreement, or by inspections, tests or approvals required or performed by persons other than the Contractor. § 4.52 SITE INFORMATION NOT GUARANTEED 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 Town. 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 Town 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. 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 Grounds for any claim or demand against the Town, 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. § SUPPLEMENTAL CONDITIONS TO ARTICLE 5 Add the following paragraph to Section 5.1.2: The CONTRACTOR shall submit one copy of each of his subcontracts to the ENGINEER and demonstrate the subcontractor's ability to complete the portion of the work he/she is charged with. This shall include compliance with contract requirements. 00800-16 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § SUPPLEMENTAL CONDITION TO ARTICLE 7 Add the following to the end of Section 7.2.1: There have been no reports of explorations and tests of subsurface conditions utilized by the ENGINEER in preparation of the Contract Documents. All existing structures and subsurface structures identified by the ENGINEER were based on the best information available. Add the following at the end of subsection7.3.1: The Town reserves the right to increase or decrease quantities as directed by the Director of Public Works or his representative. The Town also reserves the right to change locations of the work as directed by the Superintendent of Public Works or his representative. § SUPPLEMENTAL CONDITIONS TO ARTICLE 8 Add the following Sub-Sections to Section 8.3 § 8.3.5 The ENGINEER shall evaluate CONTRACTOR's request for extension of Contract Time as follows: a. The ENGINEER will determine whether the amount of labor (man-hours) reasonably correlates to the magnitude of the addition or reduction of the work. b. If the labor requested is determined reasonable, the ENGINEER shall evaluate the impact the additional labor has on the rate of the entire crew. This evaluation will consider whether the addition in work is critical to the CONTRACTOR's schedule and, if critical, to what extent the progress of the CONTRACTOR's overall crew is affected. c. The CONTRACTOR shall provide the ENGINEER with all information necessary for ENGINEER to make this analysis. § 8.3.6 The CONTRACTOR is not entitled to any time extension until the CONTRACTOR's scheduled completion date exceeds the contract completion date." § 8.3.7 No Damages for Delay: The CONTRACTOR shall not be entitled to damages for any delay regardless of the cause of the same. The CONTRACTOR's only remedy in the event of a delay shall be an extension of the Contract Time and only to the extent allowed in the Contract documents." 00800-17 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Add the following to Sub-Section to Section 8.4: § 8.4.2 The Bid and the Agreement contain paragraphs specifying the Contract Time stated as a number of consecutive calendar days following execution of the Contract, and the dollar amount of liquidated damages to be paid to the Town for each calendar day beyond the specified completion period that the work remains uncompleted. § 8.4.3 The date of beginning and the Contract Time for the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. § 8.4.4 The CONTRACTOR shall proceed with the work at such rate of progress to insure Final Completion within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR and the Town, that the Contract Time for the completion of the work described herein is a reasonable time,taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. § 8.4.5 If the CONTRACTOR shall fail to fully complete the work within the Contract Time, or extension of time granted by the Town,then the CONTRACTOR will pay to the Town the amount for liquidated damages as specified in this Section 8.4 for each calendar day that the CONTRACTOR shall be in default after the time stipulated in the BID and Agreement. § SUPPLEMENTAL CONDITIONS TO ARTICLE 9 Substitute the second sentence of section 9.6.1 with the following paragraph: The owner shall withhold a retainage equal to five (5) percent of each partial payment. This will be reduced to the amount determined by the Town and DPW Superintendent to be necessary to assure completion of the work, or cover claims against the Contractor, after the date of Substantial completion. 00800-18 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § SUPPLEMENTAL CONDITIONS TO ARTICLE 11 Add the following Sub-Section: § SC 11.4.2 CONTRACTOR'S LIABILITY INSURANCE AMOUNTS REQUIRED In no case shall the limits of liability be less than the following: 1. Contractor's Liability Insurance a. Workers Compensation, etc. under the General Conditions: State: Statutory Applicable Federal Statutory Employer's Liability: $1,000,000. b. Comprehensive General Liability(including Premises-Operations;Independent Contractor's Protection; Products Liability and Completed Operations; Broad Form Property Damage); Bodily Injury (including completed operations and products liability for up to 3 years after the completion of the project): $ 1,000,000 Each Occurrence $3,000,000 Annual Aggregate Property Damage: $ 1,000,000 Each Occurrence $3,000,000 Annual Aggregate Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverages. Personal Injury, with employment exclusion deleted $ 3,000,000 . Annual Aggregate c. Comprehensive Automobile Liability: Bodily Injury: $1,000,000 Each Person $1,000,000 Each Occurrence 00800-19 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 Property Damage: $1,000,000 Each Occurrence or a combined single limit of$ 2,000,000 d. Contractual Liability: Bodily Injury: $1,000,000 Each Occurrence Property Damage: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate e. Umbrella Liability, Body Injury+Property Damage combined including completed operations $5,000,000 Add the following at the end of Paragraph 11.1.3: Certificates from the insurance carrier shall be filed in triplicate with the Town and shall state the type of coverage, limits of liability and the expiration date on each certificate. With respect to insurance identified in paragraphs: 11.1.3, 11.1.4, 11.1.5, and 11.1.7 (Comprehensive General Liability), such insurance shall name the TOWN OF WATERTOWN and WORLDTECH ENGINEERING,LLC as additional named insured. § SUPPLEMENTAL CONDITIONS TO ARTICLE 12 Add the following Section to Article 12: § 12.4 DIMENSIONS AND LOCATIONS Where the dimensions and locations of existing structures are of importance in the installation or connection of any part of the Work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information. 00800-20 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § SUPPLEMENTAL CONDITIONS TO ARTICLE 13 Add the following Sections to Article 13: § 13.12 MATERIALS REMOVED AND STACKED The Contractor shall carefully remove and store these materials at a site designated on the project by the DPW Superintendent or his designee for their subsequent removal by the Town, or transported to a location within the Town specified by the DPW Superintendent or his designee, or legally disposed of as directed by the DPW Superintendent or his designee. The Contractor furnishes any necessary equipment and labor for loading the material on the Town's trucks. Payment for this work shall be included in respective bid items. § 13.13 STORAGE OF MATERIALS AND EQUIPMENT All excavated materials and equipment to be incorporated in the Work shall be placed so as not to injure any part of the Work or existing facilities and so that free access can be had at all times to all parts of the Work and to all public utility installation in the vicinity of the Work. Materials and equipment shall be kept neatly piled and compactly stored in such locations as will cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants. § 13.14 DISPOSAL OF SURPLUS MATERIALS All existing and other materials not required or needed for use on the project, and not required to be removed and stacked by the DPW Superintendent or his designee, shall become the property of the Contractor and shall be removed from the site during the construction period and disposed of legally.No separate payment will be made for this work,but all costs in connection therewith shall be included in the prices bid for various contract items. § 13.15 PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in the Contract shall be deemed to be inserted herein,the Contract shall be read and enforced as though they were included herein and such provision shall prevail over any inconsistent language herein. If through mistake or otherwise any such provision is not inserted then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. §13.16 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY Discriminatory employment practices by contractors, subcontractors and suppliers of goods and services based on race, color, religion, national origin, ancestry, age or sex are prohibited. Contractors and suppliers of goods and services shall give written notice of their commitment to non-discrimination to any labor union, association or brotherhood with which they have a collective bargaining or other agreement. The Contractor shall not discriminate against or exclude any person from participation herein on Grounds of race,religion,color, sex,age or national origin,and that it shall take affirmative actions to ensure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age, handicapped status or national origin. 00800-21 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 § 13.17 LIENS If at any time any notices of lien are filed for labor performed or materials or equipment manufactured, furnished or delivered to or for the work, the Contractor shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition,the Town shall have the right to retain from any monies payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof. § 13.18 NOTICES, COMPLIANCE WITH LAWS 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 Town with reproductions of all permits, licenses and receipts for any fees paid. The Town represents that it has disclosed to the Contractor all orders and requirements known to the Town of any public authority particular to this Agreement. 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 Town in writing, and any necessary changes shall be accomplished by appropriate modification. 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 Town, he shall assume full responsibility therefore and shall bear all costs attributable thereto. 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 Town 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. § 13.19 PRICE ADJUSTMENT Notwithstanding any general or special law to the contrary, this contract shall be subject to the provisions stated in Chapter 303 Section 60 and Chapter 86 of the Acts of 2008 relative to energy escalation. A price adjustment for liquid asphalt and Portland Cement shall be made on a monthly basis when the monthly change exceeds +/- 5 percent. Base prices for this contract shall be the New Method period prices posted on the MassDOT website, httDs://www.mass.2ov/service- details/2018-massdot-contract-price-adjustments, for the month of the Contract bid opening. § 13.20 PREVAILING WAGE In accordance with General Laws Chapter 149,Section 26 through 27D,the Contractor is obligated to comply with the prevailing wage rates established by the Commissioner of the Department of Labor and Workforce Development for mechanics, apprentices, chauffeurs,teamsters and laborers employed on the Project. The schedule of applicable prevailing wage rates for the Project,together with a Certificate of Compliance therewith, are set forth in Attachment A herein. 00800-22 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00820a CHANGE ORDER FORM Page 1 of 2 Project Number Change Order Number_ Contract Amount(As Bid)........................................................$ Net Chanize in Contract Price (this Change Order)..................$ Net Change in Contract Price (all other Change Orders).........$ Total Adjusted Contract Price..................................................$ This Change Order extends the time to complete the Work by calendar days. The extended completion date is This Change Order checked by: (Chief) Resident Engineer Date This Change Order is requested by This Change Order is recommended by Consultant Engineer P.E. # Date The undersigned agree to the terms of the Change Order and certifies that such Change Order is in conformance with M. G. L. C.30, Section 39I. Contractor Date Town Date Certification of Appropriation under M. G. L. C.44, Section 31C: Adequate funding in an amount sufficient to cover the total cost of this Change Order is available. By: Certification Officer Date 00820a-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 CHANGE ORDER FORM Page 2 of 2 Public Entity Project Number Contract Number Change Order Number Contract Title Town's Name Town's Address Contractor's Name: Contractor's Address: Description of Change Reason for Change 00820a-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00820b CERTIFICATE OF FINAL COMPLETION OF WORK CONTRACT NO. AGREEMENT DATE CONTRACT DESCRIPTION: COMPLETION DATE PER AGREEMENT AND CHANGE ORDERS FINAL CERTIFICATION OF CONTRACTOR I hereby certify that the Work as identified in the Final Payment Request for construction Contract Work dated , represents full compensation for the actual value of Work completed. All Work completed conforms to the terms of the Agreement and authorized changes. Date CONTRACTOR Signature Title FINAL CERTIFICATION OF ENGINEER I have reviewed the CONTRACTOR'S Final Payment Request dated and hereby certify that to the best of my knowledge, the cost of the Work identified on the Final Estimate represents full compensation for the actual value of Work completed and that the Work has been completed in accordance with the terms of the Agreement and authorized changes. This certification is provided in accord with the terms of General Condition Article 14. WORLDTECH ENGINEERING, LLC Date Signature Title 00820b-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 FINAL ACCEPTANCE OF TOWN I, as representative of the Town, accept the above Final Certifications and authorize Final Payment in the amount of$ and direct the Contractor's attention to the General Conditions -Article 14. The guaranty for all Work completed subsequent to the date of Substantial Completion, expires one (1) year from the date of this Final Acceptance. DEPARTMENT OF PUBLIC WORKS WATERTOWN, MASSACHUSETTS Date Authorized Representative Signature END OF SECTION 00820b-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00850 INCORPORATION OF APPLICABLE PROVISIONS OF THE MASSACHUSETTS GENERAL LAWS Certain provisions of the Massachusetts General Laws are applicable to Construction contracts including, but not limited to, those contained in Chapter 30 and Chapter 149. All applicable provisions of the Massachusetts General Laws are incorporated into the Contract as if fully set forth herein and shall prevail over any conflicting provisions of the General or Supplemental General Conditions. 00850-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00860 TOWN OF WATERTOWN NOISE ORDINANCE 00860-1 5/10/2019 CHAPTER 95: NOISE REGULATIONS xx Print Watertown, MA Code of Ordinances CHAPTER 95: NOISE REGULATIONS Section 95.01 Prohibition of noise emissions 95.02 Definitions and measurements of noise 95.03 Duties and responsibilities of town departments 95.04 Exceptions 95.05 Enforcement 95.99 Penalty § 95.01 PROHIBITION OF NOISE EMISSIONS. (A) No person owning, leasing or controlling a source of sound shall willfully, negligently, or through failure to provide necessary equipment, service, or maintenance or to take necessary precautions cause, suffer, allow or permit unnecessary emissions from said source of sound that may cause noise. (B) Division(A) of this section shall pertain to, but shall not be limited to, prolonged unattended sounding of burglar alarms, construction and demolition equipment which characteristically emit sound but which may be fitted and accommodated with equipment such as enclosures to suppress sound or may be operated in a manner so as to suppress sound, suppressible and preventable industrial and commercial sources of sound, and other man-made sounds that cause noise. (C) All devices employed in construction or demolition shall be prohibited from use during the hours of- (1) 7:00 p.m. to 7:00 a.m. from Monday through Friday; (2) 7:00 p.m. on Fridays through 8:00 a.m. on Saturdays; and (3) 7:00 p.m. on Saturdays through 8:00 a.m. on Sundays. (Ord. 6,passed 9-13-1983; Am. Ord. 14,passed 3-12-1996) Penalty, see § 95.99 § 95.02 DEFINITIONS AND MEASUREMENTS OF NOISE. (A) The town hereby incorporates into and makes apart of this chapter the provisions of Chapter 310 Code of Massachusetts Regulations, Section 7.00 entitled Air Pollution Control Regulations. (B) These regulations shall govern the definitions, measurement and restriction of sources of noise emission. (C) For the purposes of this chapter, a CONDITION OF NOISE POLLUTION shall be a noise source which increases noise levels 10 dB or more above the background noise level. If the noise level is judged by ear to have a tonal sound, an increase of 5 dB above background noise level is sufficient to cause noise pollution. library.amlegal.com/alpscripts/get-content.aspx 1/2 5/10/2019 CHAPTER 95: NOISE REGULATIONS xx (Ord. 6,passed 9-13-1983) § 95.03 DUTIES AND RESPONSIBILITIES OF TOWN DEPARTMENTS. (A) All town departments and agencies shall, to the fullest extent consistent with other laws, carry out their programs in such a manner as to further the policy of this chapter. (B) All town departments and agencies shall comply with Federal and State laws and regulations and the provisions and intent of this ordinance respecting the control and abatement of noise to the same extent that any person is subject to such laws and regulations. (Ord. 6,passed 9-13-1983) § 95.04 EXCEPTIONS. This chapter shall apply to the control of all sound originating within the limits of the Town of Watertown except the following: (A) The emission of sound for the purpose of alerting persons to the existence of an emergency or to the emission of sound in the performance of emergency work or in training exercises related to emergency activities. (B) Noncommercial public speaking and public assembly activities as guaranteed by state and federal constitutions. (C) Domestic equipment such as lawn mowers and power saws between the hours of 7:00 a.m. and 9:00 p.m. (Ord. 6,passed 9-13-1983) § 95.05 ENFORCEMENT. The Board of Health shall be the primary enforcement agency of the terms of this chapter. In addition, any Police Department or Fire Department official or building inspector or their designee, acting within their jurisdictional area, is authorized to enforce this chapter. (Ord. 6,passed 9-13-1983) § 95.99 PENALTY. (A) Any person who violates any provision of this chapter, if convicted, shall be fined no less than $50 nor more than $100 for the first offense and not less than $200 nor more than$500 for each succeeding offense. (B) Each subsequent day or part thereof of violation of this chapter, whether the violation be continuous or intermittent, shall be construed as a separate and succeeding offense. (Ord. 6, passed 9-13-1983) 1ibrary.amlegal.com/alpscripts/get-content.aspx 2/2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SECTION 00900 SUPPLEMENTAL SPECIFICATIONS 00900-1 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 SCOPE OF WORK General The work to be done under this contract shall be in accordance with these specifications and includes the pedestrian focused complete streets improvements at three locations within the Town of Watertown. Specific locations include a raised crosswalk along Warren Street adjacent to the Cunniff Elementary School, a raised crosswalk at the Whites Avenue crossing of the Watertown Community Path, reconstructing the Watertown Community Path between the Whites Avenue crossing and Winter Street, and the reconfiguration of the Watertown Street crosswalk at Theurer Park. Rehabilitation Work Required The contract includes items related to pavement milling, hot mix asphalt paving, removing and resetting existing granite curb, drainage system modifications, installation of new curb at curb extensions, reconstruction of concrete sidewalks, ADA/AAB conforming wheelchair ramps, rectangular rapid flashing beacons, signing, pavement markings, the provision of safety controls and signing for construction operations and other incidental items and related work as directed by the DPW Superintendent. All work shall be performed in accordance with the relevant provisions of the MassDOT Standard Specifications and these Specifications and completed within the identified bid items. Finished Grades In general,the final grades of the proposed roadways shall be consistent with the existing condition grades except that the final sidewalk and wheelchair ramps shall comply with all ADA and AAB regulations for cross slopes and ramps slopes. The Contractor shall meet all existing grades at driveways, walks and walls, etc. The Contractor shall use caution when working along the front of existing retaining walls so as not to undermine the wall; any patching required on the face of abutting walls shall be considered incidental to the work. The Town of Watertown reserves the right to change, modify, increase or decrease the limits of work. All work shall be performed in accordance with these Specifications. All work done under this contract shall be in conformance with the Massachusetts Department of Transportation-Highway Division latest editions of the STANDARD SPECIFICATIONS FOR HIGHWAYS AND BRIDGES, and all SUPPLEMENTAL SPECIFICATIONS, MASSDOT ENGINEERING DIRECTIVES,CONSTRUCTION STANDARD DETAILS,THE STANDARD DRAWINGS FOR SIGNS AND SUPPORTS, THE 2009 MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, the STANDARD DRAWINGS FOR TRAFFIC SIGNALS AND HIGHWAY LIGHTING, THE WORK ZONE SAFETY GUIDELINES, THE STANDARD TRAFFIC CONTROL PLANS, the CONTRACT PLANS, and these SPECIAL PROVISIONS. Note: All work in this contract shall conform to all the rules and regulations of the ARCHITECTURAL ACCESS BOARD (521 CMR 1.00 et. seq.) and MASSDOT's 2017 Construction Standard Detail and all relevant Engineering Directives. 00900-2 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 102.51 INDIVIDUAL TREE PROTECTION EACH The work under this item shall conform to the relevant provisions of Sections 771 and shall be for furnishing and installing temporary tree trunk protection and for limb pruning to prevent injury to the tree from construction equipment and activities. Trunk armoring is for instances where construction activity (the use of heavy equipment) comes close enough to potentially damage the tree trunk or limbs. It is to be used where shown on the plans and as directed by the Engineer. REFERENCES If requested, the Contractor shall provide to the Engineer one copy of the latest edition of the American National Standards Institute(ANSI)A300 Standard Practices for Tree, Shrub,and Other Woody Plant Maintenance: Part 1-Pruning and Part 5-Construction Management Standard. Provision of reference shall be incidental to this item. MATERIALS Trunk armoring shall be such that it prevents damage to the trunk from construction equipment. Selected material shall be such that installation and removal will not damage the trunk. Acceptable materials include 2x4 wood cladding with wire or metal strapping, or, for instances when duration of construction activities is less than three months, corrugated plastic pipe mounted with duct tape. Height of cladding shall be from base of tree (including root flare)to the bottom of the first branch or as recommended by the Arborist. Material and methods shall be approved by the Engineer. Other materials or methods may be acceptable if approved by an Arborist. METHODS OF WORK Prior to construction activities, the Town, the Engineer, the Contractor, and the Arborist, if specified, shall review trees noted on the plans to be protected. Final decision as to trees armored and/or pruned shall be per the Engineer. Care shall be taken to avoid damage to the bark during installation and removal of armoring.Trunk armoring shall be replaced and maintained such that it is effective for as long as required and shall be removed immediately upon completion of work activities adjacent to trees. Pruning of limbs shall conform to the techniques and standards of the most recent ANSI A300 standards. 00900-3 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 102.51 (Continued) DAMAGES & PENALTIES In the event that trees designated for protection under this item are damaged,including root damage from unapproved trespassing onto the root zone, the Contractor shall, at his own expense obtain an Arborist. The Arborist shall be approved by the Town and the Engineer. If, based on the recommendations of the Arborist, the Engineer determines that damages can be remedied by corrective measures, such as repairing trunk or limb injury, soil compaction remediation, pruning, and/or watering, the damage will be repaired as soon as possible within the appropriate season for such work and according to industry standards. If the Engineer determines that damages are irreparable, the Contractor shall pay for the damages in the amount of$500.00 per diameter inch at breast height (DBH)per tree. Additionally, if the Engineer determines that the damages are such that the tree is sufficiently compromised as to pose a future safety hazard,the tree shall be removed.Tree removal will include cleanup of all wood parts, grinding of the stump to a depth sufficient to plant a replacement tree or plant, removal of all chips from the stump site, and filling the resulting hole with topsoil. