Loading...
HomeMy Public PortalAboutFilippello Park Sports Field Lighting Project Specifications Copy No. PROJECT SPECIFICATIONS FOR Filippello Park Sports Field Lighting Project Town of Watertown, Massachusetts November 2019 CDM SMITH, INC. Water, Environment, Transportation, Energy, Facilities Boston, Massachusetts ©2019 CDM Smith All Rights Reserved TABLE OF CONTENTS No. of Section Pages BIDDING AND CONTRACT REQUIREMENTS 00020 Invitation to Bid.............................................................................................................. 2 00100 Instructions to Bidders.................................................................................................... 6 00300 Bid Form......................................................................................................................... 6 00500 Agreement...................................................................................................................... 5 00610 Performance Bond ......................................................................................................... 3 00620 Payment Bond................................................................................................................. 3 00700 General Conditions......................................................................................................... 49 00800 Supplementary Conditions.............................................................................................. 19 WageRates..................................................................................................................... 37 DIVISION 1 GENERAL REQUIREMENTS 01010 Summary of Work........................................................................................................... 3 01025 Measurement and Payment ............................................................................................ 2 01046 Control of Work.............................................................................................................. 3 01102 Safety,Health and Emergency Response Requirements................................................. 3 01170 Special Provisions........................................................................................................... 3 01300 Submittals....................................................................................................................... 6 01600 Delivery, Storage and Handling...................................................................................... 2 01700 Contract Closeout........................................................................................................... 4 DIVISION 2 SITEWORK 02050 Demolition and Modifications........................................................................................ 5 02100 Site Preparation............................................................................................................... 3 02140 Dewatering and Drainage ............................................................................................... 3 02200 Earthwork 7 02270 Erosion and Sedimentation Control................................................................................ 3 02830 Chain Link Back Stop and Fence.................................................................................... 6 02900 Landscaping 8 02901 Miscellaneous Work and Cleanup 2 02930 Loaming and Seeding..................................................................................................... 9 DIVISION 3 CONCRETE 03301 Concrete and Reinforcing Steel...................................................................................... 9 DIVISION I 1 SCOREBOARD 11482 Scoreboard...................................................................................................................... 7 DIVISION 16 ELECTRICAL 16020 Electrical......................................................................................................................... 29 563 1 8-23 1404 i 11/25/19 ©2019 CDM Smith All Rights Reserved APPENDIX Geotechnical Investigations Department of Environmental Protection SW-36 Permit Conditional Approval i I 56318-231404 11 11/25/19 ©2019 CDM Smith All Rights Reserved TOWN OF WATERTOWN,MASSACHUSETTS FILIPPELLO PARK SPORTS FIELD LIGHTING PROJECT INVITATION TO BID i i Sealed Bids for construction of the Filippello Park Sports Field Lighting Project will be available and received by the Purchasing Agent of the Town of Watertown at the Town Hall, 149 Main Street, Watertown,MA 02742,until 11:00 A.M. Thursday,December 19,2019,and at that time and place bids will be publicly opened and read aloud. The project includes work at 2 multi-purpose athletic fields at Filippello Park in Watertown,MA., herein p JPP referred to as Grove St. field and Arlington St. field. The work at the Grove St. field includes the removal and disposal of the existing sports field lighting system and furnishing and installation of a new(7)pole sports field lighting system including new light poles, foundations, conduit,wire and controls,removal and disposal of the existing backstop, installation of a new chain link backstop, installation of a new scoreboard, earthwork related to relocating excavated material to an on-site location, and providing final cover, loaming, seeding and landscaping over the relocated soil and seeding of all disturbed areas. The work at the Arlington St. Field includes the furnishing and installation of a new(4)pole sports field lighting system including new light poles, fixtures,foundations,conduit,wire and controls and earthwork related to relocating excavated material to a location adjacent to the Grove St. field. Contract Documents will be available electronically beginning Tuesday November 26th by contacting the I Purchasing Agents Office at 617-972-6414 or email at purchasing@watertown-ma.gov. Contract Documents may be examined at the Town of Watertown,MA.Town Hall, 149 Main Street, Watertown, MA 02742,until prevailing time on December 19th at 11:00 a.m. in the Lower Hearing Room at Town Hall. Copies of Addenda issued will be mailed or delivered to registered bidders without charge. It is the responsibility of each bidder to ensure addenda issued were received by calling the Purchasing Department prior to bidding at 617-972-6414 or email at purchasing@watertown-ma.gov. Each Bidder shall fully acquaint themselves with the conditions as they exist and shall thoroughly examine the Bid Documents.Failure of any Bidder to acquaint themselves with the Bid Documents shall in no way relieve Bidder from any obligation with respect to their Bid. Each bid must be accompanied by a certified check, issued by a responsible bank or trust company, or a bid bond duly executed by the bidder as principal and having as surety thereon a surety company approved by the Town, all in the amount of 5% of the bid payable to the "Town of Watertown". Bids must be sealed and clearly marked "Bid for Filippello Park Sports Field Lighting Project"and submitted to the Purchasing Agents Office no later than 11:00 a.m.,prevailing time December 19th,2019. No Bidder may withdraw their Bid for a period of thirty days,excluding Saturdays, Sundays, and legal Holidays after the actual date of the opening of the Bids. ©2019 CDM Smith All Rights Reserved The successful bidder must furnish a 100%Performance Bond and a 100%Payment Bond with a surety company acceptable to the Town of Watertown. All bids for this project are subject to applicable bidding laws of Massachusetts, including General Laws Chapter 149, Section 44A-J and to minimum wage rates as required by MGL c. 149, Section 26 to 27H inclusive. The bidding and award of the Contract shall be in full compliance with Section 39M inclusive of Chapter 30 of the Commonwealth of Massachusetts as last revised. All contracted services with the Town of Watertown are dependent on appropriation of funds. The Town of Watertown reserves the right to accept any bid,to reject any/or all bids and to waive minor irregularities and/or formalities as it deems to be in the best interest of the Town. The Town of Watertown is an Equal Opportunity Employer. Raeleen Bandini Purchasing Agent TOWN OF WATERTOWN DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS ©2019 CDM Smith All Rights Reserved TOWN OF WATERTOWN,MASSACHUSETTS FILIPPELLO PARK SPORTS FIELD LIGHTING PROJECT INSTRUCTIONS TO BIDDERS This Project is subject to approval and funding.Bids must remain valid for 45 days. ARTICLE 1. QUALIFICATIONS OF BIDDERS 1.1 Bidders may be investigated by OWNER to determine if they are qualified to perform the Work. All Bidders shall be prepared to submit within five days of OWNER's or ENGINEER's request,written evidence of such information and data necessary to make this determination. 1.2 The investigation of a Bidder will seek to determine whether the Bidder has adequate experience as outlined on the Bidder's Qualification Form to be submitted with the bid. Investigations may include whether the bidder is adequate in size, is authorized to do business in the jurisdiction where the project is located,has had previous experience and whether available equipment and financial resources are adequate to assure OWNER that the Work will be completed in accordance with the terms of the Agreement. The amount of other work to which the Bidder is committed will also be considered. 1.3 In evaluating Bids,OWNER will consider the qualifications of only those Bidders whose Bids are in compliance with the prescribed requirements. 1.4 OWNER reserves the right to reject any Bid if the evidence submitted by, or the investigation of, such Bidder fails to satisfy OWNER that such Bidder is properly qualified to carry out the obligations of the Contract Documents and to complete the Work contemplated therein. ARTICLE 2. COPIES OF CONTRACT DOCUMENTS 2.1 Complete sets of Contract Documents shall be used in preparing Bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 2.2 OWNER and ENGINEER in making copies of Contract Documents available do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. ARTICLE 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE VISIT 3.1 Before submitting a Bid, each Bidder must(a)examine the Contract Documents thoroughly, (b)visit the site to become familiar with local conditions that may in any manner affect cost,progress or performance of the Work, (c)become familiar with Federal, State and local laws, ordinances,rules and regulations that may in any manner affect cost,progress or performance of the Work; and(d) study and carefully correlate Bidder's observations with the requirements of the Contract Documents. I 3.2 Bidders may visit the site to acquaint themselves with the existing conditions. 35618-231404 00100-1 11/26/19 ©2019 CDM Smith All Rights Reserved 3.3 Before submitting a Bid,Bidders may, at their own expense,make such investigations and as they may deem necessary to determine their Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.4 On request, OWNER will provide each Bidder access to the site to conduct such investigations and as each Bidder deems necessary for the submission of a Bid.Access can be attained by contacting the Purchasing Office Town of Watertown,617-972-6414.. 3.5 The lands upon which the Work is to be performed,rights-of-way for access thereto and other lands designated for use by CONTRACTOR in performing the Work are identified in the Supplementary Conditions, General Requirements or on the Drawings. 3.6 The submission of a Bid will constitute an incontrovertible representation that the Bidder has complied with every requirement of this Article 3 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. ARTICLE 4. INTERPRETATIONS 4.1 All questions about the meaning or intent of the Contract Documents shall be received in writing by CDM Smith, 75 State Street, Suite 701,Boston MA Attn: Glenn Howard at least 5 days before the date set herein for the opening of bids. I 4.2 Written clarifications or interpretations will be issued by Addenda not later than two days before the bid opening date. Only questions answered by formal written Addenda will be binding. Oral and other clarifications or interpretations will be without legal effect. Addenda will be mailed via certified mail with return receipt requested,to all parties recorded as having received the Contract Documents. 4.3 Bidders are responsible for determining that they have received all Addenda issued. ARTICLE 5. PRE-BID CONFERENCE 5.1 A pre-bid conference is not anticipated for this Work. ARTICLE 6. BID SECURITY 6.1 Each Bid must be accompanied by cash, bid bond, or a certified check on, or a treasurer's or cashier's check issued by, a responsible bank or trust company,payable to OWNER. The Bid Security shall be in the amount stated in the Invitation To Bid. Bid Security shall be sealed in a separate envelope from the Bid and then attached to the envelope containing the Bid. All Bid Securities except those of the three lowest responsible and eligible Bidders will be returned within five days, Saturdays, Sundays, and legal holidays excluded, after opening of the Bids. All Bid Securities will be returned on the execution of the Agreement or if no award is made,within [thirty] days, excluding Saturdays, Sundays and legal holidays after the actual date of opening of the Bids,unless forfeited under the conditions herein stipulated. 6.2 In case a party to whom a Contract is awarded shall fail or neglect to execute the Agreement and furnish the satisfactory bonds within the time specified, OWNER may determine that the Bidder has abandoned the Contract,and thereupon the Bid Forms and acceptance shall be null and void and the Bid Security accompanying the Bid Form shall be forfeited to OWNER as liquidated damages for such failure or neglect and to indemnify said OWNER for any loss which may be sustained by failure of the Bidder to execute the Agreement and furnish the bonds as aforesaid,provided that the amount forfeited to OWNER 35618-231404 00100-2 11/26/19 ©2019 CDM Smith All Rights Reserved shall not exceed the difference between the Bid Price of said Bidder and that of the next lowest responsible and eligible bidder and provided further that, in case of death, disability, or other unforeseen circumstances affecting the Bidder, such Bid Security may be returned to the Bidder. After execution of the Agreement and acceptance of the bonds by OWNER,the Bid Security accompanying the Bid Form of the Successful Bidder will be returned. ARTICLE 7. PERFORMANCE,PAYMENT AND OTHER BONDS 7.1 Performance,Payment and other Bonds shall be provided in accordance with Article 5 of the Conditions of the Contract. 7.2 All Bonds required as Contract Security shall be furnished with the executed Agreement. ARTICLE 8. BID FORM 8.1 Each Bid shall be submitted on the Bid Form on the perforated pages appended to the Project Manual. The Bid Form shall be removed and submitted separately. All blank spaces for Bid prices must be filled in with the unit price for the item or the lump sum for which the Bid is made. 8.2 Bid Forms shall be completed in ink or by typewriter. The Bid price of each item on the form shall be stated in words, and figures. If unit prices are required on the Bid Form,discrepancies between unit prices and their respective total amounts will be resolved in favor of the unit prices. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 8.3 Bids by corporations shall be executed in the corporate name by the president or a vice-president(or other corporate officer accompanied by evidence of authority to sign)and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 8.4 Bids by Limited Liability Companies shall be executed in the Limited Liability name by the Manager (or other Limited Liability Company officer/representative accompanied by evidence of authority to sign.) The Limited Liability Company address and state where the Limited Liability Company was formed shall be shown below the signature. 8.5 Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title shall appear under the signature. The official address of the partnership shall be shown below the signature. 8.6 All names shall be typed or printed below the signature. 8.7 The Bid shall contain an acknowledgement of receipt of all Addenda(the numbers of which shall be filled in on the Bid Form). 8.8 The address to which communications regarding the Bid are to be directed shall be shown. 8.9 One copy of each Bid shall be submitted in a sealed opaque envelope bearing on the outside the Bidder's name, address,and the Project Title for which the Bid is submitted. (If forwarded by mail,Bid and sealed envelope marked as described above shall be enclosed in another envelope with the notation 35618-231404 00100-3 11/26/19 ©2019 CDM Smith All Rights Reserved "BID ENCLOSED" on the face and addressed as indicated in the Invitation to Bid.) The Bid Security shall be submitted in a separate envelope from the Bid and attached to the envelope containing the Bid. 8.10 Optional"OR EQUAL": Optional Proposal for an Equal. If the words"Or equal"or equivalent words are used in connection with the naming of one or more specifics in the contract or in the specifications,incorporated in and made a part of the contract, such words shall be disregarded in submitting any bid. That is to say, every bid shall be submitted on the basis of the specific or specifics named; and the selection of the successful bidder shall be governed by the bids submitted on such basis. No person shall submit a bid on the basis of the specific or specifics named unless he is able and willing to execute and perform a contract on the basis of the specific or specifics named. ARTICLE 9. RECEIPT OF BIDS 9.1 Sealed Bids for the work of this Contract will be received at the time and place indicated in the Invitation to Bid. 9.2 OWNER may consider informal any Bid not prepared and submitted in accordance with the provisions hereof. 9.3 Bidders are cautioned that it is the responsibility of each individual bidder to assure that their bid, with all submittal requirements, is in the possession of the responsible official or the designated alternate prior to the stated time and at the place of the Bid Opening. Owner is not responsible for bids delayed by mail and/or delivery services, of any nature. ARTICLE 10. MODIFICATION AND WITHDRAWAL OF BIDS 10.1 Bids maybe modified only by an appropriate document duly executed(in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 10.2 Bids may be withdrawn prior to the scheduled time(or authorized postponement thereof) for the opening of Bids. 10.3 Any Bid received after the time and date specified shall not be considered. No Bid may be withdrawn for a period of thirty days, excluding Saturdays, Sundays, and legal holidays, after the actual date of the opening of the Bids. ARTICLE 11. AWARD OF CONTRACT 11.1 The Contract will be awarded to the lowest responsible and eligible Bidder(Successful Bidder). Such a Bidder shall possess the experience, skill, ability, and integrity necessary for the faithful performance of the work. The term "lowest responsible and eligible Bidder" as used herein shall mean the Bidder whose Bid is the lowest of those Bidders possessing the experience, skill, ability and integrity necessary to the faithful performance of the Work. 11.2 OWNER reserves the right to reject any and all Bids,to waive any and all informalities if it is in Owner's best interest to do so, and the right to disregard all nonconforming,non-responsive or conditional Bids, including unqualified bidders as vetted though the Bidder's Qualification Form and investigations. 35618-231404 00100-4 11/26/19 ©2019 CDM Smith All Rights Reserved 11.3 A Bid which includes for any item a Bid Price that is abnormally low or high may be rejected as unbalanced. 11.4 OWNER also reserves the right to reject the Bid of any Bidder that OWNER considers to be unqualified relative to Article 1 above. 11.5 If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within thirty days, excluding Saturdays, Sundays, and legal holidays, after the actual date of the opening of the Bids. All bids shall remain open for thirty days, excluding Saturdays, Sundays, and legal holidays, after the actual date of the opening of the Bids but OWNER may, at OWNER's sole discretion,release any Bid and return the Bid Security prior to that date. ARTICLE 12. EXECUTION OF AGREEMENT 12.1 When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by at least four unsigned copies of the Agreement and all other applicable Contract Documents. Within five days, excluding Saturdays, Sundays and legal holidays, after the date of receipt of such notification CONTRACTOR shall execute and return all copies of the Agreement and all other applicable Contract Documents to OWNER. Within ten days thereafter OWNER will deliver one fully signed copy to CONTRACTOR. ARTICLE 13. SAFETY AND HEALTH REGULATIONS 13.1 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. I 13.2 The Successful Bidder shall comply with the Department of Labor Safety and Health Regulations for Construction promulgated under the Occupational Safety and Health Act of 1970 (PL-91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act(PL-91-54). a required under the Occupational 13.3 The Successful Bidder shall have a competent person or persons, s r u p p p p q Safe and Health Act on the Site to inspect the Work and to supervise the conformance of the Work with h' p p the regulations of the Act. ARTICLE 14. ACCESS TO WORK 14.1 Representatives of the Commonwealth and any local agencies having a direct interest in the Work shall have access to the Work under this contract wherever it is in preparation or progress and the Contractor shall provide proper facilities for such access and inspection. ARTICLE 15. CHANGE ORDERS 15.1 Change orders will be processed in accordance with the "Change Order Forms" which are included in Part 11 of the Supplementary Conditions. 35618-231404 00100-5 11/26/19 ©2019 CDM Smith All Rights Reserved ARTICLE 16. COMMONWEALTH OF MASSACHUSETTS - SUPPLEMENTAL PROGRAM 16.1 The Contractor and all Subcontractors shall comply with all of the requirements of The Commonwealth of Massachusetts Modified Supplemental Equal Employment Opportunity, Antidiscrimination and Affirmative Action Program including the certifications. ARTICLE 17. SALES TAX 17.1 The material and supplies to be used in the Work will be subject to the requirements of Paragraph 6.10 of the Conditions of the Contract. ARTICLE 18. UTILITY UNDERGROUND PLANT DAMAGE PREVENTION SYSTEM 18.1 All excavations within public or private ways are subject to the requirements of Massachusetts General Law, Chapter 82, Section 40 included in PART II of the Supplementary Conditions. ARTICLE 19. WAGE RATES 19.1 Minimum Wage Rates as determined by the Commonwealth of Massachusetts,Labor and Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27H, as amended, apply to this project. It is the responsibility of the Contractor, before bid opening, to request if necessary, any additional information on Minimum Wage Rates for those tradespeople and/or equipment who may be employed for the proposed work under this Contract. 