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 102.51 will be measured and paid at the contract unit price per Each. This will include full compensation for all labor, equipment, materials, and incidentals for the satisfactory completion of the work and the subsequent removal and satisfactory disposal of the protective materials upon completion of the contract. In the event of tree damage,cost of Arborist services,of remediation measures,and/or tree removal will be borne by the Contractor. Payment under this item will be scheduled throughout the length of contract: ■ 40% of value shall be paid upon installation of trunk armoring and completion of pruning work, if required. ■ 60% shall be paid at the end of construction operations that would damage the tree and after protection materials have been removed and properly disposed of by the Contractor. In the event of repairable damages, payment shall be made after the completion of remediation measures. In the event of irreparable damage due to lack of proper protective measures being take there will be no compensation in addition to the $500.00 per diameter inch penalty. 00900-4 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 102.521 TREE AND PLANT PROTECTION FENCE FOOT The work under this Item shall conform to the relevant provisions of Sections 644 and 771 of the Standard Specifications and the following: Work under this item consists of furnishing, installing, removing and resetting, maintaining fence in a vertical and effective position at all times, and final removal of temporary fence. The purpose of the fence is to prevent damage to tree roots, tree trunks, soil, and all other vegetation within a delineated Tree and Plant Protection Zone (TPPZ) as shown on the plans, as directed by the Engineer, and as described herein. Protection shall be for the duration of the construction activities unless otherwise directed. MATERIALS Temporary Fence shall be such that it provides a minimum 48-inch tall barrier that remains vertical and effective (not sagging) for the duration of period required. Fence shall be plastic orange safety fence (recommended where high visibility is necessary),wooden snow fencing, or other approved material. Per the Arborist or Engineer, additional posts, deeper post depths, and/or additional attachments will be used if the fabric or fence sags, leans or otherwise shows signs of failing to create a sufficient barrier to access. REFERENCES If requested, the Contractor shall provide to the Engineer one copy of the American National Standards Institute (ANSI) A300 Standard Practices for Tree, Shrub, and Other Woody Plant Maintenance Part 1, Pruning and Part 5, Construction Management Standard. Provision of reference shall be incidental to this item. ESTABLISHMENT OF TPPZ Fencing shall be used for construction areas, staging areas, and stockpile areas as shown on the plans and as directed by the Engineer to establish the Tree and Plant Protection Zone (TPPZ). Fence shall be located as close to the work zone limit and as far from the trunk as possible to maximize the area to be protected. Fence shall run parallel and adjacent to construction activity to create a barrier between the work zone and the root zone or designated limit of plants and soils to be protected. When construction activities surround (or have the potential to surround) trees or plants to be protected, a circular enclosure shall be used. In these instances, the TPPZ limit shall be the Drip Line of each tree or as close as possible to the Drip Line, and as shown on the plans and details. The Drip Line is defined as the limit of tree canopy. 00900-5 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 102.521 (Continued) The Contractor shall not engage in any construction activity within the TPPZ without the approval of the Engineer, including: operating, moving or storing equipment; storing supplies or materials; locating temporary facilities including trailers or portable toilets; and shall not permit employees to traverse the area to access adjacent areas of the project or use the area for lunch or any other work breaks. METHOD OF WORK Fence shall be installed prior to any construction work or staging activities and shall be installed and maintained in a vertical and effective position at all times. Fence shall be repositioned where and as necessary for optimum effectiveness.Repositioning shall be incidental to this item. Fence shall not be moved without prior approval by the Engineer. The TPPZ shall be protected at all times from compaction of the soil; damage of any kind to trunks, bark, branches, leaves, and roots of all plants; and contamination of the soil with construction materials, debris, silt, fuels, oils, and any chemicals substance. In the event of spills, compaction or damage,the Contractor shall take corrective action immediately using methods approved by the Engineer in coordination with an Arborist. After construction activities are completed, or when directed by the Engineer, fence, stakes, and other materials shall be removed and disposed off-site by the Contractor. REQUIRED WORK WITHIN THE TPPZ In the event that grading, trenching, utility work, or storage is unavoidable within the TPPZ, the Engineer shall be notified. Measures may be required for tree protection and preservations, including air spading, the use of six-inch depth of wood chips or approved matting for root protection, pruning of branches, and/or trunk protection. These protection measures will be paid under applicable items. Landscaping work specified within the TPPZ shall be accomplished by hand tools. Where hand work is not feasible,with permission of the Engineer, work shall be conducted with the smallest mechanized equipment necessary. TREE AND PLANT DAMAGES OR LOSS If the TPPZ is intruded upon, at the discretion of the Engineer, the Contractor will be required to provide a more durable barrier(e.g., Jersey Barriers)to secure the area. Cost of furnishing and installing additional or more durable barrier shall be borne by the Contractor. If the Contractor intrudes into a TPPZ without approval, soil will be considered compacted and tree root damage will be assumed. Action will be taken as specified below. 00900-6 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 102.521 (Continued) In the event that trees designated for protection under this item are damaged,including root damage from unapproved trespassing onto the root zone, the Contractor shall, at his own expense obtain an Arborist. The Arborist shall be approved by the Town and the Engineer. If, based on the recommendations of the Arborist, the Engineer determines that damages can be remedied by corrective measures, such as repairing trunk or limb injury, soil compaction remediation, pruning, and/or watering, the damage will be repaired as soon as possible within the appropriate season for such work and according to industry standards. If the Engineer determines that damages are irreparable, the Contractor shall pay for the damages in the amount of$500.00 per diameter inch at breast height (DBH)per tree. Additionally, if the Engineer determines that the damages are such that the tree is sufficiently compromised as to pose a future safety hazard,the tree shall be removed.Tree removal will include cleanup of all wood parts, grinding of the stump to a depth sufficient to plant a replacement tree or plant, removal of all chips from the stump site, and filling the resulting hole with topsoil. Shrubs will be replaced with a plant of similar species and equal size or the largest size plants reasonably available. The Engineer will approve the size and quality of the replacement plant. Replacement will include a minimum of one year of watering and care. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 102.521 will be measured and paid for payment by the Foot of Tree and Plant Protection Fence,complete in place. This includes all labor,materials,equipment,maintenance,final removal and disposal of the protective materials, damages repair, and all incidental cost required to complete the work. Payment under this item will be scheduled throughout the length of contract: • Payment of 40 percent of value will be made upon installation of Fence; • The remaining 60 percent will be made when protection materials have been removed and disposed off-site. No separate payment will be made for costs of remedial actions,including addition of more durable barriers, or arborist services,but all costs in connection therewith shall be included in the Contract unit price bid. In the event of irreparable damage due to lack of proper protective measures being take there will be no compensation in addition to the $500.00 per diameter inch penalty. 00900-7 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 120.1 UNCLASSIFIED EXCAVATION CUBIC YARD The work to be done under this Item shall conform to the relevant provisions of Section 120 of the Standard Specifications, and the following: GENERAL The work to be done under this Item shall consist of removing and disposing all the materials obstructing the execution of required work as shown on the plans and as directed and except materials for which payment is made under other items of this Contract. The work under this Item shall include, but is not limited to, the satisfactory removal of hot mix asphalt and/or concrete sidewalks / shared use paths, concrete driveways, concrete slabs, reinforced concrete, gutters, pipes, hot mix asphalt pavement, hot mix asphalt curb, concrete curb, brick, cobblestones, boulders,buried foundations,headwalls,footings,fencing,posts,irrigation control valves,and any other items required to be removed to complete the proposed construction. Edges of excavation made in existing pavement shall be squared by sawcutting with power driven tools to provide a neat, clean edge for jointing new pavement as shown on the Plans. Ragged, uneven edges shall not be accepted. Pavement areas that have been broken or undermined shall be edged neatly with a minimum disturbance to the remaining pavement. Payment for saw cutting pavements will be made under the respective payment items. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Measurement and Payment for Unclassified Excavation shall be at the Contract unit price bid per Cubic Yard which price shall constitute full payment for all labor, material and equipment necessary to complete the Item to the satisfaction of the Engineer. 00900-8 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 153. CONTROLLED DENSITY FILL-EXCAVATABLE CUBIC YARD The work under this Item shall conform to the relevant provisions of Section 150 and 901, of the Standard Specifications, and the following: GENERAL This item shall be used as for backfill around conduit installation, within the limits of the roadway, associated with the Rectangular Rapid Flashing Beacon at the Whites Avenue raised crosswalk and at additional locations as directed by the Engineer. MATERIALS Controlled Density Fill shall be Type 2E and shall meet Materials Specification M4.08.0. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 153.will be measured and paid at the Contract unit price per Cubic Yard of Controlled Density Fill - Excavatable complete in place, which price shall include all labor, equipment, materials, and all incidental costs required to complete the work. ITEM 220.6 SANITARY STRUCTURE REBUILT FOOT The work to be done under this Item shall conform to the relevant provisions of Section 220 of the Standard Specifications, and the following: GENERAL This work shall include the rebuilding of sanitary structures to the limits determined by the Engineer. For sanitary structures which, in the opinion of the Engineer, need to be rebuilt, the casting and deteriorated masonry shall be removed until a clean, sound base is obtained upon which concrete blocks or brick may be set to rebuild the structure. The castings shall be set to the finished grade in areas of milling and overlay. Castings located within the limits of the raised intersections shall be remodeled to an intermediate grade and adjusted to finished grade prior to final paving. The Contractor shall maintain the existing sewer system(including but not limited to pipes and manholes) in service throughout construction. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 220.6 will be measured and paid for at the Contract unit price per Foot,which price shall include all labor, equipment,materials, and all incidental costs required to complete the work. 00900-9 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 220.8 SANITARY STRUCTURE REMODELED EACH The work under this item shall conform to the relevant provisions of Section 220 and the following: GENERAL Work under this item shall include excavation,protection of the existing manhole, a masonry core, watertight sealing, backfilling, compaction and site restoration. The Contractor shall take every precaution and care not to damage the structural condition of the existing sanitary structure. The Contractor will be fully responsible for any damage to the existing sanitary structure resulting from his work. The brick for sanitary structures shall be sound, hard and uniformly burned brick, regular and uniform in shape and size, of compact texture and satisfactory to the Engineer. Brick shall comply with ASTM Standard Specifications for sewer brick(made from clay or shale),Designation C-32- 63 or Grade SA, hard brick, except that the mean of five tests for absorption shall not exceed 8 percent by weight. Rejected brick shall be immediately removed from the work and brick satisfactory to the Engineer substituted. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 220.8 will be measured and paid for at the Contract unit price per Each which price shall include all labor, materials, equipment and incidental costs required to complete the work. Payment will include the cost of excavation, protection of the existing manhole, backfilling, compaction and final grading. 00900-10 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 222.3 FRAME AND GRATE (OR COVER)MUNICIPAL STANDARD EACH The work to be done under this Item shall conform to the relevant provisions of Section 201 and 220 of the Standard Specifications, and the following: This work shall include furnishing new castings. MATERIALS MassDOT Standard Frame and Cover(Type A)24-inch diameter shall be placed on new structures as specified or where existing frame and covers are determined by the Engineer to be broken or unacceptable. Covers supplied for drain / sanitary manholes shall not include a legend (i.e. DRAIN, SEWER, etc.). Frame and grates shall conform to AASHTO-M105 Class 30. Catch basin frames shall be 4- flange. Grates shall have a two-directional or "grid pattern" type. Grates at low point locations must be able to accept flow from either direction. All grates shall be suitable for use on facilities where bicycle travel is legally allowed. The standard frame height shall be eight (8) inches. Four (4) inch frames will be allowed only at locations where shallow outlet pipes preclude the use of 8-inch frames. Frame and Grate (or Cover)Municipal Standard shall be provided from an approved vendor listed on the MassDOT Qualified Construction Materials List http://www.massdot.state.ma.us/highway/DoingBusinessWithUs/ApprovedMaterialsandFabricat ors/ConstructionMaterials.aspx METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 222.3 will be measured and paid for at the Contract unit price per Each, which price shall include all labor, materials, equipment and incidental costs required to complete this work. Each Frame and Grate or Frame and Cover is considered as a single unit. The installation of these castings on new structures is considered incidental to Items 201., 202., 202.1, and 204. The installation of these castings on existing structures is considered incidental to Items 220., 220.2, 220.3, 220.5, 220.6, 220.7, and 220.8. 00900-11 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 234.12 12 INCH POLYVINYL CHLORIDE- FOOT SDR 35 DRAIN PIPE The work to be done under this Item shall conform to the relevant provisions of Section 230 of the Standard Specifications, and the following: GENERAL The work shall consist of new drainage pipe as shown on the plans and at the direction of the DPW Superintendent. The Contractor shall furnish all labor,materials,tools and equipment necessary to perform all operations in connection with excavating bedding, placing and backfilling drainage piping. Payment for sawcutting shall be considered incidental to the respective item.No separate payment will be made for sawcutting. The work shall conform to the relevant provision of Section 120 of the Standard Specifications and the following. The work shall include the sawcutting of existing pavements required for installation or as directed by the DPW Superintendent. Sawcutting equipment shall be approved by the DPW Superintendent prior to commencing work. All edges of excavations made in existing pavements, driveways, and sidewalks shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining existing pavement and sidewalks. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement or sidewalks. Sawcut surfaces in roadway areas shall be treated with a HMA Joint Sealant as specified in accordance with the Standard Specifications, as amended, or as directed by the Superintendent of Public Works and is considered incidental to this item. Sawcut surfaces shall be sprayed or painted with a uniform thin coat of RS-1 asphalt emulsion immediately before placement of hot mix asphalt material against the surface. 00900-12 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 234.12 (Continued) MATERIALS Pipe used for storm drains shall be 12" diameter PVC (polyvinylchloride) pipe -type SDR 35 manufactured in accordance with ASTM D3034. Cement mortar used for storm drainage systems shall conform to Section M4.02.15 of the Standard Specifications. Crushed stone bedding for drainage pipes shall extent 1-foot in thickness above the top of the pipe and shall conform to section M2.01.1 of the Standard Specifications. Gravel borrow for replacing unsuitable material shall consist of inert material that is hard, durable stone and coarse sand, free from loam and clay, surface coatings, and deleterious materials and shall conform to M1.03.0 of the Standard Specifications. Contractor's attention is drawn to the fact that he is required to maintain street drainage as well as dewater all trenches and excavations for structures as specified in Section 140 of the Standard Specifications. Disposal of all surplus material, associated arrangement, and expenses are consider incidental to this item. BASIS OF PAYMENT Drainage pipes shall be measured and paid for at the contract unit price for Item 234.12, 12 Inch PVC SDR 35 per Foot. Such payment shall be considered full compensation for all materials, excavation,bedding, and backfill,labor and equipment needed to install drains as specified herein. The cost of couplings is considered incidental to the cost of the pipe, no separate payment will be made for couplings used to connect proposed pipe to existing pipe. Connections to existing or proposed structures shall be considered incidental to the work; no separate payment will be made for connecting pipes to structures, including corings. Note: existing drain pipes vary from location to location. The contractor shall provide PVC drain pipe in the size to match the existing pipe. Smaller diameter catch basin and gutter inlet leaders may be replaced completely based on inspection and approval of the DPW Superintendent. Payment for sawcutting relative to each item shall be considered incidental to the respective item. No separate payment will be made for sawcutting. 00900-13 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 376.3 HYDRANT—REMOVED AND STACKED EACH The work to be done under this Item shall conform to the relevant provisions of Section 201 and 300 of the Standard Specifications, and the following: GENERAL Hydrants shall be in accordance with the following: 1. All excavation necessary to remove existing hydrants shall be as required by the Engineer. 2. The Contractor shall stack old hydrants and gate boxes to a location specified by the Town of Watertown DPW Superintendent. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 376.3 will be measured and paid for at the Contract unit price per Each, which price shall include all labor, tools, equipment and materials, and all incidental costs required to complete the work as specified to the satisfaction of the Engineer. Payment for the removal and subsequent stacking of gate boxes associated with the removed and stacked hydrant assembly shall be incidental to this item. 00900-14 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 303.06 6 INCH DUCTILE IRON WATER PIPE FOOT (MECHANICAL TOINTI ITEM 309. DUCTILE IRON FITTINGS FOR POUND WATER PIPE ITEM 376. HYDRANT EACH The work under these items shall conform to the relevant provisions of Section 300 of the Standard Specifications and the following: GENERAL The work shall include the furnishing and installation of all materials required for water system improvements as shown on the plans and at any locations where the existing pipes are found to conflict with proposed work. MATERIALS All shop drawings shall be submitted to the Engineer for review. Shop drawings shall consist of manufacturer's scale drawings, cuts or catalogs including descriptive literature and complete characteristics and specifications, and code requirements. Shop drawings shall be submitted for the ductile iron pipe,type of joint, fittings, couplings, filling rings,restrained joints, and lining and coating in accordance with specifications. The manufacturer shall furnish as part of the shop drawing submittal the Engineer with an affidavit stating that valve(s), hydrants conform to the applicable requirements of the applicable AWWA Standard and the Engineer's specifications,and that all tests specified therein have been performed and all test requirements have been met and the test date. A copy of the Affidavit of Compliance shall be delivered to the construction site attached to each valve and/or hydrant furnished. The Affidavit shall be attached to the valve or hydrant inside a waterproof pouch. Any valve or hydrant received without the required affidavit shall be removed from the project and replaced at no expense to the Owner.All materials shall be certified"NEW".No reconditioned or repaired materials are permitted. Any reconditioned or repaired materials furnished or installed shall be removed and replaced with new materials at no expense to the Owner. Ductile Iron Pine The Contractor shall use mechanical joint type ductile iron pipe unless otherwise indicated within the contract documents. All cement lined ductile iron pipe shall be designed in accordance with AWWA C150 and shall be manufactured in accordance with AWWA C151. Unless otherwise indicated or specified, ductile iron pipe shall be Thickness Class 52. The pipe shall be cement- mortar lined and seal coated in accordance with ANSI A21.4. The pipe shall be installed with a minimum of 5'-0" of cover, unless specifically indicated otherwise on the plans or required by the Engineer.Where pipe is installed at less than the required cover, the Contractor shall furnish and install insulation. 00900-15 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) No defective pipe or fittings shall be laid or placed in the piping, and any piece discovered to be defective after having been laid or placed shall be removed and replaced by a sound and satisfactory piece. Each pipe and fitting shall be cleared of all debris, dirt, etc., before being laid and shall be kept clean until accepted in the complete work. Pipe and fittings shall be laid accurately to the lines and grades indicated on the drawings or as required. Care shall be taken to ensure good alignment both horizontally and vertically. In buried pipelines, each pipe shall have firm bearing along its entire length. Castings to be encased in masonry shall be accurately set,with the bolt holes,if any,carefully aligned. Immediately prior to being set,castings shall be thoroughly cleaned of all rust, scale and other foreign material. Fittings shall not be used to clear beneath or above an existing structure or pipeline unless approved by the Engineer. The water main shall be brought to a depth sufficient to clear the structure or pipeline without the use of bends. Joints Joints for ductile iron pipe shall conform to AWWA C111. Pipe and fittings shall be furnished with approved joint restraining appurtenances as specified herein, or within the limits as indicated on the drawings, to keep the piping from pulling apart under pressure. Joining of mechanical joint pipe shall conform to AWWA C600-10. If effective sealing of the joint is not attained,the joint shall be disassembled,thoroughly cleaned, a new gasket inserted and joint reassembled. Deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in AWWA C600-10. The tables in AWWA C600-10 indicate the maximum permissible deflection for 18 and 20-foot pipe lengths. Maximum permissible deflections for other lengths shall be in proportion to such lengths. Assembling of fittings with mechanical joint ends shall conform to AWWA C600-10. If effective sealing of the joint is not attained at the maximum torque indicated in the above standard,the joint shall be disassembled and thoroughly cleaned, then reassembled. Bolts shall not be overstressed to tighten a leaking joint. The deflection of alignment at a joint shall not exceed the appropriate permissible deflection as specified in the following table. These values indicate the maximum permissible deflection for 18-foot lengths. Maximum permissible deflections for other lengths shall be in proportion to such lengths. Pipe Deflection Allowances Diameter of Pipe (inches) Mechanical-Joint 6 27 8-12 20 16 13.5 20 11 24 9 Maximum permissible deflection,inches 00900-16 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) Fittings Fittings shall conform to the requirements of AWWA C 110 or C 153 as appropriate and shall be of a pressure classification at least equal to that of the pipe with which they are used. The Contractor shall use ductile iron fittings. Cast-iron, Class 250 fittings may be substituted, upon approval of the Engineer, for ductile iron fittings. Unless otherwise indicated, fittings shall have all bell mechanical joint ends. Gaskets, Glands,Nuts and Bolts Gaskets,glands,nuts,bolts and accessories shall conform to AWWA C 111 or C 153 as appropriate. Gaskets shall be of plain tipped rubber, suitable for exposure to the liquid within the pipe. Glands shall be ductile or cast iron. Bolts and nuts shall be high strength alloy. Lininfz & Coating The inside of pipe and fittings shall be given a cement lining and asphaltic seal coat in accordance with AWWA C104. The thickness of the lining shall be double that specified in AWWA C104. The outside of pipe and fittings shall be coated with the standard asphaltic coating specified under the appropriate AWWA Standard Specification for pipe and fittings. Machined surfaces shall be cleaned and coated with a suitable rust preventative coating at the shop immediately after being machined. Flexible Couplings The Contractor shall use solid sleeve coupling fittings for joining pipe. All couplings and accessories shall be of a pressure rating at least equal to that of the pipeline in which they are to be installed. Couplings shall be cast or ductile iron and shall be provided with gaskets of a composition suitable for exposure to the liquid within the pipe. Sleeve-type couplings shall be made by Dresser Mfg. Div., Bradford, PA; Smith-Blair, Inc., San Francisco, CA; Romac Industries Inc., Seattle, WA; Ford Meter Box Co., Wabash, IN; or be an approved equal. Couplings for buried pipe shall be Dresser 153; Smith-Blair Type 441 or 443; Romac Style 501; Ford Style FC 1 or FC2; or approved equal. Pipe ends shall be cleaned thoroughly prior to installation. After the bolts have been inserted and all nuts have been made up finger tight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, by use of a torque wrench of the appropriate size and torque for the bolts. The correct torque as indicated by a torque wrench shall not exceed 90 foot- lb. for joints up to 24-inches. 