19.2 The State schedules of minimum wage rates are included in Part 11 of the Supplementary Conditions. ARTICLE 20. COMPETITIVE BIDDING 20.1 The bidding and award of the Contract shall be in full compliance with Section 39 M inclusive of Chapter 30 of the General Laws of the Commonwealth of Massachusetts as last revised. RAELEEN BANDINI PURCHASING AGENT TOWN OF WATERTOWN 35618-231404 00100-6 11/26/19 A ©2019 CDM Smith All Rights Reserved BID FORM TO TOWN OF WATERTOWN,MASSACHUSETTS FILIPPELLO PARK SPORTS FIELD LIGHTING PROJECT The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the Bid is made without any collusion with other persons, firms, or corporations;that all the Contract Documents as prepared by CDM SMITH, 75 State Street, Suite 701,Boston MA, dated November 2019 have been carefully examined;that the undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to be done, and from them the undersigned makes this Bid. These prices shall cover all expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part. If a Notice of Award accompanied by at least four unsigned copies of the Agreement and all other applicable Contract Documents is delivered to the undersigned within forty five(45)calendar days, of the actual date of the opening of the Bids,the undersigned will within five days, excluding Saturdays, Sundays, and legal holidays, after the date of receipt of such notification, execute and return all copies of the Agreement and all other applicable Contract Documents to OWNER. The premiums for all Bonds required shall be paid by CONTRACTOR and shall be included in the Contract Price. The undersigned Bidder further agrees that the Bid Security accompanying this Bid shall become the property of OWNER if the Bidder fails to execute the Agreement as stated above. The Bid Security in the amount of 5% of the Base Bid plus all add alternates shall be included with the Bid. The undersigned hereby agrees that the Contract Time shall commence ten days following the Effective Date of the Agreement and to fully complete all project work within one hundred sixty(160)days in accordance with the terms as stated in the Agreement. The undersigned further agrees to pay OWNER, as liquidated damages, $1,000.00 per day for each calendar day beyond the date for completion of project or the Contract Time Limit or extension thereof that the Work remains incomplete. i The undersigned acknowledges receipt of addenda numbered: I In accordance with the above understanding,the undersigned proposes to perform the Work, furnish all materials and complete the Work in its entirety in the manner and under the conditions required at the prices listed as follows: 56318-231404 00300-1 11/25/19 ©2019 CDM Smith All Rights Reserved BID FORM TO TOWN OF WATERTOWN,MASSACHUSETTS FILIPPELLO PARK IMPROVEMENTS PART I-BASE BID: Item Estimated Brief Description of Items Amount in No. Quantity with Price in Words Figures 1 L.S. All work required to construct the Filippello Park Sports Field Lighting Project excluding work described in Item 2 and under Part II Add Alternates Total Bid Price$ Lump Sum(Amount in Words) PART II-ADD ALTERNATE PRICES The Owner may select at its option in order any Alternate or combination of Alternates, or none of the Alternates,however,no single Alternate may be selected unless every Alternate preceding if has been selected. The Bidder is required to provide a bid for each Add Alternate listed below. If selected by the Owner,the Alternate(s)will be added to the total Base Bid price for Part I above to determine the low bidder. In certain cases,the Alternate(s)presented below require that items described in Part I-BASE BID be replaced with the Alternate(s)described herein. In such cases,the Contractor shall base his/her Bid for the Alternate(s)in excess of the amount stated in Part I-BASE BID. Item Estimated Brief Description of Items Unit Bid Price Amount in No. Quantity with Price in Words in Figures Figures A-1 L.S. Walkway lighting wire replacement for Arlington St. Soccer Field and Pavilion As shown on Sheet E-4: Disconnect and remove existing wiring, Swab,mandrel and lubricate existing Conduit for reuse. Provide new wiring In existing conduit.Reconnect power to Lighting system. ADD $ $ lump sum 56318-231404 003 00-2 11/25/19 ©2019 CDM Smith All Rights Reserved A-2 L.S. Walkway lighting fixture replacement All fixtures designated"SL1"between Grove Street and Arlington Street: Disconnect and remove existing 175 W metal halide post top light fixtures. Furnish and install LED replacement Retro-fit kit with integral photocell. Refer To specification section 16020 for additional Requirements. ADD $ $ lump sum PART III- SUPPLEMENTAL UNIT PRICES Should certain additional work be required, or should the quantities of certain classes of work be increased or decreased form those on which the Contract Sum is based,by order or approval of the Owner,the undersigned agrees that the following supplemental unit prices may be used as the basis of payment to him/her or credit to the Owner for such addition, increase, or decrease in the work as determined solely by the Owner. Supplemental unit prices shall cover all costs, complete in place, and the prices given shall represent the exact amount per unit to be paid to the Contractor(in the case of Additions or increases)or to be deducted from payments to the Contractor for park improvements under Part 1 of the Bid refunded to the Owner(in the case of Deductions or decreases). No additional adjustments will be allowed for overhead,profit, insurance or other direct or indirect expenses of the Contractor or Subcontractor beyond the prices as listed. Maximum differences between"Add"and"Deduct"prices shall be 20 percent. Section No. Unit ADD Deduct i 02830 Furnish and install $ /sf $ /sf 6-ft. high chain link fence and concrete footings complete and in place including relocating excavate generated below the top 24-in. from fence footings to excavate storage area. i i 56318-231404 00300-3 11/25/19 i ©2019 CDM Smith All Rights Reserved The undersigned agrees that extra work, if any,will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article 11 of the Conditions of the Contract. i The bidding and award of this Contract will be in accordance with M.G.L. Chapter 30, Section 39M. The undersigned must furnish a 100 percent Construction Performance Bond and a 100 percent Construction Payment Bond with a surety company acceptable to OWNER. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy,the amount shown in words will govern. The above prices shall include all labor,materials,bailing, shoring,removal, overhead,profit, insurance and incidentals required to complete the Work, including coordination of artificial turf field installation, by others as specified, for project completion as specified herein. The names and residences of all persons and parties interested in the foregoing Bid as principals are as follows: (Give first and last names in full. In the case of a corporation, see Article 8.3 of the Instructions to Bidders, in the case of a partnership, see Article 8.4 of the Instructions to Bidders.) Pursuant to Chapter 62C, Section 49A of the Massachusetts General Laws,I whose principal place of business is at do hereby certify under penalties of perjury that I have complied with all state laws pertaining to reporting of all employees and contractors and withholding and remitting child support and I have filed all state tax returns and paid all taxes required under law. Signed under the penalties of perjury the day of .2019. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work. The undersigned hereby certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this section,the word "person" shall mean any natural person,joint venture,partnership, corporation, or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of Section Twenty-nine F of Chapter Twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or requisition promulgated hereunder. 56318-231404 003 00-4 11/25/19 ©2019 CDM Smith All Rights Reserved Social Security Number Signature of Individual or or Federal Identification Number Corporate Name By: Corporate Officer(if applicable) Notice of acceptance should be mailed,telegraphed, or delivered to the following: (Name) I By: (Title) i (Business Address) (City and State) Date Note: If the Bidder is a corporation, indicate State of incorporation under signature, and affix corporate seal; if a partnership, give full names and residential addresses, if different from business address. 56318-231404 003 00-5 11/25/19 ©2019 CDM Smith All Rights Reserved CERTIFICATE OF GOOD FAITH (NON-COLLUSION) and TAX COMPLIANCE Pursuant of M.G.L. Ch. 62C, Sec. 49A, I certify under the pains and penalties of perjury that the contractor/consultant has complied with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. The undersigned certifies under penalties of perjury that this bid has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person"shall mean any natural person, business, partnership,corporation, union, committee, club, or other organization, entity or group of individuals. Name of Person Signing Bid (Please Print) Signature of Person Signing Bid Company CERTIFICATE OF VOTE (required if Contractor is a Corporation) I, hereby certify that I am duly qualified and Acting Secretary of and I further certify that a meeting of the Directors of said I Company, duly called and held on at which all Directors were present and voting, the following vote was unanimously passed: Voted to authorize and empower the person signing the Bid Certification Sheet 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) 56318-231404 00300-6 11/25/19 TOWN OF WATERTOWN,MASSACHUSETTS AGREEMENT FOR THIS AGREEMENT made this day of , 20 by and between the Town of , a municipal corporation duly organized under the laws of Massachusetts and having a usual place of business at , , MA , acting by and through its , hereinafter referred to as the "Town", and , a Massachusetts corporation/partnership/sole proprietorship)having a usual place of business at , MA , hereinafter referred to as the "Contractor". WITNESSETH: Whereas,the Town invited the submission of a proposal for "the Project"; and WHEREAS, the Contractor submitted a proposal in response to said invitation, and the Town has awarded the contract therefor to the Contractor. NOW, THEREFORE,the Town and the Contractor agree as follows: 1. Contract Documents. The Contract Documents consist of this Agreement,the purchase description, if any,the Invitation for Bids or Request for Proposals, Instructions to Bidders/Proposers, Scope of Services or Specification, and the quotation, bid or proposal submitted by the Contractor, including negotiated modifications to the Plan of Services, if any. The Contract Documents constitute the entire Agreement between the parties concerning the work, and all are as fully a part of this Agreement as if attached hereto. In the event of a conflict between any of the Contract Documents,the document most favorable to the Town, in its sole determination, shall prevail. 2. The Work. The Work consists of , as more fully described in the Contract Documents as defined above. 3. Term of Contract. This Agreement shall be in effect from and shall expire on , unless terminated earlier pursuant to the terms hereof. (If the solicitation provided for an option to extend, insert the following: This Agreement may be extended for an additional term of , at the sole discretion of the Town, and any such option shall not be subject to the acceptance or approval of the Contractor.) 56318-231404 00500-1 11/26/2019 i i i Ii i1 1 4. Compensation. A. The Town shall pay, as full compensation for items and/or j services furnished and delivered in carrying out this Agreement. Total Price $ , as set forth in more detail in the Contract Documents. B. The acceptance by the Contractor of final payment for items and/or services provided shall be deemed a release of the Town from any and all claims and liabilities under this Agreement. C.Neither the Town's review, approval or acceptance of,nor payment for any of the items and/or services provided shall be construed to operate as a waiver of any rights of the Town under the Agreement or any cause of action arising out of the performance of the Agreement. 5. Payment of Compensation. The Town shall make payments as follows: Once monthly. 6. Liability of the Town. The Town's liability hereunder shall be to make all payments when they shall become due, and the Town shall be under no further obligation or liability. Nothing in this Agreement shall be construed to render the Town or any elected or appointed official or employee of the Town, or their successors in office, personally liable for any obligation under this Agreement. 7. Independent Contractor. The Contractor acknowledges and agrees that it is acting as an independent contractor for all work and services rendered pursuant to this Agreement, and neither the Contractor, nor its employees, agents, servants nor any person for whose conduct the Contractor is responsible shall be considered an employee or agent of the Town for any purpose. 8. Indemnification. The Contractor shall indemnify, defend, and hold the Town harmless from and against any and all claims, demands, liabilities, actions, causes of actions, costs and expenses, including attorney's fees, arising out of the Contractor's breach of this Agreement or the negligence or willful misconduct of the Contractor, or the Contractor's agents or employees. 9. Insurance. A. The Contractor shall obtain and maintain during the term of this Agreement the insurance coverage in companies licensed to do business in the Commonwealth of Massachusetts, and acceptable to the Town, as set out in the Invitation for Bids or Request for Proposals, or in Attachment A hereto. (Consult with the Town's insurer or insurance advisor as to appropriate types and levels of coverage given the nature of the contract work.) B. All policies shall identify the Town as an additional insured (except Workers' Compensation) and shall provide that the Town shall receive written notification at least 30 days prior to the effective date of any amendment or cancellation. Certificates evidencing all such coverages shall be provided to the Town upon the execution of this Agreement, and at least ten(10) days prior to the renewal of any such coverage. Each such certificate shall specifically refer to this Agreement and 56318-231404 00500-2 11/26/2019 s shall state that such insurance is as required by this Agreement. Failure to provide or to continue in force such insurance shall be deemed a material breach of this Agreement and shall be grounds for immediate termination. 10. Assignment. The Contractor shall not assign, sublet or otherwise transfer this Agreement, in whole or in part, without the prior written consent of the Town, and shall not assign any of the moneys payable under this Agreement, except by and with the written consent of the Town. 11. Termination. A. Termination for Cause. If at any time during the term of this Agreement the Town determines that the Contractor has breached the terms of this Agreement by negligently or incompetently performing the work, or any part thereof, or by failing to perform the work in a timely fashion, or by failing to perform the work to the satisfaction of the Town, or by not complying with the direction of the Town or its agents, or by otherwise failing to perform this Agreement in accordance with all of its terms and provisions, the Town shall notify the Contractor in writing stating therein the nature of the alleged breach and directing the Contractor to cure such breach within ten (10) days. The Contractor specifically agrees that it shall indemnify and hold the Town harmless from any loss, damage, cost, charge, expense or claim arising out of our resulting from such breach regardless of its knowledge or authorization of the actions resulting in the breach. If the Contractor fails to cure said breach within ten (10) days, the Town may, at its election at any time after the expiration of said ten (10) days, terminate this Agreement by giving written notice thereof to the Contractor specifying the effective date of the termination. Upon receipt of said notice, the Contractor shall cease to incur additional expenses in connection with this Agreement. Upon the date specified in said notice, this Agreement shall terminate. Such termination shall not prejudice or waive any rights or action which the Town may have against the Contractor up to the date of such termination, and the Contractor shall be liable to the Town for any amount which it may be required to pay in excess of the compensation provided herein in order to complete the work specified herein in a timely manner. Upon such termination, the Contractor shall be entitled to compensation for all satisfactory work completed prior to the termination date, as determined by the Town. B. Termination for Convenience. The Town may terminate this Agreement at any time for convenience by providing the Contractor written notice specifying therein the termination date which shall not be sooner than ten days from the issuance of said notice. Upon receipt of said notice, the Contractor shall cease to incur additional expenses in connection with this Agreement. Upon such termination, the Contractor shall be entitled to compensation for all satisfactory work completed prior to the termination date, as determined by the Town, such payment not to exceed the fair value of the services provided hereunder. 12. Inspection and Reports. The Town shall have the right at any time to inspect the work of the Contractor, including the right to enter upon any property owned or occupied by Contractor, whether situated within or beyond the limits of the Town. Whenever requested, Contractor shall immediately furnish to the Town full and complete written 56318-231404 00500-3 11/26/2019 reports of its operation under this Agreement in such detail and with such information as the Town may request. 13. Royalties and Patents: The Contractor shall pay all applicable royalties and license fees. In addition,the Contractor hereby represents that it is duly authorized to use any process or other intellectual property rights held by third parties in the performance of this Agreement, it shall defend all suits or claims for infringement of any patent or other intellectual property rights and shall indemnify and hold the Town harmless from loss on account thereof. 14. Successor and Assigns. This Agreement is binding upon the parties hereto,their successors, assigns and legal representatives. Neither the Town nor the Contractor shall assign or transfer any interest in the Agreement without the written consent of the other. Notwithstanding the approval of any assignment by the Town pursuant to this paragraph,the Contractor shall remain liable for the full performance of the terms of this Contract. 15. Compliance with Laws. The Contractor shall comply with all Federal, State and local laws, rules, regulations and orders applicable to the work provided pursuant to this Agreement, such provisions being incorporated herein by reference, and shall be responsible for obtaining all necessary licenses,permits, and approvals required for the performance of such work. The Contractor shall indemnify and hold the Town harmless for and against any and all fines,penalties or monetary liabilities incurred by the Town as a result of the failure of the Contractor to comply with the previous sentence. 16. Notice. Any and all notices, or other communications required or permitted under this Agreement, shall be in writing and delivered by hand or mailed postage prepaid, return receipt requested, by registered or certified mail or by other reputable delivery service,to the parties at the addresses set forth on Page 1 or furnished from time to time in writing hereafter by one party to the other party. Any such notice or correspondence shall be deemed given when so delivered by hand, if so mailed, when deposited with the U.S. Postal Service or, if sent by private overnight or other delivery service, when deposited with such delivery service. 17. Severability. If any term or condition of this Agreement or any application thereof shall to any extent be held invalid, illegal or unenforceable by the court of competent jurisdiction,the validity, legality, and enforceability of the remaining terms and conditions of this Agreement shall not be deemed affected thereby unless one or both parties would be substantially or materially prejudiced. 18. GoverninR Law. This Agreement shall be governed by, construed and enforced in accordance with the laws of the Commonwealth of Massachusetts and the Contractor submits to the jurisdiction of any of its appropriate courts for the adjudication of disputes arising out of this Agreement. 56318-231404 00500-4 11/26/2019 19. Entire Agreement. This Agreement, including all documents incorporated herein by reference, constitutes the entire integrated agreement between the parties with respect to the matters described. This Agreement supersedes all prior agreements, negotiations and representations, either written or oral, and it shall not be modified or amended except by a written document executed by the parties hereto. IN WITNESS WHEREOF,the parties hereto have executed this Agreement on the day and year first written above. I certify that an appropriation TOWN OF WATERTOWN is available in the amount of this Contract. By: Town Auditor Town Manager Approved as to Form: (Contractor) Town Attorney By: Name: (Type or Print) Title: 56318-231404 00500-5 11/26/2019 EJCDC ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE PERFORMANCE BOND CONTRACTOR(name and address): SURETY(name and address of principal place of business): OWNER(name and address): CONSTRUCTION CONTRACT Effective Date of the Agreement: " Amount: Description (name and location): BOND Bond Number: Date(not earlier than the Effective Date of the Agreement of the Construction Contract): Amount: Modifications to this Bond Form: ❑ None ❑ See Paragraph 16 Surety and Contractor, intending to be legally bound hereby,subject to the terms set forth below, do each cause this Performance Bond to be duly executed by an authorized officer,agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (seal) (seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By, Signature Signature(attach power of attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title !Votes:(1)Provide supplemental execution by any additional parties,such as joint venturers. (2)Any singular reference to Contractor,Surety,Owner,or other party shall be considered plural where applicable. EJCDC®C-610,Performance Bond Copyright 2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. (00610)(00 6113)-Page 1 1. The Contractor and Surety, jointly and severally, bind Owner and a contractor selected with the Owners concurrence, themselves, their heirs, executors, administrators, successors, and to be secured with performance and payment bonds executed assigns to the Owner for the performance of the Construction by a qualified surety equivalent to the bonds issued on the Contract,which is incorporated herein by reference_ Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 7 in excess of the Balance of 2. If the Contractor performs the Construction Contract,the Surety the Contract Price incurred by the Owner as a result of the and the Contractor shall have no obligation under this Bond, except Contractor Default;or when applicable to participate in a conference as provided in Paragraph 3. 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor, and with reasonable 3. If there is no Owner Default under the Construction Contract, promptness underthe circumstances: the Surety's obligation underthis Bond shall arise after: 5.4.1 After investigation, determine the amount for 3.1 The Owner first provides notice to the Contractor and which it may be liable to the Owner and, as soon as the Surety that the Owner is considering declaring a Contractor practicable after the amount is determined; make payment Default. Such notice shall indicate whether the Owner is to the Owner;or requesting a conference among the Owner, Contractor, and Surety to discuss the Contractor's performance. If the Owner 5.4.2 Deny liability in whole or in part and notify the does not request a conference, the Surety may, within five (5) Owner,citing the reasons for denial. business days after receipt of the Owner's notice,request such a conference. If the Surety timely requests a conference, the 6. If the Surety does not proceed as provided in Paragraph 5 with Owner shall attend. Unless the Owner agrees otherwise, any reasonable promptness,the Surety shall be deemed to be In default conference requested under this Paragraph 3.1 shall be held on this Bond seven days after receipt of an additional written notice within ten (10) business days of the Surety's receipt of the from the Owner to the Surety demanding that the Surety perform its Owner's notice. If the Owner, the Contractor, and the Surety obligations under this Bond, and.the Owner shall be entitled to agree, the Contractor shall be allowed a reasonable time to enforce any remedy available to the Owner. If the Surety proceeds as perform the Construction Contract, but such an agreement shall provided In Paragraph 5.4,and the Owner refuses the payment or the not waive the Owner's right, if any, subsequently to declare a Surety has denied liability, in whole or in part,without further notice Contractor Default; the Owner shall be entitled to enforce any remedy available to the Owner. 3.2 The Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety;and 7. If the Surety elects to act under Paragraph 5.1, 5.2,or 5.3,then the responsibilities of the Surety to the Owner shall not be greater 3.3 The Owner has agreed to pay the Balance of the than those of the Contractor under the Construction Contract, and Contract Price'in accordance with the terms of the Construction the responsibilities of the Owner to the Surety shall not be greater Contract to the Surety or to a contractor selected to perform the than those of the Owner under the Construction Contract. Subject to Construction Contract. the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication for: 4. Failure on the part of the Owner to comply with the notice requirement in Paragraph 3.1 shall not constitute a failure to comply 7.1 the responsibilities of the Contractor for correction of with a condition precedent to the Surety's obligations, or release the defective work and completion of the Construction Contract; Surety from its obligations, except to' the extent the Surety demonstrates actual prejudice, 7.2 additional legal, design professional, and delay costs resulting from the Contractor's Default, and resulting from the 5. When the Owner has satisfied the conditions of Paragraph 3,the actions orfallure to act of the Surety under Paragraph 5;and Surety shall promptly and at the Surety's expense take one of the following actions: 7.3 liquidated damages, or If no liquidated damages are specified in the Construction Contract,actual damages caused by 5.1 Arrange for the Contractor, with the consent of the delayed"performance or non-performance of the Contractor. Owner,to perform and complete the Construction Contract, 8. If the Surety elects to act under Paragraph 5.1, 5.3, or 5.4,the 5.2 Undertake to perform and complete the Construction Surety's liability is limited to the amount of this Bond. Contract itself,through its agents or Independent contractors; 9. The Surety shall not be liable to the Owner or others for 5.3 Obtain bids or negotiated proposals from qualified obligations of the Contractor that are unrelated to the Construction contractors acceptable to the Owner for a contract for Contract, and the Balance of the Contract Price shall not be reduced performance and completion of the Construction Contract, or set off on account of any such unrelated obligations. No right of arrange for a contract to be prepared for executlon by the action shall accrue on this Bond to any person or entity other than EJCDC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. (00610)(00 61 13)-Page 2 the Owner or its heirs, executors, administrators, successors, and allowance for the Contractor for any amounts received or to be assigns. received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all 10. The Surety hereby waives notice of any change, including valid and proper payments made to or on behalf of the changes of time, to the Construction Contract or to related Contractor under the Construction Contract. subcontracts,purchase orders,and other obligations. _ 14.2 Construction Contract: The agreement between the 11. Any proceeding, legal or equitable, under this Bond may be Owner and Contractor identified on the cover page, including all instituted in any court of competent jurisdiction in the location in Contract Documents and changes made to the agreement and which the work or part of the work is located and shall be instituted the Contract Documents. within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years 14.3 Contractor Default: Failure of the Contractor, which after the Surety refuses or fails to perform its obligations under this has not been remedied or waived, to perform or otherwise to Bond, whichever occurs first. If the provisions of this paragraph are comply with a material term of the Construction Contract. void or prohibited by law, the minimum perlods of limitations available to sureties as a defense in the jurisdiction of the suit shall be 14.4 Owner Default: Failure of the Owner, which has not applicable. been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or 12. Notice to the Surety, the Owner, or the Contractor shall be comply with the other material terms of the Construction mailed or delivered to the address shown on the page on which their Contract. signature appears. 