00900-17 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) Joint Restraints To prevent joints or sleeve couplings from pulling apart under pressure, anchoring and joint restraint methods shall be utilized. Methods shall be restrained joint systems. Restrained joint systems for standard mechanical joint fittings or push on joint pipe shall be restraining glands (Megalug by EBAA Iron Sales Inc., Eastland, TX; StarGrip by Star Pipe Products, Houston, TX; RomaGrip by Romac Industries, Inc., Sultan, WA; Sigma One-Lok by Sigma Corporation, Cream Ridge, NJ; or approved equal) and restraining gaskets (Fast-grip joint by American Cast Iron Pipe Company, Birmingham, AL; Field Lok 350 Gasket by United States Pipe and Foundry Company, Birmingham, AL; Sure Stop 350 Restrained Joint Gaskets by McWane Ductile, Phillipsburg,NJ; or approved equal). Methods that rely on the use of friction clamps and/or retainer glands with set screws alone are not acceptable. Restrained joint systems for non-standard or modified joints shall be Flex Ring or Lok-Ring by American Cast Iron Pipe Company, Birmingham, AL; T.R. Flex Joint by McWane Ductile, Phillipsburg, NJ: TR Flex Joint by United States Pipe and Foundry Company, Birmingham, AL; Snap Lok or Bolt Lok by United States Pipe and Foundry Company,Birmingham,AL;or approved equal. Location of restrained joints shall meet DIPRA minimum standards for the soil conditions encountered. All joints that occur within the restrained length noted on the drawings, for the specific application, shall be restrained. For example, for a 90'bend, 8-inch unwrapped pipe, the restrained length required is 33 feet. Therefore, all joints within 33 feet of the 900 bend must be restrained. Joining of restrained joint piping shall conform to the manufacturer's recommendations. If effective sealing of the joint is not attained, the joint shall be disassembled, thoroughly cleaned, a new gasket inserted and joint reassembled. Deflection of alignment at a joint shall not exceed the appropriate permissible deflection recommended by the manufacturer. All restraining appurtenances (and tie rods) shall be coated with an approved bituminous paint after assembly. The completed joint shall be inspected and the paint repaired/touched-up as necessary. Handling & Cutting Any pipe or fitting which has a damaged lining, scratched or marred machine surface and/or abrasion of the pipe coating or lining shall be rejected and removed from the job-site. Any fitting showing a crack and any fitting or pipe which has received a severe blow that may have caused incipient fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. In any pipe showing a distinct crack and in which, it is believed there is no incipient fracture beyond the limits of the visible crack, the cracked portions, if so approved, may be cut off by and at the expense of the Contractor before the pipe is laid so that the pipe used will be perfectly sound. The cut shall be made in the sound barrel at a point at least 12 inches from the visible limits of the crack. 00900-18 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) Except as otherwise approved, all cutting shall be done with a machine suitable for cutting ductile iron pipe. Hydraulic squeeze cutters are not acceptable for cutting ductile iron pipe. Travel type cutters or rotary type abrasive saws may be used.All cut ends shall be examined for possible cracks caused by cutting. Lined and coated pipe and fittings shall be assembled and installed with approved packing or gaskets of the type recommended by the pipe manufacturer for the particular lining used. Dewatering Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from the slopes or bottom of the excavation; increasing the stability of excavated slopes; preventing loss of material from beneath the slopes or bottom of the excavation; reducing lateral loads on sheeting and bracing; improving the excavation and hauling characteristics of sandy soil; preventing rupture or heaving of the bottom of any excavation; and disposing of pumped water. The Contractor is responsible for the adequacy of the dewatering systems. The dewatering systems shall be capable of effectively reducing the hydrostatic pressure and lowering the groundwater levels to a minimum of 2 feet below excavation bottom,unless otherwise required by the Engineer, so that all excavation bottoms are firm and dry. The dewatering system shall be capable of maintaining a dry and stable subgrade until the structures, pipes and appurtenances to be built therein have been completed to the extent that they will not be floated or otherwise damaged. Dewatering Operations All water pumped or drained from the work shall be disposed of in a manner that will not result in undue interference with other work or damage to adjacent properties, pavements and other surfaces, buildings, structures and utilities. Suitable temporary pipes, flumes or channels shall be provided for water that may flow along or across the site of the work. Dewatering facilities shall be located where they will not interfere with utilities and construction work to be done by others. Dewatering procedures to be used shall be as described below: 1. Crushed stone shall encapsulate the suction end of the pump to aid in minimizing the amount of silt discharged. 2. For dewatering operations with relatively minor flows, pump discharges shall be directed into hay bale sedimentation traps lined with filter fabric. Water is to be filtered through the hay bales and filter fabric prior to being allowed to seep out into its natural watercourse. 3. For dewatering operations with larger flows, pump discharges shall be into a steel dewatering basin. Steel baffle plates shall be used to slow water velocities to increase the contact time and allow adequate settlement of sediment prior to discharge into waterways. 4. Where indicated on the contract drawings or in conditions of excess silt suspended in the discharge water, silt control bags shall be utilized in catch basins. 00900-19 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) The Contractor shall be responsible for repair of any damage caused by his dewatering operations, at no cost to the Owner. Support of Excavation Timber sheeting shall be sound spruce,pine, or hemlock,planed on one side and either tongue and grooved or splined. Timber sheeting shall not be less than nominal 2-inches thick. Timber and steel used for bracing shall be of such size and strength as required in the excavation support design. Timber or steel used for bracing shall be new or undamaged used material which does not contain splices, cutouts,patches, or other alterations which would impair its integrity or strength. Work shall not be started until all materials and equipment necessary for their construction are either on the site of the work or satisfactorily available for immediate use as required. The sheeting shall be securely and satisfactorily braced to withstand all pressures to which it may be subjected and be sufficiently tight to minimize lowering of the groundwater level outside the excavation. The sheeting shall be driven by approved means to the design elevation. No sheeting may be left so as to create a possible hazard to safety of the public or a hindrance to traffic of any kind. If boulders or very dense soils are encountered,making it impractical to drive a section to the desired depth, the section shall, as required, be cut off. The sheeting shall be left in place where indicated on the drawings or required by the Engineer in writing. At all other locations,the sheeting may be left in place or salvaged at the option of the Contractor. Steel or wood sheeting permanently left in place shall be cut off at a depth of not less than two feet below finish grade unless otherwise The hydrostatic test shall consist of raising the water pressure within the test section to a pressure not less than 1.25 times the working pressure of the pipeline measured at the highest elevation along the test section and not less than 1.5 times the working pressure of the lowest elevation of the test section. The specified test pressure shall be corrected to the elevation of the test gauge. The hydrostatic test shall be of at least a 2 hour duration. The test pressure shall not vary by more than +/- 5 psi for the duration of the test. Test pressure shall be maintained within this tolerance by adding makeup water through the pressure test pump into the pipeline test section. 00900-20 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) The amount of makeup water (testing allowance) added to the test section shall be accurately measured by suitable methods and shall not exceed the maximum allowable quantity of makeup water. No pipe installation will be accepted if the quantity of makeup water is greater than that determined by the following formula: Where: S Dip 148,000 L=makeup water,in gallons per hour S=length of test section,in feet D=nominal diameter of pipe,in inches P=average test pressure,in psi(gauge) If the section fails to pass the hydrostatic pressure test,the Contractor shall do everything necessary to locate, uncover, and repair or replace the defective pipe, fitting, or joint, all at his own expense and without extension of time for completion of the work. Additional tests and repairs shall be made until the section passes the specified hydrostatic test. All Hydrostatic pressure tests shall be certified and signed off by an independent third party, who is insured and experienced in AWWA water line testing procedures and standards. The third party certification shall be paid for at the Contractor's expense. The Owner will not accept pressure tests that have not been certified by an independent third party. Abandonment of Existinfz Water Mains Existing Water mains shall be removed and the new main installed in the same trench. Abandoning mains shall only be as approved by the Water Department. All water mains to be abandoned shall be physically removed and disposed of by the Contractor only when the main enters the trench limits, or at locations shown on the plans. Sections of water mains that are not removed shall have open ends plugged with concrete or brick and mortar to prevent the entrance of soil into the pipe after backfilling.Any water main to be abandoned shall be cut at its connection to a live main and physically disconnected. A watertight ductile iron cap with concrete backing shall be installed on the live main. If a gate valve or corporation stop exists at the connection, it shall be closed. Valve boxes shall be removed from all valves and curb stops which are on the abandoned main. Hydrants, including hydrant barrels to be abandoned shall be removed completely and delivered to the Owner's storage area. Open pipe ends remaining shall be plugged with concrete or brick and mortar to prevent the entrance of soil into the pipe after backfilling. 00900-21 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) Disinfection & Flushing All permanent and temporary water lines shall be disinfected and tested by the contractor in accordance with ANSI/AWWA651-05 or the latest standard in place at the time the contract is bid. The contractor's testing procedures shall comply with Mass DEP 310 CMR 22.00: Drinking Water requirements. The actual disinfection additives used in to disinfect the temporary and permanent water mains shall be as approved for use by MASSDEP. All personnel conducting tests, sampling and transporting samples shall be certified in the State of Massachusetts for conducting water disinfection testing. The Water town Water Department has the right to request the certification documents of the contractor's personnel at any time. The contractor shall coordinate testing times with the Watertown Water Department and provide 48 hours' notice to the water department prior to performing testing. Hydrants Hydrants shall conform to the requirements of AWWA C502. They shall be equipped with a 5 1/4- inch main valve and 6-inch mechanical joint inlet. Hydrants shall have one 4 1/2-inch pumper and two 2 1/2-inch hose connections. Threads shall be NST. Hydrant operating and nozzle cap nuts shall be of pentagonal shape and measure one- and one-half inches from flat to point. The height of the nut shall not be less than one inch. All internal operating parts including main valve, main valve seat, drain valve mechanism, operating rod, etc., shall be removable without excavating. Main valve seats shall be made of brass or bronze and shall screw into a seat ring or sub seat, which shall also be made of brass or bronze. Hydrant nozzle caps shall be furnished with Buna N rubber washers. Hydrants shall be traffic models with frangible bolts or breakaway couplings. Details of hydrant design shall meet the requirements of the Owner. For purposes of standardization, hydrants shall be Darling B 84 B as manufactured by American Flow Control,Beaumont, TX. Hydrants shall open right(clockwise). Hydrants shall be thoroughly cleaned and given two shop or field coats of paint in accordance with AWWA C502 and the instructions of the paint manufacturer. Hydrants will be painted by the Department of Public Works. If the hydrants are delivered with the Owner's standard color, they shall be given one matching field coat of an alkyd gloss enamel. If the hydrants are not delivered with the Owner's standard color, they shall be given two coats of an alkyd gloss enamel. Hydrant paint shall be as manufactured by Sherwin-Williams, Cleveland, OH; Tnemec Company, Inc., Kansas City, MO; or Minnesota Mining and Manufacturing Co. (3M), St. Paul, MN; or approval equal. Alkyd gloss enamel shall be 801 DTM by Sherwin-Williams, 2H Tneme by Tnemec; or approved equal. Reflective paint shall be Scotchlite#7211 by 3M. 00900-22 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) Hydrants shall be set plumb. Earth fill shall be carefully tamped around the hydrants to 4-feet on all sides of the hydrant, or to the undisturbed trench face, if less than 4 feet. Hydrants and connecting pipe shall have at least the same depth of cover as the distributing main. Hydrants shall be set upon a layer of stone or a slab of concrete not less than 4-inches thick and 15-inches square. The side of the hydrant opposite the pipe connection shall be firmly wedged against the vertical face of the trench with a concrete thrust block, as indicated on the drawings. Broken stone shall be placed around the base of the hydrant at the location of the drain hole to at least 6 inches above the drain holes and backfill around the hydrant shall be thoroughly compacted to the grade line in a satisfactory manner. Hydrants shall have the interiors cleaned of all foreign matter before installation and shall be inspected in both the open and closed positions. The body of the hydrant shall be of sufficient length to allow the hydrant to be set at the proper elevation, as shown on the drawings. Extensions shall be furnished and installed at the Contractor's expense, when required for greater depths. All material shall be carefully inspected for defects in workmanship and all debris and foreign material cleaned out of valve openings and seats. All mechanisms shall be operated to check for proper functioning,and all nuts and bolts checked for tightness.Hydrants that do not operate easily or are otherwise defective shall be repaired or replaced at the Contractor's expense. Connections to Existing Mains The Contractor shall make all connections to the existing mains as indicated on the drawings and as herein specified. The Contractor shall develop a program for the construction and putting into service of the new work subject to the approval of the Engineer. All work involving cutting into and connecting to the existing work shall be planned so as to interfere with operation of the existing facilities for the shortest possible time and when the demands on the system best permit such interference even to the extent of working outside of normal working hours to meet these requirements. The Contractor shall have all possible preparatory work done prior to making the connection and shall provide all labor, tools, material, and equipment required to do the work in one continuous operation. The Contractor shall have no claim for additional compensation, by reason of delay or inconvenience, for adapting his operations to the needs of the Owner's water supply. No damages shall be claimed by the Contractor for delays in dewatering pipelines nor shall any damages be claimed because of water leaking through closed valves after dewatering is completed. Under no circumstances shall any customers be without water for a period of more than 4 hours without prior approval of the Owner. Existing pipeline that is not to be abandoned but is damaged by the Contractor during the work shall be replaced by him at his own expense in a manner approved by the Engineer. 00900-23 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 303.06—376. (Continued) METHOD OF MEASUREMENT AND BASIS OF PAYMENT Unless otherwise noted, all earthwork shall be included under any item requiring excavation. Unless otherwise noted, each item specified or shown on the drawings shall be furnished and installed in accordance with the technical section whether a specific applicable payment item exists or not. The prices for those items which involve excavation shall include compensation for disposal of surplus excavated material, and installation of all necessary sheeting and bracing. In all items involving excavation, the price shall be based on doing the entire excavation in earth. Where rock is excavated, the price therefor shall be in addition to the cost of excavating the earth, and no deduction shall be made in the amount for earth excavation. The price for all items for water pipe, fittings, and hydrants shall constitute full compensation for earth excavation, sheeting, temporary piping and disinfection, dewatering, bedding, furnishing, laying, jointing, testing and disinfecting pipe, backfilling, temporary sidewalk repair, curbing replacement, and cleaning up. The cost of making connections to existing water main and removing existing water mains shall be considered incidental to the project. Water mains,including all fittings noted on plans,compacted select backfill(as shown in the water main trench detail), couplings,joint and thrust restraints, and concrete backing, shall be measured per linear foot of water main installed. Measurement shall not include valves. The laying length of all valves shall be taken as 12 inches and, for each valve; this length shall be subtracted from the length of pipe measured. Insulation for underground pipelines shall be considered incidental to the pipeline replacement. Additional fittings required but not noted on the plans shall be measured per pound. The weight of fittings up through 64-inch size shall be measured as compact ductile iron fittings (body weight only). Hydrants shall be measured per Each hydrant installed complete in place. The cost of making connections to existing mains, and the cost of joint restraints, couplings and concrete backing shall be considered incidental to the cost of the project. 00900-24 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 482.3 SAWING ASPHALT PAVEMENT FOOT The work under this item shall consist of sawcutting the existing asphalt pavement with power driven tools to provide a neat, clean edge for joining new pavement as shown on the plans or as directed by the DPW Superintendent. Ragged, uneven edges shall not be accepted. GENERAL Sawcuts shall be made in existing pavement at the interface of existing hot mix asphalt walks and driveways with proposed sidewalk and driveway, limits of paving, limits of raised crosswalk transition areas, and as directed by the DPW Superintendent. At no time will feathering of pavement to meet existing conditions be permitted. The full depth of the existing pavement shall be cut along a uniform line with an approved power-driven saw. Sawcut equipment shall be approved by the DPW Superintendent prior to commencing work. Areas which have been broken or undermined shall be edged neatly with minimum disturbance to remaining pavement or sidewalks. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Measurement and Payment under this item will be made at the contract bid price per Foot of sawcut completed at locations specified above,which price shall constitute full compensation for all labor, tools, equipment, materials, transportation and other incidentals necessary to complete the work. 00900-25 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 486. SCORED CEMENT CONCRETE PAVEMENT CUBIC YARD GENERAL The work under this item shall consist of constructing scored cement concrete pavement in accordance with these Special Provisions,the Construction Details included as part of this contract, and in conformity with the lines and grades shown on the Plans and/or as required by the Engineer. The scored cement concrete shall be 5,000 psi,to a thickness of 8-inches and shall conform to the requirements specified in Subsection M4.02.00 of the Standard Specifications. MATERIALS The base below the scored concrete pavement shall be gravel borrow to the depth of 12-inches and shall be compacted as specified in Section 401. Forms shall be placed to the full depth of the concrete. They shall be of wood, not less than nominal 2-inch thickness and dressed on all sides. Forms shall be securely staked and braced and shall be constructed and set so as to resist the pressure of the concrete without springing out of alignment. The forms shall be oiled before use. Concrete shall be deposited with minimum re-handling in one layer. Hand spreading and spading shall be done adjacent to forms. The concrete shall be struck off and float finished. Protection and curing shall be as required in Section 901. The surface of the concrete pavement shall be scored and the contraction joints shall be sawed as shown in the Construction Details included as part of this contract. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 486. will be measured and paid for at the Contract unit price per Cubic Yard, which price shall include all labor,tools,equipment and materials, and all incidental costs required to complete the work as specified to the satisfaction of the Engineer. Payment for the sawcutting of existing asphalt pavement shall be measured and paid under Item 482.3. 00900-26 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 697.1 SILT SACK EACH Work under this item shall conform to the relevant provisions of Sections 227 and 670 of the Standard Specifications, and the following: GENERAL The work under this item includes the furnishing, installation, maintenance and removal of a reusable fabric sack to be installed in drainage structures for the protection of wetlands and other resource areas and the prevention of silt and sediment from the construction site from entering the storm water collection system. Devices shall be ACF Environmental (800)-448-3636; Reed & Graham, Inc. Geosynthetics (888)-381-0800; The BMP Store (800)-644-9223; or approved equal. CONSTRUCTION Silt sacks shall be installed in retained existing and proposed catch basins and gutter inlets within the project limits and as required by the Engineer. The silt sack shall be as manufactured to fit the opening of the drainage structure under regular flow conditions and shall be mounted under the grate. The insert shall be secured from the surface such that the grate can be removed without the insert discharging into the structure. The filter material shall be installed and maintained in accordance with the manufacturer's written literature and as directed by the Engineer. Silt sacks shall remain in place until the placement of the pavement overlay or top course and the graded areas have become permanently stabilized by vegetative growth. All materials used for the filter fabric will become the property of the Contractor and shall be removed from the site. The Contractor shall inspect the condition of silt sacks after each rainstorm and during major rain events. Silt sacks shall be cleaned periodically to remove and disposed of accumulated debris as required. Silt sacks, which become damaged during construction operations, shall be repaired or replaced immediately at no additional cost to the Department. When emptying the silt sack, the contractor shall take all due care to prevent sediment from entering the structure. Any silt or other debris found in the drainage system at the end of construction shall be removed at the Contractors expense. The silt and sediment from the silt sack shall be legally disposed of offsite. Under no condition shall silt and sediment from the insert be deposited on site and used in construction. All curb openings shall be blocked to prevent stormwater from bypassing the device. All debris accumulated in silt sacks shall be handled and disposed of as specified in Section 227 of the Standard Specifications. 00900-27 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 697.1 (Continued) METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 697.1 will be measured and paid at the Contract unit price per Each, complete in place,which price shall include all labor, materials, equipment and incidental costs required to complete the work. No separate payment will be made for removal and disposal of the sediment from the insert, but all costs in connection therewith shall be included in the Contract unit price. ITEM 701. CEMENT CONCRETE SIDEWALK SOUARE YARD ITEM 701.1 CEMENT CONCRETE SIDEWALK AT DRIVEWAYS SOUARE YARD ITEM 701.2 CEMENT CONCRETE WHEELCHAIR RAMP SOUARE YARD The work to be done under these items shall conform to the relevant provisions of Section 701 of the Standard Specifications and the following: GENERAL The work to be done under these items shall conform to the relevant provisions of Section 701 of the Standard Specifications,current Americans with Disabilities Act(ADA)regulations along with the information contained in Massachusetts Department of Transportation Wheelchair Ramp Standards, and the following: The work shall also include the application of a liquid penetrant/sealer to protect concrete surfaces from chloride intrusion. The material shall meet the requirements of section M 9.15.0 and appear on the most current version of the Qualified Construction Materials List (QCML) for penetrating sealer found at: httas://www.mass.2ov/qualified-construction-materials-list-q cml CONSTRUCTION Application of the penetrant/sealer shall be done in accordance with the manufacturer's instructions which shall be submitted to the Engineer 30 days in advance of any work done under these items.Unless otherwise allowed by the manufacturer's instructions all concrete shall be fully cured, clean, dry, and have no chemical films or coatings applied before application of the penetrant/sealer. Concrete placed under these items shall be cured using a 3-day moist cure. Curing compounds will not be allowed. Following the moist cure, the concrete shall be cured for an additional length of time as required by the manufacturer before applying the penetrant/sealer, typically 28 days. 00900-28 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEMS 701.—701.2 (Continued) MATERIALS The color of all cement concrete sidewalks, driveways, and wheelchair ramps shall meet the color specifications of the Town of Watertown. The color shall be "Lamp Black". The Town of Watertown Standard is 2.5 pounds of lamp black per cubic yard of concrete. The Town shall approve a test section of sidewalk for color prior to installation. Surplus cement concrete shall not be disposed of within loam and seed areas. Detectable warning panels, brick red color, shall be used on all wheel chair ramps. The contractor shall provide a sample of the panels to the Town of Watertown DPW Superintendent for approval. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 701, Item 701.1 and Item 701.2 shall be measured and paid for at the Contract unit price per Square Yard, based on the measure quantity actually installed and approved for each respective item. Such payment shall be considered full compensation for all labor, materials, equipment, and form work needed to form grade and install cement concrete sidewalks as specified herein. Payment for the penetrant/sealer will be incidental to the work and no additional compensation will be made. The cost of the plastic detectable warning panels installed in wheelchair ramps within the limits of work along Watertown Street shall be included in the square yard cost of the wheelchair ramp. Cost associated with the cast iron detectable warning panels included as part the proposed work along Warren Street and Whites Avenue shall be measured and paid under Item 701.992. The cost of the preformed expansion joint filler shall be considered incidental to these items. The cost of patching with mortar under walls and repairing other minor defects that result from removing the existing sidewalk or walk shall be considered incidental to these items. 00900-29 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 701.992 DETECTABLE WARNING PANEL EACH The work under this Item shall conform to the relevant provisions of Section 701 and to the following: GENERAL Detectable warning panels shall be located at the raised crosswalks along Warren Street and Whites Avenue. The warning panels shall conform to Drawing Number E 107.6.5 in the 2017 MassDOT Construction Standard Details. Panel color shall be brick red and approved by the DPW Superintendent prior to ordering. Detectable warning panels shall be cast iron. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 701.992 will be measured and paid at the Contract unit price per Each 2.5-foot segmented panel, complete in place, which price shall include all labor, materials, equipment and incidental costs required to complete the work. Such payments shall include full compensation for all labor, materials, equipment, and other incidentals including for the satisfactory completion of this work as specified. ITEM 767.121 SEDIMENT CONTROL BARRIER FOOT The work under this item shall conform to the relevant provisions of Sections 751 and 767 of the Standard Specifications and Section 670 of the Standard Supplemental Specifications and shall include the furnishing and placement of a sediment control barrier. Sediment Control Barrier shall be installed prior to disturbing upslope soil. GENERAL The purpose of the sediment control barrier is to slow runoff velocity and filter suspended sediments from storm water flow. Sediment barrier may be used to contain stockpile sediments, to break slope length, and to slow or prevent upgradient water or water off road surfaces from flowing into a work zone. Contractor shall be responsible for ensuring that barriers fulfill the intent of adequately controlling siltation and runoff. Twelve-inch diameter (after installation) compost filter tubes are intended to be the primary sedimentation control barrier. For small areas of disturbance with minimal slope and slope length, the Engineer may approve the following sediment control methods; • Straw tubes/wattles which shall be trenched • Straw bales which shall be trenched Additional barriers(adding depth or height)shall be used at specific locations of concentrated flow such as at gully points, steep slopes, or identified failure points in the sediment capture line. 00900-30 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 767.121 (Continued) Where specified or required by permits, silt fence shall be used in addition to compost filter tubes or straw bales and shall be incidental to the item. MATERIALS AND CONSTRUCTION Prior to initial placement of barriers, the Contractor and the Engineer shall review locations specified on the plans to ensure that the placement will provide maximum effectiveness. Barriers shall be staked, trenched and/or wedged as specified herein and shall be securely in contact with existing soil such that there is no flow beneath the barrier. Compost Filter Tube Compost material inside the filter tube shall meet M1.06.0, except for the following: no manure or bio-solids shall be used; no kiln-dried wood or construction debris shall be allowed; material shall pass through a 2-inch sieve; and the C:N ratio shall be disregarded. Outer tube fabric shall be a knitted mesh with 1/8-3/8"openings and made of 100%biodegradable materials (i.e., cotton, hemp or jute). Compost filter tubes shall be a minimum of 12 inches in diameter installed. Tubes shall be placed, filled, and staked in place as required to ensure stability against water flows. All tubes shall be tamped,but not trenched,to ensure good contact with soil. Where reinforcement is necessary, additional tubes shall be installed as shown on the plans. Straw Bales Straw bales shall conform to the requirements of Section M6.04.3 of the Standard Specifications and the following: Bales should be a minimum size of 12 x 16 x 36 inches and shall be placed in a single row, lengthwise on the contour, with ends of adjacent bales tightly abutting one another. The bales shall be trenched and backfilled. The trench shall be excavated the width of the bale and the length of the proposed barrier to a depth of 4 inches. After the bales are staked the excavated soil shall be backfilled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 4 inches against the uphill side of the barrier. 00900-31 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 767.121 (Continued) Straw Wattle Straw wattle shall be a minimum of 12 inches in diameter. Straw filling shall conform to the requirements of Section M6.04.3, shall be encased in durable netting, and shall have a density of 3 lb/foot. Straw wattle shall be trenched in 3 inches deep and staked according to the plans. The wattles shall be sufficiently secure on the upstream side to prevent water flowing underneath the wattle. Silt Fence Materials and Installation shall be per Section 670.40 of the Standard Supplemental Specifications and the following: Silt fence shall be used when specified by Orders of Condition or other applicable permits. When used with compost filter tubes, the tube shall be placed on a minimum of 8 inches of folded fabric on the upslope side of the fence. Fabric does not need to be trenched. When used with straw bales, an 8-inch deep and 4-inch wide trench or V-trench shall be dug on the upslope side of the fence line. One foot of fabric shall be placed in the bottom of the trench followed by backfilling with compacted earth or gravel. Stakes shall be driven 16 inches into the ground on the down slope side of the trench and shall be spaced such that the fence remains vertical and effective. Width of fabric shall be sufficient to provide a 36-inch high barrier after fabric is folded or trenched. Sagging fabric will require additional staking or other anchoring. Stakes Stakes for anchoring Compost Filter Tubes, Straw Wattles, and Straw Bales shall be as shown on the plans and shall be a minimum of lxl inch diameter x 4 feet hardwood stakes. When used with Silt Fence,stakes for Compost Filter Tubes shall be driven 12 inches into the ground, Stakes for Straw Bales shall be driven 16 inches into the ground. Stakes of other material of equivalent strength may be used if approved by the Engineer. MAINTENANCE Maintenance of Sediment Control Barriers shall be per Section 670.40 of the Standard Supplemental Specifications or per the Stormwater Pollution Prevention Plan (SWPPP). The contractor shall inspect the sediment barrier after each rain event and as specified in relevant permits to ensure that they are working effectively and as intended. Contractor shall be responsible for ensuring that an effective barrier is in place for all phases of the contract. 00900-32 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 767.121 (Continued) Barriers that decompose naturally due to weatherization over time such that they no longer provide the function required shall be repaired or replaced as directed. If the resulting berm of compost within the fabric tube is sufficiently intact and continues to provide water and sediment control, barrier does not necessarily require replacement. DISMANTLING &REMOVING Barriers shall be dismantled and/or removed when construction work is complete and when site conditions are sufficiently stable to prevent surface erosion and after receiving permission to do so from the Engineer. For all instances, all nonbiodegradable material, including photo-biodegradable fabric, plastic netting, nylon twine, and silt fence, shall be removed and disposed off-site by the Contractor regardless of site context. For naturalized areas,biodegradable,natural fabric and material may be left in place to decompose on-site. Compost filter tubes may be left as they are with stakes removed. Straw bales shall be broken down and spread evenly.All nylon or nonbiodegradable twine shall be removed along with silt fence. Wooden stakes may be left on site, placed neatly and discretely. In urban, residential, and other locations where aesthetics is a concern, the following shall apply: • Filter tube fabric shall be cut and removed, and compost shall be raked to blend evenly (similar to a soil amendment or mulch). Not more than a 2-inch depth shall be left on soil substrate. • Straw bales shall be removed and disposed off-site by the Contractor.Areas of trenching shall be raked smooth and disturbed soils stabilized with a seed mix matching adjacent grasses(i.e., lawn or native grass mix). • Silt fence,stakes,and other debris shall be removed and disposed off-site. Site shall look neat and clean upon completion. 00900-33 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 767.121 (Continued) METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 767.121 will be measured and paid for at the contract unit price per Foot of sediment control barrier which price shall include all labor, equipment, materials, maintenance, dismantling, removal, restoration of soil, and all incidental costs required to complete the work. Silt fence, when used in conjunction with compost filter tubes or straw bales, will be incidental to this item. Additional barrier, such as double or triple stacking of compost filter tubes, shall be paid for per foot of tube installed. Barriers that have been driven over or otherwise damage by construction activities shall be repaired or replaced as directed by the Engineer at the Contractors expense. 00900-34 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 RECTANGULAR RAPID FLASHING BEACON - LUMP SUM LOCATION NO. 1 The work shall consist of furnishing Rectangular Rapid Flashing Beacons at the raised crosswalk along Warren Street. All work shall comply with the guidelines set forth and located in the Federal Highway Administration Interim Approval Memorandum 1A-11, and this special provision. GENERAL The light assemblies shall be solar powered with battery back-up and each shall have a pedestrian push button conforming to the requirements of the American with Disabilities Act (ADA). The light assemblies shall be wirelessly controlled, and the two units shall be fully synchronized. General Requirements I. Each RRFB shall consist of two rapidly and alternately flashing rectangular yellow indications having LED array based pulsing light sources. 2. Each RRFB shall be a complete assembly, consisting of but not limited to concrete foundation, pole, signage, sign, push-button bollard, mounting, indications, down arrow signage, and electrical components (wiring, solid-state circuit boards, etc.). 3. In accordance with the Federal Highway Administration(FHWA)interim approval, each RRFB is to be installed on a two-lane street at a midblock crosswalk to supplement pedestrian or school-crossing warning signs with a diagonal downward arrow plaque, located at or immediately adjacent to a marked crosswalk. Functional Requirements Assembly 1. Each solar-powered, wireless, radio-communicated assembly, with battery- powered backup system, shall provide for pedestrian-activated push buttons on each side of the crosswalk that simultaneously commence operation of the RRFB's located at each crosswalk. The following additional conditions shall be met: 2. One (1) set of solar-powered rectangular rapid flashing beacons located at the crosswalk shall be capable of being viewed by motorists approaching the crosswalks from both directions, (bi-directional) on two-way streets. 3. One (1) set of free-standing solar panel units are required. One unit shall be mounted on top of each pole supporting the RRFB. 4. One (1) set of supporting poles must include all mounting hardware to support ground installation, as well as installation of the various assembly items. 00900-35 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 (Continued) Power Each RRFB shall utilize a backup battery source powered by a solar panel unit mounted on top of the sign assembly support. The solar power package shall be sized, using location and load-based calculation software, to meet the power needs of the installation location. Autonomy with a fully charged battery shall be 10 days. Activation Each RRFB shall be activated by push button. The push button shall be fully ADA compliant and shall require no more than 2lbs. of pressure to activate. Beacon Operation 1. The RRFB shall be normally dark, shall initiate operation only upon pedestrian actuation, and cease operation at a predetermined time after the pedestrian actuation. 2. All RRFB's associated with a given crosswalk (including those with an advance crossing sign, if used) shall, when activated, simultaneously commence operation of their alternating rapid flashing indications and shall cease operation simultaneously. 3. All RRFB light indications shall be wirelessly synchronized(All lights will turn on within 120 milliseconds and remain synchronized through-out the duration of the flashing cycle). 4. A pedestrian instruction sign with the legend "PUSH BUTTON TO TURN ON WARNING LIGHTS" should be mounted adjacent to, or integral with, each pedestrian pushbutton. 5. The duration of a predetermined period of operation of the RRFB's following each actuation should be based on the MUTCD procedures for timing of pedestrian clearance times for pedestrian signals. 6. Confirmation lights to indicate to pedestrians that the RRFB is active shall not be allowed. 7. The activation length of the flashing lights shall be programmable 1 second to 24 hours in one second, minutes and hours. 8. The activation length shall be initiated each time a pedestrian is detected either through passive detection or as a result of a pedestrian pressing a pushbutton detector. 00900-36 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 (Continued) Beacon Flashing Requirements 1. When activated, the two yellow indications in each RRFB shall flash in a rapidly alternating"wig-wag" flashing sequence (left light on, then right light on). 2. Each of the two yellow indications shall have 70 to 80 periods of flashing per minute and shall have alternating but approximately equal periods of rapid pulsing light emissions and dark operation. During each of its 70 to 80 flashing periods per minute, one of the yellow indications shall emit two rapid pulses of light and the other yellow indication shall emit three pulses of light. 3. The flash rate of each yellow indication, as applied over the full on-off sequence of a flashing period of the indication,shall not be between 5 and 30 flashes per second, to avoid frequencies that may cause seizures. 4. The light intensity of the yellow indications shall meet the minimum specifications of Society of Automotive Engineers (SAE) standard J595 (Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles) dated January 2005. 5. Beacons shall be simple to maintain and allow replacement of individual rectangular beacons. It shall be rated for a minimum of 10 years. Light configuration shall be bi-directional for notification to motorists approaching from either direction and lights on both ends of the RRFB shall face into the crosswalk for notification to the pedestrians that the system is on. Control Unit The control unit shall be housed in a durable enclosure and shall be attached to the mounting pole. The control unit shall be readily accessible and easily and fully interchangeable. Sians 1. All signs shall conform to MUTCD standards for size and retro-reflectivity requirements. 2. All sign assemblies shall use anti-vandal fasteners to mount components to sign and sign to fixture. 3. Sign assemblies shall have an SI-1 (36 inch by 36 inch) and W16-7P Arrow on both sides of each pole with a pole on both sides of the street. All pedestrian signs shall have the MUTCD fluorescent yellow-green background color. Warranty The manufacturer shall guarantee products and components to be free of any defects in materials and workmanship for a minimum period of four (4) years from the date of original purchase and will repair or replace any part of the unit which proves to be defective within the warranty period. Warranty details must be included in the submittal. 00900-37 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 (Continued) Construction Requirements Beacon Dimensions and Placement in Sign Assembly 1. The RRFB light bar shall be a two-sided box with dimensions of 3.25" (height)by 20" (width) by 8" (depth) or equivalent. There shall be five (5) LED's that are recessed for vandal resistance and the box shall be painted federal yellow. The power required is 12 volts, DC (solar power). 2. The crosswalk assembly shall include two (2) high intensity yellow LED fixtures on the front side, which deliver indication to motorists approaching from one direction only. Each LED unit shall also be capable of swiveling up to 52 degrees left or right of center to direct the maximum LED light to approaching traffic. 3. The housing units shall also include a high intensity yellow LED mounted on the street side of the assembly, which will flash upon the receipt of an incoming digital radio signal from either one of the assemblies. This is intended to provide pedestrians confirmation that the assembly across the street has been activated. 4. Each RRFB indication shall be a minimum size of 5"wide x 2"high. 5. The two RRFB indications shall be aligned horizontally,with the longer dimension horizontal, and a minimum space between the two indications of approximately seven inches (7), measured from the inside edge of one indication to the inside edge of the other indication. 6. The outside edges of the RRFB indications, including any housings, shall not project beyond the outside edges of the integral signage of the RRFB. 7. The RRFB shall be located between the bottom of the crossing warning sign and the top of the supplemental downward diagonal arrow plaque. 8. Each RRFB to be supplied with all required hardware to install assembly. All exposed hardware shall be anti-vandal. Controller The controller unit shall be housed in a NEMA 4X rated, pole mounted, aluminum cabinet with stainless steel hinge. Control Circuit 1. The control circuit shall have the capability of independently flashing up to two independent outputs. The LED light outputs and flash pattern shall be completely programmable. The flashing output shall have 70 to 80 periods of flashing per minute with a 100 — millisecond duration on time consisting of double and triple flashes per cycle. 2. The output shall reach the output current as programmed for the duration of the pulse. The flashing output shall be programmable. 3. The control circuit shall be installed in a NEMA rated enclosure. 00900-38 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 (Continued) Battery 1. Battery unit shall be a 12VDC 45 AHR Sealed AGIM Lead Battery 2. All batteries used shall have a minimum of 35-ampere hours. Wireless Radio 1. Radio control shall operate on a FCC approved 900mhz frequency hopping spread spectrum network with a normal operating range of 1000'. 2. Radio shall integrate with communication of RRFB control circuit to activate sign from pushbutton or passive detection input. 3. The Radio shall synchronized all of the remote RRFB light indications so they will turn on within 120msec of each other and remain synchronized throughout the duration of the flashing cycle. 4. Radio systems shall operate from 3.6 volts do to 15 volts DC. 5. The radio shall be designed so that activation at one location does not activate the second location Push Button 1. The push button shall be ADA compliant and require no more than 2lbs. of pressure for activation. The button must be designed so that ice cannot form such that it would impede the function of the button. 2. The pushbutton shall have transient surge protection that shall include at a minimum, a resistor and TVS diode at the input connection. The pushbutton assembly shall be vandal resistant designed to withstand impacts from heavy objects. The button body must have raised ridges on all sides to protect button cap against side impacts. The button shall be designed so that it cannot be made to stay on. If the event the button is pressed for longer than 10 seconds, it shall reset itself and work normally even if it is still being held in. 3. The button shall be completely sealed and the electronics shall be encapsulated so that the button can function even after being immersed in water for an extended period of time. 4. The pushbutton shall be capable of continuous operation over a temperature range of-30 degree F to 165 degree F. 00900-39 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.111 (Continued) Solar Panel 1. The solar panel shall provide up to 55 watts peak total output. 2. The solar panel shall be mounted to an aluminum plate and bracket at the optimum angle for the install location latitude to provide maximum output. 3. All fasteners used shall be anti-vandal. Sumortinfz Structure The supporting structure of the RRFB shall be a standard 14-foot traffic signal post and base.Bases shall be provided by a manufacturer on the Approved Materials List. Supports shall be colored similarly to other traffic control equipment in the near vicinity. Each RRFB shall be supplied with all required installation hardware. METHOD OF MEASUREMENT Rectangular Rapid Flashing Beacon will be measured by the Lump Sum per location for a complete and working installation as described above. BASIS OF PAYMENT Rectangular Rapid Flashing Beacon will be paid by the Lump Sum per location which will include all items necessary to install and operate the RRFB at each approach of the respective crosswalk, including signal assemblies, concrete foundations, anchor posts, poles, arrays of RRFB indications, push button assemblies, controller unit(s), antennas, mounting hardware, batteries, conduit, components, signs, plaques, and all labor, materials, equipment and incidental costs required to complete the work. Warning signs and instructional signs mounted on the signal post with the RRFB will be paid for separately under Item 832. Warning, Regulatory, and Route Marker, Aluminum Panel (Type A). 