14.5 Contract Documents:Alf the documents that comprise 13. When this Bond has been furnished to comply with a statutory the agreement between the Owner and Contractor. or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting-with said 15. If this Bond is issued for an agreement between a contractor and statutory or legal requirement shall be deemed deleted herefrom and subcontractor, the term Contractor in this Bond shall be deemed to provisions conforming to such statutory or other legal requirement be Subcontractor and the term Owner shall be deemed to be shall be deemed incorporated herein. When so furnished,the intent Contractor. is that this Bond shall be construed as a statutory bond and not as a common law bond. 16. Modifications to thfs Bond are as follows: 14: Definitions 14.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made including i MUC®C-610,Performance Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.Aff rights reserved. (00610)(00 6113)-page 3 a I EXXIN ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE_ PAYMENT BOND i CONTRACTOR (name and address): SURETY(name and address of principal place of business): OWNER(name and address): CONSTRUCTION CONTRACT Effective Date of the Agreement: Amount: Description (nameandlocation): BOND Bond Number: Date(not eariler than the Effective Date of the Agreement of the Construction Contract): Amount: Modifications to this Bond Form: ❑ None ❑ See Paragraph 18 I Surety and Contractor, intending to be legally bound hereby, subject to the terms set forth below,do each cause this Payment Bond to be duly executed by an authorized officer,agent, or representative. CONTRACTOR AS PRINCIPAL SURETY (seal) (seal) Contractor's Name and Corporate Seal Surety's Name and Corporate Seal By: By: Signature Signature(attach power of attorney) Print Name Print Name Title Title Attest: Attest: Signature Signature Title Title Notes: (1)Provide supplemental execution by any additional parties,such as joint venturers.(2)Any singular reference to Contractor,Surety, Owner,or other party shall be considered plural where applicable. EJCDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. 6. If a notice of non-payment required by Paragraph 5.1.1 is 1, The Contractor and Surety, jointly and severally, bind given by the Owner to the Contractor,that is sufficient to themselves, their heirs, executors, administrators, satisfy a Clalmant's obligation to furnish a written notice of successors, and assigns to the Owner to pay for labor, non-payment under Paragraph 5.1.1. materials, and equipment furnished for use in the performance of the Construction Contract, which is 7. When a Claimant has satisfied the conditions of Paragraph incorporated herein by reference, subject to the following 5.1 or 5.2, whichever is applicable, the Surety shall terms. promptly and at the Surety's expense take the following actions: 2. If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies, and holds 7.1 Send an answer to the Claimant,with a copy to the harmless the Owner from claims, demands, liens,or suits Owner, within sixty (60) days after receipt of the by any person or entity seeking payment for labor, Claim,stating the amounts that are undisputed and materials, or equipment furnished for use in the the basis for challenging any amounts that are performance of the Construction Contract,then the Surety disputed;and and the Contractor shall have no obligation under this Bond. 7.2 Pay or arrange for payment of any undisputed amounts. 3. If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this 7.3 The Surety's failure to discharge its obligations Bond shall arise after the Owner has promptly notified the under Paragraph 7.1 or 7.2 shall not be deemed to Contractor and the Surety (at the address described in constitute a waiver of defenses the Surety or Paragraph 13) of claims, demands, liens, or suits against Contractor may have or acquire as to a Claim, the Owner or the Owner's property by any person or except as to undisputed amounts for which the entity seeking payment for labor, materials,or equipment Surety and Claimant have reached agreement. If, furnished for use in the performance of the Construction however, the Surety fails to discharge its Contract, and tendered defense of such claims, demands, obligations under Paragraph 7.1 or 7.2,the Surety lien,or suits to the Contractor and the Surety, shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to .4. When the Owner has satisfied the conditions in Paragraph recover any sums found to be due and owing to 3, the Surety shall promptly and at the Surety's expense the Claimant, defend,indemnify,and hold harmless the Owner against a duly tendered claim,demand,lien,or suit. 8. The Surety's total obligation shall not exceed the amount of this Band, plus the amount of reasonable attorney's 5. The Surety's obligations to a Claimant under this Bond fees provided under Paragraph 7.3,and the amount of this shall arise after the following: Bond shall be credited for any payments made in good faith by the Surety. 5.1 Claimants who do not have a direct contract with the Contractor, 9. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance 5.1.1 have furnished a written notice of non- of the Construction Contract and to satisfy claims, if any, payment to the Contractor, stating with under any construction performance bond. By the substantial accuracy the amount claimed Contractor furnishing and the Owner accepting this Bond, and the name of the party to whom the they agree that all funds earned by the Contractor in the materials were, or equipment was, performance of the Construction Contract are dedicated furnished or supplied or for whom the to satisfy obligations of the Contractor and Surety under labor was done or performed, within this Bond,subject to the Owner's priority to use the funds ninety (90) days after having last forthe completion of the work. performed labor or last furnished materials or equipment included in the 10. The Surety shall not be liable to the Owner, Claimants,or Claim;and others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be 5.1.2 have sent a Claim to the Surety (at the liable for the payment of any costs or expenses of any address described in Paragraph 13). Claimant under this Bond,and shall have under this Bond no obligation to make payments to or give notice on 5.2 Claimants who are employed by or have a direct behalf of Claimants, or otherwise have any obligations to contract with the Contractor have sent a Claim to Claimants underthis Bond. the Surety (at the address described in Paragraph 13}. i EJCDC®C-615,payment Bond I Copyright©2013 National Society of professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers, All rights reserved. lnncart!nn ca�rt n.....,n 0 11. The Surety hereby waives notice of any change, including 6. The total amount earned by the Claimant for changes of time,to the Construction Contract or to related labor, materials,or equipment furnished as of subcontracts,purchase orders,and other obligations, the date of the Claim; 7. The total amount of previous payments 12. No suit or action shall be commenced by a Claimant under received by the Claimant;and this Band other than in a court of competent jurisdiction in 8. The total amount due and unpaid to the the state in which the project that is the subject.of the Claimant for labor, materials, or equipment Construction Contract is located or after the expiration of furnished as of the date of the Claim, one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Paragraph 5.1.2 or 5.2, or 16.2 Claimant: An'individual or entity having a direct (2) on which the last labor or service was performed by contract with the Contractor or with a anyone or the last materials or equipment were furnished subcontractor of the Contractor to furnish labor, by anyone under the Construction Contract, whichever of materials,or equipment for use in the performance (1) or (2)first occurs. If the provisions of this paragraph of the Construction Contract. The term,Claimant are void or prohibited by law, the minimum period of also includes any individual or entity that has limitation available to sureties as a defense in the rightfully asserted a claim under an applicable jurisdiction of the suit shall be applicable, mechanic's lien or similar statute against the real property upon which the Project Is located. The 13. Notice and Claims to the Surety, the Owner, or the intent.of this Bond shall be to include without Contractor shall be mailed or delivered to the address limitation in the terms of "labor, materials, or shown on the page on which their signature appears. equipment" that part of the water, gas, power, Actual•receipt of notice or Claims, however accomplished, light, heat, oil, gasoline, telephone service, or shall be sufficient compliance as of the date received. rental equipment used in the Construction Contract, architectural and engineering services 1.4. When this Bond has been furnished to comply with a required for performance of the work of the statutory or other legal requirement in the location where Contractor and the Contractor's subcontractors, the construction was to be performed, any provision in and al(other items for which a mechanic's lien may this Bond conflicting with said statutory or legal be asserted in the jurisdiction where the labor, requirement shall be deemed deleted herefrom and materials,or equipment were furnished, provisions conforming to such statutory or other legal requirement shall be deemed Incorporated herein. When 16.3 Construction Contract: The agreement between so furnished,the intent Is that this Bond shall be construed the Owner and Contractor identified on the cover as a statutory bond and not as a common law bond. page, including all Contract Documents'and all changes made to the agreement and the Contract 15. Upon requests by any person or entity appearing to be a Documents. potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or'shall 16.4 Owner Default: Failure of the Owner, which has permit a copy to be made. not been remedied or waived, to pay the Contractor as required under the Construction 16. Definitions Contract or to perform and complete or comply with the other material terms of the Construction 16.1 Claim: A written statement by the Claimant Contract, including at a minimum: 16.5 Contract Documents: All the documents that 1. The name of the Claimant; comprise the agreement between the Owner and 2. The name of the person for whom the labor Contractor. was done, or materials or equipment furnished; 17. If this Bond is issued for an agreement between a 3. A copy of the agreement or purchase order contractor and subcontractor,the term Contractor in this pursuant to which labor, materials, or Bond shall be deemed to be Subcontractor and the term equipment was furnished for use in the Owner shall be deemed to be Contractor. performance of the Construction Contract; 4. A brief description of the labor, materials, or 18.Modifications to this Bond are as follows: equipment furnished; 5_ The date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; E1CDC®C-615,Payment Bond Copyright©2013 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. (00615)(00 61 15)-Page 3 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by ACEC ®a� �1TfJtSJIti�AUkG1F UK�tiCINEFpING CO111;{HI6s aFLL h'�X[{G. INn611RY - National AS.P C110 American Society 1M Professional Societyl ngi f of Civil Engineers Pr+�feataional engineers PmlessleRN E11017eersIff My*FmOlve AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE These General.Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525,2007 Editions).Their provisions are interrelated and a change in one may necessitate a change in the other.Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents(FTCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions(EJCDC C-800,2007 Edition). FJCDC C-709 Standard General Conditions of the Construction Contract Copyright-@ 2007 National Society arrofessionalEngineers for EJCDC.All rights reserved 00700-1 R Copyright©2007 National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314-2794 (703)684-2882 www.nme.ore American Council of Engineering Companies 101515th StreetN.W,,Washington,DC 20005 (202)347 7474 www.acec.org American Society of Civil 1ngineers 1801 Alexander Bell Drive,-Reston,VA 20191-4400 (800)548 2723 www.asce.omr . Associated General Contractors of America 2300 Wilson Boulevard,Suite 400,Arlington,VA 22201-3308 (703)54.8-3118 www.aec.ora �I The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. I EJCDC C-700 Standard General Conditions of the Construction Contract Cop}right©.007 National Sudety of Professional Engineers for EJCDC.All rights reserved. U0700-2' � STANDARD GENERAL CONDITIONS OFTHE CONSTRUCTION CONTRACT � � � TABLE OF CONTENTS' � � Page ' � � Ard �� 1—DofioidoouuodIoumitioloQ.. .---~—. .. , _—.~—.--.~.~..._—~--.-..~.....—..—.,.............—.6 � 111 Defined7eros................................................... ........................................................;.....................................^6 � 1.02 Tcmo6m&ogy........................ .........................................................................................................................................y ' Article 2—Preliminary Matters....................................................................................................................................', .................. .0 2.0I Delivery uf Bonds and Evidence of Insurance..........................................................................................................y lO%�2 Cop{�nfDomunoo�—....~...~.—_—_~~.~.~......~.._-...'—__.-._—_—~...-,~.......'..'. 2.03 Commencement of Contract Times;Notice tn Proceed..........—.^................................._...................................l0. 2.04 Starting th�Work___~~.~~.......................................................................................... ......................10 . � 2.05 Before Starting Construction.....................................................................................................................................lV' 2.06 Ireuonuhuobun.Conference;I]oo.ignuboont Authorized Representatives............................................... ..........l0 � 287 Initial Acceptance of Schedules.......—......................................................................................................................lO ^ � Article 3_Contract Docliments: Intent,Ariiending, Reuse............................�___-- ___l1 � � lO1 Io�rt._--_.-----.^-..._......—__.-.-._.~,---'---................................................................ll � 3.02 Reference Standards................................' ..................... ........................... ...—................ ............ ll 11 lUB Reporting and Rum��ogDion�uu�m/.---..--,------._-.._...-------~—~.~--.___—_ 3.04 and Cootoa�Documents---_—..-_-------.�---.--------.--...22 3�5 Reuse ofDocuonent ..........................................................-----------_----------�--..---..I% 3.06 IOemzmoic Data..................................................... Article 4—Availability of Lands;Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Pobntol2 4.0I Availability ot Lands................................................................................................................................................12 4`02 Subsurface and Physical Conditions........................................................................—............................................l3 � 4.03 Di�o��g8n600zD�unrIh�dx�CooJdioz ----------------.....—..----------_---. 4.04 Underground Facilities.................................................................................................................................. ..........l4 4.05' Reference Points......................................................................................................................................................ls 4.06 Hazardous Environmental Condition ut Site................................................................................................. ..........l5 Article 5—Bonds and Insurance..... —.......................................'^^^'—~~^'~^ ......................................-............ '^—~'—^^^^^` f6 � 5.01 Performance,Payment,and Other Bonds................................................................—........ ................................. l6 � ! 5.02 Licensed Sureties and Insurers......................................................................^-......................---......................l7 | 5.03 Certificates of Insurance.................................................................~............................................. .. ................... l7 � � 5.04 Contractor's Insurance.......................................................................................................................................... .. l7 / l8 5.05 Owner's Liability Insurance...................................................................................................................................... i � 5.06 Property Insurance........................................................................................................................... ..........................l8 � � ly5'07 l��m�ofDi�do..........-..—.-..--.---_-�--...—.--.'_............—..~......,.,...---- ' � 5.08 and Application uf Insurance Proceeds....................................................................................................20 � 5.09 Acceptance ofBnzdo and Insurance;Option to Replace........................................................................................20 5.10 Partial Utilization,Acknowledgment of Property Insurer........................................................................................20 � �l 6.0l � � Azdo�6 Coz�uc�f uoo��t�o ---.—.----------_--_-------------'--------- �mmix�uund Superintendenc ................................................................................................ ........... —.......2l 2l 6.02 Lu6o�T�oibbgB000--.---...---------..----^------------^--------~...----' Zl 6O9 8on�omo,D�g�t��and Egn�000�---_-------_--.------..—.—.--..------------.-' 6.04 Progress Schedule...................................................................................................................................................%} � 6.05 Substitutes and' `.......................................................................................................................................2l 606 Concerning Onboontruo��,S��l��,uodU��e—_.------.-------.~.........,.—.--_-�—..za � � � aJmoCc-7oo Standard General Conditions onuo Construction Coxtroct � Copyright 0 2007Natiou Society offrofenioumUngineery for EJCmC.All rights regmrveu 00700-3 � X n II 6.07 Patent Fees and Royalties..........................................................................................................................................24 6.08 Permits.......................................................................................................................................................................25 6.09 Laws and Regulations...............................................................................................................................................25 6.10 Taxes..................................................................:........................................................................................................25 6.11 Use of Site and Other Areas.....................................................................................----.......................................25 6.12 Record Documents.............................................. . .................................................................................................26 6.13 Safety and Protection...............................:............•.....................................................................................................26 , 6.14 Safety Representative.................... 6.15 Hazard Ca6imunication Programs..................................................... ..................................................................27 6.16 Emergencies................................................................................................................................................................27 6.17 Shop Drawings and Samples.....................................................................................................................................27 6.18 Continuing the Work......................-.............................................................................................................I...........28 6.19 Contractor's General Warranty and Guarantee........................................................................................................28 6.20 Tndemnitication..........................................................................................................................................................29 6.21 Delegation of Professional Design.Services.............................................................................................................29 Article7-Other Work at the Site............................................................................................................... . ................................30 7.01 Related Work at Site..................................................................................................................:...............................30 7.02. Coordination....................................................... ................................................................................................30 7.03 Legal Relationships......................................................................................................-......................................... .31 r Article8-Owner's Responsibilities.................................................................................................................................................31 8.01 Communications to Contractor..................................................................................................................................31 8.02 Replacement of Engineer.......................................................................................................................................... 31 8.03 Furnish Data............................................................................................................................................................31 8.04 Pay When Due...................................... .................................................................................................................31 8.05 Lands and Easements;Reports and Tests.................................................................................................................31 8.06 Insurance::..................................................................................................................................................................31 8.07 Change Orders...........................................................................................................................................................31 8.08 Inspections,Tests,and Approvals.............................................................................................................................31 8.09 Limitations on Owner's Responsibilities..................................................................................................................31 8.10 Undisclosed Hazardous Environmental Condition...................................................................................................31 8.11 Evidence of Financial Arrangements.....................................................................................:...................................31 8.12 Compliance with-Safety Program.....................................................................................:....................................... �I Article 9-Engineer's Status During Construction.,.........................................................................................................................32 '9.01 Owner's Representative............................................................................................................................................32 9.02 Visits to Site.................................................................. ...... ............................ ..............................................................32 9.03 ProjectRepresentative...............................................................................................................................................32 9.04 Authorized Variations in Work.........................................................................................................I........................32 9.05 Rejecting Defective Work..........................................................................................................................................32 9.06 Shop Drawings,Change Orders and Payments........................................................................................................32 9.07 Determinations for Unit Price Work...........................................................................................:..............................33 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work...................................................33 9.09 Limitations on Engineer's Authority and Responsibilities.......................................................................................33 9.10 Compliance with Safety Program.............................................................................................................................34 Article10-Changes in the Work;Claims........................................................................................................................................34 10.01 Authorized Changes in the Work............................................................................... ..........................................34 10.02 Unauthorized Changes in the Work..............................................................................................................:...........34 10.03 Execution of Change Orders......................................................................................................................................34 10.04 Notification to Surety...............................................................................................................................................34 10:05 Claims........................................................................................---.............................................................................34 Article 11--Cost of the Work;Allowances;Unit Price Work...........................................................................................................35 11.01 Cost of the Work.......................................................................................................................................................35 EJCDC C-700 Standard General Conditions ofthe Construction Contract Copyright 02007 National Society ofYrofessional Engineers for EJCDC.All rights reserved. 00700-4 - I 11.02 Allowances................................................................................................................................................................37 11.03 Unit Price Work.........................................................................................................................................................37 Article 12-Change of Contract Price;Change of Contract Times..................................................................................................38 12.01 Change of Contract Price..........................................................................................................................-.............38 12.02 Change of Contract Times.......................................................................................................................................39 12.03 Delays.......................................................................................................................................................................:39 Article 13-Tests and Inspections;Correction,Romoval or Acceptance of Defective Work.........................................................39 13.01 Notice ofDefects.......................................................................................................................................................39 13.02 Access to Work..............................................................:................................................................:........11...............39 13.03 Tests and Inspections.................................................................................................................................................40 13.04 Uncovering Work.........................................................................................................................................................40 13.05 Owner May Stop the Work.......................................................................................................................................40 13.06 Correction or Removal of Defective Work...............................................................................................................41 . 13.07 CorrectionPeriod.......................................................................................................................................................41 13.08 Acceptance of Defective Work.................................................................................................................................41 13.09 Owner May Correct Defective Work.......................................................................................................................42 Article14-Payments to Contractor and Completion.....................................................................................:.................................42 14.01 Schedule of Values................................................................................................................:.................................._42 . 14.02 Progress Payments.................................................................................................................,....................I..........,...42 14.03 Contractor's Warranty of Title................................................. .........................................................................-44 14.04 Substantial Completion.............................................................................................................................................44 14.05 Partial Utilization.......................................................:......:.................................................................I..............,.......45 14,06 Final Inspection.....:............................................................:......................................................................................45 14.07 Final Payment.....................................................................................,,........................................................,............46 - 14.08 Final Completion Delayed.. ...................................................................................................................................46 14.09 Waiver of Claims.......................................................................................................................................................47 Article 15-Suspension of Work and Termination...........................................................................................................................47 15.01 Owner May Suspend Work.........................._..,.......................................................................................................47 15,02 Owner May Terminate for Cause.............................................................................................................................:47 15.03 Owner May Terminate For Convenience..................................................................................................2..............48 15,04 Contractor May Stop Work or Terininate.......................................................................................:.........................48 Article16-Dispute Resolution............................................ ........................,......,........................................................................48 16.01 Methods and Procedures... ............................................................................................. .................... .......48 Article17-Miscellaneous.................................................................................................................................................................49 17.01 Criving Notice.............................................. ...............................................-,............................................................49 17.02 Cofi putation of Times...............................................................................................................................................49 17.03 Cumulative Remedies................................................................................................................................................49 17.04 Survival of Obligations..........................................................:..................................................................................49 17.05 Controlling Law.........................................................................................................................................................49 17.06 Headings..........................,.......................................:...........................................................,,....................................49 ' r EJCDC C-700 Standard General Conditions of the Construction Contract Copyright*2007 National Society of Professional Engineers for EJCDC. A1F rights reserved. 00700-5 i I ARTICLE 1—DEEINITIONSAAND TERMINOLOGY 9. Change Order—A document recommended by Engineer which is signed by Contractor 1.01 Defined Terms and Owner and authorizes an 'addition, deletion, or revision in the Work or an A. Wherever used in the Bidding Requirements or adjustment in the Contract Price or the Contract Documents and printed with initial Contract Times, issued on or after the' capital letters,the terms listed below will have the Effective Date of the Agreement. meanings indicated which are applicable to both the singular and plural thereof. In addition to 10. Claim—A demand or assertion by Owner or terms specifically defined, terms with initial Contractor seeking an adjustment of Contract capital letters in the Contract Documents include Price or Contract Times, or both, or other references to identified articles and paragraphs, relief with respect to the terms of the and the titles of other documents or forms. Contract.A demand for money or services by a third party is not a Claim. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which 11. Contract The entire and integrated written clarify, correct, or change the Bidding agreement between the Owner and Contractor Requirements or the proposed Contract concerning the Work. The Contract super- Documents. sedes prior negotiations, representations, or j agreements,whether written or oral 2. Agreement—The written instrument which is evidence of the agreement between Owner 12. Contract Documents—Those items so and Contractor covering the Work. designated in the Agreement.Only printed or hard copies of the items listed in the 3. Application for Payment—The form Agreement are Contract Documents. acceptable to Engineer which is to be used by Approved Shop Drawings, other Contractor Contractor during the course of the Work in submittals, and the reports and drawings of requesting progress or final payments and subsurface and physical conditions are not which is to -lie accompanied by such -Contract Documents. supporting documentation as is required by the Contract Documents. 13. Contract Price--The moneys payable by Owner to Contractor for completion of the 4. Asbestos—Any material that contains more Work. in 'accordance with the Contract than one percent asbestos and is friable or is Documents as stated in the Agreement releasing asbestos fibers into the air above (subject to the provisions of Paragraph 11.03 current action levels established by the United in the case of Unit Puce Work). States Occupational Safety and Health Administration. 14. Contract Times--The number of days or the dates stated in the Agreement to: (i)achieve 5. Bic--The offer or proposal of a Bidder Milestones, if any; (ii)achieve Substantial submitted on the prescribed form setting forth Completion; and (iii) complete the Work so the prices for the Work to be performed. that it is ready for final payment as evidenced by Engineer's written recommendation of '6. Bidder—The individual or entity who submits final payment. a Bid directly to Owner. 15. Contractor_The individual or entity with 7. Bidding Documents—The_ Bidding whom Owner has* entered into the Requirements and the proposed Contract Agreement. Documents(including all Addenda). 16. Cost of the Work--See Paragraph 11.01 for 8. Bidding Requirements—The advertisement or definition. invitation to bid,Instructions to Bidders,Bid security of acceptable form, if any, and the 17. Drawings—That part of the Contract Bid Form with any supplements. Documents prepared or . approved by Engineer which graphically shows the scope, extent, and character of the Work to be E7CDC C-700 Standard General Condition's of the Construction Contract Copyrightm2007 National Society ofProfessional Engineers for MCDC.All rights reserved. 00700-6 I performed by Contractor.Shop Drawings and therein, Owner will sign and deliver the other Contractor submittals are not Drawings Agreement, as so defined. 28. Notice to Proceed—A written notice given by 18. Effective Date of the Agreement—The date Owner to Contractor fixing the date on which indicated in the Agreement on which it the Contract Times will commence to run and becomes .effective, but if no such date is on which Contractor shall start to perform the indicated, it means the date on which the Work under the Contract Documents. Agreement is signed and delivered by the last of the two parties to sign and deliver. 29. Owner—The individual or entity with whom sContractor has entered into the Agreement 19. Engineer—The individual or entity named as and for whom the Work is to be performed. such in the Agreement. 30. PCB&--Polychlori:uated biphenyls. 20. Field Order—A written order issued by Engineer which requires minor changes in the 31. Petroleum Petroleum,including crude oil or Work but which does not involve a change in any fraction thereof which is liquid at the Contract Price or the Contract Times. standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 21. General Requirement"ections of Division pounds per square inch absolute),such-as oil, 1 of the Specifications. petroleum, fuel oil, oil sludge, oil refuse, gasoline,kerosene, and oil mixed with other 22. .Hazardous Environmental Condition—The non-Hazardous Waste and crude oils. presence at the -Site of-Asbestos, PCBs, Petroleum,Hazardous Waste, or Radioactive 32. Progress Schedule—A schedule, prepared Material in such quantities or circumstances and maintained by Contractor, describing the that may present a substantial danger to sequence and duration of the activities persons or property exposed thereto, comprising the Contractor's plan to accomplish the Work within the Contract 23. Hazardous Waste—The term . Hazardous Times. Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal-Act 33. Project—The total construction of'which the (42 USC Section 6903) as amended from Work to be performed under the Contract time to time. Documents maybe the whole,or apart. 24. Laws and Regulations; Laws or 34. Project Manual The bound documentary Regulations—Any and all applicable laws, information prepared for bidding and rules, regulations, ordinances, codes, and constructing the Work. A listing of the orders of any and all governmental bodies, contents of the Project Manual,which may be agencies, authorities, and courts having bound in one or more volumes, is contained j jurisdiction. in the table(s)of contents. 25. Liens—Charges, security interests, or 35. Radioactive Material—Source, special - encumbrarices upon Project.-funds, ;teal nuclear, or byproduct material as defined by property,or personal property. the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time 26. Milestone—A principal event specified in the to time, Contract Documents relating to an intermediate completion date or time prior to 36. Resident Project Representative--The Substantial Completion of all the Work. authorized representative of Engineer who may be assigned to the Site or any part 27. Notice •of Award--The written notice by thereof. Owner to the Successful Bidder stating that upon timely compliance by the Successful 37. Samples---Physical .examples of materials, Bidder with the conditions precedent listed equipment, or workmanship that are representative of some portion of the Work EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional l+ngineers for E.l'CDC.All rights reserved. 00700-7 l i I and which establish the standards by which 45. Succffsful Bidder--The Bidder submitting a such portion of the Work will be judged. responsive Bid to whom Owner makes an award. 38. Schedule of Suhmittals--A schedule, prepared and maintained by Contractor, of 46. Supplemeaatary Conditioner--That part of the required submittals and the time requirements Contract Documents which amends' or to support scheduled performance of related supplements these General Conditions. construction activities. 47. Supplier—A manufacturer, fabricator, 39. Schedule of Values—A schedule,'prepared supplier, distributor, materiahnan, or vendor and maintained by Contractor, allocating having a direct contract with Contractor or portions of the Contract Puce to various• with any Subcontractor to furnish materials or portions of the Work and used as the basis for equipment to be incorporated in the Work by reviewing Contractor's Applications for Contractor or Subcontractor. Payment. _ . 48. Underground Facilities—All underground 40. Shop Drawings—All drawings, diagrams, pipelines, conduits, ducts, cables, wires, illustrations, schedules, and other data or manholes,vaults,tanks,tunnels,or Ether such information which are specifically prepared facilities or attachments,and any encasements or assembled by or for Contractor and containing such facilities,including those that submitted by Contractor to illustrate some convey electricity, gases, steam, liquid portion of the Work. petroleum. products, telephone or other communications, cable television, water, 41. Site—Lands or areas indicated in the Contract wastewater, storm water, other liquids or Documents as being famished by Owner chemicals,or traffic or other control systems. upon which the Work is to be performed, including rights-of-way and easements for 49. Unit Price Work--Work to be paid for on the access thereto,and such other lands fiunished basis of unit prices. by Owner which are designated for the use of Contractor. 50. Work--The entire construction or the various separately identifiable parts thereof required 42. ,specifications--That part of the Contract to be provided under 'the Contract Documents consisting of written Documents. Work includes and is the result requirements for materials, equipment, -of performing or providing all labor,services, systems, standards and workmanship as and documentation necessary to produce such applied to the Work, and certain construction, and furnishing, installing, and administrative requirements and procedural incorporating all materials and equipment matters applicable thereto. into such construction, all as required by the Contract Documents. 43. Subcontractor—An individual or entity having a direct contract with Contractor or 51. Work Change Directive—A written statement with any other Subcontractor for the to Contractor issued on or after the Effective performance of a part of the Work at the Site. Date of the Agreement and signed by Owner and recommended by Engineer ordering an 44. Substantial Completion The time at which addition,deletion,or revision in the Work,or -the Work (or a specified part thereof) has responding to differing or unforeseen progressed to the point where, in t$e opinion subsurface or physical conditions under of Engineer, the Work (or a specified part which the Work is to be performed or to thereof) is sufficiently complete, in emergencies.A Work Change Directive will accordance with the Contract'Documents, so not change the Contract Price or the Contract that.the Work(or a specified part thereof)can Tithes but is evidence that the parties expect be utilized for the purposes for which it is that the change ordered or documented by a intended. The terms"substantially complete" Work Change Directive will be incorporated and "substantially completed" as applied to in a subsequently issued Change Order all or part of the Work refer to Substantial following negotiations by the parties as to its' Completion thereof. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional Engineers for EJCDC.All rights r6served. 00700-8 effect, if any, on the Contract Price or test, or approval referred to in the Contract Documents; Contract Times. n or 1.02 Terminology c. has been damaged prior to Engineer's recommendation of final payment A. The words and terms discussed in Paragraph (unless responsibility for the protection 1.02.B through 1i are not defined but,when used thereof has been assumed by Owner at in the Bidding Requirements or Contract Substantial Completion in accordance Documents,have the indicated meaning, with Paragraph 14.04 or 14.05). B. Intent of Certain Terms orAdjectives: E. Furnish,Install,Perform,Provide: II 1. The Contract Documents include the terms 1. The word"furnish,"when used in connection "as allowed," "as approved," as ordered," with services, materials, or equipment, "shall "as directed"or terms of like effect or import mean to supply and deliver said services, to authorize an exercise of professional materials, or equipment to the Site(or some Judgment by Engineer. In addition, the other specified location) ready for use or adjectives "reasonable," "suitable," installation and in usable or operable "acceptable," `proper," "satisfactory," or condition. adjectives of like effect or import are used to describe an action or determination of 2. The word`install,"when used in connection Engineer as to the Work. It is inteided that with services, materials, or equipment, shall such exercise of professional judgment, mean to put into use or place in final position action, or determination will be solely to said services, materials, or equipment evaluate,in general,the Work for compliance complete and ready for intended use. with the information in the Contract Documents and with the design concept of 3. The words `perform" or `provide," when the Project as a functioning whole as shown used in connection with services,materials,or or indicated in the Contract Documents equipment, shall mean to furnish and install (unless there is a specific statement indicating $aid services, materials, or equipment otherwise). The use .of any such term or complete and ready for intended use. adjective is not intended to and shall not be effective to assign to Engineer any duty or 4. When "famish," "install," `�perform," or authority to supervise or direct the `provide" is not used in' connection with performance. of the Work, or any duty or services,materials,or equipment in a context authority to undertake responsibility contrary clearly requiring an obligation of Contractor, to the provisions of Paragraph 9.09 or any `provide"is implied, other provision of the Contract Documents. F. Unless stated otherwise in the Contract Docu C. Day: ments,words or p4tases that have a well-known technical or construction industry or trade 1. The word"day"means a calendar day of 24 meaning are used in the Contract Documents in hours measured from midnight to the next accordance with such recognized meaning. midnight. ARTICLE 2—PRELEW NARY MATTERS D. Defective; 2.01 Delivery ofBonds and Evidence oflnsurance 1. The word "defective," when modifying the - word "Work," •refers to . Work that is A. When Contractor delivers the executed unsatisfactory,faulty,or deficient in that it: counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds a. does not conform to the Contract as Contractor may be required to furnish. Documents;or B. Evidence of Insurance: Before any Work at the b. does not meet the requirements of any Site is started, Contractor and Owner shall each applicable inspection,reference standard, deliver to the other,with copies to each additional EJCDC C 700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC.Ali rights reserved. 00700.9 insured identified in the Supplementary detail to serve as the basis for progress Conditions, certificates of insurance (and other payments during performance of the Work. evidence of insurance which either of them or any Such prices will include an appropriate additional insured may reasonably request)which amount of overhead and profit applicable to Contractor and Owner respectively are required to each item of Work. purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference; Designation of Authorized Representatives 2.02 Copies ofDocumenfs A. Before any Work at the Site is started, a A. Owner shall furnish to Contractor up to ten conference attended by Owner, Contractor, piinted or hard copies of the Drawings and Project Engineer,and others as appropriate will beheld to Manual.Additional copies will be famished upon establish a working understanding among the �I request at the cost of reproduction parties as to the Work and to discuss the schedules referred to in Paragraph 2.05,A, procedures for 2.03 Commencement of Contract Times;Notice to Proceed handling Shop Drawings and other submittals, processing Applications for Payment, and A. The Contract Times will commence to ran on the maintaining required records. thirtieth day after'the Effective Date of the Agree- ment or,if a Notice to Proceed is given,on the day B. At this conference Owner and Contractor each indicated in the Notice to Proceed. A Notice to shall designate,in writing,a specific individual to Proceed may be given at any time within 30 days act as its authorized representative with respect to after fhe Effective Date of the Agreement. In no the services and responsibilities under the event will the Contract Times commence to run Contract. Such individuals shall have the later than the sixtieth day after the day of Bid authority to transmit instructions, receive opening or the thirtieth day after the Effective information, render decisions relative to the .Date of the Agreement,whichever date is earlier. Contract, and otherwise act on behalf of each respectivd party. 