00900-40 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 RECTANGULAR RAPID FLASHING BEACON - LUMP SUM LOCATION NO. 2 The work shall consist of furnishing Rectangular Rapid Flashing Beacons at the raised crosswalk along Whites Avenue, at the Watertown Community Path intersection. All work shall comply with the guidelines set forth and located in the Federal Highway Administration Interim Approval Memorandum 1A-11, and this special provision. GENERAL The light assemblies shall be hardwired, and each shall have a pedestrian push button conforming to the requirements of the American with Disabilities Act (ADA). The light assemblies shall be wirelessly controlled, and the two units shall be fully synchronized. General Requirements 1. Each RRFB shall consist of two rapidly and alternately flashing rectangular yellow indications having LED array based pulsing light sources. 2. Each RRFB shall be a complete assembly, consisting of but not limited to concrete foundation, pole, signage, sign, push-button bollard, mounting, indications, down arrow signage, conduit, service connection, and electrical components (wiring, solid-state circuit boards, etc.). 3. In accordance with the Federal Highway Administration(FHWA)interim approval, each RRFB is to be installed on a two-lane street at a midblock crosswalk to supplement pedestrian or school-crossing warning signs with a diagonal downward arrow plaque, located at or immediately adjacent to a marked crosswalk. Functional Requirements Assembly I. Each hardwired system shall provide for pedestrian-activated push buttons on each side of the crosswalk that simultaneously commence operation of the RRFB's located at the crosswalk. The following additional conditions shall be met: 2. One (1) set of rectangular rapid flashing beacons located at the crosswalk shall be capable of being viewed by motorists approaching the crosswalks from both directions, (bi-directional) on two-way streets. 3. One (1) set of supporting poles must include all mounting hardware to support ground installation, as well as installation of the various assembly items. 00900-41 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 (Continued) Power The hardwired RRFB shall require 100V AC. The input voltage ranges from 100 to 130 volts. The service connection shall be provided in accordance with Section 813 of the Standard Specifications. All conduit, risers, wire, and other incidentals required to complete the service connection shall be included under this item. Activation Each RRFB shall be activated by push button. The push button shall be fully ADA compliant and shall require no more than 2lbs. of pressure to activate. Beacon Operation 1. The RRFB shall be normally dark, shall initiate operation only upon pedestrian actuation, and cease operation at a predetermined time after the pedestrian actuation. 2. All RRFB's associated with a given crosswalk (including those with an advance crossing sign, if used) shall, when activated, simultaneously commence operation of their alternating rapid flashing indications and shall cease operation simultaneously. 3. All RRFB light indications shall be wirelessly synchronized(All lights will turn on within 120 milliseconds and remain synchronized through-out the duration of the flashing cycle). 4. A pedestrian instruction sign with the legend "PUSH BUTTON TO TURN ON WARNING LIGHTS" should be mounted adjacent to, or integral with, each pedestrian pushbutton. 5. The duration of a predetermined period of operation of the RRFB's following each actuation should be based on the MUTCD procedures for timing of pedestrian clearance times for pedestrian signals. 6. Confirmation lights to indicate to pedestrians that the RRFB is active shall not be allowed. 7. The activation length of the flashing lights shall be programmable 1 second to 24 hours in one second, minutes and hours. 8. The activation length shall be initiated each time a pedestrian is detected either through passive detection or as a result of a pedestrian pressing a pushbutton detector. 00900-42 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 (Continued) Beacon Flashing Requirements 1. When activated, the two yellow indications in each RRFB shall flash in a rapidly alternating"wig-wag" flashing sequence (left light on, then right light on). 2. Each of the two yellow indications shall have 70 to 80 periods of flashing per minute and shall have alternating but approximately equal periods of rapid pulsing light emissions and dark operation. During each of its 70 to 80 flashing periods per minute, one of the yellow indications shall emit two rapid pulses of light and the other yellow indication shall emit three pulses of light. 3. The flash rate of each yellow indication, as applied over the full on-off sequence of a flashing period of the indication,shall not be between 5 and 30 flashes per second, to avoid frequencies that may cause seizures. 4. The light intensity of the yellow indications shall meet the minimum specifications of Society of Automotive Engineers (SAE) standard J595 (Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles) dated January 2005. 5. Beacons shall be simple to maintain and allow replacement of individual rectangular beacons. It shall be rated for a minimum of 10 years. Light configuration shall be bi-directional for notification to motorists approaching from either direction and lights on both ends of the RRFB shall face into the crosswalk for notification to the pedestrians that the system is on. Control Unit The control unit shall be housed in a durable enclosure and shall be attached to the mounting pole. The control unit shall be readily accessible and easily and fully interchangeable. Sians 1. All signs shall conform to MUTCD standards for size and retro-reflectivity requirements. 2. All sign assemblies shall use anti-vandal fasteners to mount components to sign and sign to fixture. 3. Sign assemblies shall have a Wl 1-15 (30 inch by 30 inch) and W16-7P Arrow on both sides of each pole with a pole on both sides of the street. All pedestrian signs shall have the MUTCD fluorescent yellow-green background color. Warranty The manufacturer shall guarantee products and components to be free of any defects in materials and workmanship for a minimum period of four (4) years from the date of original purchase and will repair or replace any part of the unit which proves to be defective within the warranty period. Warranty details must be included in the submittal. 00900-43 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 (Continued) Construction Requirements Beacon Dimensions and Placement in Sign Assembly 1. The RRFB light bar shall be a two-sided box with dimensions of 3.25" (height)by 20" (width) by 8" (depth) or equivalent. There shall be five (5) LED's that are recessed for vandal resistance and the box shall be painted federal yellow. 2. The crosswalk assembly shall include two (2) high intensity yellow LED fixtures on the front side, which deliver indication to motorists approaching from one direction only. Each LED unit shall also be capable of swiveling up to 52 degrees left or right of center to direct the maximum LED light to approaching traffic. 3. The housing units shall also include a high intensity yellow LED mounted on the street side of the assembly, which will flash upon the receipt of an incoming digital radio signal from either one of the assemblies. This is intended to provide pedestrians confirmation that the assembly across the street has been activated. 4. Each RRFB indication shall be a minimum size of 5"wide x 2"high. 5. The two RRFB indications shall be aligned horizontally,with the longer dimension horizontal, and a minimum space between the two indications of approximately seven inches (7"), measured from the inside edge of one indication to the inside edge of the other indication. 6. The outside edges of the RRFB indications, including any housings, shall not project beyond the outside edges of the integral signage of the RRFB. 7. The RRFB shall be located between the bottom of the crossing warning sign and the top of the supplemental downward diagonal arrow plaque. 8. Each RRFB to be supplied with all required hardware to install assembly. All exposed hardware shall be anti-vandal. Controller The controller unit shall be housed in a NEMA 4X rated, pole mounted, aluminum cabinet with stainless steel hinge. Control Circuit 1. The control circuit shall have the capability of independently flashing up to two independent outputs. The LED light outputs and flash pattern shall be completely programmable. The flashing output shall have 70 to 80 periods of flashing per minute with a 100 — millisecond duration on time consisting of double and triple flashes per cycle. 2. The output shall reach the output current as programmed for the duration of the pulse. The flashing output shall be programmable. 3. The control circuit shall be installed in a NEMA rated enclosure. 00900-44 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 (Continued) Wireless Radio 1. Radio control shall operate on a FCC approved 900mhz frequency hopping spread spectrum network with a normal operating range of 1000'. 2. Radio shall integrate with communication of RRFB control circuit to activate sign from pushbutton or passive detection input. 3. The Radio shall synchronized all of the remote RRFB light indications so they will turn on within 120msec of each other and remain synchronized throughout the duration of the flashing cycle. 4. Radio systems shall operate from 3.6 volts do to 15 volts DC. 5. The radio shall be designed so that activation at one location does not activate the second location Push Button 1. The push button shall be ADA compliant and require no more than 2lbs. of pressure for activation. The button must be designed so that ice cannot form such that it would impede the function of the button. 2. The pushbutton shall have transient surge protection that shall include at a minimum, a resistor and TVS diode at the input connection. The pushbutton assembly shall be vandal resistant designed to withstand impacts from heavy objects. The button body must have raised ridges on all sides to protect button cap against side impacts. The button shall be designed so that it cannot be made to stay on. If the event the button is pressed for longer than 10 seconds, it shall reset itself and work normally even if it is still being held in. 3. The button shall be completely sealed and the electronics shall be encapsulated so that the button can function even after being immersed in water for an extended period of time. 4. The pushbutton shall be capable of continuous operation over a temperature range of-30 degree F to 165 degree F. 00900-45 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 824.112 (Continued) Suivortin2 Structure The supporting structure of the RRFB shall be a standard 14-foot traffic signal post and base.Bases shall be provided by a manufacturer on the Approved Materials List. Supports shall be colored similarly to other traffic control equipment in the near vicinity. Each RRFB shall be supplied with all required installation hardware. METHOD OF MEASUREMENT Rectangular Rapid Flashing Beacon will be measured by the Lump Sum per location for a complete and working installation as described above. BASIS OF PAYMENT Rectangular Rapid Flashing Beacon will be paid by the Lump Sum per location which will include all items necessary to install and operate the RRFB at each approach of the respective crosswalk, including signal assemblies, concrete foundations, anchor posts, poles, arrays of RRFB indications, push button assemblies, controller unit(s), antennas, mounting hardware, conduit, wire, bedding material, tracer tape, components, service connections, and all labor, materials, equipment and incidental costs required to complete the work. Warning signs and instructional signs mounted on the signal post with the RRFB will be paid for separately under Item 832. Warning, Regulatory, and Route Marker, Aluminum Panel (Type A). Controlled Density Fill — Excavatable for use in association with the conduit installed within the limits of the roadway shall be paid separately under Item 153. Controlled Density Fill — Excavatable. 00900-46 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 874.2 TRAFFIC SIGN REMOVED AND RESET EACH GENERAL Work to be done under these items shall include the dismantling, removal, transporting and resetting of the existing signs. The work also includes removal and disposal of the existing sign supports and foundations. The Contractor shall exercise particular care in the dismantling,removal,transporting and resetting of the existing signs designated to be reused.Any sign panel damaged through carelessness or lack of protection by the Contractor shall be replaced at the Contractor's expense. The Contractor shall backfill with compacted gravel all holes resulting from the removal of the existing signs and their foundations and restores the area to match existing conditions of adjacent areas. The existing signs shall not be removed and reset without the permission of the DPW Superintendent. All traffic signs shall be installed prior to the concrete pour. All regulatory signs shall be maintained throughout construction. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 874.2 will be measured and paid for at the Contract unit price per Each, which price shall include all labor,tools,equipment and materials necessary for dismantling,removing and resetting of the signs as designated above. The excavation and disposal of the existing foundations, the supplying and replacing of compacted gravel backfill, and the restoration or replacement, in kind, of the area where foundations and post are removed, and any other incidental items necessary for the satisfactory completion of this work as specified. Payment for new supports for signs to be removed and reset shall be included under Item 847.1. 00900-47 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 874.41 TRAFFIC SIGN REMOVED AND DISCARDED EACH GENERAL Work under this item includes the dismantling, removal, and disposal of any existing signs and supports (including their foundations) not to be used under this contract, as directed by the Engineer. The Signs and Supports shall become the property of the Contractor and disposed of by the Contractor. The work shall include removing and disposal of the signs and supports, excavation of the existing foundations to a depth of at least 4" below compacted gravel and the restoration or replacement, in kind, of the areas resulting from the excavation. The existing signs shall not be removed until the new signs and structures replacing them are ready to be installed or as directed by the Engineer. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 874.41 will be measured and paid for at the Contract unit price per Each, which price shall include all labor, tools, equipment and materials necessary for dismantling, removing and disposing of the signs and supports as designated above,the excavation and disposal of the existing foundations, the supplying and replacing of compacted gravel backfill, and the restoration or replacement,in kind, of the area where foundations and post are removed, and any other incidental items necessary for the satisfactory completion of this work as specified. 00900-48 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 875.1 PARKING METER REMOVED AND RESET EACH GENERAL The work under this Item shall consist of the removal of existing parking meters, resetting them on new parking meter post and removal/disposal of the existing parking meter post at locations shown on the sketches included as part of this contract. Meters and attached hardware shall be carefully removed from their supports. New parking meter posts and their installation shall be coordinated with, and approved by, the Town of Watertown. The posts and existing foundations to be removed shall be removed to a depth of at least 6 inches below the bottom of the footing and the holes backfilled with gravel. The surface shall be patched with a material to match the existing ground or as directed by the Engineer. The work includes dismantling, loading, transporting and resetting parking meter and posts as designated above, the excavating and disposal of the existing foundation and the supplying and placing of compacted gravel backfill where foundations and posts are removed, and the patching of the existing surface, including all labor, material and incidentals to complete the work as shown on the Plans and as required by the Engineer. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 875.1 will be measured and paid for at the Contract unit price per Each, which price shall include all labor, tools, equipment, and materials necessary to complete the work including new parking meter posts and incidentals for work associated with removing and resetting the parking meters. 00900-49 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 ITEM 875.2 PARKING METER REMOVED AND STACKED EACH GENERAL Work to be completed under this item shall consist of dismantling, transporting, and stacking existing parking meters from the locations shown on the plans or as required by the Engineer. CONSTRUCTION Contractor shall carefully remove and store parking meters. The existing parking meters shall be transported to a location determined by the Watertown DPW Superintendent, or his designee. The parking meters shall be carefully removed in order to minimize damage to existing base and to adjacent bituminous pavement and/or pavers. The Contractor shall replace or repair, at his own expense, any other materials damaged by its methods of dismantling and removing operations. Before any parking meters are removed from their existing locations, the Contractor shall notify the Town at least five (5) days before parking meter removal is scheduled. The Contractor shall dispose of the old meter post foundations per the requirements outlined under Item 875.1. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 875.2 will be measured and paid for at the Contract unit price per Each unit removed and stacked, which price shall include all labor, materials, equipment, handling, hauling, stockpiling, the removal and disposal of existing parking meter poles, excavation and disposal of the existing foundations, the supplying and placing of compacted gravel backfill where foundations and posts are removed, restoration of surface, and all incidental costs required to complete the work. ITEM 999. POLICE DETAIL HOUR GENERAL Work under this item shall consist of the furnishing of Police Details at project locations as directed by the DPW Superintendent. The decision to use a police detail at a specific project location shall be based upon the Town's review of the Contractor's traffic plan for the location. It is the Contractor's responsibility to cancel a Police Detail in a timely fashion. The Town will not reimburse the Contractor for a Police Detail when the cancellation notice is not given in a timely fashion. Lateness or failure to show on the part of the Contractor or inclement weather shall not excuse the Contractor from the obligation to give adequate notice to the Police Department. Payment for Police Details not cancelled as required will be the responsibility of the Contractor. METHOD OF MEASUREMENT AND BASIS OF PAYMENT Work under this Item shall be paid at the Contractor bid price per Hour under Item 999. as stated in the bid documents and shall be based on reimbursement of cancelled checks from the Contractor for Police Details used on the project. 00900-50 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 "ATTACHMENT A" DEPARTMENT OF LABOR AND STANDARDS PREVAILING WAGE RATES THE COMMONWEALTH OF MASSACHUSETTS ' EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates CHARLES D.BAKER As determined by the Director under the provisions of the ROSALIN ACOSTA Governor Secretary Massachusetts General Laws,Chapter 149,Sections 26 to 27H WILLIAM D McxINNEY KARYN E.POLITO Director Lt.Governor Awarding Authority: Town of Watertown Contract Number: 2019-069 City/Town: WATERTOWN Description of Work: The work consists of pedestrian focused improvements at three locations within the Town of Watertown. Specific locations include a raised crosswalk along Warren Street adjacent to the Cunniff school Job Location: Multiple streets in Watertown 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 Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Construction (2 AXLE)DRIVER-EQUIPMENT 12/01/2018 $34.35 $11.91 $12.70 $0.00 $58.96 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.35 $11.91 $12.70 $0.00 $59.96 08/01/2019 $35.35 $12.41 $12.70 $0.00 $60.46 12/01/2019 $35.35 $12.41 $13.72 $0.00 $61.48 06/01/2020 $36.25 $12.41 $13.72 $0.00 $62.38 08/01/2020 $36.25 $12.91 $13.72 $0.00 $62.88 12/01/2020 $36.25 $12.91 $14.82 $0.00 $63.98 06/01/2021 $37.05 $12.91 $14.82 $0.00 $64.78 08/01/2021 $37.05 $13.41 $14.82 $0.00 $65.28 12/01/2021 $37.05 $13.41 $16.01 $0.00 $66.47 (3 AXLE)DRIVER-EQUIPMENT 12/01/2018 $34.42 $11.91 $12.70 $0.00 $59.03 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.42 $11.91 $12.70 $0.00 $60.03 08/01/2019 $35.42 $12.41 $12.70 $0.00 $60.53 12/01/2019 $35.42 $12.41 $13.72 $0.00 $61.55 06/01/2020 $36.32 $12.41 $13.72 $0.00 $62.45 08/01/2020 $36.32 $12.91 $13.72 $0.00 $62.95 12/01/2020 $36.32 $12.91 $14.82 $0.00 $64.05 06/01/2021 $37.12 $12.91 $14.82 $0.00 $64.85 08/01/2021 $37.12 $13.41 $14.82 $0.00 $65.35 12/01/2021 $37.12 $13.41 $16.01 $0.00 $66.54 (4&5 AXLE)DRIVER-EQUIPMENT 12/01/2018 $34.54 $11.91 $12.70 $0.00 $59.15 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.54 $11.91 $12.70 $0.00 $60.15 08/01/2019 $35.54 $12.41 $12.70 $0.00 $60.65 12/01/2019 $35.54 $12.41 $13.72 $0.00 $61.67 06/01/2020 $36.44 $12.41 $13.72 $0.00 $62.57 08/01/2020 $36.44 $12.91 $13.72 $0.00 $63.07 12/01/2020 $36.44 $12.91 $14.82 $0.00 $64.17 06/01/2021 $37.24 $12.91 $14.82 $0.00 $64.97 08/01/2021 $37.24 $13.41 $14.82 $0.00 $65.47 12/01/2021 $37.24 $13.41 $16.01 $0.00 $66.66 ADS/SUBMERSIBLE PILOT 08/01/2018 $97.80 $9.90 $21.15 $0.00 $128.85 PILE DRIVER LOCAL 56(ZONE 1) 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 For apprentice rates see"Apprentice-PILE DRIVER" AIR TRACK OPERATOR 12/01/2018 $39.40 $7.85 $15.35 $0.00 $62.60 LABORERS-ZONE 1 06/01/2019 $40.40 $7.85 $15.35 $0.00 $63.60 12/01/2019 $41.40 $7.85 $15.35 $0.00 $64.60 06/01/2020 $42.39 $7.85 $15.35 $0.00 $65.59 12/01/2020 $43.37 $7.85 $15.35 $0.00 $66.57 06/01/2021 $44.39 $7.85 $15.35 $0.00 $67.59 12/01/2021 $45.40 $7.85 $15.35 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 2 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment ASBESTOS REMOVER-PIPE/MECH.EQUIPT. 12/01/2018 $35.40 $12.50 $8.50 $0.00 $56.40 HEAT&FROST INSULATORS LOCAL 6(BOSTON) 06/01/2019 $36.40 $12.50 $8.50 $0.00 $57.40 12/01/2019 $37.40 $12.50 $8.50 $0.00 $58.40 06/01/2020 $38.40 $12.50 $8.50 $0.00 $59.40 12/01/2020 $39.40 $12.50 $8.50 $0.00 $60.40 ASPHALT RAKER 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" BARCO-TYPE JUMPING TAMPER 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" BLOCK PAVER,RAMMER/CURB SETTER 12/01/2018 $39.40 $7.85 $15.35 $0.00 $62.60 LABORERS-ZONE] 06/01/2019 $40.40 $7.85 $15.35 $0.00 $63.60 12/01/2019 $41.40 $7.85 $15.35 $0.00 $64.60 06/01/2020 $42.39 $7.85 $15.35 $0.00 $65.59 12/01/2020 $43.37 $7.85 $15.35 $0.00 $66.57 06/01/2021 $44.39 $7.85 $15.35 $0.00 $67.59 12/01/2021 $45.40 $7.85 $15.35 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 3 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment BOILERMAKER 01/01/2019 $44.71 $7.07 $17.72 $0.00 $69.50 BOILERMAKERS LOCAL 29 01/01/2020 $46.10 $7.07 $17.98 $0.00 $71.15 Apprentice- BOILERMAKER-Local 29 Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $29.06 $7.07 $11.52 $0.00 $47.65 2 65 $29.06 $7.07 $11.52 $0.00 $47.65 3 70 $31.30 $7.07 $12.40 $0.00 $50.77 4 75 $33.53 $7.07 $13.30 $0.00 $53.90 5 80 $35.77 $7.07 $14.18 $0.00 $57.02 6 85 $38.00 $7.07 $15.07 $0.00 $60.14 7 90 $40.24 $7.07 $15.95 $0.00 $63.26 8 95 $42.47 $7.07 $16.84 $0.00 $66.38 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $29.97 $7.07 $11.69 $0.00 $48.73 2 65 $29.97 $7.07 $11.69 $0.00 $48.73 3 70 $32.27 $7.07 $12.59 $0.00 $51.93 4 75 $34.58 $7.07 $13.49 $0.00 $55.14 5 80 $36.88 $7.07 $14.38 $0.00 $58.33 6 85 $39.19 $7.07 $15.29 $0.00 $61.55 7 90 $41.49 $7.07 $16.18 $0.00 $64.74 8 95 $43.80 $7.07 $17.09 $0.00 $67.96 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:4 BRICK/STONE/ARTIFICIAL MASONRY(INCL.MASONRY 02/01/2019 $53.55 $10.75 $20.66 $0.00 $84.96 WATERPROOFING) 08/01/2019 $54.90 $10.75 $20.80 $0.00 $86.45 BRICKLAYERS LOCAL 3(WALTHAM) 02/01/2020 $55.54 $10.75 $20.80 $0.00 $87.09 08/01/2020 $56.89 $10.75 $20.95 $0.00 $88.59 02/01/2021 $57.53 $10.75 $20.95 $0.00 $89.23 08/01/2021 $58.93 $10.75 $21.11 $0.00 $90.79 02/01/2022 $59.52 $10.75 $21.11 $0.00 $91.38 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 4 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- BRICK/PLASTERICEMENT MASON-Local 3 Waltham Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.78 $10.75 $20.66 $0.00 $58.19 2 60 $32.13 $10.75 $20.66 $0.00 $63.54 3 70 $37.49 $10.75 $20.66 $0.00 $68.90 4 80 $42.84 $10.75 $20.66 $0.00 $74.25 5 90 $48.20 $10.75 $20.66 $0.00 $79.61 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.45 $10.75 $20.80 $0.00 $59.00 2 60 $32.94 $10.75 $20.80 $0.00 $64.49 3 70 $38.43 $10.75 $20.80 $0.00 $69.98 4 80 $43.92 $10.75 $20.80 $0.00 $75.47 5 90 $49.41 $10.75 $20.80 $0.00 $80.96 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" CAISSON&UNDERPINNING BOTTOM MAN 12/01/2018 $39.75 $7.85 $15.55 $0.00 $63.15 LABORERS-FOUNDATIONAND MARINE 06/01/2019 $40.75 $7.85 $15.55 $0.00 $64.15 12/01/2019 $41.75 $7.85 $15.55 $0.00 $65.15 06/01/2020 $42.74 $7.85 $15.55 $0.00 $66.14 12/01/2020 $43.72 $7.85 $15.55 $0.00 $67.12 06/01/2021 $44.74 $7.85 $15.55 $0.00 $68.14 12/01/2021 $45.75 $7.85 $15.55 $0.00 $69.15 For apprentice rates see"Apprentice-LABORER" CAISSON&UNDERPINNING LABORER 12/01/2018 $38.60 $7.85 $15.55 $0.00 $62.00 LABORERS-FOUNDATIONAND MARINE 06/01/2019 $39.60 $7.85 $15.55 $0.00 $63.00 12/01/2019 $40.60 $7.85 $15.55 $0.00 $64.00 06/01/2020 $41.59 $7.85 $15.55 $0.00 $64.99 12/01/2020 $42.57 $7.85 $15.55 $0.00 $65.97 06/01/2021 $43.59 $7.85 $15.55 $0.00 $66.99 12/01/2021 $44.60 $7.85 $15.55 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 5 of 42 Supplemental Total Rate Classification Effective Date Base Wage Health Pension Unemployment CAISSON&UNDERPINNING TOP MAN 12/01/2019 $39.60 $7.85 $15.55 $0.00 $62.00 LABORERS-FOUNDATIONAND MARINE 06/01/2019 $39.60 $7.85 $15.55 $0.00 $63.00 12/01/2019 $40.60 $7.85 $15.55 $0.00 $64.00 06/01/2020 $41.59 $7.85 $15.55 $0.00 $64.99 12/01/2020 $42.57 $7.85 $15.55 $0.00 $65.97 06/01/2021 $43.59 $7.85 $15.55 $0.00 $66.99 12/01/2021 $44.60 $7.85 $15.55 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" CARBIDE CORE DRILL OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" CARPENTER 03/01/2019 $42.35 $9.90 $17.50 $0.00 $69.75 CARPENTERS-ZONE 2(Eastern Massachusetts) Apprentice- CARPENTER-Zone 2 Eastern MA Effective Date- 03/01/2019 supplemental Step percent Apprentice Base Wage Health Pension unemployment Total Rate 1 50 $21.18 $9.90 $1.73 $0.00 $32.81 2 60 $25.41 $9.90 $1.73 $0.00 $37.04 3 70 $29.65 $9.90 $12.31 $0.00 $51.86 4 75 $31.76 $9.90 $12.31 $0.00 $53.97 5 80 $33.88 $9.90 $14.04 $0.00 $57.82 6 90 $33.99 $9.90 $14.04 $0.00 $57.82 7 90 $38.12 $9.90 $15.77 $0.00 $63.79 8 90 $38.12 $9.90 $15.77 $0.00 $63.79 _ _ - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - YO Indentured After 10/l/17;45/45/55/55/70/70/90/90 - - - - - Step 1&2$30.69/3&4$36.59/5&6$53.59/7&8$59.55 - - - - _ _ ` - - - - Apprentice to Journeyworker Ratio:1:5 CARPENTER WOOD FRAME 04/01/2019 $27.52 $7.07 $7.96 $0.00 $42.45 CARPENTERS-ZONE 2(Wood Frame) 10/01/2019 $27.95 $7.07 $7.86 $0.00 $42.88 All Aspects of New Wood Frame Work ----------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 6 of Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- CARPENTER(Wood Frame)-Zone 2 Effective Date- 04/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $16.51 $7.07 $0.00 $0.00 $23.58 2 60 $16.51 $7.07 $0.00 $0.00 $23.58 3 65 $17.89 $7.07 $7.86 $0.00 $32.82 4 70 $19.26 $7.07 $7.86 $0.00 $34.19 5 75 $20.64 $7.07 $7.86 $0.00 $35.57 6 80 $22.02 $7.07 $7.86 $0.00 $36.95 7 85 $23.39 $7.07 $7.86 $0.00 $38.32 8 90 $24.77 $7.07 $7.86 $0.00 $39.70 Effective Date- 10/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $16.77 $7.07 $0.00 $0.00 $23.84 2 60 $16.77 $7.07 $0.00 $0.00 $23.84 3 65 $18.17 $7.07 $7.86 $0.00 $33.10 4 70 $19.57 $7.07 $7.86 $0.00 $34.50 5 75 $20.96 $7.07 $7.86 $0.00 $35.89 6 80 $22.36 $7.07 $7.86 $0.00 $37.29 7 85 $23.76 $7.07 $7.86 $0.00 $38.69 8 90 $25.16 $7.07 $7.86 $0.00 $40.09 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: %Indentured After 10/l/I7;45/45/55/55/70/70/80/80 Step 1&2$19.45/3&4$26.96/5&6$34.19/7&8$36.95 - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING 01/01/2019 $47.50 $12.50 $22.41 $0.30 $82.71 BRICKLAYERS LOCAL 3(WALTHAM) 07/01/2019 $48.24 $12.50 $22.41 $0.30 $83.45 01/01/2020 $49.64 $12.50 $22.41 $0.30 $84.85 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 7 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- CEMENT MASONRY/PLASTERING-Eastern Mass(Waltham) Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.75 $12.50 $15.41 $0.00 $51.66 2 60 $28.50 $12.50 $17.41 $0.30 $58.71 3 65 $30.88 $12.50 $18.41 $0.30 $62.09 4 70 $33.25 $12.50 $19.41 $0.30 $65.46 5 75 $35.63 $12.50 $20.41 $0.30 $68.84 6 80 $38.00 $12.50 $21.41 $0.30 $72.21 7 90 $42.75 $12.50 $22.41 $0.30 $77.96 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.12 $12.50 $15.41 $0.00 $52.03 2 60 $28.94 $12.50 $17.41 $0.30 $59.15 3 65 $31.36 $12.50 $18.41 $0.30 $62.57 4 70 $33.77 $12.50 $19.41 $0.30 $65.98 5 75 $36.18 $12.50 $20.41 $0.30 $69.39 6 80 $38.59 $12.50 $21.41 $0.30 $72.80 7 90 $43.42 $12.50 $22.41 $0.30 $78.63 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps 3,4 are 500 hrs.All other steps are 1,000 hrs. - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 CHAIN SAW OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 12/01/2018 $48.58 $11.50 $15.60 $0.00 $75.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $49.68 $11.50 $15.60 $0.00 $76.78 12/01/2019 $50.83 $11.50 $15.60 $0.00 $77.93 06/01/2020 $51.93 $11.50 $15.60 $0.00 $79.03 12/01/2020 $53.08 $11.50 $15.60 $0.00 $80.18 06/01/2021 $54.18 $11.50 $15.60 $0.00 $81.28 12/01/2021 $55.33 $11.50 $15.60 $0.00 $82.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 8 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment COMPRESSOR OPERATOR 12/01/2018 $32.03 $11.50 $15.60 $0.00 $59.13 OPERATING ENGINEERS LOCAL 4 06/01/2019 $32.78 $11.50 $15.60 $0.00 $59.88 12/01/2019 $33.57 $11.50 $15.60 $0.00 $60.67 06/01/2020 $34.32 $11.50 $15.60 $0.00 $61.42 12/01/2020 $35.10 $11.50 $15.60 $0.00 $62.20 06/01/2021 $35.85 $11.50 $15.60 $0.00 $62.95 12/01/2021 $36.64 $11.50 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" DELEADER(BRIDGE) 01/01/2019 $50.36 $8.15 $20.85 $0.00 $79.36 PAINTERS LOCAL 35-ZONE 2 07/01/2019 $51.46 $8.15 $20.85 $0.00 $80.46 01/01/2020 $52.56 $8.15 $20.85 $0.00 $81.56 07/01/2020 $53.66 $8.15 $20.85 $0.00 $82.66 01/01/2021 $54.76 $8.15 $20.85 $0.00 $83.76 Apprentice- PAINTER Local 35 -BRIDGES/TANKS Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.18 $8.15 $0.00 $0.00 $33.33 2 55 $27.70 $8.15 $5.64 $0.00 $41.49 3 60 $30.22 $8.15 $6.15 $0.00 $44.52 4 65 $32.73 $8.15 $6.66 $0.00 $47.54 5 70 $35.25 $8.15 $17.78 $0.00 $61.18 6 75 $37.77 $8.15 $18.29 $0.00 $64.21 7 80 $40.29 $8.15 $18.80 $0.00 $67.24 8 90 $45.32 $8.15 $19.83 $0.00 $73.30 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.73 $8.15 $0.00 $0.00 $33.88 2 55 $28.30 $8.15 $5.64 $0.00 $42.09 3 60 $30.88 $8.15 $6.15 $0.00 $45.18 4 65 $33.45 $8.15 $6.66 $0.00 $48.26 5 70 $36.02 $8.15 $17.78 $0.00 $61.95 6 75 $38.60 $8.15 $18.29 $0.00 $65.04 7 80 $41.17 $8.15 $18.80 $0.00 $68.12 8 90 $46.31 $8.15 $19.83 $0.00 $74.29 - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 DEMO:ADZEMAN 12/01/2018 $38.80 $7.85 $15.35 $0.00 $62.00 LABORERS-ZONE 1 06/01/2019 $39.80 $7.85 $15.35 $0.00 $63.00 12/01/2019 $40.80 $7.85 $15.35 $0.00 $64.00 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 9 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment DEMO:BACK-HOE/LOADER/HAMMER OPERATOR 12/01/2018 $39.80 $7.85 $15.35 $0.00 $63.00 LABORERS-ZONE 1 06/01/2019 $40.80 $7.85 $15.35 $0.00 $64.00 12/01/2019 $41.80 $7.85 $15.35 $0.00 $65.00 For apprentice rates see"Apprentice-LABORER" DEMO:BURNERS 12/01/2018 $39.55 $7.85 $15.35 $0.00 $62.75 LABORERS-ZONE 1 06/01/2019 $40.55 $7.85 $15.35 $0.00 $63.75 12/01/2019 $41.55 $7.85 $15.35 $0.00 $64.75 For apprentice rates see"Apprentice-LABORER" DEMO:CONCRETE CUTTER/SAWYER 12/01/2018 $39.80 $7.85 $15.35 $0.00 $63.00 LABORERS-ZONE 1 06/01/2019 $40.80 $7.85 $15.35 $0.00 $64.00 12/01/2019 $41.80 $7.85 $15.35 $0.00 $65.00 For apprentice rates see"Apprentice-LABORER" DEMO:JACKHAMMER OPERATOR 12/01/2018 $39.55 $7.85 $15.35 $0.00 $62.75 LABORERS-ZONE] 06/01/2019 $40.55 $7.85 $15.35 $0.00 $63.75 12/01/2019 $41.55 $7.85 $15.35 $0.00 $64.75 For apprentice rates see"Apprentice-LABORER" DEMO:WRECKING LABORER 12/01/2018 $38.80 $7.85 $15.35 $0.00 $62.00 LABORERS-ZONE 1 06/01/2019 $39.80 $7.85 $15.35 $0.00 $63.00 12/01/2019 $40.80 $7.85 $15.35 $0.00 $64.00 For apprentice rates see"Apprentice-LABORER" DIRECTIONAL DRILL MACHINE OPERATOR 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" DIVER 08/01/2018 $65.20 $9.90 $21.15 $0.00 $96.25 PILE DRIVER LOCAL 56(ZONE 1) 08/01/2019 $68.52 $9.90 $21.15 $0.00 $99.57 For apprentice rates see"Apprentice-PILE DRIVER" DIVER TENDER 08/01/2018 $46.57 $9.90 $21.15 $0.00 $77.62 PILEDRIVER LOCAL 56(ZONE 1) 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 For apprentice rates see"Apprentice-PILE DRIVER" DIVER TENDER(EFFLUENT) 08/01/2018 $69.86 $9.90 $21.15 $0.00 $100.91 PILEDRIVER LOCAL 56(ZONE 1) 08/01/2019 $73.41 $9.90 $21.15 $0.00 $104.46 For apprentice rates see"Apprentice-PILE DRIVER" DIVER/SLURRY(EFFLUENT) 08/01/2018 $97.80 $9.90 $21.15 $0.00 $128.85 PILE DRIVER LOCAL 56(ZONE 1) 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 For apprentice rates see"Apprentice-PILE DRIVER" DRAWBRIDGE OPERATOR(Construction) 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANS LOCAL 103 For apprentice rates see"Apprentice-ELECTRICIAN' ELECTRICIAN 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANS LOCAL 103 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 10 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- ELECTRICIAN-Local 103 Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $20.44 $13.00 $0.61 $0.00 $34.05 2 40 $20.44 $13.00 $0.61 $0.00 $34.05 3 45 $23.00 $13.00 $14.34 $0.00 $50.34 4 45 $23.00 $13.00 $14.34 $0.00 $50.34 5 50 $25.55 $13.00 $14.76 $0.00 $53.31 6 55 $28.11 $13.00 $15.17 $0.00 $56.28 7 60 $30.66 $13.00 $15.58 $0.00 $59.24 8 65 $33.22 $13.00 $16.00 $0.00 $62.22 9 70 $35.77 $13.00 $16.40 $0.00 $65.17 10 75 $38.33 $13.00 $16.82 $0.00 $68.15 - - - - - - - - - - - - - - - - - - - - - - - - - Notes: : App Prior 1/l/03;30/35/40/45/50/55/65/70/75/80 - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR 01/01/2019 $59.47 $15.58 $17.51 $0.00 $92.56 ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2020 $61.42 $15.73 $18.41 $0.00 $95.56 01/01/2021 $63.47 $15.88 $19.31 $0.00 $98.66 01/01/2022 $65.62 $16.03 $20.21 $0.00 $101.86 Apprentice- ELEVATOR CONSTRUCTOR-Local 4 Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $29.74 $15.58 $0.00 $0.00 $45.32 2 55 $32.71 $15.58 $17.51 $0.00 $65.80 3 65 $38.66 $15.58 $17.51 $0.00 $71.75 4 70 $41.63 $15.58 $17.51 $0.00 $74.72 5 80 $47.58 $15.58 $17.51 $0.00 $80.67 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $30.71 $15.73 $0.00 $0.00 $46.44 2 55 $33.78 $15.73 $18.41 $0.00 $67.92 3 65 $39.92 $15.73 $18.41 $0.00 $74.06 4 70 $42.99 $15.73 $18.41 $0.00 $77.13 5 80 $49.14 $15.73 $18.41 $0.00 $83.28 - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps 1-2 are 6 mos.;Steps 3-5 are 1 year - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:1 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 11 of 42 Supplemental Total Rate Classification Effective Date Base Wage Health Pension Unemployment ELEVATOR CONSTRUCTOR HELPER 01/01/2019 $41.63 $15.58 $17.51 $0.00 $74.72 ELEVATOR cONSTRUCTORSLOCAL 4 01/01/2020 $42.99 $15.73 $18.41 $0.00 $77.13 01/01/2021 $44.43 $15.88 $19.31 $0.00 $79.62 01/01/2022 $45.93 $16.03 $20.21 $0.00 $82.17 For apprentice rates see"Apprentice-ELEVATOR CONSTRUCTOR" - _ - FENCE&GUARD RAIL ERECTOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.99 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 05/01/2019 $43.68 $11.50 $15.60 $0.00 $70.79 OPERATING ENGINEERS LOCAL 4 11/01/2019 $44.68 $11.50 $15.60 $0.00 $71.78 05/01/2020 $45.83 $11.50 $15.60 $0.00 $72.93 11/01/2020 $46.83 $11.50 $15.60 $0.00 $73.93 05/01/2021 $47.98 $11.50 $15.60 $0.00 $75.08 11/01/2021 $48.98 $11.50 $15.60 $0.00 $76.08 05/01/2022 $50.13 $11.50 $15.60 $0.00 $77.23 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2019 $45.17 $11.50 $15.60 $0.00 $72.27 OPERA TING ENGINEERS LOCAL 4 11/01/2019 $46.18 $11.50 $15.60 $0.00 $73.28 05/01/2020 $47.33 $11.50 $15.60 $0.00 $74.43 11/01/2020 $48.34 $11.50 $15.60 $0.00 $75.44 05/01/2021 $49.50 $11.50 $15.60 $0.00 $76.60 11/01/2021 $50.51 $11.50 $15.60 $0.00 $77.61 05/01/2022 $51.67 $11.50 $15.60 $0.00 $78.77 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 05/01/2019 $22.48 $11.50 $15.60 $0.00 $49.58 OpERATING ENGINEERSLOCAL 4 11/01/2019 $23.07 $11.50 $15.60 $0.00 $50.17 05/01/2020 $23.74 $11.50 $15.60 $0.00 $50.84 11/01/2020 $24.33 $11.50 $15.60 $0.00 $51.43 05/01/2021 $25.01 $11.50 $15.60 $0.00 $52.11 11/01/2021 $25.61 $11.50 $15.60 $0.00 $52.71 05/01/2022 $26.28 $11.50 $15.60 $0.00 $53.38 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FIRE ALARM INSTALLER 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANS LOCAL 103 For apprentice rates see"Apprentice-ELECTRICIAN' FIRE ALARM REPAIR/MAINTENANCE 03/01/2019 $38.33 $13.00 $16.82 $0.00 $68.15 /COMMISSIONINGELECTPJC14NS LOCAL 103 For apprentice rates see"Apprentice-TELECOMMUNICATIONS TECHNICIAN' ------------ -------------- ----------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 12 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment FIREMAN(ASST.ENGINEER) 12/01/2018 $39.13 $11.50 $15.60 $0.00 $66.23 OPERATING ENGINEERS LOCAL 4 06/01/2019 $40.04 $11.50 $15.60 $0.00 $67.14 12/01/2019 $40.99 $11.50 $15.60 $0.00 $68.09 06/01/2020 $41.90 $11.50 $15.60 $0.00 $69.00 12/01/2020 $42.85 $11.50 $15.60 $0.00 $69.95 06/01/2021 $43.76 $11.50 $15.60 $0.00 $70.86 12/01/2021 $44.71 $11.50 $15.60 $0.00 $71.81 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FLAGGER&SIGNALER 12/01/2018 $22.50 $7.85 $15.35 $0.00 $45.70 LABORERS-ZONE 1 06/01/2019 $22.50 $7.85 $15.35 $0.00 $45.70 12/01/2019 $23.50 $7.85 $15.35 $0.00 $46.70 06/01/2020 $23.50 $7.85 $15.35 $0.00 $46.70 12/01/2020 $24.50 $7.85 $15.35 $0.00 $47.70 06/01/2021 $24.50 $7.85 $15.35 $0.00 $47.70 12/01/2021 $24.50 $7.85 $15.35 $0.00 $47.70 For apprentice rates see"Apprentice-LABORER" FLOORCOVERER 03/01/2016 $42.13 $9.80 $17.62 $0.00 $69.55 FLOORCOVERERS LOCAL 2168 ZONE I Apprentice- FLOORCOVERER-Local 2168 Zone I Effective Date- 03/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.07 $9.80 $1.79 $0.00 $32.66 2 55 $23.17 $9.80 $1.79 $0.00 $34.76 3 60 $25.28 $9.80 $12.25 $0.00 $47.33 4 65 $27.38 $9.80 $12.25 $0.00 $49.43 5 70 $29.49 $9.80 $14.04 $0.00 $53.33 6 75 $31.60 $9.80 $14.04 $0.00 $55.44 7 80 $33.70 $9.80 $15.83 $0.00 $59.33 8 85 $35.81 $9.80 $15.83 $0.00 $61.44 - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes:Steps are 750 hrs. %After 09/1/17;45/45/55/55/70/70/80/80(1500hr Steps) Step 1&2$30.55/3&4$36.49/5&6$53.33/7&8$59.33 - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:1 FORKLIFT/CHERRY PICKER 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 13 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment GENERATOR/LIGHTING PLANT/HEATERS 12/01/2018 $32.03 $11.50 $15.60 $0.00 $59.13 OPERATING ENGINEERS LOCAL 4 06/01/2019 $32.78 $11.50 $15.60 $0.00 $59.88 12/01/2019 $33.57 $11.50 $15.60 $0.00 $60.67 06/01/2020 $34.32 $11.50 $15.60 $0.00 $61.42 12/01/2020 $35.10 $11.50 $15.60 $0.00 $62.20 06/01/2021 $35.85 $11.50 $15.60 $0.00 $62.95 12/01/2021 $36.64 $11.50 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" GLAZIER(GLASS PLANK/AIR BARRIER/INTERIOR 01/01/2019 $39.86 $8.15 $20.85 $0.00 $68.86 SYSTEMS)GLAZIERS LOCAL 35(ZONE 2) 07/01/2019 $40.96 $8.15 $20.85 $0.00 $69.96 01/01/2020 $42.06 $8.15 $20.85 $0.00 $71.06 07/01/2020 $43.16 $8.15 $20.85 $0.00 $72.16 01/01/2021 $44.26 $8.15 $20.85 $0.00 $73.26 Apprentice- GLAZIER-Local 35 Zone 2 Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.93 $8.15 $0.00 $0.00 $28.08 2 55 $21.92 $8.15 $5.64 $0.00 $35.71 3 60 $23.92 $8.15 $6.15 $0.00 $38.22 4 65 $25.91 $8.15 $6.66 $0.00 $40.72 5 70 $27.90 $8.15 $17.78 $0.00 $53.83 6 75 $29.90 $8.15 $18.29 $0.00 $56.34 7 80 $31.89 $8.15 $18.80 $0.00 $58.84 8 90 $35.87 $8.15 $19.83 $0.00 $63.85 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.48 $8.15 $0.00 $0.00 $28.63 2 55 $22.53 $8.15 $5.64 $0.00 $36.32 3 60 $24.58 $8.15 $6.15 $0.00 $38.88 4 65 $26.62 $8.15 $6.66 $0.00 $41.43 5 70 $28.67 $8.15 $17.78 $0.00 $54.60 6 75 $30.72 $8.15 $18.29 $0.00 $57.16 7 80 $32.77 $8.15 $18.80 $0.00 $59.72 8 90 $36.86 $8.15 $19.83 $0.00 $64.84 - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 14 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment HOISTING ENGINEER/CRANES/GRADALLS 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 S81.43 Apprentice- OPERATING ENGINEERS-Local 4 Effective Date- 12/01/2018 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $26.17 $11.50 $0.00 $0.00 $37.67 2 60 $28.55 $11.50 $15.60 $0.00 $55.65 3 65 $30.93 $11.50 $15.60 $0.00 $58.03 4 70 $33.31 $11.50 $15.60 $0.00 $60.41 5 75 $35.69 $11.50 $15.60 $0.00 $62.79 6 80 $38.06 $11.50 $15.60 $0.00 $65.16 7 85 $40.44 $11.50 $15.60 $0.00 $67.54 8 90 $42.82 $11.50 $15.60 $0.00 $69.92 Effective Date- 06/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $26.77 $11.50 $0.00 $0.00 $38.27 2 60 $29.21 $11.50 $15.60 $0.00 $56.31 3 65 $31.64 $11.50 $15.60 $0.00 $58.74 4 70 $34.08 $11.50 $15.60 $0.00 $61.18 5 75 $36.51 $11.50 $15.60 $0.00 $63.61 6 80 $38.94 $11.50 $15.60 $0.00 $66.04 7 85 $41.38 $11.50 $15.60 $0.00 $68.48 8 90 $43.81 $11.50 $15.60 $0.00 $70.91 - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:6 HVAC(DUCTWORK) 02/01/2019 $46.50 $13.20 $24.12 $2.52 $86.34 SHEETMETAL WORKERS LOCAL I7-A 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 02/01/2020 $49.75 $13.20 $24.12 $2.61 $89.68 08/01/2020 $51.35 $13.20 $24.12 $2.66 $91.33 02/01/2021 $53.00 $13.20 $24.12 $2.71 $93.03 08/01/2021 $54.75 $13.20 $24.12 $2.76 $94.83 02/01/2022 $56.50 $13.20 $24.12 $2.81 $96.63 For apprentice rates see"Apprentice-SHEET METAL WORKER" HVAC(ELECTRICAL CONTROLS) 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANS LOCAL 103 For apprentice rates see"Apprentice-ELECTRICIAN' --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 15 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment HVAC(TESTING AND BALANCING-AIR) 02/01/2019 $46.50 $13.20 $24.12 $2.52 $86.34 SHEETMETAL WORKERS LOCAL 17-A 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 02/01/2020 $49.75 $13.20 $24.12 $2.61 $89.68 08/01/2020 $51.35 $13.20 $24.12 $2.66 $91.33 02/01/2021 $53.00 $13.20 $24.12 $2.71 $93.03 08/01/2021 $54.75 $13.20 $24.12 $2.76 $94.83 02/01/2022 $56.50 $13.20 $24.12 $2.81 $96.63 For apprentice rates see"Apprentice-SHEET METAL WORKER" HVAC(TESTING AND BALANCING-WATER) 03/01/2019 $53.19 $10.95 $19.74 $0.00 $83.88 PIPEFITTERS LOCAL 537 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88 For apprentice rates see"Apprentice-PIPEFITTER"or"PLUMBER/PIPEFITTER" HVAC MECHANIC 03/01/2019 $53.19 $10.95 $19.74 $0.00 $83.88 PIPEFITTERS LOCAL 537 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88 For apprentice rates see"Apprentice-PIPEFITTER"or"PLUMBER/PIPEFITTER" HYDRAULIC DRILLS 12/01/2018 $39.40 $7.85 $15.35 $0.00 $62.60 LABORERS-ZONE] 06/01/2019 $40.40 $7.85 $15.35 $0.00 $63.60 12/01/2019 $41.40 $7.85 $15.35 $0.00 $64.60 06/01/2020 $42.39 $7.85 $15.35 $0.00 $65.59 12/01/2020 $43.37 $7.85 $15.35 $0.00 $66.57 06/01/2021 $44.39 $7.85 $15.35 $0.00 $67.59 12/01/2021 $45.40 $7.85 $15.35 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" INSULATOR(PIPES&TANKS) 09/01/2018 $47.09 $12.50 $15.60 $0.00 $75.19 HEAT&FROSTINSULATORS LOCAL 6(BOSTON) 09/01/2019 $49.59 $12.50 $15.60 $0.00 $77.69 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 16 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- ASBESTOS INSULATOR(Pipes&Tanks)-Local 6 Boston Effective Date- 09/01/2018 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.55 $12.50 $11.40 $0.00 $47.45 2 60 $28.25 $12.50 $12.24 $0.00 $52.99 3 70 $32.96 $12.50 $13.08 $0.00 $58.54 4 80 $37.67 $12.50 $13.92 $0.00 $64.09 Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.80 $12.50 $11.40 $0.00 $48.70 2 60 $29.75 $12.50 $12.24 $0.00 $54.49 3 70 $34.71 $12.50 $13.08 $0.00 $60.29 4 80 $39.67 $12.50 $13.92 $0.00 $66.09 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 1 year Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER 03/16/2019 $46.66 $8.00 $23.50 $0.00 $78.16 IRONWORKERS LOCAL 7(BOSTONAREA) Apprentice- IRONWORKER-Local 7 Boston Effective Date- 03/16/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $28.00 $8.00 $23.50 $0.00 $59.50 2 70 $32.66 $8.00 $23.50 $0.00 $64.16 3 75 $35.00 $8.00 $23.50 $0.00 $66.50 4 80 $37.33 $8.00 $23.50 $0.00 $68.83 5 85 $39.66 $8.00 $23.50 $0.00 $71.16 6 90 $41.99 $8.00 $23.50 $0.00 $73.49 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: **Structural 1:6;Ornamental 1:4 Apprentice to Journeyworker Ratio:** JACKHAMMER&PAVING BREAKER OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 17 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment LABORER 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE 1 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 Apprentice- LABORER-Zone 1 Effective Date- 12/01/2018 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $23.19 $7.85 $15.35 $0.00 $46.39 2 70 $27.06 $7.85 $15.35 $0.00 $50.26 3 80 $30.92 $7.85 $15.35 $0.00 $54.12 4 90 $34.79 $7.85 $15.35 $0.00 $57.99 Effective Date- 06/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $23.79 $7.85 $15.35 $0.00 $46.99 2 70 $27.76 $7.85 $15.35 $0.00 $50.96 3 80 $31.72 $7.85 $15.35 $0.00 $54.92 4 90 $35.69 $7.85 $15.35 $0.00 $58.89 - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 LABORER:CARPENTER TENDER 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE] 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:CEMENT FINISHER TENDER 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE] 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:HAZARDOUS WASTE/ASBESTOS REMOVER 12/01/2018 $38.80 $7.85 $15.35 $0.00 $62.00 LABORERS-ZONE] 06/01/2019 $39.80 $7.85 $15.35 $0.00 $63.00 12/01/2019 $40.80 $7.85 $15.35 $0.00 $64.00 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 18 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment For apprentice rates see"Apprentice-LABORER" LABORER:MASON TENDER 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" LABORER:MULTI-TRADE TENDER 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE 1 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:TREE REMOVER 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE 1 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 This 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 OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" MARBLE&TILE FINISHERS 02/01/2019 $40.91 $10.75 $18.97 $0.00 $70.63 BRICKLAYERS LOCAL 3-MARBLE&TILE 08/01/2019 $41.99 $10.75 $19.11 $0.00 $71.85 02/01/2020 $42.50 $10.75 $19.11 $0.00 $72.36 08/01/2020 $43.58 $10.75 $19.26 $0.00 $73.59 02/01/2021 $44.09 $10.75 $19.26 $0.00 $74.10 08/01/2021 $45.21 $10.75 $19.42 $0.00 $75.38 02/01/2022 $45.68 $10.75 $19.42 $0.00 $75.85 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 19 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- MARBLE&TILE FINISHER-Local 3 Marble&Tile Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.46 $10.75 $18.97 $0.00 $50.18 2 60 $24.55 $10.75 $18.97 $0.00 $54.27 3 70 $28.64 $10.75 $18.97 $0.00 $58.36 4 80 $32.73 $10.75 $18.97 $0.00 $62.45 5 90 $36.82 $10.75 $18.97 $0.00 $66.54 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.00 $10.75 $19.11 $0.00 $50.86 2 60 $25.19 $10.75 $19.11 $0.00 $55.05 3 70 $29.39 $10.75 $19.11 $0.00 $59.25 4 80 $33.59 $10.75 $19.11 $0.00 $63.45 5 90 $37.79 $10.75 $19.11 $0.00 $67.65 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS&TERRAZZO MECH 02/01/2019 $53.57 $10.75 $20.66 $0.00 $84.98 BRICKLAYERS LOCAL 3-MARBLE&TILE 08/01/2019 $54.92 $10.75 $20.80 $0.00 $86.47 02/01/2020 $55.55 $10.75 $20.80 $0.00 $87.10 08/01/2020 $56.90 $10.75 $20.95 $0.00 $88.60 02/01/2021 $57.54 $10.75 $20.95 $0.00 $89.24 08/01/2021 $58.94 $10.75 $21.11 $0.00 $90.80 02/01/2022 $59.51 $10.75 $21.11 $0.00 $91.37 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 20 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- MARBLE-TILE-TERRAZZO MECHANIC-Local 3 Marble&Tile Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.79 $10.75 $20.66 $0.00 $58.20 2 60 $32.14 $10.75 $20.66 $0.00 $63.55 3 70 $37.50 $10.75 $20.66 $0.00 $68.91 4 80 $42.86 $10.75 $20.66 $0.00 $74.27 5 90 $48.21 $10.75 $20.66 $0.00 $79.62 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.46 $10.75 $20.80 $0.00 $59.01 2 60 $32.95 $10.75 $20.80 $0.00 $64.50 3 70 $38.44 $10.75 $20.80 $0.00 $69.99 4 80 $43.94 $10.75 $20.80 $0.00 $75.49 5 90 $49.43 $10.75 $20.80 $0.00 $80.98 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - INotes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 MECH.SWEEPER OPERATOR(ON CONST.SITES) 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" MECHANICS MAINTENANCE 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" MILLWRIGHT(Zone 1) 04/01/2019 $42.22 $9.90 $18.50 $0.00 $70.62 MILLWRIGHTS LOCAL 1121-Zone 1 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 21 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- MILLWRIGHT-Local 1121 Zone I Effective Date- 04/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $23.22 $9.90 $5.31 $0.00 $38.43 2 65 $27.44 $9.90 $15.13 $0.00 $52.47 3 75 $31.67 $9.90 $16.10 $0.00 $57.67 4 85 $35.89 $9.90 $17.06 $0.00 $62.85 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 2,000 hours - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 MORTAR MIXER 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" OILER(OTHER THAN TRUCK CRANES,GRADALLS) 12/01/2018 $23.06 $11.50 $15.60 $0.00 $50.16 OPERATING ENGINEERS LOCAL 4 06/01/2019 $23.61 $11.50 $15.60 $0.00 $50.71 12/01/2019 $24.18 $11.50 $15.60 $0.00 $51.28 06/01/2020 $24.73 $11.50 $15.60 $0.00 $51.83 12/01/2020 $25.30 $11.50 $15.60 $0.00 $52.40 06/01/2021 $25.85 $11.50 $15.60 $0.00 $52.95 12/01/2021 $26.43 $11.50 $15.60 $0.00 $53.53 For apprentice rates see"Apprentice-OPERATING ENGINEERS" OILER(TRUCK CRANES,GRADALLS) 12/01/2018 $27.42 $11.50 $15.60 $0.00 $54.52 OPERATING ENGINEERS LOCAL 4 06/01/2019 $28.07 $11.50 $15.60 $0.00 $55.17 12/01/2019 $28.74 $11.50 $15.60 $0.00 $55.84 06/01/2020 $29.39 $11.50 $15.60 $0.00 $56.49 12/01/2020 $30.07 $11.50 $15.60 $0.00 $57.17 06/01/2021 $30.71 $11.50 $15.60 $0.00 $57.81 12/01/2021 $31.39 $11.50 $15.60 $0.00 $58.49 For apprentice rates see"Apprentice-OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT-CLASS II 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 22 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment PAINTER(BRIDGES/TANKS) 01/01/2019 $50.36 $8.15 $20.85 $0.00 $79.36 PAINTERS LOCAL 35-ZONE 2 07/01/2019 $51.46 $8.15 $20.85 $0.00 $80.46 01/01/2020 $52.56 $8.15 $20.85 $0.00 $81.56 07/01/2020 $53.66 $8.15 $20.85 $0.00 $82.66 01/01/2021 $54.76 $8.15 $20.85 $0.00 $83.76 Apprentice- PAINTER Local 35 -BRIDGES/TANKS Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.18 $8.15 $0.00 $0.00 $33.33 2 55 $27.70 $8.15 $5.64 $0.00 $41.49 3 60 $30.22 $8.15 $6.15 $0.00 $44.52 4 65 $32.73 $8.15 $6.66 $0.00 $47.54 5 70 $35.25 $8.15 $17.78 $0.00 $61.18 6 75 $37.77 $8.15 $18.29 $0.00 $64.21 7 80 $40.29 $8.15 $18.80 $0.00 $67.24 8 90 $45.32 $8.15 $19.83 $0.00 $73.30 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.73 $8.15 $0.00 $0.00 $33.88 2 55 $28.30 $8.15 $5.64 $0.00 $42.09 3 60 $30.88 $8.15 $6.15 $0.00 $45.18 4 65 $33.45 $8.15 $6.66 $0.00 $48.26 5 70 $36.02 $8.15 $17.78 $0.00 $61.95 6 75 $38.60 $8.15 $18.29 $0.00 $65.04 7 80 $41.17 $8.15 $18.80 $0.00 $68.12 8 90 $46.31 $8.15 $19.83 $0.00 $74.29 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER(SIGN,PICTORIAL&DISPLAY) 06/01/2013 $25.81 $7.07 $7.05 $0.00 $39.93 PAINTERS LOCAL 35-ZONE 2 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 23 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER SIGN-Local 35 Zone 2 Effective Date- 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 $0.00 $0.00 $19.98 2 55 $14.20 $7.07 $2.45 $0.00 $23.72 3 60 $15.49 $7.07 $2.45 $0.00 $25.01 4 65 $16.78 $7.07 $2.45 $0.00 $26.30 5 70 $18.07 $7.07 $7.05 $0.00 $32.19 