2.04 Starting the Work • 2.07 Initial Acceptance-of Schedules A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. A. At least 10 days before submission of the first No Work shall be done at the Site prior to the date Application for Payment a conference attended by on which the Contract Times commence to run. Contractor, Engineer, and others as appropriate will be held to review for acceptability to 2.05 Before Starting Construction Engineer as provided below the schedules submitted in accordance with Paragraph•2.05,A. A. Preliminary.Schedules: Within 10 days after the Contractor shall have an additional 10 days to Effective Date of the Agreement(unless otherwise make corrections and adjustments and to complete specified in the . General Requirements), and resubmit the schedules.No progress payment Contractor shall submit to Engineer for timely shall be made to Contractor until acceptable review: schedules are submitted to Engineer. 1. a preliminary Progress Schedule indicating 1. The Progress Schedule will be acceptable to the times (numbers of days or dates) for Engineer if it provides an orderly progression starting and completing the various stages of of the Work to completion within the the Work,including any Milestones specified Contract Times. Such acceptance will not in the Contract Documents; impose on Engineer responsibility for the Progress Schedule, for sequencing, 2, a preliminary Schedule of Submittals;and scheduling, or progress of the Work, nor interfere with or relieve Contractor from 3. a preliminary Schedule of Values for all of Contractor's fall responsibility therefor. the Work which includes quantities and prices of items which when added together 2. Contractor's Schedule of Submittals will be equal the Contract Price and subdivides the acceptable to Engineer if it provides a Work into component parts in sufficient EJCDC C-700 Standard General Conditions ofthe Constraclion Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC.All rights reserved. 00700-10 workable arrangement for reviewing and employees, from those set forth in the processing the required submittals. Contract Documents. No such provision or instruction' shall be effective to assign to 3. Contractor's Schedule of Values will .be . Owner, Engineer, or any of their officers, acceptable to Engineer as to form and directors, members, partners, employees, substance if it provides a reasonable agents, consultants, or subcontractors, any allocation of the Contract Price to component duty or authority to supervise or direct the parts of the Work. performance of•the Work or any duty or authority to undertake responsibility ARUCLE 3—CONTRACT DOCUMENTS: INVENT, inconsistent with the provisions of .the AMENDING,REUSE. Contract Documents. 3.01 Intent 3.03 Reporting and Resolving Discrepancies . A. The Contract Documents are complementary; A. ReportingDrscrepanetes: what is required by one is as binding as if required by all. 1. Contractors Review of Contract Documents Before Starting Work. Before undertaking B. It is the intent of the Contract Documents to each part of the Work, Contractor shall describe a functionally complete project (or part carefully study and compare the, Contract thereof)to be constructed in accordance with the Documents and check and verify pertinent Contract Documents. Any labor, documentation, figures therein and all applicable field services, materials, or equipment that reasonably measurements, Contractor shall promptly may be inferred from the Contract Documents or report in writing to Engineer any conflict, from prevailing custom or trade usage as being error, ambiguity, or discrepancy which required to prodbce the indicated result will be Contractor discovers, or has actual provided whether or not specifically called for, at knowledge of, and shall obtain a written no additional cost to Owner. interpretation or clarification from Engineer before proceeding with any Work affected C. Clarifications and interpretations of the Contract thereby. Documents shall be issued by Engineer -as provided in.Article 9. 2. Contractor's Review of Contract Documents During Performance of Work: If,during the 3.02 Reference Standards performance of the Work, Contractor discovers any conflict, error, ambiguity, or A. Standards, Specifications, Codes, haws, and discrepancy.within the Contract Documents, Regulations or between the Contract Documents and (a) any applicable Law or Regulation (b) any 1. Reference to standards, specifications, standard, specification, manual, or code, or manuals, or codes of any technical society, (c) any instruction of any Supplier, then organization, or association, or to Laws or Contractor shall promptly report it to Regulations, whether such reference be Engineer in writing. Contractor shall not specific or by implication, shall mean the proceed with the Work affected thereby standard, specification, manual, code, or (except in an emergency as required by Laws or Regulations in effect at the time of Paragraph 6.16.A) until an amendment or opening of Bids (or on the Effective Date of supplement to the Contract Documents has the Agreement if there were no Bids),except been issued by one of the methods indicated as may be otherwise specifically.stated in the in Paragraph3.04. Contract Documents. p 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, 2. No provision of any such standard, specification, manual, or code, or any error, ambiguity, or discrepancy in the instruction of a Supplier,shall be effective to Contract Documents.unless Contractor had change the duties or responsibilities of actual knowledge thereof. Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or B. ResolvingDbcrepancies: F TCDC C-700 Standard General Conditions of the Construction Contract Copyright Q 2007 National Society of Professional Engineers for EJCDC.AJl rights reserved. 00700-11 1. Except as may be otherwise specifically extensions of the Project or any other project stated in the Contract. Documents, the without written consent of Owner and provisions of the Contract Documents shall Engineer and specific written verification or take precedence in resolving any conflict, adaptation by Engineer. error, ambiguity, or discrepancy between the provisions of the Contract Documents and: B. The prohibitions of this Paragraph 3.05 will. survive final payment, or termination of the a. the provisions of any standard, 'Contract.Nothing herein shall preclude Contractor specification, manual, or code, or the from retaining copies of'the Contract Documents instruction of any Supplier (whether or for record purposes. not specifically* incorporated by reference in the Contract Documents);or 3.06 Electronic Data b. the provisions of any Laws or A. Unless otherwise ,stated in the Supplementary Regulations applicable to the Conditions, the data fiunished by Owner or performance of the Work(unless such an Engineer to Contractor,or by Contractor to Owner interpretation of the provisions of the or Engineer,that may be.Telied upon are litmited to Contract Documents would result in the printed copies (also known as hard copies). violation of such Law or Regulation). Files in electronic media format of text, data, graphics,or other types are famished only for the 3.04 Amending and Supplementing ContractDocuments convenience of the receiving party. Any conclusion or information obtained or derived A. The Contract Documents may be amended to fiom such electronic files will be at the user's sole provide for additions, deletions, and revisions in risk. If there is a discrepancy between the the Work or to modify the terms and conditions electronic files and the. hard copies, the hard thereof by either a Change Order or a Work copies govrm. Change Directive. B. Because data stored in electronic media format B. The requirements of the Contract Documents may can deteriorate or be modified inadvertently or be supplemented, and minor variations and otherwise without authorization of the dates deviations in the Work may be authorized,by one creator,the party receiving electronic files agrees or more ofthe following ways: that it will-perform acceptance tests or procedures within 60 days, after which the receiving party 1. A Field Order; shall be deemed to have accepted the data thus transferred.Any errors detected within the 60-day , 2. Engineer's approval of a Shop Drawing or acceptance period will be corrected by the " Sample (subject to the provisions of transferring party. Paragraph 6.17.13.3);or C. When transferring documents in electronic media 3. Engineer's written interpretation or format, the transferring party makes no clarification. representations as to long term compatibility, usability, or readability of documents resulting 3.05 Reuse of Documents from the use of software application packages, operating systems,or computer hardware differit g A. Contractor and any Subcontractor or Supplier from those used by the data's creator. shall not: ARTICLE 4—AVAILABILITY OF LANDS; 1. have or acquire any title to or ownership SUBSURFACE AND PHYSICAL CONDITIONS; rights in any of the Drawings,Specifications, HAZARDOUS ENVIRONMENTAL CONDITIONS; or other documents(or copies of any thereof) REFERENCE POINTS prepared by or bearing the seal of Engineer or its consultants, including electronic media 4.01 Availability of Lands editions;or A. Owner shall furnish the Site. Owner shall notify 2. reuse any such Drawings, Specifications, Contractor of any encumbrances or restrictions not other documents, or copies thereof on of general application but specifically related to MCDC C-700 Standard General Conditions of the Construction Contract Copyright p 2007 National Society of Professional Engineers for)UCDC.All rights reserved. 00700-12 use of the Site with which Contractor must the means, methods,'techniques, sequences, comply in performing the Work.. Owner will and procedures of construction to be. obtain in a timely manner and pay for easements employed by Contractor, and safety for permanent structures or permanent changes in precautions and programs incident tliereto;or existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount I other data, interpretations, opinions, and or extent,if any,of any adjustment in the Contract information contained in such reports or Price or Contract Times,or both,as a result of any shown or indicated in such drawings;or delay in Owner's famishing the Site or a.part thereof,Contractor may make a Claim therefor as 3. any Contractor interpretation of or conclusion provided in Paragraph 10.05. drawn from any"technical data" or any such other data, interpretations, opinions, or B. Upon reasonable written request, Owxier shall information. furnish Contractor with a current statement of record legal title and legal description of the lands 4.03 Differing Subsurface or Physical Conditions upon which the Work is to be performed and Owner's interest therein as necessary for giving A. Notice_ If Contractor believes that any subsurface notice of or filing a mechanic's or construction or physical condition that is uncovered or revealed lien against such lands in accordance with either: applicable Laws and Regulations. 1. ig of such a nature as to establish that any C. Contractor shall provide for all additional lands "technical data" on which Contractor is and access thereto that may be required for entitled to rely as provided in Paragraph 4.02 temporary construction facilities or storage of is materially inaccurate;or materials and equipment. 2. is of such a nature as to require a change in. 4.02 Subsurface and Physical Conditions the Contract Documents;or A. Reports and Drawings: The Supplementary 3. differs materially from that shown or Conditions identify: indicated in the Contract Documents;or 1. those reports known to Owner of explorations 4, is of an unusual nature,and differs materially and tests of subsurface conditions at or from conditions ordinarily encountered and contiguous to the Site; and' generally recognized as inherent in work of the character provided for in the Contract .2. those drawings kmwii to Owner of physical Documents; conditions relating to existing surface or subsurface structures at the Site (except then Contractor shall, promptly after becoming, Underground Facilities), aware thereof and before further disturbing the subsurface or physical conditions or performing B: Limited Reliance by Contractor on Technical any Work in connection therewith (except in an Data Authorized: Contractor may rely upon the emergency as required by Paragraph 6.16.A), accuracy of the"technical data"contained in such notify Owner and Engineer in writing about such reports and drawings, but such reports and condition.Contractor shall not further disturb such drawings, are not Contract Documents. Such condition or perform any Work in connection "technical data"is•identified in the Supplementary therewith (except as aforesaid) until receipt of j Conditions. Except for such reliance on such written order to do so, "technical data,"Contractor may not rely upon or make any claim against Owner or Engineer, or B. Engineer's Review:After receipt of written notice any of their officers,directors,members,partners, as required by Patagraph 4.03.A, Engineer will employees, agents, consultants, or subcontractors promptly review the pertinent condition, with respect to: determine the n6cessity of Owner's obtaining additional exploration or tests with respect thereto, 1. the completeness of such reports and and advise Owner in writing (with a copy to drawings for Contractor's purposes, Contractor) of Engineer's findings and including, but not limited to, any aspects of conclusions. EJ'CI)C C 400 Standard General Conditions of the Construction Contract Copyright 02007 National Society ofrrol'essionalFugineers for MCDC.An rights reservr ed. 00700-13 C. Possible Price and Times Adjustments: arbitration or other dispute resolution costs) J sustained by Contractor on or in connection 1, The Contract Price or the Contract Times, or with any other project or anticipated project. both,will be equitably adjusted to the extent that the existence of such differing subsurface 4.04 Underground Facilities or physical condition causes an increase or decrease in Contractor's cost of, or time A. ,Shown or Indicates: The information and data required for, performance of the Work; shown or indicated in the Contract Documents subject,however,to the following: with respect to existing Underground Facilities at or contiguous to the Site is based on information a. such condition must meet any one or and data furnished to Owner or Engineer by the more of the categories described in owners of such Underground Facilities,.including Paragraph 4.03.A;and Owner, or by others. Unless it-is otherwise expressly provided in the Supplementary b. with respect to Work that is paid for on a Conditions: unit price basis, any adjustment. in Contract Price.will be subject to the 1. Owner and Engineer shall not be responsible provisions of Paragrapbs 9.07 and 11.03. for the accuracy or completeness of any such information or dataprovided by others;and 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract 2. the cost of all -of the following will be Times if included in the ContractPxice,•and Contractor shall have full responsibility for: a. Contractor.1mew of the existence of such conditions at the time Contractor made a a, reviewing and checking all such final commitment to Owner with respect information and data; to Contract Price and Contract Times by the submission of a Bid or becoming b, locating all Underground Facilities bound under a negotiated contract;or shown or indicated in the Contract Documents; b. the existence of such condition could reasonably have been discovered or c. coordination of the Work with the :revealed as a result of any examination, owners of such Underground Facilities, investigation, exploration, test, or study including Owner, during construction; of the Site and contiguous areas required and by the Bidding Requirements or Contract Documents to be conducted by or for d, the safety and protection of all such Contractor prior to Contractor's making Underground Facilities and repairing any such final commitment;or damage thereto resulting from the Work. c. Contractor failed to give the written B. Not Shown or Indicated.• notice as required by Paragraph 4.03.A. 1. If an Underground Facility is uncovered or 3. If Owner and Contractor are unable to agree revealed at or contiguous to the Site which on entitlement to or on the amount or extent, was not shown or indicated,or not shown or if any,of any adjustment in the Contract Price indicated with reasonable accuracy in the or Contract Times, or both, a Claim may be Contract Documents, Contractor shall, made therefor as provided in Paragraph promptly after becoming aware thereof and 10.05. However,neither Owner or Engineer, before Iiirther disturbing conditions affected or any of their officers, directors, members, .thereby • or performing. any 'Work in partners, employees, agents, consultants, or connection therewith(except in an emergency subcontractors shall be liable to Contractor as required by Paragraph:6.16.A),identify the for any claims, costs, losses, or damages• owner of such Underground Facility and give (including but not limited to all fees and written notice to that owner and to Owner and charges of engineers, architects, attorneys, Engineer. Engineer will promptly review the and other professionals and all court or Underground Facility and determine the EJCDC c-l'oo Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC.All rights reserved. 00700-14 extent, if any,to which a change is required B. Limited Reliance by Contractor on Technical in the Contract Documents to reflect and Data Authorized: Contractor may rely upon the document the consequences of the existence accuracy of the"technical data"contained in such or location of the Underground Facility. reports and drawings, but such reports and During such time, Contractor shall be drawings are not Contract Documents. Such responsible for the safety and protection of "technical data"is identified in.the Supplementary such Underground Facility. Conditions. Except for such reliance on such "technical data,"Contractor may not rely upon or 2. If Engineer concludes that a change in the make any claim against Owner or Engineer, or Contract Documents is required, a Work any of their officers, directors,members,partners, . Change Directive or a Change Order will be employees, agents,.consultants, or subcontractors issued to reflect and document such with respect to: consequences. An equitable adjustment shall be made in the Contract Price or Contract 1. the completeness of such reports and Times, or both, to the extent that they are drawings for Contractor's purposes, attributable to the existence or location of any including, but not Iimited to, any aspects of Underground Facility that was not shown or the means, methods, techniques, sequences indicated or not shown or indicated with and procedures of construction to be reasonable accuracy in the Contract employed by Contractor and safety Documents and that Contractor did not know precautions and programs incident thereto;or of and could not reasonably have' been expected to be aware of or to have 2. other data, interpretations, opinions and anticipated. If Owner and Contractor are irr_formation contained in such reports or unable to agree on entitlement to or on'the shown or indicated in such drawings;or amount or extent, if any, of any such adjustment in Contract Price or Contract 3. any Contractor interpretation of or conclusion Times, Owner or Contractor may make a drawn from any"technical data"or any such Claim therefor as provided in Paragraph other data, interpretations, opinions or 10.05. information. 4.05 Reference Points C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or A. Owner shall provide engineering surveys to revealed at the-Site which was not shown or establish reference points for construction which indicated in Drawings or- Specifications or in Engineer's judgment axe necessary to enable identified in the Contract Documents to be within Contractor to proceed with the Work. Contractor the scope of the Work. Contractor shall• be shall be responsible for laying out the Work,shall responsible for a Hazardous Environmental protect and preserve the established reference Condition created with any materials brought to points and property monuments, and shall make the Site by Contractor, Subcontractors, Suppliers, no changes or relocations without the prior written or anyone else for whom Contractor is approval of Owner. Contractor shall report to responsible. Engineer whenever any reference point or property monument is lost or destroyed or requires D. -If Contractor encounters a Hazardous relocation because of necessary changes in grades Environmental Condition or if Contractor or or locations, and shall be responsible for the anyone for whom Contractor is responsible accurate replacement or relocation of such creates a Hazardous Environmental Condition, reference points or property monuments by Contractor shall immediately: (i) secure or professionally qualified personnel, otherwise isolate such condition;(h)stop all Work in.connection with such condition and in any area 4.06 Hazardous Environmental Condition at Site affected thereby (except in an emergency as required by paragraph 6.16.A); and (iii) notify A. Reports and Drawings: The Supplementary Owner and Engineer (and promptly thereafter Conditions identify those reports and drawings confam such notice in writing). Owner shall known to Owner relating to Hazardous promptly consult with Engineer concerning the Environmental • Conditions that have been necessity for Owner to retain a qualified expert to identified at the Site. evaluate such condition or take corrective action, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 02007 National Society ofProfessionalEngineers for EJCAC.Ail rights reserved. 00700 Z5 if any. Promptly after consulting with Engineer, Contractor or by anyone for whom.Contractor is Owner shall take such actions as are necessary to responsible. Nothing in this Paragraph 4.06.G permit Owner to timely obtain required permits shall obligate Owner to indemnify any individual and provide Contractor the written notice required or entity from and against the consequences of by Paragraph 4.06.E. that individual's or entity's own negligence. E. Contractor shall not be required to resume Work H. To the fullest extent permitted by Laws and in connection with such condition or in any Regulations, Contractor shall indemnify and hold affected area until after Owner has obtained any harmless Owner and Engineer, and the officers, required permits related thereto and delivered directors, members, partners, employees, agents, written notice. to Contractor: (i) specifying that consultants,and subcontractors of each and any of such condition and any affected area is or has them from and against all claims; costs, losses, been rendered safe for the resumption of Work,or and damages(including but not limited to all fees (ii) specifying any special conditions under which and charges of engineers, architects, attorneys, such Work may be resumed safely.If Owner and and other professionals and all court or arbitration_ Contractor cannot agree as to entitlement to or-on or other dispute resolution costs)arising out of or the amount or extent,if any, of any adjustment in relating to a Hazardous Environmental Condition Contract Price or Contract Tithes, or both, as a created -by Contractor or by anyone for whom result of such Work stoppage or such special Contractor is responsible. Nothing in this conditions under which Work is agreed to be Paragraph 4.06.H shall obligate Contractor to resumed by Contractor, either party may make.a indemnify any individual or entity from and Claim therefor as provided in Paragraph 10.05. against the consequences of that individual's or entity's bwn negligence. F. If after receipt of such written notice Contractor does not agree to resume such Work'based on a I. The provisions of Paragrapbs 4.02,4.03,'and 4.04 reasonable belief it is unsafe, or does not agree to do not apply. to a Hazardous Environmental resume such Work under such special conditions, Condition uncovered or revealed at the Site. then Owner may order the portion of the Work that is in the area affected by such condition to be ARTICLE 5—BONDS AND INSURANCE deleted from the Work..If Owner and Contractor ' cannot agree as to entitlement to or on the amount 5.01 Performance,Payment,and Other Bonds or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting A. Contractor shall fuunish performance and payment such portion of the Work, then either party may bonds, each in an amount at least equal to the make a Claim therefor as provided in Paragraph Contract Price as security for the faithful 10.05. Owner may have such deleted portion of performance and payment of all of Contractor's the Work performed by Owner's own forces or obligations under the Contract Documents. These others in accordance with Article 7. bonds shall remain'n. effect until one year after the date when final payment becomes due or until G. To the fullest extent permitted by Laws and completion of the correction period specified in Regulations, Owner shall indemnify and hold Paragraph 13,07, whichever is later, except as' harmless Contractor, Subcontractors, and provided-otherwise by Laws or Regulations or by Engineer, and the officers, directors, members, the Contract Documents. Contractor shall: also partners, employees, agents, consultants, and furnish such other bonds as are required by the subcontractors of each and any of thetas from and Contract Documents. against all claims, costs, losses, and damages (including but not limited to all fees and charges B. All bonds shall be in the form prescribed by the of engineers, architects, attorneys,' and other Contract Documents except as provided otherwise professionals and all court or arbitration or other by Laws or Regulations,and shall be executed by dispute resolution costs)arising out of or relating such sureties as are named in the list of to a Hazardous Environmental Condition, "Companies Holding Certificates of Authority as provided that such Hazardous Environmental Acceptable Sureties on Federal Bonds and as . Condition: (i)was not shown or indicated in the Acceptable Reinsuring Companies" as published Drawings or Specifications or identified in the in Circular 570 (amended) by the Financial Contract Documents to be included within the Management Service, Surety Bond Branch, U.S. scope of the Work, and (ii) was not created by Department of the Treasury.All bonds signed by EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society uOrofessional Engineers t'orEJCDC.All rights reserved. 