6 75 $19.36 $7.07 $7.05 $0.00 $33.48 7 80 $20.65 $7.07 $7.05 $0.00 $34.77 8 85 $21.94 $7.07 $7.05 $0.00 $36.06 9 90 $23.23 $7.07 $7.05 $0.00 $37.35 - - - - - - - - - - - - - - - - - - - - - - - - - - - Notes: Steps are 4 mos. Apprentice to Journeyworker Ratio:1:1 PAINTER(SPRAY OR SANDBLAST,NEW)* 01/01/2019 $41.26 $8.15 $20.85 $0.00 $70.26 *If 30%or more of surfaces to be painted are new construction, 07/01/2019 $42.36 $8.15 $20.85 $0.00 $71.36 NEW paint rate shall be used.PAINTERS LOCAL 35-ZONE 2 01/01/2020 $43.46 $8.15 $20.85 $0.00 $72.46 07/01/2020 $44.56 $8.15 $20.85 $0.00 $73.56 01/01/2021 $45.66 $8.15 $20.85 $0.00 $74.66 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 24 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER Local 35 Zone 2-Spray/Sandblast-New Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.63 $8.15 $0.00 $0.00 $28.78 2 55 $22.69 $8.15 $5.64 $0.00 $36.48 3 60 $24.76 $8.15 $6.15 $0.00 $39.06 4 65 $26.82 $8.15 $6.66 $0.00 $41.63 5 70 $28.88 $8.15 $17.78 $0.00 $54.81 6 75 $30.95 $8.15 $18.29 $0.00 $57.39 7 80 $33.01 $8.15 $18.80 $0.00 $59.96 8 90 $37.13 $8.15 $19.83 $0.00 $65.11 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.18 $8.15 $0.00 $0.00 $29.33 2 55 $23.30 $8.15 $5.64 $0.00 $37.09 3 60 $25.42 $8.15 $6.15 $0.00 $39.72 4 65 $27.53 $8.15 $6.66 $0.00 $42.34 5 70 $29.65 $8.15 $17.78 $0.00 $55.58 6 75 $31.77 $8.15 $18.29 $0.00 $58.21 7 80 $33.89 $8.15 $18.80 $0.00 $60.84 8 90 $38.12 $8.15 $19.83 $0.00 $66.10 - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER(SPRAY OR SANDBLAST,REPAINT) 01/01/2019 $39.32 $8.15 $20.85 $0.00 $68.32 PAINTERS LOCAL 35-ZONE 2 07/01/2019 $40.42 $8.15 $20.85 $0.00 $69.42 01/01/2020 $41.52 $8.15 $20.85 $0.00 $70.52 07/01/2020 $42.62 $8.15 $20.85 $0.00 $71.62 01/01/2021 $43.72 $8.15 $20.85 $0.00 $72.72 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 25 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER Local 35 Zone 2-Spray/Sandblast-Repaint Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.66 $8.15 $0.00 $0.00 $27.81 2 55 $21.63 $8.15 $5.64 $0.00 $35.42 3 60 $23.59 $8.15 $6.15 $0.00 $37.89 4 65 $25.56 $8.15 $6.66 $0.00 $40.37 5 70 $27.52 $8.15 $17.78 $0.00 $53.45 6 75 $29.49 $8.15 $18.29 $0.00 $55.93 7 80 $31.46 $8.15 $18.80 $0.00 $58.41 8 90 $35.39 $8.15 $19.83 $0.00 $63.37 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.21 $8.15 $0.00 $0.00 $28.36 2 55 $22.23 $8.15 $5.64 $0.00 $36.02 3 60 $24.25 $8.15 $6.15 $0.00 $38.55 4 65 $26.27 $8.15 $6.66 $0.00 $41.08 5 70 $28.29 $8.15 $17.78 $0.00 $54.22 6 75 $30.32 $8.15 $18.29 $0.00 $56.76 7 80 $32.34 $8.15 $18.80 $0.00 $59.29 8 90 $36.38 $8.15 $19.83 $0.00 $64.36 - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750Ins. Apprentice to Journeyworker Ratio:1:1 PAINTER(TRAFFIC MARKINGS) 12/01/2018 $38.65 $7.85 $15.35 $0.00 $61.85 LABORERS-ZONE1 06/01/2019 $39.65 $7.85 $15.35 $0.00 $62.85 12/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 06/01/2020 $41.64 $7.85 $15.35 $0.00 $64.84 12/01/2020 $42.62 $7.85 $15.35 $0.00 $65.82 06/01/2021 $43.64 $7.85 $15.35 $0.00 $66.84 12/01/2021 $44.65 $7.85 $15.35 $0.00 $67.85 For Apprentice rates see"Apprentice-LABORER" PAINTER/TAPER(BRUSH,NEW)* 01/01/2019 $39.86 $8.15 $20.85 $0.00 $68.86 *If 30%or more of surfaces to be painted are new construction, 07/01/2019 $40.96 $8.15 $20.85 $0.00 $69.96 NEW paint rate shall be used.PAINTERS LOCAL 35-ZONE 2 O1/01/2020 $42.06 $8.15 $20.85 $0.00 $71.06 07/01/2020 $43.16 $8.15 $20.85 $0.00 $72.16 O1/01/2021 $44.25 $8.15 $20.85 $0.00 $73.25 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 26 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER-Local 35 Zone 2-BRUSHNEW Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.93 $8.15 $0.00 $0.00 $28.08 2 55 $21.92 $8.15 $5.64 $0.00 $35.71 3 60 $23.92 $8.15 $6.15 $0.00 $38.22 4 65 $25.91 $8.15 $6.66 $0.00 $40.72 5 70 $27.90 $8.15 $17.78 $0.00 $53.83 6 75 $29.90 $8.15 $18.29 $0.00 $56.34 7 80 $31.89 $8.15 $18.80 $0.00 $58.84 8 90 $35.87 $8.15 $19.83 $0.00 $63.85 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.48 $8.15 $0.00 $0.00 $28.63 2 55 $22.53 $8.15 $5.64 $0.00 $36.32 3 60 $24.58 $8.15 $6.15 $0.00 $38.88 4 65 $26.62 $8.15 $6.66 $0.00 $41.43 5 70 $28.67 $8.15 $17.78 $0.00 $54.60 6 75 $30.72 $8.15 $18.29 $0.00 $57.16 7 80 $32.77 $8.15 $18.80 $0.00 $59.72 8 90 $36.86 $8.15 $19.83 $0.00 $64.84 - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER/TAPER(BRUSH,REPAINT) 01/01/2019 $37.92 $8.15 $20.85 $0.00 $66.92 PAINTERS LOCAL 35-ZONE 2 07/01/2019 $39.02 $8.15 $20.85 $0.00 $68.02 O1/01/2020 $40.12 $8.15 $20.85 $0.00 $69.12 07/01/2020 $41.22 $8.15 $20.85 $0.00 $70.22 O1/01/2021 $42.32 $8.15 $20.85 $0.00 $71.32 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 27 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER Local 35 Zone 2-BRUSH REPAINT Effective Date- 01/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.96 $8.15 $0.00 $0.00 $27.11 2 55 $20.86 $8.15 $5.64 $0.00 $34.65 3 60 $22.75 $8.15 $6.15 $0.00 $37.05 4 65 $24.65 $8.15 $6.66 $0.00 $39.46 5 70 $26.54 $8.15 $17.78 $0.00 $52.47 6 75 $28.44 $8.15 $18.29 $0.00 $54.88 7 80 $30.34 $8.15 $18.80 $0.00 $57.29 8 90 $34.13 $8.15 $19.83 $0.00 $62.11 Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.51 $8.15 $0.00 $0.00 $27.66 2 55 $21.46 $8.15 $5.64 $0.00 $35.25 3 60 $23.41 $8.15 $6.15 $0.00 $37.71 4 65 $25.36 $8.15 $6.66 $0.00 $40.17 5 70 $27.31 $8.15 $17.78 $0.00 $53.24 6 75 $29.27 $8.15 $18.29 $0.00 $55.71 7 80 $31.22 $8.15 $18.80 $0.00 $58.17 8 90 $35.12 $8.15 $19.83 $0.00 $63.10 - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PANEL&PICKUP TRUCKS DRIVER 12/01/2018 $34.18 $11.91 $12.70 $0.00 $58.79 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.18 $11.91 $12.70 $0.00 $59.79 08/01/2019 $35.18 $12.41 $12.70 $0.00 $60.29 12/01/2019 $35.18 $12.41 $13.72 $0.00 $61.31 06/01/2020 $36.08 $12.41 $13.72 $0.00 $62.21 08/01/2020 $36.08 $12.91 $13.72 $0.00 $62.71 12/01/2020 $36.08 $12.91 $14.82 $0.00 $63.81 06/01/2021 $36.88 $12.91 $14.82 $0.00 $64.61 08/01/2021 $36.88 $13.41 $14.82 $0.00 $65.11 12/01/2021 $36.88 $13.41 $16.01 $0.00 $66.30 PIER AND DOCK CONSTRUCTOR(UNDERPINNING AND 08/01/2018 $46.57 $9.90 $21.15 $0.00 $77.62 DECK) 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER" PILE DRIVER 08/01/2018 $46.57 $9.90 $21.15 $0.00 $77.62 PILEDRIVER LOCAL 56(ZONE 1) 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 28 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PILEDRIVER-Local 56 Zone 1 Effective Date- 08/01/2018 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.29 $9.90 $21.15 $0.00 $54.34 2 60 $27.94 $9.90 $21.15 $0.00 $58.99 3 70 $32.60 $9.90 $21.15 $0.00 $63.65 4 75 $34.93 $9.90 $21.15 $0.00 $65.98 5 80 $37.26 $9.90 $21.15 $0.00 $68.31 6 80 $37.26 $9.90 $21.15 $0.00 $68.31 7 90 $41.91 $9.90 $21.15 $0.00 $72.96 8 90 $41.91 $9.90 $21.15 $0.00 $72.96 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.47 $9.90 $21.15 $0.00 $55.52 2 60 $29.36 $9.90 $21.15 $0.00 $60.41 3 70 $34.26 $9.90 $21.15 $0.00 $65.31 4 75 $36.71 $9.90 $21.15 $0.00 $67.76 5 80 $39.15 $9.90 $21.15 $0.00 $70.20 6 80 $39.15 $9.90 $21.15 $0.00 $70.20 7 90 $44.05 $9.90 $21.15 $0.00 $75.10 8 90 $44.05 $9.90 $21.15 $0.00 $75.10 - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:5 PIPEFITTER&STEAMFITTER 03/01/2019 $53.19 $10.95 $19.74 $0.00 $83.88 PIPEFITTERS LOCAL 537 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 29 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PIPEFITTER-Local 537 Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $21.28 $10.95 $8.00 $0.00 $40.23 2 45 $23.94 $10.95 $19.74 $0.00 $54.63 3 60 $31.91 $10.95 $19.74 $0.00 $62.60 4 70 $37.23 $10.95 $19.74 $0.00 $67.92 5 80 $42.55 $10.95 $19.74 $0.00 $73.24 Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $21.88 $10.95 $8.00 $0.00 $40.83 2 45 $24.61 $10.95 $19.74 $0.00 $55.30 3 60 $32.81 $10.95 $19.74 $0.00 $63.50 4 70 $38.28 $10.95 $19.74 $0.00 $68.97 5 80 $43.75 $10.95 $19.74 $0.00 $74.44 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: ** 1:3;3:15; 1:10 thereafter/Steps are 1 yr. Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:** PIPELAYER 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" PLUMBERS&GASFITTERS 03/01/2019 $56.69 $11.82 $16.51 $0.00 $85.02 PLUMBERS&GASFITTERS LOCAL 12 09/01/2019 $58.19 $11.82 $16.51 $0.00 $86.52 03/01/2020 $59.69 $11.82 $16.51 $0.00 $88.02 09/01/2020 $61.19 $11.82 $16.51 $0.00 $89.52 03/01/2021 $62.69 $11.82 $16.51 $0.00 $91.02 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 30 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PLUMBERIGASFITTER-Local 12 Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $19.84 $11.82 $5.98 $0.00 $37.64 2 40 $22.68 $11.82 $6.79 $0.00 $41.29 3 55 $31.18 $11.82 $9.25 $0.00 $52.25 4 65 $36.85 $11.82 $10.85 $0.00 $59.52 5 75 $42.52 $11.82 $12.50 $0.00 $66.84 Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $20.37 $11.82 $5.98 $0.00 $38.17 2 40 $23.28 $11.82 $6.79 $0.00 $41.89 3 55 $32.00 $11.82 $9.25 $0.00 $53.07 4 65 $37.82 $11.82 $10.85 $0.00 $60.49 5 75 $43.64 $11.82 $12.50 $0.00 $67.96 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: ** 1:2;2:6;3:10;4:14;5:19/Steps are 1 yr Step4 with lic$63.17,Step5 with lic$70.47 - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:** PNEUMATIC CONTROLS(TEMP.) 03/01/2019 $53.19 $10.95 $19.74 $0.00 $83.88 PIPEFITTERS LOCAL 537 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.17 $10.95 $19.74 $0.00 $89.86 For apprentice rates see"Apprentice-PIPEFITTER"or"PLUMBER/PIPEFITTER" PNEUMATIC DRILL/TOOL OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" POWDERMAN&BLASTER 12/01/2018 $39.65 $7.85 $15.35 $0.00 $62.85 LABORERS-ZONE] 06/01/2019 $40.65 $7.85 $15.35 $0.00 $63.85 12/01/2019 $41.65 $7.85 $15.35 $0.00 $64.85 06/01/2020 $42.64 $7.85 $15.35 $0.00 $65.84 12/01/2020 $43.62 $7.85 $15.35 $0.00 $66.82 06/01/2021 $44.64 $7.85 $15.35 $0.00 $67.84 12/01/2021 $45.65 $7.85 $15.35 $0.00 $68.85 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 31 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment POWER SHOVEL/DERRICK/TRENCHING MACHINE 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" PUMP OPERATOR(CONCRETE) 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" PUMP OPERATOR(DEWATERING,OTHER) 12/01/2018 $32.03 $11.50 $15.60 $0.00 $59.13 OPERATING ENGINEERS LOCAL 4 06/01/2019 $32.78 $11.50 $15.60 $0.00 $59.88 12/01/2019 $33.57 $11.50 $15.60 $0.00 $60.67 06/01/2020 $34.32 $11.50 $15.60 $0.00 $61.42 12/01/2020 $35.10 $11.50 $15.60 $0.00 $62.20 06/01/2021 $35.85 $11.50 $15.60 $0.00 $62.95 12/01/2021 $36.64 $11.50 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" READY MIX CONCRETE DRIVERS after 4/30/10 07/01/2017 $28.18 $8.48 $9.72 $0.00 $46.38 (Drivers Hired After 4/30/2010)TEAMSTERSLOCAL 25b READY-MIX CONCRETE DRIVER 07/01/2017 $29.48 $8.48 $9.72 $0.00 $47.68 TEAMSTERS LOCAL 25b RECLAIMERS 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" RIDE-ON MOTORIZED BUGGY OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE] 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 32 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment ROLLER/SPREADER/MULCHING MACHINE 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" ROOFER(Inc.Roofer Waterproofng&Roofer Damproofg) 02/01/2019 $43.36 $11.50 $15.90 $0.00 $70.76 ROOFERS LOCAL 33 Apprentice- ROOFER-Local 33 Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.68 $11.50 $3.69 $0.00 $36.87 2 60 $26.02 $11.50 $15.90 $0.00 $53.42 3 65 $28.18 $11.50 $15.90 $0.00 $55.58 4 75 $32.52 $11.50 $15.90 $0.00 $59.92 5 85 $36.86 $11.50 $15.90 $0.00 $64.26 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (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 CONCRETE 02/01/2019 $43.61 $11.50 $15.90 $0.00 $71.01 ROOFERS LOCAL 33 For apprentice rates see"Apprentice-ROOFER" SHEETMETAL WORKER 02/01/2019 $46.50 $13.20 $24.12 $2.52 $86.34 SHEETMETAL WORKERS LOCAL 17-A 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 02/01/2020 $49.75 $13.20 $24.12 $2.61 $89.68 08/01/2020 $51.35 $13.20 $24.12 $2.66 $91.33 02/01/2021 $53.00 $13.20 $24.12 $2.71 $93.03 08/01/2021 $54.75 $13.20 $24.12 $2.76 $94.83 02/01/2022 $56.50 $13.20 $24.12 $2.81 $96.63 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 33 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- SHEET METAL WORKER-Local 17-A Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 42 $19.53 $13.20 $5.89 $0.00 $38.62 2 42 $19.53 $13.20 $5.89 $0.00 $38.62 3 47 $21.86 $13.20 $11.13 $1.39 $47.58 4 47 $21.86 $13.20 $11.13 $1.39 $47.58 5 52 $24.18 $13.20 $12.08 $1.48 $50.94 6 52 $24.18 $13.20 $12.33 $1.49 $51.20 7 60 $27.90 $13.20 $13.70 $1.64 $56.44 8 65 $30.23 $13.20 $14.65 $1.74 $59.82 9 75 $34.88 $13.20 $16.56 $1.94 $66.58 10 85 $39.53 $13.20 $17.96 $2.12 $72.81 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 42 $20.20 $13.20 $5.89 $0.00 $39.29 2 42 $20.20 $13.20 $5.89 $0.00 $39.29 3 47 $22.61 $13.20 $11.13 $1.41 $48.35 4 47 $22.61 $13.20 $11.13 $1.41 $48.35 5 52 $25.01 $13.20 $12.08 $1.51 $51.80 6 52 $25.01 $13.20 $12.33 $1.52 $52.06 7 60 $28.86 $13.20 $13.70 $1.67 $57.43 8 65 $31.27 $13.20 $14.65 $1.77 $60.89 9 75 $36.08 $13.20 $16.56 $1.98 $67.82 10 85 $40.89 $13.20 $17.96 $2.16 $74.21 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: Steps are 6 mos. Apprentice to Journeyworker Ratio:1:4 SPECIALIZED EARTH MOVING EQUIP<35 TONS 12/01/2018 $34.64 $11.91 $12.70 $0.00 $59.25 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.64 $11.91 $12.70 $0.00 $60.25 08/01/2019 $35.64 $12.41 $12.70 $0.00 $60.75 12/01/2019 $35.64 $12.41 $13.72 $0.00 $61.77 06/01/2020 $36.54 $12.41 $13.72 $0.00 $62.67 08/01/2020 $36.54 $12.91 $13.72 $0.00 $63.17 12/01/2020 $36.54 $12.91 $14.82 $0.00 $64.27 06/01/2021 $37.34 $12.91 $14.82 $0.00 $65.07 08/01/2021 $37.34 $13.41 $14.82 $0.00 $65.57 12/01/2021 $37.34 $13.41 $16.01 $0.00 $66.76 Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 34 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment SPECIALIZED EARTH MOVING EQUIP>35 TONS 12/01/2018 $34.93 $11.91 $12.70 $0.00 $59.54 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $35.93 $11.91 $12.70 $0.00 $60.54 08/01/2019 $35.93 $12.41 $12.70 $0.00 $61.04 12/01/2019 $35.93 $12.41 $13.72 $0.00 $62.06 06/01/2020 $36.83 $12.41 $13.72 $0.00 $62.96 08/01/2020 $36.83 $12.91 $13.72 $0.00 $63.46 12/01/2020 $36.83 $12.91 $14.82 $0.00 $64.56 06/01/2021 $37.63 $12.91 $14.82 $0.00 $65.36 08/01/2021 $37.63 $13.41 $14.82 $0.00 $65.86 12/01/2021 $37.63 $13.41 $16.01 $0.00 $67.05 SPRINKLER FITTER 03/01/2019 $58.98 $9.47 $19.60 $0.00 $88.05 SPRINKLER FITTERS LOCAL 550-(Section A)Zone 1 10/01/2019 $60.48 $9.47 $19.60 $0.00 $89.55 03/01/2020 $61.98 $9.47 $19.60 $0.00 $91.05 10/01/2020 $63.48 $9.47 $19.60 $0.00 $92.55 03/01/2021 $64.98 $9.47 $19.60 $0.00 $94.05 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 35 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- SPRINKLER FITTER-Local 550(Section A)Zone I Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $20.64 $9.47 $9.10 $0.00 $39.21 2 40 $23.59 $9.47 $9.10 $0.00 $42.16 3 45 $26.54 $9.47 $9.10 $0.00 $45.11 4 50 $29.49 $9.47 $9.10 $0.00 $48.06 5 55 $32.44 $9.47 $9.10 $0.00 $51.01 6 60 $35.39 $9.47 $10.60 $0.00 $55.46 7 65 $38.34 $9.47 $10.60 $0.00 $58.41 8 70 $41.29 $9.47 $10.60 $0.00 $61.36 9 75 $44.24 $9.47 $10.60 $0.00 $64.31 10 80 $47.18 $9.47 $10.60 $0.00 $67.25 Effective Date- 10/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.17 $9.47 $9.10 $0.00 $39.74 2 40 $24.19 $9.47 $9.10 $0.00 $42.76 3 45 $27.22 $9.47 $9.10 $0.00 $45.79 4 50 $30.24 $9.47 $9.10 $0.00 $48.81 5 55 $33.26 $9.47 $9.10 $0.00 $51.83 6 60 $36.29 $9.47 $10.60 $0.00 $56.36 7 65 $39.31 $9.47 $10.60 $0.00 $59.38 8 70 $42.34 $9.47 $10.60 $0.00 $62.41 9 75 $45.36 $9.47 $10.60 $0.00 $65.43 10 80 $48.38 $9.47 $10.60 $0.00 $68.45 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (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 OPERATOR 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 36 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment TAMPERS,SELF-PROPELLED OR TRACTOR DRAWN 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN 03/01/2019 $38.33 $13.00 $16.82 $0.00 $68.15 ELECTRICIANS LOCAL 103 Apprentice- TELECOMMUNICATION TECHNICIAN-Local 103 Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $15.33 $13.00 $0.46 $0.00 $28.79 2 40 $15.33 $13.00 $0.46 $0.00 $28.79 3 45 $17.25 $13.00 $13.42 $0.00 $43.67 4 45 $17.25 $13.00 $13.42 $0.00 $43.67 5 50 $19.17 $13.00 $13.73 $0.00 $45.90 6 55 $21.08 $13.00 $14.03 $0.00 $48.11 7 60 $23.00 $13.00 $14.34 $0.00 $50.34 8 65 $24.91 $13.00 $14.66 $0.00 $52.57 9 70 $26.83 $13.00 $14.96 $0.00 $54.79 10 75 $28.75 $13.00 $15.27 $0.00 $57.02 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:1 TERRAZZO FINISHERS 02/01/2019 $52.49 $10.75 $20.66 $0.00 $83.90 BRICKLAYERS LOCAL 3-MARBLE&TILE 08/01/2019 $53.84 $10.75 $20.80 $0.00 $85.39 02/01/2020 $54.48 $10.75 $20.80 $0.00 $86.03 08/01/2020 $55.83 $10.75 $20.95 $0.00 $87.53 02/01/2021 $56.47 $10.75 $20.95 $0.00 $88.17 08/01/2021 $57.87 $10.75 $21.11 $0.00 $89.73 02/01/2022 $58.46 $10.75 $21.11 $0.00 $90.32 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 37 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- TERRAZZO FINISHER-Local 3 Marble&Tile Effective Date- 02/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.25 $10.75 $20.03 $0.00 $57.03 2 60 $31.49 $10.75 $20.03 $0.00 $62.27 3 70 $36.74 $10.75 $20.03 $0.00 $67.52 4 80 $41.99 $10.75 $20.03 $0.00 $72.77 5 90 $47.24 $10.75 $20.03 $0.00 $78.02 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.92 $10.75 $20.80 $0.00 $58.47 2 60 $32.30 $10.75 $20.80 $0.00 $63.85 3 70 $37.69 $10.75 $20.80 $0.00 $69.24 4 80 $43.07 $10.75 $20.80 $0.00 $74.62 5 90 $48.46 $10.75 $20.80 $0.00 $80.01 - - - - - - - - - - - - - - - - - - - - - - - - - - - - (Notes: - - - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER 12/01/2018 $40.00 $7.85 $15.55 $0.00 $63.40 LABORERS-FOUNDATION AND MARINE 06/01/2019 $41.00 $7.85 $15.55 $0.00 $64.40 12/01/2019 $42.00 $7.85 $15.55 $0.00 $65.40 06/01/2020 $42.99 $7.85 $15.55 $0.00 $66.39 12/01/2020 $43.97 $7.85 $15.55 $0.00 $67.37 06/01/2021 $44.99 $7.85 $15.55 $0.00 $68.39 12/01/2021 $46.00 $7.85 $15.55 $0.00 $69.40 For apprentice rates see"Apprentice-LABORER" TEST BORING DRILLER HELPER 12/01/2018 $38.72 $7.85 $15.55 $0.00 $62.12 LABORERS-FOUNDATIONAND MARINE 06/01/2019 $39.72 $7.85 $15.55 $0.00 $63.12 12/01/2019 $40.72 $7.85 $15.55 $0.00 $64.12 06/01/2020 $41.71 $7.85 $15.55 $0.00 $65.11 12/01/2020 $42.69 $7.85 $15.55 $0.00 $66.09 06/01/2021 $43.71 $7.85 $15.55 $0.00 $67.11 12/01/2021 $44.72 $7.85 $15.55 $0.00 $68.12 For apprentice rates see"Apprentice-LABORER" TEST BORING LABORER 12/01/2018 $38.60 $7.85 $15.55 $0.00 $62.00 LABORERS-FOUNDATIONAND MARINE 06/01/2019 $39.60 $7.85 $15.55 $0.00 $63.00 12/01/2019 $40.60 $7.85 $15.55 $0.00 $64.00 06/01/2020 $41.59 $7.85 $15.55 $0.00 $64.99 12/01/2020 $42.57 $7.85 $15.55 $0.00 $65.97 06/01/2021 $43.59 $7.85 $15.55 $0.00 $66.99 12/01/2021 $44.60 $7.85 $15.55 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 38 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment TRACTORS/PORTABLE STEAM GENERATORS 12/01/2018 $47.10 $11.50 $15.60 $0.00 $74.20 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.19 $11.50 $15.60 $0.00 $75.29 12/01/2019 $49.33 $11.50 $15.60 $0.00 $76.43 06/01/2020 $50.41 $11.50 $15.60 $0.00 $77.51 12/01/2020 $51.55 $11.50 $15.60 $0.00 $78.65 06/01/2021 $52.64 $11.50 $15.60 $0.00 $79.74 12/01/2021 $53.78 $11.50 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 12/01/2018 $35.22 $11.91 $12.70 $0.00 $59.83 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 06/01/2019 $36.22 $11.91 $12.70 $0.00 $60.83 08/01/2019 $36.22 $12.41 $12.70 $0.00 $61.33 12/01/2019 $36.22 $12.41 $13.72 $0.00 $62.35 06/01/2020 $37.12 $12.41 $13.72 $0.00 $63.25 08/01/2020 $37.12 $12.91 $13.72 $0.00 $63.75 12/01/2020 $37.12 $12.91 $14.82 $0.00 $64.85 06/01/2021 $37.92 $12.91 $14.82 $0.00 $65.65 08/01/2021 $37.92 $13.41 $14.82 $0.00 $66.15 12/01/2021 $37.92 $13.41 $16.01 $0.00 $67.34 TUNNEL WORK-COMPRESSED AIR 12/01/2018 $50.88 $7.85 $15.95 $0.00 $74.68 LABORERS(COMPRESSED AIR) 06/01/2019 $51.88 $7.85 $15.95 $0.00 $75.68 12/01/2019 $52.88 $7.85 $15.95 $0.00 $76.68 06/01/2020 $53.87 $7.85 $15.95 $0.00 $77.67 12/01/2020 $54.85 $7.85 $15.95 $0.00 $78.65 06/01/2021 $55.87 $7.85 $15.95 $0.00 $79.67 12/01/2021 $56.88 $7.85 $15.95 $0.00 $80.68 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-COMPRESSED AIR(HAZ.WASTE) 12/01/2018 $52.88 $7.85 $15.95 $0.00 $76.68 LABORERS(COMPRESSED AIR) 06/01/2019 $53.88 $7.85 $15.95 $0.00 $77.68 12/01/2019 $54.88 $7.85 $15.95 $0.00 $78.68 06/01/2020 $55.87 $7.85 $15.95 $0.00 $79.67 12/01/2020 $56.85 $7.85 $15.95 $0.00 S80.65 06/01/2021 $57.87 $7.85 $15.95 $0.00 $81.67 12/01/2021 $58.88 $7.85 $15.95 $0.00 $82.68 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-FREE AIR 12/01/2018 $42.95 $7.85 $15.95 $0.00 $66.75 LABORERS(FREE AIR TUNNEL) 06/01/2019 $43.95 $7.85 $15.95 $0.00 $67.75 12/01/2019 $44.95 $7.85 $15.95 $0.00 $68.75 06/01/2020 $45.94 $7.85 $15.95 $0.00 $69.74 12/01/2020 $46.92 $7.85 $15.95 $0.00 $70.72 06/01/2021 $47.94 $7.85 $15.95 $0.00 $71.74 12/01/2021 $48.95 $7.85 $15.95 $0.00 $72.75 For apprentice rates see"Apprentice-LABORER" --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 39 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment TUNNEL WORK-FREE AIR(HAZ.WASTE) 12/01/2018 $44.95 $7.85 $15.95 $0.00 $68.75 LABORERS(FREE AIR TUNNEL) 06/01/2019 $45.95 $7.85 $15.95 $0.00 $69.75 12/01/2019 $46.95 $7.85 $15.95 $0.00 $70.75 06/01/2020 $47.94 $7.85 $15.95 $0.00 $71.74 12/01/2020 $48.92 $7.85 $15.95 $0.00 $72.72 06/01/2021 $49.94 $7.85 $15.95 $0.00 $73.74 12/01/2021 $50.95 $7.85 $15.95 $0.00 $74.75 For apprentice rates see"Apprentice-LABORER" VAC-HAUL 12/01/2018 $34.64 $11.91 $12.70 $0.00 $59.25 TEAMSTERSJOINT COUNCIL NO.10 ZONEA 06/01/2019 $35.64 $11.91 $12.70 $0.00 $60.25 08/01/2019 $35.64 $12.41 $12.70 $0.00 $60.75 12/01/2019 $35.64 $12.41 $13.72 $0.00 $61.77 06/01/2020 $36.54 $12.41 $13.72 $0.00 $62.67 08/01/2020 $36.54 $12.91 $13.72 $0.00 $63.17 12/01/2020 $36.54 $12.91 $14.82 $0.00 $64.27 06/01/2021 $37.34 $12.91 $14.82 $0.00 $65.07 08/01/2021 $37.34 $13.41 $14.82 $0.00 $65.57 12/01/2021 $37.34 $13.41 $16.01 $0.00 $66.76 WAGON DRILL OPERATOR 12/01/2018 $38.90 $7.85 $15.35 $0.00 $62.10 LABORERS-ZONE 1 06/01/2019 $39.90 $7.85 $15.35 $0.00 $63.10 12/01/2019 $40.90 $7.85 $15.35 $0.00 $64.10 06/01/2020 $41.89 $7.85 $15.35 $0.00 $65.09 12/01/2020 $42.87 $7.85 $15.35 $0.00 $66.07 06/01/2021 $43.89 $7.85 $15.35 $0.00 $67.09 12/01/2021 $44.90 $7.85 $15.35 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" WASTE WATER PUMP OPERATOR 12/01/2018 $47.58 $11.50 $15.60 $0.00 $74.68 OPERATING ENGINEERS LOCAL 4 06/01/2019 $48.68 $11.50 $15.60 $0.00 $75.78 12/01/2019 $49.83 $11.50 $15.60 $0.00 $76.93 06/01/2020 $50.93 $11.50 $15.60 $0.00 $78.03 12/01/2020 $52.08 $11.50 $15.60 $0.00 $79.18 06/01/2021 $53.18 $11.50 $15.60 $0.00 $80.28 12/01/2021 $54.33 $11.50 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" WATER METER INSTALLER 03/01/2019 $56.69 $11.82 $16.51 $0.00 $85.02 PLUMBERS&GASFITTERS LOCAL 12 09/01/2019 $58.19 $11.82 $16.51 $0.00 $86.52 03/01/2020 $59.69 $11.82 $16.51 $0.00 $88.02 09/01/2020 $61.19 $11.82 $16.51 $0.00 $89.52 03/01/2021 $62.69 $11.82 $16.51 $0.00 $91.02 For apprentice rates see"Apprentice-PLUMBER/PIPEFITTER"or"PLUMBER/GASFITTER" Outside Electrical-East CABLE TECHNICIAN(Power Zone) 09/03/2017 $27.14 $7.75 $1.81 $0.00 $36.70 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN" CABLEMAN(Underground Ducts&Cables) 09/03/2017 $38.45 $7.75 $9.53 $0.00 $55.73 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN' --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 40 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment DRIVER/GROUNDMAN CDL 09/03/2017 $31.66 $7.75 $9.44 $0.00 $48.85 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN' DRIVER/GROUNDMAN-Inexperienced(<2000 Hrs) 09/03/2017 $24.88 $7.75 $1.75 $0.00 $34.38 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN' EQUIPMENT OPERATOR(Class A CDL) 09/03/2017 $38.45 $7.75 $13.61 $0.00 $59.81 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN" EQUIPMENT OPERATOR(Class B CDL) 09/03/2017 $33.92 $7.75 $10.21 $0.00 $51.88 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN' GROUNDMAN 09/03/2017 $24.88 $7.75 $1.75 $0.00 $34.38 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN" GROUNDMAN-Inexperienced(<2000 Hrs.) 09/03/2017 $20.35 $7.75 $1.61 $0.00 $29.71 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 For apprentice rates see"Apprentice-LINEMAN' JOURNEYMAN LINEMAN 09/03/2017 $45.23 $7.75 $16.61 $0.00 $69.59 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 Apprentice- LINEMAN(Outside Electrical)-East Local 104 Effective Date- 09/03/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $27.14 $7.75 $3.31 $0.00 $38.20 2 65 $29.40 $7.75 $3.38 $0.00 $40.53 3 70 $31.66 $7.75 $3.45 $0.00 $42.86 4 75 $33.92 $7.75 $5.02 $0.00 $46.69 5 80 $36.18 $7.75 $5.09 $0.00 $49.02 6 85 $38.45 $7.75 $5.15 $0.00 $51.35 7 90 $40.71 $7.75 $7.22 $0.00 $55.68 - - - - - - - - - - - - - - - - - - - - - - - - - - - INotes: - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:2 TELEDATA CABLE SPLICER 02/04/2019 $30.73 $4.70 $3.17 $0.00 $38.60 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TELEDATA LINEMAN/EQUIPMENT OPERATOR 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TELEDATA WIREMAN/INSTALLER/TECHNICIAN 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TREE TRIMMER 01/31/2016 $18.51 $3.55 $0.00 $0.00 $22.06 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 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 GROUNDMAN 01/31/2016 $16.32 $3.55 $0.00 $0.00 $19.87 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 --------------------------------------------------------------------------------------------------------------------------------------------- Issue Date: 05/08/2019 Wage Request Number: 20190508-056 Page 41 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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. Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L.c.149,ss.26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c.23,ss.I I&I IL. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L.c.23,ss.I IE-I IL. 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: 05/08/2019 Wage Request Number: 20190508-056 Page 42 of 42 Town of Watertown Department of Public Works 2019 Complete Streets Improvements at Three Locations Contract No.2019-069 "ATTACHMENT B" SKETCHES /CONSTRUCTION DETAILS PAVEMENT NOTES: GENERAL NOTES: PROPOSED PAVEMENT MILLING AND OVERLAY: 1. THE CONTRACTOR SHALL DETERMINE THE EXACT 2"HMA TOP COURSE MATERIAL OVER LOCATION OF ALL EXISTING UTILITIES BEFORE 0.07 GAL/SY TACK COAT OVER COMMENCING WORK,AND AGREES TO BE FULLY PAVEMENT MILLING RESPONSIBLE FOR ANY AND ALL DAMAGES WHICH MIGHT BE OCCASIONED BY THE CONTRACTOR'S FAILURE TO PROPOSED RAISED CROSSWALKS/TRANSITION RAMPS: EXACTLY LOCATE AND PRESERVE ANY AND ALL 2"HMA TOP COURSE MATERIAL OVER UNDERGROUND UTILITIES. 0.05 GAL/SY TACK COAT OVER 2. WHERE AN EXISTING UTILITY IS FOUND TO CONFLICT WITH 2"HMA BINDER COURSE MATERIAL OVER THE PROPOSED WORK,THE LOCATION,ELEVATION AND 12"GRAVEL BORROW TYPE b SIZE OF THE UTILITY SHALL BE ACCURATELY DETERMINED WITHOUT DELAY BY THE CONTRACTOR,AND THE PROPOSED MINOR BOX WIDENING(LESS THAN 4'): INFORMATION FURNISHED TO THE ENGINEER FOR 2"HMA TOP COURSE MATERIAL OVER RESOLUTION OF THE CONFLICT. 0.05 GAL/SY TACK COAT OVER 2"HMA BINDER COURSE MATERIAL OVER 3. THE CONTRACTOR SHALL MAKE ALL ARRANGEMENTS FOR 0.05 GAL/SY TACK COAT OVER THE ALTERATION AND ADJUSTMENT OF GAS,ELECTRIC, 6"HIGH EARLY STRENGTH CEMENT CONCRETE BASE COURSE OVER TELEPHONE AND ANY OTHER PRIVATE UTILITIES BY THE 8"GRAVEL BORROW TYPE b UTILITY COMPANIES. 4. AREAS OUTSIDE THE LIMITS OF PROPOSED WORK PROPOSED CEMENT CONCRETE WALKS/WHEELCHAIR RAMP: DISTURBED BY THE CONTRACTOR'S OPERATIONS SHALL 4"CEMENT CONCRETE BE RESTORED BY THE CONTRACTOR TO THEIR ORIGINAL AIR ENTRAINED 4000 PSI,3/4"610 OVER CONDITION AT THE CONTRACTOR'S EXPENSE. 8"GRAVEL BORROW TYPE b 5. THE TERM"PROPOSED"(PROP.)MEANS WORK TO BE PROPOSED CEMENT CONCRETE SIDEWALK AT DRIVEWAY: CONSTRUCTED USING NEW MATERIALS OR,WHERE 6"CEMENT CONCRETE APPLICABLE,REUSING EXISTING MATERIALS IDENTIFIED AIR ENTRAINED 4000 PSI,3/4"610 OVER AS"REMOVE AND RESET'(R&R). 8"GRAVEL BORROW TYPE b 6. JOINTS BETWEEN NEW BITUMINOUS CONCRETE ROADWAY PAVEMENT AND SAWCUT EXISTING PAVEMENT SHALL BE PROPOSED HMA SHARED USE PATH: SEALED IN ACCORDANCE WITH ITEM 464.5 OF THE 2"HMA TOP COURSE MATERIAL OVER STANDARD SPECIFICATIONS. 0.05 GAL/SY TACK COAT OVER 2"HMA BINDER COURSE MATERIAL OVER 7. ALL EXISTING SIGNS WITHIN THE PROJECT LIMITS SHALL 8"GRAVEL BORROW TYPE b BE RETAINED UNLESS INDICATED OTHERWISE ON THE DRAWINGS. PROPOSED HMA DRIVEWAYS: 8. ALL PROPOSED PAVEMENT MARKINGS SHALL BE 1 1/2"HMA TOP COURSE MATERIAL OVER THERMOPLASTIC. 0.05 GAL/SY TACK COAT OVER 2"HMA BINDER COURSE MATERIAL OVER 9. THE CONTRACTOR SHALL VERIFY BY TEST PIT,THE 8"GRAVEL BORROW TYPE b LOCATIONS OF EXISTING UTILITIES WHICH MAY CONFLICT WITH THE PROPOSED DRAINAGE DESIGN. ANY FIELD PROPOSED LAWNS AND SLOPES: ADJUSTMENTS REQUIRED WILL BE MADE AS APPROVED 4"LOAM AND SEED OR DIRECTED BY THE ENGINEER. ONLY AFTER THE CONTRACTOR VERIFIES ELEVATIONS FOR THE CONSTRUCTABILITY OF THE DRAINAGE SYSTEM SHALL PROPOSED MULCH AREAS: ANY STRUCTURES BE ORDERED. ANY FIELD 4"AGED PINE BARK MULCH ADJUSTMENTS TO LINE&GRADE UP TO A DEPTH OF 5' SHALL BE INCLUDED IN THE COST OF THE PIPE. PIPE EXCAVATION GREATER THAN 5'WILL BE PAID UNDER PROPOSED TEMPORARY PATCH(WITHIN ROADWAY LIMITS): CLASS B TRENCH EXCAVATION. 3"HOT MIX ASPHALT OVER 12"GRAVEL BORROW TYPE b OVER SUITABLE BACK FILL MATERIAL OR CONTROLLED DENSITY FILL TYPE 1 E EXCAVATABLE(CONDUIT ONLY) 1. ALL GRAVEL BORROW TO BE TYPE b,UNLESS OTHERWISE SPECIFIED. 2. PREPARATION OF UNDERLYING SURFACE,ASPHALT EMULSION FOR TACK COAT,HMA FOR PATCHING,AND HMA JOINT SEALANT SHALL BE IN ACCORDANCE WITH SECTION 450. 3. SUITABLE EXCAVATION MATERIAL SHALL BE REUSED IN LIEU OF GRAVEL BORROW 4. NEW GRAVEL SUBBASE SHALL ONLY BE USED WHEN EXISTING SUBBASE IS DETERMINED TO BE UNSUITABLE PER THE REQUIREMENTS OF M2.01.7 AND M1.03.0 AND AS DIRECTED BY THE DPW SUPERINTENDENT OR HIS DESIGNEE. PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W+RL!DTECIj 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 1 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSETTS 01801 `- GENERAL/PAVEMENT NOTES PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 SLOPE AND LENGTH VARY BASED ON FIELD CONDITIONS r TRANSITION RAISED CROSSWALK 3 2"HMA TOP COURSE MATERIAL 2"HMA BINDER COURSE MATERIAL 12"GRAVEL BORROW TYPE b 6"( ORDINARY BORROW,AS REQUIRED EXIS I.GROUND NI— REM.EXIST.PAVEMENT TYPICAL SECTION THROUGH RAISED CROSSWALK N.T.S VARIES(SEE PLANS) MINOR BOX WIDENING EXISTING SURFACE PAVEMENT MILLING OR FULL DEPTH AREA MILL&OVERLAY PAVEMENT TRANSITION SAWCUT J ASPHALT EMULSION FOR TACK COAT SAWCUT TO A NEAT LINE MINOR BOX WIDENING PAVING TRANSITIONS DETAIL N.T.S VARIES (TO BE DETERMINED IN THE FIELD) ROTATE HYDRANT AS DIRECTED � a ADJUST TO FINISH GRADE STREAMER CONNECTION 18"-24" CLEAR RETAINE GLAND CONC.THRUST BLOCK PLACED AGAINST UNDISTURBED MATERIAL(TYP.) EXISTING GATE VALVE FLAT STONE OR 6"CONNECTING PIPE CONC.BLOCK 3/4"CRUSHED STONE TO 12" NOTE: ABOVE HYDRANT DRIP DEPTH OF HYDRANT BURY TO SUIT INSTALLED DEPTH OF COVER OVER WATER MAIN. HYDRANT ASSEMBLY DETAIL N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W*RLDTECI—f 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING300-MADE CENTER,SUITE 5580 SCALE: Figure 2 WOBURN,MASSACHUSETTS 01801 CONSTRUCTION DETAILS PHONE: 781.93300 N.T.S FAX: 781.933..48 01 CANOPY DRIP LINEI— �y I I PLACE FENCE AS SHOWN ON I / PLANS AND AS CLOSE TO / CONSTRUCTION LIMITS/ FAR FROM TRUNK)AS POSSIBLE j j EXISTING U TREES FENCE AND POST j MATERIAL PER IN Z/ SPECIFICATIONS. PLACE FENCE AS SHOWN �'� I U/ ON PLANS AND AS CLOSE _ ____ LIMIT ------ TO CONSTRUCTION LIMITS (AS FAR FROM UNK)AS POSSIBLE II I CANOONEOOT STORANO TRESPASSING, GE OF EQUIPMENT,OR CONSTRUCTION ZONE •� STOCKPILING OF MATERIALS IN ROOT ZONE NO TRESPASSING,STORAGE OF EQUIPMENT,OR STOCKPILING OF MATERIALS TREE ROOT ZONE/ PLANT PROTECTION ZONE _ TREE ROOT ZONE/ _ PLANT PROTECTION ZONE SECTION-FENCE PROTECTION OF ROOT ZONE PLAN VIEW-FENCE PROTECTION OF ROOT ZONE g�),.t PRUNE CANOPY AS REQUIRED TO PREVENT DAMAGE FROM CONSTRUCTION EQUIPMENT. ARMOR TREES AS REMOVE DEAD/DAMAGED LIMBS SHOWN ON PLANS IF AND AS DIRECTED. OR PER ARBORIST PRUNING SHALL BE PER ANSI A300 STANDARDS ARMOR FROM BASE OF TREE,INCLUDING ROOT FLARE,TO FIRST BRANCH. CONSTRUCTION ZONE / NO TRESPASSING,STORAGE OF EQUIPMENT,OR STOCKPILING OF MATERIALS ---TREE ROOT ZONE _ SECTION- TRUNK ARMORING&PRUNING TREE PROTECTION DETAIL N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W+RL!JTECIj 05/17/2019 ;:.. IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 3 300 TRADE CENTER,SUITE 5580 SCALE: b -.._fir'•- WOBURN,MASSACHUSETTS 01801 `- TREE PROTECTION DETAILS PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 2'-0" EXISTING ROADWAY ELEVATION 6" PROP.SAWCUT(TYP.) (TYP.) F„(TYP.) PROP.MILL AND OVERLAY(TYP.)� A- 1"(TYP.) NOTES: VARIES 1) CONTRACTION JOINTS ARE TO BE PLACED AT 1/2 OF ISLAND LENGTH(MAX 20'APART) 2) THE JOINTS ARE TO BE SAWED AND LOCATED IN THE DEPRESSIONS OF THE CORRUGATIONS. PROP.MINOR 3) END OF CORRUGATED RIDGES TO BE BOX WIDENING BEVELED. (TYP.) A 8"SCORED CEMENT CONCRETE 4) SCORED CEMENT CONCRETE TO BE: 5000 psi-3/4"-705 LB/CY. MIN.12"GRAVEL BORROW L(VARIES) L/2(VARIES) 2 1/4" 6"(TYP.) (TYP.) �3/8"� ~ 1„(TYP.) TO 1/2" 1 3/4" if i CONTRACTION JOINT SCORED CEMENT CONCRETE MIN.12"GRAVEL BORROW CONTRACTION JOINT DETAIL SECTION A-A N.T.S. N.T.S. SCORED CEMENT CONCRETE PAVEMENT (ITEM 486.) N.T.S. DUMP STRAP 1"REBAR FOR BAG REMOVE FROM INLET DUMP STRAP SEDIMENT COLLECTION SACK 4 ..... `� 2 EACH a DUMP STRAPS °• e EXPANSION RESTRAINT (1/4"NYLON ROPE, 2"FLAT WASHERS) EXIST./PROP. o CB OR GI EXIST./PROP. CB OR GI INSTALLATION DETAIL BAG DETAIL SILT SACK DETAIL (ITEM 697.1) N.T.S. PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W*RLDTEClj 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING300-MADE CENTER,SUITE 5580 SCALE: Figure 4 WOBURN,MASSACHUSETTS 01801 CONSTRUCTION DETAILS PHONE: 781.93300 N.T.S FAX: 781.933..48 01 COMPOST FILTER TUBE PREVENT FLOW OFF SITE: PLACE AS CLOSE TO AREA OF DISTURBANCE AS POSSIBLE REDUCE FLOW ONTO EXISTING WORK ZONE BIODEGRADABLE TREE FABRIC 12" dia.* FOR SLOPES 3:1 OR AS installed NECESSARY,STAKE OR OTHERWISE SUPPORT TUBES FLOW (I.E.,TREES,CINDER BLOCKS) MIN.3 FT OVERLAP AREA OF SOIL O FOR CONTINUOUS FLOW DISTURBANCE ENSURE FIRM CONTACT WITH LOW BARRIER. GROUND TO PREVENT FLOW UNDERNEATH RESOURCE AREA PROTECTED ZONE '9 INCH MAY BE USED FOR FLATTER SURFACES WITH APPROVAL FROM ENGINEER CURVE ENDS UPHILL HARDWOOD STAKES 12 INCH STRAW WATTLE ��PLACED OUTSIDE OF TUBES OR PER TO BE USED ONLY ON FLAT 1"X 1"X 3'HARDWOOD STAKES MANUFACTURERS' SURFACES WITH LOW FLOW INSTRUCTION STAKE A MIN.OF EVERY 5 FEET TO SECURE TUBE OR PER 12" dia. MANUFACTURERS'INSTRUCTION installed PLACE TUBE ALONG CONTOURS AND PERPENDICULAR FLOW TO FLOW. L� TRENCH 3 INCHES INTO EXISTING SOIL. ADJUST LOCATION AS REQUIRED FOR OPTIMUM EFFECTIVENESS.DO NOT INSTALL IN WATERWAYS. STAKE A MIN.OF 6 INCHES INTO THE GROUND. PLACE STAKES AS NEEDED TO SECURE TUBES IN PLACE. SECTION PLAN VIEW SEDIMENT CONTROL BARRIER DETAIL N.T.S. PROP.PAVEMENT DESIGN (SEE PAVEMENT NOTES) FINISHED GRADE SUITABLE EXCAVATED 6"NONMETALLIC RED 18 MATERIAL,OR 12" WARNING TAPE(SEE NOTE 3)� GRAVEL BORROW TYPE b SUITABLE EXCAVATED MATERIAL v PROPOSED N (CONFORMS TO M1.03.0 TYPE b),OR CONDUIT CINDER BLOCKS TO SECURE COMPOST EXCAVATABLE CONTROL DENSITY FILTER TUBE. PLACE AS NEEDED TO FILL TYPE 2E(SEE NOTE 2) PREVENT MOVEMENT OF FILTER TUBE. ^ SAND BORROW M1.04.0 TYPE B INSTALL COMPOST FILTER TUBES ON EXISTING PAVED SURFACE. NOTES: 1. SCHEDULE 80 ELECTRICAL CONDUIT TYPE NM-PLASTIC(UL), OW WITH PULL ROPE,UNLESS OTHERWISE APPROVED BY MASSDOT. 2. CONTROL DENSITY FILL TYPE 2E SHALL BE USED AS DIRECTED ``BIT PAVEMENT BY THE ENGINEER. CONTROL DENSITY FILL SHALL MEET THE REQUIREMENTS OF SUBSECTION M4.08.0. BIT PAVEMENT 3. WARNING TAPE SHALL BE PER CURRENT APWA STANDARDS. 4. GRAVEL BORROW SHALL BE COMPACTED IN LAYERS NOT TO EXCEED 8". SEDIMENT CONTROL BARRIER ON CONDUIT CROSSING ROADWAY PAVED SURFACES N.T.S. N.T.S. PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W+RL'>TECIj 05/17/2019 ;:.. IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 5 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSE77S 01801 `- SEDIMENT CONTROL BARRIER DETAILS PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 -"LEVEL LANDING" CONSTRUCTION TOLERANCE±0.5% 1.5%*SLOPE FOR DRAINAGE 4'MIN.— SIDEWALK o � SIDEWALK / 7.5%' LEVEL WJ0000 0000 \ W1 ..o,a coca GUTTER _ SLOPE 6"REVEAL 7.5/', 7.5%' 6"REVEAL LEFT SIDE / 6-6"MIN. TRANSITION / MIN. RIGHT SIDE J/ TRANSITION RAMP REFERENCE POINT LIMITS OF CEMENT CONCRETE RAMP PLAN VIEW N.T.S. W=SIDEWALK WIDTH i 4'-0"MIN. W1=RAMP LENGTH DETECTABLE 1.5%*_ WARNING PANEL � �CEMENT CONCRETE=4" (PLASTIC OR CAST IRON) SIDEWALK ROADWAY GRAVEL BORROW=8" FOUNDATION SECTION THROUGH CENTERLINE N.T.S. WHEELCHAIR RAMPS LESS THAN 12'-4" SIDEWALK N.T.S. SOLAR PANEL POLE MOUNTED RADIO RRFB NOTES: NETWORK CONTROLLER 1. RECTANGULAR RAPID FLASHING BEACON(RRFB) SHALL BE SUPPLIED FROM A MANUFACTURER 36"X 36"S1-1 LISTED ON THE MASSDOT APPROVED YELLOW-GREEN SCHOOL EQUIPMENT LIST. CROSSING SIGN 2. EACH LOCATION SHALL HAVE TWO(2)RRFB W/STAINLESS CLAMPS w w INSTALLED(ONE ON EACH SIDE OF THE O N RAPID FLASHING BAR W/ - CROSSWALK). RECTANGULAR 2"X --L D S AND CLEAR LENSES� 5"INDICATORS W/AMBER 3. R10-25 SIGNS SHALL BE INSTALLED ABOVE ALL INSTRUCTION PLAQUE }I { � PEDESTRIAN PUSH BUTTONS. (SIGN R10-25) N RRFB SHALL BE ��12"X 24"W16-7P t N t 4. LOCATED PER UNITED SPERABLE CONTROLS OTATTES ACCESS BOARD / YELLOW-GREEN ARROW ADA STANDARDS CHAPTER 3,SECTIONS 305-309. / I SIGN W/STAINLESS Re CLAMPS 5. WARNING SIGNS AND INSTRUCTIONAL SIGNS mm To I in ON STANDARD PUSH BUTTON ARE PAID UNDER SEPARATELY UNDER ITEM 832. WARNG RRFB CONFIGURATION SHOWN SHALL BE �\ LIGHIS �� ✓ W/INSTRUCTION PLAQUE 6. INSTALLED AS PART OFT E WARREN STREET 4"0 PEDESTAL TYPE w RAISED CROSSWALK. THE RRFB PROPOSED AS SIGNAL POST AND BASE PART OF THE WHITES AVENUE RAISIED CROSSWALK SHALL INCLUDE W11-15 SIGN. RRFB AT THIS LOCATION SHALL BE HARDWIRED TO ADJACENT UTILITY POLE. REFER TO SPECIAL J. STANDARD CEM.CONC. PROVISIONS FOR ADDITIONAL INFORMATION. r TRAFFIC SIGNAL POST BASE \' 3 L'-LJ LLB FRONT VIEW SIDE VIEW RECTANGULAR RAPID FLASHING BEACONS (RRFB) N.T.S. PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W*RLDTEClj 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING 300-MADE CENTER,SUITE 5580 SCALE: F1PaUl e 6 6 WOBURN,MASSACHUSETTS 01801 CONSTRUCTION DETAILS PHONE: 781.93300 N.T.S FAX: 781.933..48 01 NOTES: 1. ALL TEMPORARY TRAFFIC CONTROL WORK SHALL CONFORM TO THE LATEST EDITION OF THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (MUTCD) AND THE MASSDOT STANDARD DETAILS AND DRAWINGS FOR THE DEVELOPMENT OF TEMPORARY TRAFFIC CONTROL PLANS, UNLESS SUPERCEDED BY THESE PLANS. 2. ALL SIGN LEGENDS, BORDERS, AND MOUNTING SHALL BE IN ACCORDANCE WITH THE MUTCD. 3. TEMPORARY CONSTRUCTION SIGNING AND ALL OTHER TRAFFIC CONTROL DEVICES SHALL BE IN PLACE PRIOR TO THE START OF ANY WORK. 4. TEMPORARY CONSTRUCTION SIGNING, BARRICADES, AND ALL OTHER NECESSARY WORK ZONE TRAFFIC CONTROL DEVICES SHALL BE REMOVED FROM THE HIGHWAY OR COVERED WHEN THEY ARE NOT REQUIRED FOR CONTROL OF TRAFFIC. 5. SIGNS AND SIGN SUPPORTS LOCATED ON OR NEAR THE TRAVELED WAY, CHANNELIZING DEVICES, BARRIERS, AND CRASH ATTENUATORS MUST PASS THE CRITERIA SET FORTH IN NCHRP REPORT 350, "RECOMMENDED PROCEDURES FOR THE SAFETY PERFORMANCE EVALUATION OF HIGHWAY FEATURES"AND/OR "MANUAL FOR ASSESSING SAFETY HARDWARE" (MASH). 6. THE FIRST TEN PLASTIC DRUMS OF A TAPER SHALL BE MOUNTED WITH TYPE A SEQUENTIAL FLASHING LIGHTS. 7. THE ADVISORY SPEED LIMIT, IF REQUIRED, SHALL BE DETERMINED BY THE ENGINEER. 8. DISTANCES ARE A GUIDE AND MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER. 9. MAXIMUM SPACING OF TRAFFIC DEVICES IN A TAPER (DRUMS OR CONES) IS EQUAL IN FEET TO THE SPEED LIMIT IN MPH. 10. ALL DRUMS SHALL BE APPROXIMATELY PLACED AND MOVED AS NECESSARY TO MAINTAIN ADEQUATE ABUTTER ACCESS AT ALL TIMES. 11.MINIMUM LANE WIDTH IS TO BE 11 FEET UNLESS OTHERWISE SHOWN. MINIMUM LANE WIDTH TO BE MEASURED FROM THE EDGE OF DRUMS OR MEDIAN BARRIER. 12.ALL SIGNS SHALL BE MOUNTED ON THEIR OWN STANDARD SIGN SUPPORTS. 13. CONTRACTOR SHALL NOTIFY EACH ABUTTER AT LEAST 48 HOURS IN ADVANCE OF THE START OF ANY WORK THAT WILL REQUIRE THE TEMPORARY CLOSURE OF ACCESS, SUCH AS CONDUIT INSTALLATION EXISTING PAVEMENT EXCAVATION, TEMPORARY DRIVEWAY PAVEMENT PLACEMENT AND SIMILAR OPERATIONS. 14. A MINIMUM OF ONE LANE OF TRAFFIC IN EACH DIRECTION ON TWO WAY STREETS SHALL BE MAINTAINED AT ALL TIMES, EXCEPT DURING WORKING HOURS, TRAFFIC MAY BE REDUCED TO ONE LANE UNDER POLICE OR FLAGGER CONTROL FOR SHORT TIME PERIODS WHEN REQUIRED FOR THE WORK, AS SHOWN. 15. GRADE SEPARATIONS IN EXCESS OF 2" DURING NON—WORKING HOURS (SEE SPECIAL PROVISIONS) WILL REQUIRE DELINEATION BY USE OF DRUMS. 16. EXCAVATION EDGES IN EXCESS OF 4" DEEP SHALL BE PROTECTED DURING NON—WORKING HOURS (SEE SPECIAL PROVISIONS) BY BACKFILLING WITH A WEDGE OF GRAVEL OR SOIL TO COMPACTED 1:4 SLOPE. 17. CONSTRUCTION SIGNS ASSOCIATED WITH THE DAILY LANE CLOSURES AND SHOULDER WORK AREAS WILL NOT BE MEASURED FOR PAYMENT MORE THAN ONCE REGARDLESS OF THE NUMBER OF TIMES THE SIGNS ARE REUSED. LEGEND: REFLECTORIZED PLASTIC DRUM ® WORK ZONE ® WORK VEHICLE OR 36" CONE DIRECTION OF TRAFFIC ® TRUCK MOUNTED ATTENUATOR P/F POLICE/FLAGGER DETAIL 1 tv IMPACT ATTENUATOR TRAFFIC OR PEDESTRIAN SIGNAL TYPE III BARRICADE O MEDIAN BARRIER J— SIGN CHANGEABLE MESSAGE SIGN ® MEDIAN BARRIER WITH o ARROW BOARD WARNING LIGHTS SUGGESTED WORK ZONE WARNING SIGN SPACING DISTANCE BETWEEN SIGNS" ROAD TYPE A B C LOCAL OR LOW VOLUME 350 (100) 350 (100) 350 (100) ROADWAYS* MOST OTHER ROADWAYS* 500 (150) 500 (150) 500 (150) FREEWAYS AND EXPRESSWAYS* 1,000 (300) 1,500 (450) 2,640 (800) * ROAD TYPE TO BE DETERMINED BY MASSDOT OFFICE OF TRANSPORTATION PLANNING. *+DISTANCES ARE SHOWN IN FEET (METERS). THE COLUMN HEADINGS A, B, AND C ARE THE DIMENSIONS SHOWN IN THE DETAIL/ TYPICAL SETUP FIGURES. THE A DIMENSION IS THE DISTANCE FROM THE TRANSITION OR POINT OF RESTRICTION TO THE FIRST SIGN. THE B DIMENSION IS THE DISTANCE BETWEEN THE FIRST AND SECOND SIGNS. THE C DIMENSION IS THE DISTANCE BETWEEN THE SECOND AND THIRD SIGNS. (THE "THIRD" SIGN IS THE FIRST ONE TYPICALLY ENCOUNTERED BY A DRIVER APPROACHING A TEMPORARY TRAFFIC CONTROL (TTC) ZONE.) THE "THIRD" SIGN ABOVE IS TYPICALLY REFERRED TO AS AN "ADVANCE WARNING" SIGN ON THE TTCP SETUPS. THESE ADVANCE WARNING SIGNS ARE LOCATED PRIOR TO THE PROJECT LIMITS ON ALL APPROACHES (i.e. THE W20-1 SERIES (ROAD WORK XX FT) SIGNS), AND USUALLY REMAIN FOR THE DURATION OF THE PROJECT. ADDITIONAL SIGNS (i.e. "RIGHT LANE CLOSED 1 MILE" AND "LEFT LANE CLOSED 1 MILE") HAVE BEEN SHOWN IN SOME FIGURES AS EXAMPLES OF REINFORCEMENT SIGN PLACEMENT BUT ARE USED IN RARE OCCASIONS. THE FIRST AND SECOND WARNING SIGNS ABOVE ARE REFERRED TO AS THE OPERATIONAL (DAY—TO—DAY) WORK ZONE SIGNS AND MAY BE MOVED DEPENDING ON WHERE THE SPECIFIC ROADWAY WORK FOR THAT DAY IS LOCATED. R2-10o SIGNS SHALL BE PLACED BETWEEN THE SECOND AND THIRD SIGNS AS DESCRIBED ABOVE. R2-10o, R2-10e, AND W20-1 SERIES SIGNS ARE TO BE INCLUDED ON ALL DETAILS/TYPICAL SETUPS. Based on: Table 6C-1 MUTCD LATEST EDITION PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W+RL!DTECIj 05/17/2019 ;:.. IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 7 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSE77S 01801 `- TEMP. TRAFFIC CONTROL NOTES PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 RIGHT ROAD SHOULDER NARROWS CLOSED 100 FT 100 FT W21-5a W5-1 (30m) WORK ZONE 30m)BUFFEl A B TWO LANE ROAD SHOULDER CLOSED N.T.S 4� POLICE ONE LANE ■ OR OFFICER ROAD 1n1 AHEAD XXX W20-7 W20-7b XX MPH BUFFER W20-4 10OFT WORK 100-150FT 10OFT W13-1p (30m)MAX. ZONE (30-45m) (30m)MAX. A B ENV � p � � y P/F F vA POLICE OFFICER OR ■ AHEAD W20-4 W13-1p W20-7b W20-7 TWO LANE ROAD ONE LANE ALTERNATING TRAFFIC N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: s,o WATERTOWN- 2019 COMPLETE STREETS W*RLDTECI-f 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING 300 TRADE CENTER,SUITE 5580 SCALE: F1PaUl e 8 �- WOBURN,MASSACHUSETTS 01801 TEMPORARY TRAFFIC CONTROL DETAILS PHONE: 781.93300 N.T.S FAX: 781.933..48 01 WORK ZONE TO BE ENCLOSED BY FENCING TYPE III BARRICADE SIDEWALK SIDEWALK CLOSED CLOSED R9-9 R9-9 EXISTING SIDEWALK PEDESTRIAN PATH � -0 C) O .�Z07_ 77- Oa- 0 Cf EXISTING SIDEWALK PARKING LANE CLOSED TYPE WORK ZONE TO BE ENCLOSED BY FENCING SIDEWALK CLOSEDI TYPE III BARRICADE CROSS HERE fwl W11—2 9—11 a R SIDEWALK CLOSED EXISTING SIDEWALK W16-7pL CROSS7HERE 11-2 R9— L W16-7pL 0 0 0 0 0 0 0 0 0 0 0 EXISTING SIDEWALK \ PARKING LANES CLOSED TEMPORARY NO TEMPORARY NO PARKING SIGN TYPE II7 PARKING SIGN TEMPORARY TEMPORARY CROSSWALK � CROSSWALK F lee PEDESTRIAN PATH W11-2,W16-7pL W11-2,W16-7pL NOTES 1. ADDITIONAL ADVANCE WARNING MAY BE NECESSARY. 2. CONTROLS ONLY FOR PEDESTRIAN TRAFFIC ARE SHOWN. VEHICULAR TRAFFIC SHOULD BE HANDLED AS SHOWN ELSEWHERE. 3. STREET LIGHTING SHOULD BE CONSIDERED WHEN LOCATING CONTROL DEVICES. 4. IF THE WORK ZONE DOES NOT PERMIT PEDESTRIANS TO TRAVEL ADJACENT TO IT AS SHOWN IN PEDESTRIAN BYPASS TYPE I, TEMPORARY CROSSWALKS WITH APPROPRIATE SIGNS SHOULD BE INSTALLED TO CROSS PEDESTRIANS TO THE OPPOSITE SIDE OF THE STREET AS SHOWN IN PEDESTRIAN BYPASS TYPE II, AND AS DIRECTED BY THE ENGINEER. TEMPORARY CURB RAMPS WILL BE REQUIRED AT ALL TEMPORARY CROSSWALK LOCATIONS. 5. BYPASS IS TO BE USED IN CONJUCTION WITH THE PROPOSED LANE CLOSURE DETAILS AND DURING CONSTRUCTION STAGING, AS DIRECTED BY THE ENGINEER. 6. THE TEMPORARY SIDEWALK SHOULD BE A MINIMUM OF 4 FEET WIDE. IF THIS WALKWAY EXCEEDS 200 FEET THEN A 5 FOOT X 5 FOOT PASSING ZONE. (FOR SHORT TERM SETUPS < 10 HOURS, THIS CONDITION MAY BE WAIVED. A NOTE WOULD NEED TO BE INCLUDED IN THE TTCP THAT STATES HOW THE CONTRACTOR SHOULD ADDRESS THIS ISSUE.) PEDESTRIAN BYPASS DETAIL N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W*RL!DTEClj 05/17/2019 ;:.. IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 9 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSETTS 01801 `- PEDESTRIAN DETOUR DETAILS PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 11 SIDEWALK CLOSED CROSSHERE �� R9-11aR SIDEWALK CLOSED / R9-9 SIDEWALK CLOSED CRO,� R9-11aL I 11 NOTE: IF A MINIMUM WIDTH OF 48" OF SOLID SMOOTH UNOBSTRUCTED SURFACE REMAINS ALONG THE WORK AREA THEN THE DETAIL CAN BE DISREGARDED. DELINEATION OF THE WORK AREA WILL STILL BE REQUIRED. All PEDESTRIAN DETOUR ROUTES SHALL BE ADA/MAAB COMPLIANT IN THEIR ENTIRETY. SIDEWALK CLOSED WITHOUT DETOUR N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: 63o WATERTOWN- 2019 COMPLETE STREETS W+RL!JTECIj 05/17/2019 ;:.. IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 10 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSETTS 01801 `- PEDESTRIAN DETOUR DETAILS PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 TEMPORARY MARKING FOR CROSSWALK LINES(CROSS-HATCHING OPTIONAL) SIDEWALK CLOSED USE OTHER SIDE PEDESTRIAN s R9-10 CROSSWALK W11-2 SIDEWALKCLOSED R9-8 W16-7pL �► (OPTIONAL) USE OTHER SIDE R9-10 300 FT (100m) 1 I 1 1 W11-2 W16-9p _..� / .. SIDEWALK CLOSED 300 FT R9-11 (100m) SIDEWALK I W 1 1-2 CLOSED Ae W16-9p R9-9 W11-2 W16-7pL �SIDEWAAHEADLOSED ~ CROSS HERE R9-11 NOTE: FOR LONG-TERM STATIONARY WORK,THE DOUBLE 1 YELLOW CENTERLINE AND/OR LANE LINES SHOULD BE REMOVED BETWEEN THE CROSSWALK LINES. PEDESTRIAN DETOUR N.T.S PREPARED FOR: TITLE: PREPARED BY: DATE: El WATERTOWN- 2019 COMPLETE STREETS W*RLDTECI-f 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Fi ure 11 300 TRADE CENTER,SUITE 5580 SCALE: b WOBURN,MASSACHUSETTS 01801 PEDESTRIAN DETOUR DETAILS PHONE: 781.933.4800 N.T.S FAX: 781.933.4801 i i \ PROP. RRFB (TYP.) W16-7P (2) )1•�- t� "'� PROP. 10' RAISED �, �•�. " ~J CROSSWALK PROP. 6.5' CEM. - _ CONC. SIDEWALK ADJ. SERVICES (TYP.) W17-1 W16-9P PROP. CB f i. «.. ......,. .�. . . ~ ,I . WARREN STREET WARREN STREET PROP. MILL AND _ + i OVERLAY (TYP.) R7-1 L R&R CURB (TYP.) R7-1 R — • W17-1 '� f ADJ. (TYP.) W16-9P , _ 1 " PROP. CAST IRON REM. EXIST. CB DETECTABLE WARNING PROP. MASONRY PLUG PANELS (TYP.) ' . PROP. CB MEET EXISTING o STAIRS s — PROP. TRANSITION z RAMP (TYP.) 4.0 PREPARED FOR: TITLE: PREPARED BY: DATE: 1630 2019 WATERTOWN COMPLETE STREETS �/�/ RL�TCC�� 05/17/2019 ENGINEERING Figure 12 "` IMPROVEMENTS AT THREE LOCATIONS . 300 TRADE CENTER, SUITE 5580 SCALE: r i WOBURN, MASSACHUSETTS 01801 LOCATION NO. 1 - WARREN STREET CUNNIFF SCHOOL CROSSWALK PHONE: 781.933.4800 1"=20' FAX: 781.933.4801 E 1 � ` REM. EXIST. MARKINGS W17-1 `so (100' FROM START •` �� �" i t \ W16-9P M OF TRANSITION) �'�,, f #►i PROP. END SPACE MARKING ` (TYP.) �` •j �l r.;�;` -"' . •• �' • •• � j REM. EXIST. R&S EXIST. PARKING METER MARKING RESET EXIST. METER FROM • SW QUADRANT --4' R7-1 R v ',"+'f►• ,, R7-1 L R&S PARKING - t/ , • '` PROP. 10' RAISED METER ' r • - CROSSWALK PROP. TRANSITION PROP. RRFB (TYP.) RAMP (TYP.) _ W11-15 (2) PROP. CAST IRON DETECTABLE k W16-7P (2) WARNING PANELS (TYP.) • PROP. 12' SHARED USE PATH PROP. 5' CEM. CONC. SIDEWALK (TYP.) R&R CLF (10') REM. EXIST. CONC PATH (TYP.) -- -- ° R&R EXIST. SIGN ON FENCE R5-3 R1-1 - _ — x-x PROP. TREE AND PLANT X SYL (30') SYL (30) x PROTECTION FENCE (TYP.) x- U) x R1-1 R5-3 -------- --------- RET. CABINETS (2) R&R CLF (10') l (Typo x�x REM. EXIST. PARKING • R&R CURB (TYP.) WATERT x �x� z RESTRICTION SIGNS O fv x\x x o (TYP. OF 4) R&R PARKING METER coM R7-1 R • TO NORTHWESTUNITY x QUADRANT AS NOTED do •, r PA R&S PARKING METER RET. EXIST. CLF . ►r` + 1 PROP. SERVICE W FENCE (TYP.) .r �•*�-Y . . + x o s CONNECTION TO [—� W �'• N g EXIST. UP R7-1L �t � ''� .n. - '�.•,. z ,' • _ PROP. MILL AND , i .r NOTE: con �,• #r o OVERLAY(TYP.) .4 CONTRACTOR SHALL COORDINATE FINAL LAYOUT OF W17-1 (100' FROM START • SHARED USE PATH WITH THE TOWN OF WATERTOWN DPW AND/OR THEIR REPRESENTATIVE PRIOR TO THE W16-9P t OF TRANSITION) START OF CONSTRUCTION. e PREPARED FOR: TITLE: PREPARED BY: DATE: 1630 2019 WATERTOWN COMPLETE STREETS W +RL�TCCI� 05/17/2019 IMPROVEMENTS AT THREE LOCATIONS ENGINEERING Figure 13 WOBURN,OMA SACHU ETTS 0180NTER, SUITE 01 SCALE: 3 LOCATION NO. 2 - WATERTOWN COMMUNITY PATH - WHITES AVE. CROSSING PHONE: 781.933.4800 1"=20' FAX: 781.933.4801 E 6 PROP. TREE AND PLANT -i _ - _ PROP. 12' SHARED USE PATH PROTECTION FENCE (TYP.) REM. EXIST. CONC. PATH (TYP.) z O x-x X x X x� X 1.5% x (TYP.) x o x-X-x \ - " WATERTOWN _x SAWCUT EXIST. COMMUNITY PATH w PATH (TYP.) \+\ \k k o x z � - o PROP. TREE AND PLANT o PROTECTION FENCE (TYP.) w R5-3 '' z w 9 _x x--Ix X 1 1.5% SYL (30') (TYP. $ R1-1 m o B PROP. 12' SHARED USE PATH JW REM. EXIST. CONC. PATH (TYP.) s y SAWCUT EXIST. NOTE: PATH (TYP.) s - CONTRACTOR SHALL COORDINATE FINAL LAYOUT OF INSET 1 - WINTER STREET LIMIT OF WORK SHARED USE PATH WITH THE TOWN OF WATERTOWN DPW AND/OR THEIR REPRESENTATIVE PRIOR TO THE o "s START OF CONSTRUCTION. PREPARED FOR: TITLE: PREPARED BY: DATE: 2019 WATERTOWN COMPLETE STREETS WRL�TCC�� 05/17/2019 1630 § _ .. ENGINEERING Figure 14 a IMPROVEMENTS AT THREE LOCATIONS 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 PHONE:LOCATION NO. 2 - WATERTOWN COMMUNITY PATH - SEGMENT WIDENING 78. . 1"=20' FAX: 7819 3334801 4801 c N _ ' PROP.TREE � PROP.CEM.CONC. PROTECTION(TYP.) PROP.HMA DRIVEWAY � WCR(TYP.) TO LIMIT OF WORK h'�I - W11-2 MONOW RET.EXIST.MBTA PROP.CEM.CONC. M�1 W • A BUS STOP SIDEWALK AT DRIVEWAY! N W18 7p A?'ER?,�W►� A R&SEXIST.HYDRANT STREET � , PROP.CEM.CONC. R7-1 R DRIVEWAY APRON PROP.HYDRANT, TIE INTO EXISTING R7-iL VALVE REM.EXIST. R&D SIGN R7-1 L - � CROSSWALK ADJ.CB ,.,�,�� - RECONSTRUCT ADJ.CB • .J+ �� `_�� (,�„ PROP.SAWCUT(TYP.) • •,� PROP.OVERLAY - � � PROP.MILL AND oft 0 AP y,'�»�r ,,}� R7-107L, a• ADJ. ADJ. IIIII=IIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIII __�� WATERT�WN r ADJ. ADJ. STREET ADJ.CB DMH 7 • �y-: BUS STOP e RET. ■" "' R7-iL SIGN ■■ � t � � REM.EXIST.SIGN ADJ.CB APT' `R&D R7-iR • (TYP.OF 3) REM.CB SIGN PROP.SCORED � �.. PROP.GRAN. PROP.CIT `GONG.ISLAND(TYP.) �'7 y"E j 1 • CURB TYPE VA-4 RET.FENCE PROP.CB CB TO DMH RET.FENCE f � f 1 R1-1 R&R R&R EXIST.CURB(TYP.) J '�� �i).1 PROP.GEM.CONC.� • t.�� � '�/•� MEET EXIST.DW � PROP.CB SIDEWALK(TYP.) � O gip, i � �' - ���III 1 .w��a l+�`s'� � •, j�e S�J vl ,. - � * - w✓ Ike z ) a -' a o e f t •: .c PREPARED FOR: TITLE: PREPARED BY: DATE: 3 1630 2019 WATERTOWN COMPLETE STREETS W `)RL�TCCI� 05/17/2019 ENGINEERING Figure 15 a. IMPROVEMENTS AT THREE LOCATIONS 300 TRADE CENTER, SUITE 5580 SCALE: g j - WOBURN, MASSACHUSETTS 01801 LOCATION NO. 3 - WATERTOWN STREET CROSSING AT THEURER PARK PHONE: 781.933.4800 1"=20' FAX: 781.933.4801 4