00700-16 an agent or attorney-infact must be accompanied D. Owner does not represent that insurance.coverage by a certified copy of that individual's authority to and limits established in this Contract necessarily bind the surety. The evidence of authority shall will be adequate to protect Contractor, show that it is effective on the date the agent or attorney-y n fact signed each bond. B. The insurance and insurance lirnits required herein shall not be 'deemed as •a limitation on C. If the surety on any bond furnished by Contractor Contractor's liability under the indemnities is declared bankrupt or becomes insolvent or its granted to Owner in the Contract Documents. right to do business is •terminated in any state where any part of the Project is located or it ceases 5.04. Contractor's Insurance to meet the requirements.of Paragraph 5.01.B, Contractor shall promptly notify Owner and A. Contractor shall purchase and maintain such Engineer and shall,within 20 days'after the event insurance as is appropriate.for the Work being giving rise to such notification, provide another performed and as will provide protection from bond and surety,both of which shall comply with claims set forth below'which may arise out of or the requirements of Paragraphs 5.01.E and 5.02. result from Contractor's performance of the Work and' Contractor's. other obligations under the 5.02 Licensed Sureties and1murers Contract Documents,whether it is to be performed by Contractor, any Subcontractor or Supplier, or A. All bonds and insurance required by the Contract by anyone directly or indirectly employed by any Documents to be purchased and maintained by of them to perform any of the World or by anyone Owner or Contractor shall be obtained from surety for whose acts any of them may be liable: or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project 1. claims under workers' compensation, is iocated'to issue bonds or insurance policies for disability benefits, and other similar the limits and coverages so required. Such surety employee benefit acts; and insurance companies shall also meet such additional requirements and qualifications as may 2. claims for damages because of bodily injury, be provided in the Supplementary Conditions. occupational sickness or disease, or death of Contractor's employees; 5,03 Cericates oflrrsurance 3. claims for damages because of bodily injury, A. Contractor shall deliver to Owner,with copies to sickness or disease, or death of any person each additional insured and loss payee identified ' other than'Contractor's employees; in the Supplementary Conditions, certificates of insurance (and other evidence of insurance 4. claims for damages insured by reasonably requested by Owner or any. other additional available personal injury liability coverage insured)which Contractor is required to purchase , which are sustained: and maintain. a. by any person as a result of an offense B.• Owner shall deliver to Contractor,with copies to directly or indirectly related to the each additional insured and loss payee identified employment of such person by in the Supplementary Conditions, certificates of Contractor,or insurance (and other evidence of insurance requested by Contractor or any other additional b. by any other person for any other reason; insured)which Owner is required to purchase and maintain. 5. claims for damages, other than to the Work itself, because of injury to or destruction of C. Failure of Owner to demand such certificates or tangible property wherever located,including other evidence of Contractor`s full compliance loss of use resulting therefrom;and with these insurance requirements or failure of Owner to identify a deficiency in compliance from 6. claims for'damages because of bodily injury the evidence provided shall not be•construed as a or death of any person-or property damage waiver of Contractor's obligation to maintain such arising out of the ownership,maintenance or insurance. use of any inotor vehicle. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National SodetyofProfeseional Engineers for EJCDC.All rights reserved. 00700-17 B. The policies of insurance required by this certificate of insurance has been issued, � Paragraph 5.04 shall: evidence satisfactory to Owner and any such additional insured of continuation _ 1. with respect to insurance required by of such insurance at final payment and Paragraphs 5.04.A.3 through 5.04.A.6 one year thereafter, inclusive, be written on an occurrence basis, include as additional insureds(subject to any 5.05 Owner's Liability Insurance customary exclusion'regarding professional liability)Owner and Engineer,and any other A. In addition to the insurance required to be individuals or entities identified in the provided by Contractor under Paragraph 5,04, Supplementary Conditions,all of whom shall Owner, at Owner's option, may purchase and -be listed as additional insureds, and-include maintain at Owner's expense Owner's own coverage for the respective officers,directors, liability insurance as will protect Owner against. members, partners,, employees, agents,. claims which may arise from operations under the consultants, and subcontractors of each and Contract Documents. any of all such additional insureds, and the insurance afforded to these additional 5,06 Property)nmrance insureds shall provide primary coverage for all claims covered thereby; A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase'and maintain 2. include'at least the specific coverages and be property insurance upon the Work at the Site in written for not less than the limits of liability the amount of the full replacement cost thereof provided in the Supplementary Conditions or (subject to such deductible amounts as may be required by Laws or Regulations,whichever provided in the•Supplementary Conditions or is greater; required by Laws and Regulations). This insurance shall: 3. include contractual liability insurance covering Contractor's indemnity obligations 1. include the interests of Owner, Contractor, under Paragraphs 6.11 and6.20; Subcontractors, and Engineer, and any other individuals or entities identified in the 4. contain a provision or endorsement that the Supplementary Conditions, and the officers, coverage afforded will not be canceled, directors, members, partners, employees, materially changed or renewal refused until at agents, consultants, and subcontractors of least 30 days prior written notice has been each and any of them, each of whom is given to Owner and Contractor and to each deemed to have an insurable interest and shall other additional insured identified in the be listed as a loss payee; Supplementary Conditions to whom a certificate of insurance has been issued (and 2, be written on a Builder's Risk "all risk' the certificates of insurance furnished by the policy form that shall at least include Contractor pursuant to Paragraph 5.03 will so insurance for physical loss or damage to the provide); Work, temporary buildings, falsework, and materials and equipment in transit, and shall 5. remain in effect at least until final payment insure against at least the following perils or and at all times thereafter when Contractor causes of loss:• fire, lightning, extended may be correcting, removing, or replacing coverage, theft, vandalism and malicious defective Work in accordance with Paragraph mischief earthquake, collapse, debris 13.07;and removal, demoAtion occasioned by enforcement of Laws and Regulations,water 6. include completed operations coverage: damage(other than.that loused by flood),and such other perils or causes of loss as may be a. Such insurance shall remain in effect for specifically required by the Suppfementary two years after final payment. Conditions. b. Contractor shall furnish Owner and each 3. include expenses incurred in the repair or other additional insured identified in the replacement of any insured property Supplementary Conditions, to whom a EJ'CDC C-700 Standard General Conditions of the construction contract Copyright 02007 National Sadetyof Professional Engineers forEJCDC.All rights reserved. 00700-18 (including but not limited to fees and charges amount will be 'borne by Contractor, of engineers and architects); Subcontractors,or others suffering any such loss, and if any of them wishes property insurance• 4. cover materials and equipment stored at the coverage within the limits of such amounts, each Site or at another location that was agreed to may purchase and maintain it at the purchaser's in writing- by Owner prior to being own expense. incorporated in the Work,provided that such materials and equipment have been included E. If Contractor requests in writing that other special in an Application for Payment recommended insurance be included in the property insurance by Engineer; policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, 5-. allow for partial utilization of the Work by and the cost thereof will be charged to Contractor Owner; by. appropriate Change Order. Prior to commencement of the Work at the Site, Owner 6. include testing and startup;and shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by 5.07 Waiver ofRights Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to A. Owner and Contractor intend that all policies whom a certificate of insurance has beenn purchased in accordance with Paragraph 5.06 will issued. protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities B. Owner shall purchase and maintain such identified in the Supplementary Conditions as loss equipment breakdown insurance' or additional payees (and the officers, directors, men bers, property insurance as may be required by the partners, employees, agents, consultants, and Supplementary Conditions or Laws and subcontractors of each and any of them)in such Regulations which wilt include the interests of policies and will provide primary coverage for all Owner, Contractor,Subcontractors,and Engineer, -losses and damages caused by the perils or causes and any other individuals or entities identified in of loss covered thereby. All such policies shall the•Supplementary Conditions, and the officers, contain provisions to the effect that in the event of directors, members, partners, employees, agents, payment of any loss or damage the insurers will consultants and subcontractors of each and any of have no rights of recovery against any of the them, each of whom is deemed to have an insureds or loss payees thereunder. Owner and insurable interest and shall be listed as a loss Contractor waive all rights against each other and payee. their respective officers, directors, members, partners, employees, agents, consultants and C. All the policies of insurance (and the certificates subcontractors of each and any of them for all or other evidence thereof) required to be losses and damages caused by, arising out of or purchased and maintained in accordance with this resulting from.any of the perils or causes of loss Paragraph 5.06 will contain a provision or covered by such policies and any other property endorsement that.the coverage afforded will not insurance applicable to the Work;and,in addition, be canceled or materially changed or renewal waive all such rights against Subcontractors and refused until at least 30 days prior written notice Engineer, and all other individuals or entities has been given to Owner and Contractor and to identified in the Supplementary Conditions as loss each other loss payee to whom a certificate of payees (and the officers, directors, members, insurance has been issued and will contain waiver partners, employees, agents, consultants, and provisions in accordance with Paragraph 5.07. subcontractors of each and any of them) under such polibies for losses and damages so caused. D. Owner shall not be responsible for purchasing and None of the above waivers shall extend.•to the maintaining any property insurance specified in rights that any party making such waiver may this Paragraph 5.06 to protect the interests of have to the proceeds of insurance held by Owner Contractor, Subcontractors,or others in the Work as trustee-or otherwise payable under any policy to the extent of any deductible amounts that are so issued. identified in the Supplementary Conditions. The risk of loss within such identified deductible EJCDC C-700 Standard General Conditions of the Constri ietion Contract Copyright©2007NAionalSociety of ProfessionalUglaeers for EJCDC.All rights reserved. 00700-19 B. Owner waives all rights against Contractor, exercise of this power.If such objection be made, Subcontractors, and Engineer, and the officers, Owner as fiduciary shall make settlement with the directors, members, partners, employees, agents, insurers in accordance with such agreement as the consultants and subcontractors of each and any of parties in interest may reach.If no such agreement them for: among the parties in interest is reached,Owner as fiduciary shalt adjust and settle the loss with the I. loss due to business interruption,loss of use, insurers and,if required in writing by any party in or other consequential loss extending beyond interest, Owner as fiduciary shall give bond for direct physical loss or damage to Owner's the proper performance of such duties. property or the Work caused by, arising out of, or resulting from fire or other perils 5.09 Acceptance of Bonds and Insurance, Option to whether or not insured by Owner;and Replace 2. loss or damage to the completed Project or A. If either Owner or Contractor has any objection to part thereof caused by, arising out of, or the coverage afforded by or other provisions'of resulting from fire or other insured peril or the bonds or insurance required to be purchased cause of loss covered by any property and maintained by the other party in accordance insurance maintained on the completed with Article 5 on the basis of non-conformance Project or part thereof by Owner during with the Contract Documents, the objecting party partial utilization pursuant to Paragraph shall so notify the other party in writing within 10 14.05, after Substantial Completion'pursuant days after receipt of the certificates (or other to Paragraph 14.04, 'or after final payment evidence requested)required by Paragraph 2.01.B. pursuant to Paragraph 14.07. Owner and Contractor shall each provide to the other such additional information in respect of C. Any insurance policy maintained by Owner insurance provided as the other may reasonably coveringan loss damage.or consequential loss request. If either Y g . q q party does not purchase or refereed to in Paragraph 5.07.B shall contain maintain all of the bonds and insurance required provisions to the effect that in the event of of such party by the Contract Documents, such payment of any such loss, damage, or party shall notify the other party in writing of such consequential loss,the insurers will have no rights failure to purchase prior to the start of the World of recovery against Contractor,Subcontractors,or or of such failure to maintain prior to any change Engineer, and the officers, directors, members, in the required coverage.Without prejudice to any partners, employees, agents, consultants and other right or remedy,the other party may elect to subcontractors of each and any of them, obtain equivalent bonds or insurance to protect such other parry's interests at the expense of the 5.08 Receipt andrlpplication oflnsuranceProceeds party who was required to provide such coverage, and a Change Order shall be issued to adjust the A. Any insured loss under the policies of insurance Contract Price accordingly, required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary 5.10' Partial Utilization, Acknowledgment of Property for the loss payees, as their interests may appear, Insurer subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner A. If Owner finds it necessary to occupy or use a shall deposit in a separate account any money so portion or portions of the Work prior to received and shall distribute it in accordance with Substantial Completion of all the Work as such agreement as the parties in interest may provided in Paragraph 14.05, no such use or reach.If no other special agreement is reached,the occupancy shall commence before the insurers damaged Work shall be repaired or replaced,the providing the property insurance pursuant to moneys so received applied on account thereof, Paragraph 5.06 have ackmwledged notice thereof and the Work and the cost thereof covered by an and in writing effected any changes in coverage . appropriate Change Order necessitated thereby. The insurers providing the property insurance shall consent by endorsement B. Ownet as fiduciary shall have power to adjust and on the policy or policies, but the property settle any loss with the insurers unless one of the insurance shall not be canceled'or permitted to parties in interest shall object in writing within 15 lapse on account of any such partial use or days after the occurrence of loss to Owner's occupancy. EJCDC C-700 Standard General Conditions of the Contraction Contract Copyright p 2007 Nationd Society n0rofessionalEngineers forEJCDC. All.tights reserved. 00700-20 ARTICLE 6-CONTRACTORS RESPONSIBILITIES B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, 6.01 Supervision and Superintendence shall be of good quality and new, except as otherwise provided in the Contract Documents. A. Contractor shall supervise,inspect, and direct the All special warranties and guarantees required by Work competently and efficiently, devoting such the Specifications shall expressly run to the -attention thereto and applying such skills and benefit of Owner. If required by Engineer, expertise as may be necessary to perform the Contractor shall furnish satisfactory evidence Work in accordance with' the Contract (including reports of required tests) as to the Documents.Contractor shall be'solely responsible source, kind, and quality of materials and for the means, methods, techniques, sequences, equipment. and procedures-of construction. Contractor shall not be responsible for the:negligence of Owner or C. All materials and equipment shall be stored, Engineer,in the design or specification of a applied, installed, connected, erected, protected,' specific means, method, technique,-sequence, or used,cleaned,and conditioned in accordance with procedure of construction which is shown or instructions of the applicable Supplier, except as indicated in and expressly required by' the otherwise may be provided in the Contract Contract Documents. Documents. ' I B. At all times during the progress of the Work, 6.04 Progress Schedule Contractor shall assign a competent resident superintendent who shall not be replaced without A. Contractor shall adhere to the Progress Schedule written notice to Owner and Engineer except established in accordance with Paragraph 2.07 as under extraordinary circumstances. it-may be adjusted from time to time as provided below. 6.02 Eabar, Working Hours 1. Contractor shall submit to Engineer for A. Contractor shall provide 'competent, suitably acceptance (to the extent indicated in qualified personnel to survey and lay out the Paragraph 2.07) proposed adjustments in the Work and perform construction as required by the Progress Schedule that will not result in Contract Documents. Contractor shall at all times changing the Contract Times. Such maintain good discipline and order at the Site. adjustments will comply with any provisions of the General Requirements. applicable B. Except as otherwise required for the safety or thereto. protection of persons or the Work or property at the Site or adjacent' thereto, and except as 2. Proposed adjustments in the Progress otherwise stated in the Contract Documents, all Schedule that will change the Contract Times Work at the Site shall be performed during regular shall be submitted in accordance with the working hours. Contractor will not permit the requirements of Article 12. Adjustments in performance of Work on a Saturday, Sunday, or Contract Tomes may only be made by a any legal holiday without Owner's written consent Change Order. (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.05 Substitutes and"Or-Equals" 6.03 Services,Materials,and Equipment A. Whenever an item of material or equipment is . specified•or described in the Contract Documents A. Unless otherwise specified in the Contract by using the name of a proprietary item or the Documents, Contractor shall pmvid6 and assume name of a particular Supplier, the specification or filll responsibility for all services, materials, description is intended to establish the type, equipment, labor, transportation, construction function,appearance,and quality required.Unless equipment and machinery,tools,appliances,fuel, the specification or description contains or is power, light, heat, telephone, water, sanitary followed' by words reading that no like, facilities, temporary facilities, and all other equivalent,or"or-equal"item or no substitution is facilities and incidentals necessary for the permitted,other items of material or equipment or performance,testing, startup, and completion of material or equipment of other Suppliers may be the Work. EJCDC C 700 Standard General Conditions of the Construction Contract Copyright @ 2007 National Sudety of Professional Engineers for EJCDC. All rights reserved. 00700 21 A submitted to Engineer for review under the b. Contractor shall submit sufficient circumstances described below. information as provided below to allow Dt gineer to determine if the item of 1. "Or Equal" Items: If in Engineer's sole material .or equipment proposed is discretion an item of,material or equipment essentially equivalent to that named and b Contractor is functionally equal an acceptable substitute therefor. proposed Y q to.that named and sufficiently similar so that Requests for review of proposed no change in related Work will be required,it substitute items of material or equipment may be considered by Engineer as an wall not be accepted by Engineer from "or-equal" item, in-which case review and anyone other than Contractor. approval of the proposed item may, in Engineer's sole discretion, be accomplished c. The requirements for review by Engineer without compliance with some or all of the will be as set forth in Paragraph requirements for approval of proposed 6.05.A.2.d5 as supplemented by the substitute items. For the purposes of this General Requirements, and as Engineer Paragraph 6.05.A.1, a proposed item of may decide is appropriate under the material or equipment will be considered circumstances. functionally equal to an item so named if d. Contractor shall make written application a. in the exercise of reasonable judgment to Engineer for review of a proposed Engineer determines that: substitute item of material or equipment that Contractor seeks to furnish or use. 1) it is at least equal in materials of The application: construction, quality, durability, appearance, strength, and design 1) shall certify that the proposed characteristics; substitute item will: 2) it will reliably perform at least a) petfortu adequately the equally well the function and functions and achieve the achieve the results imposed by the results called for by the general design concept of the completed design, Project as a functioning whole;and b) be similar,in substance to that 3) it has a proven record of specified,and j performance and availability of responsive service. c) be suited to the same use as.that specified; b. Contractor-certifies that,if approved and incorporated into the Work: 2) will state: 1) there will be no increase in cost to a) the extent,if any,to which the the Owner or increase in Contract use of the proposed substitute Tunes;and item will prejudice Contractor's achievement of Substantial 2) it will conform substantially to the Completion on time, detailed requirements of the item named in the Contract Documents. b) whether use• of the proposed substitute item in the Work will 2. Substuute Items. require a change in any of the Contract Documents (or in'the a. If in Engineer's sole discretion an item of provisions of any other direct material or equipment proposed by contract with Owner for other Contractor does not qualify as an "or-' work on'the Project) to adapt equal"item under Paragraph 6.05.A.1,it the design to the proposed will be considered a proposed substitute substitute item,and item. RJCDC C-700 Standard General Conditions ofthe Construction Contract Copyright©2007 National Society of Professional engineers for MCDC.All rights reserved. 00700-22 n c} whether incorporation or use of E Engineer's Cost Reimhursemew, Engineer will the proposed substitute-item in record Engineer's costs in evaluating a substitute connection with the Work is proposed or submitted by Contractor pursuant to subject to payment of any Paragraphs 6.05.A.2 and 6.05.B. Whether or not license fee or royalty; Engineer'approves a substitute so proposed or j submitted by Contractor, Contractor .shall 3) 'will identify: reimburse Owner for the reasonable charges of Engineer for evaluating each such broposed a) all variations of the proposed substitute. Contractor'shill also reimburse Owner substitute item from that for the reasonable charges of Engineer for making specified,and changes in the Contract Documents (or in the provisions of any other direct contract with b) available engineering, sales, Owner) resulting from the acceptance of each maintenance, repair, and proposed substitute. replacement services;and F. Contractor's Expense: Contractor shall provide 4) shall contain an itemized estimate of all data in support of any proposed substitute or all costs or credits that will result "or-equal"at Contractor's expense. directly or indirectly from use of such substitute item,including costs 6.06 Concerning Subcontractors,Suppliers,and Others of redesign and claims of other contractors affected by any resulting A. Contractor shall not employ any Subcontractor, change. Supplier, or other individual or,entity {including those acceptable to Owner as indicated in B. Substitute Construction Methods or Procedures: Paragraph 6,06.B), whether initially or as a -If a specific means,method,technique,sequence, replacement, against whom Owner may have. . or procedure of construction is expressly required reasonable objection. Contractor shall not be by the Contract Documents, Contractor may required td employ,any Subcontractor, Supplier, furnish or utilize a substitute means,'method, or other individual or entity to ftn-nish or perform technique, sequence,or procedure of construction any of the Work against-whom Contractor has approved by Engineer. Contractor shall submit reasonable objection. sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the B, If the Supplementary Conditions require the substitute proposed is equivalent to that expressly identity of certain Subcontractors, Suppliers, or called for by the Contract Documents. The other individuals or entities to be submitted to requirements for review by Engineer will be Owner in advance for acceptance by Owner by a similar to those provided in Paragraph 6.05.A•2, specified date prior to the Effective Date of the Agreement;and if Contractor has submitted a list C, Engineer's Evaltmtion: Engineer will be allowed thereof in'accordance with.the Supplementary a reasonable time within which to evaluate each Conditions, Owner's acceptance(either in writing proposal or submittal made pursuant •to or by failing to make written objection thereto by Paragraphs 6.05.A and 6.05.B. Engineer may the date indicated for acceptance or objection in require Contractor to furnish additional data about the Bidding Documents or the Contract the proposed substitute item.Engineer will,be the Documents)of any such Subcontractor, Supplier, sole judge of acceptability. No "or equal" or or other individual or entity so identified may be substitute will be ordered, installed or utilized revoked on the basis of reasonable objection after until Engineer's review is complete,which will be due investigation. Contractor shall submit an evidenced by a Change Orden in the case of a acceptable replacement for the rejected substitute and an approved Shop Drawing for an Subcontractor, Supplier, or other individual or "or'equar." Engineer will advise Contractor in entity, and the Contract Price will be adjusted by writing of any negative determination. the difference in the cost occasioned by such replacement, and an appropriate Change Order D, Special• Guarantee: Owner may require will be issued. No acceptance by Owner of any Contractor to furnish at Contractor's expense a such Subcontractor, Supplier, or other individual special performance guarantee or other surety with or entity, whether initially or as a replacement, respect to any substitute. EJCDC C 700 Standard General Conditions of the Construction Contract Copyrigl�tC�z007NaiionalSocietyafProfessionalEngineexsforEJCDC.All rights reserved. 00700 23 shall constitute a waiver of any right of Owner or all other individuals or entities identified in the Engineer to reject defective Work. Supplementary Conditions to be listed as insureds or loss payees (and the. officers, directors, C. Contractor shall be fully responsible to Owner and members, . partners, employees, agents, Engineer for all acts and omissions of the consultants,and subcontractors of each and any of Subcontractors,.Suppliers,and other individuals or them) for all losses, and damages caused by, entities performing or finishing any of the Work arising out of,relating to,or resulting from any of just as Contractor is responsible for Contractor's the perils or causes of loss covered by such own acts and omissions.Nothing in the Contract policies and any other property • insurance Documents: applicable to the,W. If the insurers on any such policies require separate waiver forms to be 1. shall create for the benefit of any such signed by any Subcontractor or Supplier, Subcontractor, Supplier, or other individual Contractor will obtain the same. or entity any contractual relationship between Owner or Engineer and any such .6.07 Patent Fees andRoyalties Subcontractor, Supplier or other individual or entity;nor A. Contractor shall pay all license fees and royalties i and assume all costs incident to the use in the 2. shall create any obligation on the part of performance of the Work or the incorporation in Owner or Engineer to pay or to see to the the Work of any invention, design, process, payment of I any moneys due any such product, or device which is the subject of patent Subcontractor, Supplier, or other individual , rights or copyrights held by others. If a particular or entity except as may otherwise be required invention, design, process, product, or device is by Laws and Regulations. specified in the Contract Documents for use in the performance of the Work and if, to the actual D. Contractor shall be solely responsible for knowledge of Owner or Engineer, its use is scheduling and coordinating the Work of subject to patent rights or copyrights calling for Subcontractors,Suppliers,and other individuals or the payment of any license fee or royalty to others, entities performing or furnishing any of the Work the existence of such rights shall be disclosed by under a direct or indirect contract with Contractor. Owner in the Contract Documents. E. Contractor shall require all Subcontractors, B. To the fullest extent permitted by Laws and Suppliers, and such other individuals or entities Regulations, Owner shall indemnify and hold performing or famishing any of the Work to harmless Contractor, and its officers, directors, communicate with Engineer through Contractor. members, partners, employees, agents, consultants, and subcontractors from and against F. -The divisions and sections of the Specifications all claims, costs, losses, and damages (including and the identifications of any Drawings shall not but not limited to all fees and charges of control Contractor in dividing the Work among engineers, architects, attorneys, and other Subcontractors or Suppliers-or delineating the professionals,and all court or arbitration or other Work to be performed by any specific trade. dispute resolution costs)arising out of or relating to any infringement of patent rights or copyrights G, All Work performed for Contractor by a incident to the use in the performance of the Work Subcontractor or Supplier will be pursuant to an or resulting from the incorporation in the Work of appropriate agreement between Contractor and the any invention, design,process,product,or device Subcontractor or Supplier which specifically binds specified in the Contract Documents, but not the Subcontractor or Supplier to the applicable identified as being subject to payment of any terns and conditions of the Contract Documents license fee or royalty to others required by patent for the benefit of Owner and Engineer.Whenever rights or copyrights. any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the C. To the fullest extent permitted by Laws and property insurance provided in Paragraph 5.06, Regulations, Contractor shall indemnify and hold the agreement between the Contractor and the harmless Owner and Engineer, and the officers, Subcontractor or Supplier will contain provisions directors, members,•partners, employees, agents, whereby the Subcontractor or Supplier waives all consultants and subcontractors of each aiid any of rights against Owner, Contractor, Engineer, and them from and against all claims, costs, losses, EXCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for E7CDC.All rights reserved. 00700-24 and damages(including but not limited to all fees Work shall be the subject of an adjustment in . and charges of engineers, architects, attorneys, Contract price or Contract Times. If Owner and and other professionals and all court or arbitration Contractor are unable to agree on entitlement to or or other dispute resolution costs)arising out of or on the amount or extent, if any, of any such relating to any kfringement of patent rights or adjustment, a Claim may be'made therefor as copyrights incident to the use in the performance provided in paragraph 10.05. of the Work or resulting from the incorporation in the Work of any invention, design,' process, 6.10 Taxes product, or device not specified in the Contract Documents. A. Contractor shall pay all sales, consumer, use,and other similar taxes required to be paid by 6.08 Permits Contractor in accordance with the Laws and Regulations of the place of the project which are A. Unless otherwise provided in the Supplementary applicable during the performance of the Work. Conditions,Contractor shall obtain and pay for all construction permits and licenses. Owner shall 6.11 Use of Site and OtherAreas assist Contractor, when necessary, in obtaining such permits and licenses.Contractor shall pay all A. Limitation on Use of Site and Other Areas: governmental charges and inspection fees necessary for the prosecution'of the Work which 1. Contractor, shall confine constructioii are applicable at the time of opening of Bids,or,if equipment, the storage of materials and there are no Bids, on the Effective Date of the equipment, and the operations of workers to Agreement. Owner shall pay all charges of utility the Site and other areas permitted by Laws owners for connections for providing permanent and Regulations, and shall not unreasonably service to the Work. encumber the. Site and other areas with' construction equipment or other materials or 6.09 Laws andRegulations equipment. Contractor shall assume full responsibility for any damage to any such A. Contractor shall give all notices required by and land or area, or to the owner or occupant shall comply with all Laws and Regulations thereof or of any adjacent land or areas applicable to the performance of the Work.Except resulting from the performance of the Work. wheie otherwise expressly required by applicable Laws and Regulations, neither Owner nor 2. Should any claim be mado by any such owner Engineer•shall be responsible for monitoring or occupant because of the performance of Contractor's compliance 'with any Laws or the Work, Contractor sball promptly settle Regulations. with such other party,by negotiation or otherwise resolve the claim by arbitration or B. If'Contractor perfomm any Work knowing or other dispute resolution proceeding or at law, . having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, 3. To the fullest extent permitted by Laws and costs, losses, and damages (including -but not Regulations, Contractor shall indemnify and limited to all fees and charges of engineers, hold harmless Owner and Engineer, and the architects, attorneys, and other professionals and officers, directors, members, partners,. all court or arbitration or other dispute resolution employees, agents, consultants and costs) arising out of or relating to such Work. subcontractors of each and any of them from However, it shall not be Contractor's and against all claims, costs, losses, and responsibility to make certain that the damages(including but not limited to all fees Specifications and Drawings are in accordance an charges of engineers, architects, with Laws and Regulations, but this shall not attorneys, and other professionals and all relieve Contractor of Contractor's obligations court or arbitration or other dispute resolution under paragraph 3.03. costs) arising out of or relating to any claim or action, legal or.equitable, brought by any C. Changes in Laws or Regulations not known at the such owner or occupant against Owner, time of opening of Bids(or,on the Effective Date Engineer, or any other party indemnified of the Agreement if there were no Bids)having an hereunder to the extent caused by or based effect on the cost or time of performance of the upon Contractor's performance of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 02007 National Society ofrrofessional Engineers for) JCDC.Allrightvreserved. 00700 25' i B. Removal of Debris During Performance of the 1. all persons on the Site or who may be Work: During the progress of the Work affected by the Work; Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, 2. all the Work and materials and equipment to and other debris. Removal and disposal of such be incorporated therein,whether in storage on .waste materials, rubbish, and other debris shall or off the Site;and conform to applicable Laws and Regulations. 3, other property at the Site or adjacent thereto, C. Cleaning: Prior to Substantial Completion of the :including trees; shrubs, .lawns, walks, Work Contractor shall clean the Site and the Work pavements,roadways,structures,utilities,and and make it ready for utilization by Owner.At the Underground Facilities not designated for completion of the Work Contractor shall remove removal, relocation, or replacement in the from the. Site all'tools, appliances, construction course of construction. equipment and machinery, and surplus materials and shall restore to original condition all property B. Contractor shall comply with all applicable Laws not designated for alteration by the Contract and Regulations relating td the safety of persons Documents. or property, or to the protection of persons or property from damage, injury, or loss; and shall D. Loading S"clures: Contractor shall not load nor erect and maintain all necessary safeguards for permit any part of any structure to be loaded in such safety and protection.Contractor shall notify- any manner that will endanger the structure, nor owners of adjacent property and of Underground shall Contractor subject any part of the Work or Facilities and other utility owners when adjacent property to stresses or pressures that will prosecution of the Work may affect them, and endanger it.. shall ,cooperate with theist in the protection, removal, relocation,' and replacement of their 6.12 Record Documents property. A. Contraetor shall maintain in a safe place at the Site C. Contractor shall comply with the applicable one record copy of all Drawings, Specifications, requirements of Owner's safety programs,if any. Addenda, Change Orders, Work Change The Supplementary Conditions identify any .Directives, Field Orders, and written Owner's safety programs that are applicable to the interpretations and clarifications in good order and Work. annotated to show changes made during construction. These record documents together D. Contractor shall inform Owner and Engineer of with all approved Samples and a counterpart of all the specific requirements of Contractor's safety. approved Shop Drawings.will be available to program with which Owner's and Engineer's Engineer for reference, Upon completion of the employees and representatives must.comply while Work, these record documents, Samples, and at the Site. Shop Drawings will be delivered to Engineer for Owner. E. All damage, injury, or loss to any property referrea to in Paragraph 6.13.A.2 or 6.13.A.3 6.13 Safety and Protection caused, directly or indirectly,in whole or in part, by Contractor,any Subcontractor,Supplier,or any A. Contractor shall be solely responsible for other individual or entity directly or indirectly initiating, maintaiivng and supervising all safety employed by any of them to perform any of the precautions and programs in connection with the Work,or anyone for whose acts any of them may Work. Such responsibility does not relieve be liable,shall be remedied by Contractor(except Subcontractors of their responsibility for the damage or loss attributable to the. fault of safety of persons or property in the performance Drawings or Specifications or to the acts or of their work,nor for compliance with applicable omissions of Owni r or Engineer or anyone safety Laws and Regulations. Contractor shall employed by any of them, or anyone for whose take all necessary precautions for the safety of, acts any of them 'may be liable, and not and shall provide the necessary protection to attributable, directly.or indirectly, in whole or in prevent damage,injury or loss to: part, to the fault or negligence of Contractor or any Subcontractor,Supplier,or other individual or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright Q2007 National Society of Professional Engineers for EJCDC. AArightsregerved. •00700 z6 A entity directly or indirectly employed by any of- I. Shop Drawings: them). a. Submit number of copies specified in the F. Contractor's duties and responsibilities for safety General Requirements. and for protection of the Work shall continue until such time as all the Work is completed and b. Data shown on the Shop Drawings will Engineer has issued a notice to Owner and be complete with respect to quantities, Contractor in accordance with Paragraph 14.07.8 dimensions, specified performance and that the Work is acceptable (except as otherwise design criteria,' materials, and similar expressly provided in connection with Substantial data to show Engineer the services; Completion). materials, and equipment Contractor proposes to provide and '-to enable 6.14 Safety Representative Engineer to review the information for the limited purposes required by A. Contractor shall designate a qualified and Paragraph 6.17.D. experienced safety representative at the Site whose duties and responsibilities shall-be the 2. Samples: prevention of accidents and the maintaining and supervising of safety precautions and programs. a. Submit number of Samples specified in the Specifications. 6.15 Hazard Communication.Programs b. Clearly identify each Sample as to A. Contractor shall be responsible for coordinating material, Supplier,pertinent data such as any exchange of material safety data sheets or catalog numbers, the use for which other hazard communication information required intended and otter data as Engineer may to be made available to or exchanged between or require to enable Engineer to review the among employers at the Site in accordance with submittal for the limited purposes Laws or Regulations. required by Paragraph 6,17.D. 6.16 Emergencies B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of A. In emargencies affecting the safety or protection Submittals, any related Work performed prior to of persons or the Work or property at the Site or Engineer's review and approval of the pertinent adjacent thereto, Contractor is obligated to act to submittal will be at the sole expense and prevent threatened damage, injury, or loss, responsibility of Contractor. Contractor shall give Engineer prompt written notice if Contractor believes that any significant C. ,Submittal Procedures: changes in the Work or variations from the Contract Documents have been caused thereby or 1. Before submitting each Shop Drawing or are required as a result thereof. If Engineer Sample,Contractor shall have: determines that a change in the Contract Documents is required because of the action taken a. reviewed and coordinated each Shop by Contractor in response to such an emergency,a Drawing or Sample with other Shop Work Change Directive or Change Order will be Drawings and Samples and with the issued. requirements of the Work ' and the Contract Documents; 6.17 Shop Drawings and Samples b. determined and verified all- field A: Contractor shall submit Shop Drawings and measurements, quantities, dimensions, Samples to Engineer for review and approval in specified performance and design accordance with the accepted Schedule of criteria, installation requirements, Submittals (as required by Paragraph 2.07). Each materials, catalog numbers, and similar submittal will be identified as Engineer may information with respect thereto; require. e. determined and verified the suitability of all materials•offered with respect to the F7CDC C-700 Standard General Conditions of the Construciion Contract. Copyright m2007 National Society ofProfessionalEngineers for FJCDC.Ailrightsreserved. 00700 27 e indicated application, fabrication, approval of the assembly in which the item 'shipping, handling, storage, assembly, functions. and installation pertaining to the performance of the Work,and 3. Engineer's review and approval shall not j relieve Contractor from responsibility for any d, determined and verified all information variation from the requirements of the relative to Contractor's responsibilities Contract Documents unless Contractor has for means, methods,. techniques, complied with the requirements of Paragraph sequences, and procedures of 6.17.C.3 and Engineer has given written construction, and safety precautions and approval of each such variation by specific programs incident thereto. written notation thereof incorporated.in or accompanying the Shop•Drawing or Sample. 2, Each submittal shall bear a stamp or specific Engineer's review and approval shall not written certification that Contractor has relieve Contractor from responsibility for satisfied Contractor's obligations under the complying with the requirements of Contract Documents with respect to Paragraph 6.17.C.1. Contractor's. review and approval of•that submittal. E. Resubmittal Procedures: 3. With-each submittal, Contractor shall give 1. Contractor shall make corrections required by Engineer specific written notice of any Engineer-and shalt return.the required number variations that the Shop Drawing or Sample of corrected copies of Shop Drawings and may have from the requirements of the submit,as required,:new Samples for review Contract Documents. This notice shall be avid approval. Contractor shall direct specific both a written communication separate from attention in writing to revisions other than the the Shop Drawings or Sample submittal,and, corrections called for by Engineer on in addition, by a specific notation made on previous submittals. _ each Shop.Drawing of Sample submitted to Engineer for review and approval of each 6.18 Continuing the Work such variation. A. Contractor shall carry on the Work and adhere to D. Engineer's Review: the Progress Schedule during all disputes or disagreements with Owner. No Work shall be 1. Engineer will provide timely review of Shop delayed or postponed pending resolution of any Drawings and Samples in accordance with disputes or disagreements, except as permitted by the Schedule of Submittals acceptable to Paragraph 15.04 or as Owner and Contractor may Engineer. Engineer's review and approval otherwise agree in writing. will be only to determine if the items•covered by the submittals will, after installation or 6.19 Contractor's General Warranty and Guarantee incorporation in the Work, conform to the information given in the Contract Documents A. Contractor warrants and guarantees to Owner that . and be compatible with the design concept of all Work will be in accordance with the Contract the completed Project as a functioning whole Documents and will not be defective, Engineer as indicated by the Contract Documents: and its officers, directors, members, partners, employees, agents, consultants, and 2. Engineer's review and approval will not subcontractors shall be entitled 'to rely on extend to means, methods, techniques, representation of Contractor's warranty and sequences, or procedures of construction: guarantee, (except where a particular means, method, technique, sequence, or procedure of S. Contractor's warranty and'guarantee hereunder construction is specifically and expressly excludes defects or damage caused by: called for by the Contract Documents) or to safety precautions or programs incident 1, abuse,modification,or improper rnaintenance thereto. The review and approval of a or operation by persons•other than Contractor, separate item as such will not indicate Subcontractors, Suppliers, or any other XrCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional)Engineers For EJCDC.All rights reserved, 00700 28 0 1 individual or entity for whom Contractor is Work or anyone for whose acts any of them may responsible;or be liable. 2. normal wear and tear under normal usage. B. In any and all claims against Owner or Engineer . or any of their officers; directors, members, C. Contractor's obligation to perform and complete partners, employees, agents, consultants, or the Work in. accordance with: the Contract subcontractors by any employee (or the survivor Documents shall be absolute. Ndne, of the or personal representative of such employee) of following will constitute an acceptance of Work Contractor, any Subcontractor, any Supplier, or that is not in accordance with the Contract -any individual or entity directly or indirectly Documents or a release of Contractor's obligation employed by any of them to perform any of the to perform the Work in accordance with the Work,or anyone for whose acts any of them may Contract Documents: be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way 1. observations by Engineer; by any limitation on the -amount•or type of damages,compensation,or benefits payable by or 2. recommendation by Engineer or payment by for Contractor or any such Subcontractor, Owner of any progress or final payment; Supplier, or other individual. or entity under workers' compensation acts, disability benefit 3, the issuance of a certificate of Substantial acts,or other employee benefit acts. Completiod by Engineer.of any payment related thereto by Owner; C. The indemnification obligations of Contractor under Paragraph 6.20.A, shall not extend to the 4.' use or occupancy of the Work or any part liability of Engineer and Engineer's officers, thereof by Owner; directors, members, partners, employees, agents, consultants and subcontractors arising out of- 5. any review and approval of a Shop Drawing r or Sample submittal or the issuance of a 1. the preparation or approval of, or the failure notice of acceptability by Engineer; to prepare or approve. maps, Drawings, opinions, reports, surveys, Change Orders, 6. any inspection,test,or approval by others;or designs,or Specifications;or 7. any correction of defective Work by Owner. 2. giving directions or instructions, or failing to ' give them,if that is the primary cause of the 6.20 Indemnication injury or damage. A. To the fullest extent permitted by Laws and 6.21 Delegation ofProfessiona7Design Services Regulations, Contractor shall indemnify and hold harmless Owner and Engineer,and the officers, A. Contractor will 'not be :required to provide directors, members, partners, employees, agents, professional design services unless such services consultants and subcontractors of each and any of are specifically required by the Contract them from and against all claims, costs, losses, Documents for a portion of the Work or unless. and damages(including but not limited to all fees such services are xeq#ed to carry out and charges of engineers, architects, attomeys, Contractor's- responsibilities for -construction and other professionals and all court or arbitration means, methods, techniques, sequences and or other dispute resolution costs)arising out of or procedures. Contractor shall not be required to relating to the performance of the Work,provided provide professional services in violation of that any such claim, cost, loss, or damage is applicable law, attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible B. If professional design services or certifications by property(other than the Work itself),including the a design professional related to systems,materials loss of use resulting therefrom but only to the or equipment are specifically required 'of extent caused by any negligent act or omission of Contractor by the Contract Documents, Owner Contractor, any Subcontractor, any Supplier, or and Engineer will specify all performance and any individual or entity directly or indirectly design criteria that such services must satisfy. employed by any of them to perform any of the Contractor shall cause such services or XJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007National Society ofProfesslonalrngineers forFJCDC.Aff rights reserved. 00700 29 I ti certifications to be provided by a properly licensed B. Contractor shall afford each other contractor who professional, whose signature and seal shall is a party to such a direct contract, each utility appear on all drawings, calculations, owner, and Owner,if Owner is perfomling other specifications, certifications, Shop Drawings arid work with Owner's employees, proper and safe other submittals prepared by such professional. access to the Site, provide a reasonable Shop Drawings'and other submittals related to the opportunity for the introduction and storage of Work designed or certified by such professional, materials and equipment and'the execution of such if prepared by others, shall bear such other work, and properly coordinate the Work professional's written approval when submitted to with theirs. Contractor shall do all cutting,fitting, Engineer. and patching of the Work that may be required to properly connect or otherwise make its several C. Owner and Engineer shall be entitled to rely upon parts come together and properly integrate with the adequacy, accuracy and completeness of the such other work. Contractor shall not endanger services, certifications or approvals performed by any work of others by cutting, excavating, or such design professionals, provided Owner and otherwise altering such work;provided,however, Engineer have specified to Contractor all that Contractor may cut or alter others'work with performance and design criteria that such'services the written consent of Engineer and the others must satisfy. whose work will be affected. The duties and responsibilities of Contractor under this Paragraph D. Pursuant to this Paragraph 6.21, Engineer's are for the benefit of such utility owners and other review and approval of design calculations and contractors to the extent that there are comparable design drawings will be only for the limited provisions for the benefit of Contractor in'said purpose of checking• for conformance with direct contracts.between Owner and such utility performance and design criteria given and the owners and other contractors. design concept expressed in the Contract Documents. Engineer's review and approval of C. If the proper execution or results of any part of Shop Drawings and other submittals (except Contractor's Work depends upon work performed design calculations and design drawings)will be by others under this Article 7, Contractor shall only for the purpose stated in Paragraph 6.17.D.1. inspect such other work and promptly report to Engineer in writing any delays, defects,' or E. Contractor shall not be responsible for the deficiencies in such other work that render it adequacy'of the performance or design criteria unavailable or unsuitable for the proper execution required by the Contract Documents. and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of ARTICLE+ 7—OTHER WORK AT THE SITE such other work as fit and proper for integration with Contractor's Work'except for latent defects 7.01 Related Work at Site and deficiencies in such other work. A. Owner may perform other work related to the 7.02 Coordination Project at the Site with Owner's employees, or through other direct contracts therefor, or have A. If Owner intends to contract with others for the other work performed by utility owners. If such performance of other work on the Project at the other work is not noted in the Contract Site, the following will be set forth in Documents,then: Supplementary Conditions;' I, written notice thereof will be given to 1. the individual or entity who will have Contractor prior to starting any such other authority and responsibility for coordination work;and of the activities among the various contractors will be identified; 2. if Owner and Contractor.are unable to agree on entitlement to or on the amount or extent, 2. the specific matters to be covered by such if any,of any adjustment in the Contract Price authority and responsibility will be itemized; or Contract Times that should be allowed as a and result of such other Work a Claim may be made therefor as provided in Paragraph 3. the extent of such• authority and 10.05. responsibilities will be provided. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2001 National Society of Professional Engineers for EJCDC.AIlrights reserved. 00700 30 B. Unless otherwise provided in the Supplementary Contractor copies of reports of explorations and Conditions, Owner shall have sole authority and tests of subsurface conditions and drawings of responsibility for such coordination. physical conditions relating to existing surface or subsurface structures at the Site. 7.03 Legal Relationships 8.06 Insurance A. Paragraphs 7A1.A and 7.02 are-not applicable for utilities not under the control of Owner. A. Owner's responsibilities, if any, with respect to purchasing and maintaining liability and property B. Each other direct contract of Owner under insurance are set forth in Article 5. Paragraph 7.01.A shall provide that the other • 11 contractor is,liable to Owner and Contractor for 8.07 Change Orders the ;reasonable direct delay and disruption costs incurred by Contractor as a result of the other A." Owner is obligated to execute Change Orders as contractor's wrongful actions or inactions. indicated in Paragraph 10.03. C. Contractor shall be liable to Owner and any other, 8.08 Inspections,Tests,andApprovals contractor under direct contract to Owner for the reasonable direct delay. and disruption costs A. Owner's responsibility with respect to certain incurred by such other contractor as a result of inspections, tests, and approvals is set forth in Contractor's wrongful action or inactions. Paragraph 13.03.13. AR.MLE 8—OWNER'S RESPONSIBILITIES 8.09 Limitations on Owner's Responsibilities 8.01 Communications to Contractor A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, - A. Except as otherwise provided in these General Contractor's means, methods, techniques, Conditions,Owner shall issue all communications sequences, or procedures of construction, or'the' to Contractor through Engineer. safety precautions and programs incident thereto, or for any failure of Contractor to comply with 8.02 ReplacementofEngineer Laws and Regulations applicable to the performance of the Work..Owner will not be A. In case of termination of the employment of responsible for Contractor's failure to perform the Engineer, 'Owner shall appoint an engineer to Work in accordance with the Contract whom Contractor'makes no reasonable objection, Documents. whose status under the Contract Documents shall be that of the former Engineer. 8.10 Undisclosed Hazardous Environmental Condition 8.03 Furntshbata A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition A. Owner shall promptly furnish the data required of is set forth in Paragraph 4.06. Owner under the Contract Documents. -8.11 Evidence ofFinancialArrangements 9.04 Pay When Due . A. Upon request of Contractor, Owner shall furnish A. Owner shall make payments to Contractor when 'Contractor reasonable evidence that financial they are due as provided in Paragraphs 14%02.0 arrangements have been made to satisfy Owner's and 14.07.C. obligations under the Contract Documents. 8.05 Lands and Easements;Reports and Tests 8.12 Compliance with,Safety Program A. Owner's duties with respect to providing lands A. While at the Site, Owner's .employees and and easements and providing engineering surveys representatives shall comply with the specific to establish reference points axe set forth in applicable requirements of Contractor's safety Paragraphs 4.01 and 4.05.Paragraph 4.02 refers to programs of which Owner 'has been informed Owner's identifying and making available to pursuant to Paragraph 6.13.D. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007Nagonal Society of Professional Engineers for EJCDC.AJI rights reserved. 00700 31 ARTICLE 9—ENGMER'S STATUS DURING any such Resident Project Representative and CONSTRUCTION assistants will be as provided in the Supplementary Conditions,and limutations on the 9.01 Owner's Representative responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another A. Engineer will be Owner's representative during representative or agent to represent Owner at the the construction period. The duties and Site who is not'Engineer's consultant, agent or responsibilities and the limitations of authority of employee, the responsibilities and authority, and Engineer as Owner's representative during limitations thereon of such other individual or construction axe- set -forth in the Contract entity will be as provided in the Supplementary Documents. Conditions. 9.02 Nyiis to,S4te 9.04 Authorized Variations in Work . A. Engineer wilt make visits to the Site at intervals A. Engineer may authorize minor variations in the appropriate to the various•stages of construction as Work from the requirements of the Contract Engineer deems necessary in order to observe as Documents'Which do not involve an adjustment in an experienced and qualified design professional the Contract Price or the Contract Times and are the progress that has been made and the quality of compatible with the design concept of the the various aspects of Contractor's executed completed Project as a functioning whole as Work.Based on information obtained during such indicated by the Contract Documents.These may visits and observations, Engineer, for the benefit be accomplished by a Field Order and Will be of Owner,will determine,in general,if the Work binding on.Owner and also on Contractor, who is -proceeding in accordance with the Contract shalt perform the Work involved promptly. If Documents.Engineer will not be required.•to inake Owner or Contractor believes that a Field Order exhaustive or continuous inspectfom on the Site to justifies an adjustment in the Contract Price or check the quality or quantity of the Work. Contract Times,or both,and the parties are unable Engineer's efforts will be directed toward to agree on entitlement to or on the amount or providing for Owner 'a greater degree of extent, if any, of any such adjustment, a-Claim confidence that the completed.Work will conform• may be made therefor as provided in generally to the Contract Documents.On the basis Paragraph 10.05. of such visits and observations,Engineer will keep Owner informed of the progress of the Work and 9.05 Rejecting Defective Work will endeavor to guard. Owner against defective Work. A. Engineer will have authority to rej ect Work which Engineer believes to be defective,or that Engineer B. Engineer's visits and observations are subject to believes will not produce a completed Project that all the limitations on Engineer's authority and conforms to the Contract Documents or that will responsibility set• forth. in Paragraph 9.09. prejudice the integrity of the design concept of the Particularly,but without limitation,during or as a completed. Project as a functioning whole as result of-Engin.eer's visits or observations of indicated by the Contract Documents, Engineer Contractor's Work, Engineer will not supervise, will also have authority to require special direct, control, or have authority over or be inspection or testing of the Work as provided in responsible for Contractor's means, methods, Paragraph 13.04, whether or not the Work is* techniques, sequences, or procedures of fabricated,installed,or completed. construction, or the safety precautions and programs incident thereto, or for any failure of 9.06 Shop Drawings, Change Orders and Payments Contractor to comply with Laws and Regulations applicable to the performance of the Work. A. in connection with Engineer's authority, and limitations thereof, as to Shop Drawings and 9.03 ProjectRe-presentative Samples,see Paragraph 6.17. A. If Owner and Engineer agree, Engineer will B. In connection with Engineer's authority, and famish a Resident Project Representative to assist limitations thereof, as to design calculations and Engineer in providing more extensive observation design drawings submitted in response to a of the Work.The authority and responsibilities of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers forEJCDC.All rights reserved. 00700.32 1 delegation of professional design services,if any, partiality to Owner or Contractor and will not be see Paragraph 6.21. liable in connection with any interpretation or decision rendered in good faith is such capacity. C. In connection with Engineer's authority as to Change.Orders,see Articles 10,11,and 12. 9.09 Limitations on Engineer's Authority and Responsibilities D. In connection with Engineer's authority as to Applications for Payment,see Article 14. A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision '9.07 Determinations for Unit Price Work of the Contract Documents nor any decision made by Engineer in good faith either to exercise'of not A. Engineer will determine the actual quantities and exercise such authority or responsibility or the- classifications of Unit Price Work performed by undertaking, exercise, or performance of any Contractor. Engineer will review with Contractor authority or responsibility by Engineer shall the Engineer's preliminary determinations on such- create,impose,or give rise to any duty in contract, matters before rendering a written decision tort,or otherwise owed by Engineer to Contractor, thereon(by recommendation of an'Applieation for any Subcontractor, any Supplier, any other Payment or otherwise). Engineer's written individual or entity, or to any surety for or decision thereon will be final and binding(except employee or agent of my of them. as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner B. Engineer will not supervise, direct, control, or and Contractor, subject to the provisions of have authority over• or be responsible for Paragraph 10.05. Contractor's means, methods, techniques, sequences, or procedures of construction, or the 9.08 Decisions on Requirements of Contract Documents safety precautions and programs incident thereto, and Acceptability of Work or for any failure of Contractor to comply with Laws and Regulations applicable to the A. Engineer will be the initial interpreter of the performance of the Work. Engineer will not be requirements of the Contract Documents and responsible for Contractor's failure to perform the judge of time acceptability of the Work thereunder. Work in accordance with the Contract All matters in question and ot�er matters between Documents. Owner and Contractor arising prior to the date final payment is due relatiog to the acceptability of C. Engineer will not be responsible for the acts or the Work, and the interpretation of the omissions of Contractor or of any Subcontractor, requirements of the Contract Documents any Supplier, or of any other individual or entity pertaining to the performance of the Work,will be performing any of the Work. referred initially to Engineer in writing within.30 days of the event giving rise to the question. D. Engineer's review of the final Application for Payment and accompanying documentation and i B. _Engineer will,with reasonable promptness,render all mainter]ance and operating instructions, a written decision on the issue referred.If Owner schedules, guarantees, bonds, certificates of or Contractor believes that any such decision inspection,. tests and approvals, and other entitles them to an adjustment in the Contract documentation 'required to be delivered by Price or Contract Times or both, a Claim may be Paragraph 14.07.A•will only be to determine made under Paragraph 10.05. The date of generally that their content complies with the Engineer's decision shall be the date of the event requirements of, and in the case of certificates of giving rise to the issues referenced for the inspections, tests, and approvals that the results purposes of Paragraph 10.053. certified indicate compliance with, the Contract Documents. C., Engineer's written decision on the issue referred will be final and binding on Owner and E. The limitations upon authority and responsibility Contractor,subject to the provisions of Paragraph set forth in this Paragraph 9.09 shall also apply to 10.05. the Resident Project Representative, if any, and assistants,if any. _ D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show VCDC C 700 Standard General Conditions of the Construction Contract Copyrightm2007 National Society ofProfessimal Engineers forMCDC.Allrightsreserved. 00700-33 A 9.10 Compliance with Safety Program 2. changes in the Contract Price or Contract Times which are agreed to by the parties,.... A. While at the Site, Engineer's employees and including any undisputed sum or amount of representatives shall comply with the specific time for Work actually performed in applicable requirements of Contractor's safety accordance with a Work Change Directive; programs of which Engineer has been informed and pursuant to Paragraph 6.13.D. 3. changes in the Contract Price or Contract ARTICLE 10—CHANGES IN THE WORK;CLAIMS Tithes which embody the substance of any written decision rendered by Engineer 10.01 Authorized Changes in the Work pursuant to Paragraph 10.05;provided that,in lieu of executing any such Change Order,an A. Without invalidating the Contract and without appeal may be taken,from any such decision notice to any surety, Owner may, at any time or in accordance with the provisions of the from time to time, order additions, deletions, or Contract Documents and applicable Laws and revisions in the Work by a Change Order, or a Regulations, but during any such appeal, Work Change Directive.Upon receipt of any such Contractor shall carry on the Work and document,Contractor shall promptly proceedwith adhere to the Progress Schedule as provided the Work involved which will be performed under in Paragraph 6.18.A. the applicable conditions of 6e, Contract Documents (except as otherwise specifically 10.04 Notification to,surety provided). A. If the provisions of any bond require notice to be B. If Owner and Contractor are unable to agree on given to a surety of any change affecting the entitlement to, or on the amount.or extent,if any, general scope of the Work or the provisions of the of an adjustment in the Contract Price or Contract Contract Documents(including,but not limited to, Times, or both,that should be allowed as a result Contract Price or Contract Times), the giving of of a Work Change Directive, a Claim may be any such notice will be Contractor's made therefor as provided in Paragraph 10.05. -responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any 10.02 Unauthorized Changes in the Work such change. A. Contractor shall not be entitled to an increase in 10.05 Claims i the Contract Price or an extension of the Contract Times with respect to any work performed that is A. Engineer's Decision Required A11 Claims, not required by-the Contract Documents' as except those waived pursuant to Paragraph 14.09, amended,modified, or supplemented as provided shall be referred to the Engineer for decision. A in Paragraph 3.04, except in the case of an decision by Engineer shall be required as a emergency as provided in Paragraph 6.16 or in the. condition precedent to any•exercise by Owner or case of uncovering Work as provided in Contractor of any rights or remedies either may Paragraph 13.04.D. otherwise have under the Contract Documents or by Laws and Regulations in respect of such 10.03 Execution of Change Orders Claims. A. Owner and Contractor shall execute appropriate B. Notice.,Written notice stating the general nature of Change Orders recommended by Engineer each Claim shall be delivered by the claimant to covering: Engineer and the other party to the Contract promptly(but in no event later than 30 days)after I. changes in the Work which are: (i) ordered the start of the event giving rise thereto. The by Owner pursuant to Paragraph 10.01.A,(ii) responsibility to substantiate a Claim shall rest required because of acceptance of defective with the party making the Claim. Notice of the Work under Paragraph 13.08.A or Owner's amount or extent of the Claim, with supporting correction,of defective Work under Paragraph data shall be delivered to the Engineer and the 13.09,or(JR)agreed to by the parties; other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional E.TCDC C 700 Standard General Conditions of the Construction Contract Copyright 02007 National Sodetya0rofesslonal Engineers forMCDC.AIIrightsreserved. 00700-34 i or more accurate data in support of such Claim).A paid by Contractor in the proper performance of Claim for an adjustment it,Contract Price shall be the Work. When the value of any Work covered prepared in-accordance. with the provisions of by a Change Order or when a Claim for an Paragraph 12.01.13.A Claim for an adjustment in adjustment in Contract Price is deternuned on the Contract Times shall be prepared in accordance basis of Cost of the Work e co sts osts to be with the provisions of Paragraph 12.02.8. Each reimbursed to Contractor will be. only those. Claim shall be accompanied by claimant's written additional or incremental costs required because statement that the adjustment claimed is the entire of the change in.the Work or because'of the event adjustment to which the claimant believes it is giving rise to the Claim.Except as otherwise may entitled as a result of said event. The opposing be agreed to in writing by Owner,such costs shall party shall submit any response to Engineer and be in amounts no higher than those prevailing.in the claimant within 30 days after receipt of the the locality of the Project,shall not include any of claimant's last submittal(unless Engineer allows the costs itemized inparagraph 11.0LB,and shall additional time). include only the following items: C. Engineer's action: Engineer will review each 1. Payroll costs for employees in the direct Claim and,within 30.days after receipt of the last employ of Contractor in the performance of I' submittal of the claimant or the last submittal of the Work under schedules of job the opposing party, if any, take one of the ' classifications agreed upon by Owner and following actions in writing: Contractor.• Such employees shall include, without limitation, superintendents, foremen, I. 'deny the Claim,in whole or in part; and other petsonmel employed full time on the Work. Payroll costs for employees not 2. approve the Claim;•or employed full time on the Work shall be apportioned on the basis of their time spent 3. notify the parties that the Engineer is unable on the Work. Payroll costs shall include,but to resolve the Claim if,in the Engineer's sole not be limited to,salaries and wages plus the discretion, it would be inappropriate for the cost of fringe benefits, which shall include Engineer to do so. For purposes of further sbeial security contributions, unemployment, resolution of the Claim, such notice shall be excise, and payroll taxes, workers' deemed a denial. compensation,health and retirement benefits, . bonuses,sick leave,vacation and holiday pay D. In the event that Engineer does not take action on applicable thereto. The expenses of a Claim within said 30 days, the Claim shall be. performing Work outside of regular working deemed denied. hours,on Saturday,Sunday,or legal holidays, shall be included in the above to the extent E. Engineer's written action under Paragraph authorized by Owner. 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding 2. Cost of all materials and equipment famished,. upon Owner and Contractor, unless Owner or and incorporated in the Work,including costs Contractor invoke the dispute resolution of transportation and storage thereof, 'and procedure set forth in Article 16 within 30 days'of Suppliers' •field services required in such.action or denial. connection therewith.All cash discounts shall accrue to Contractor unless Owner deposits F. No Claim for an adjustment in Contract Price or funds with Contractor with which to make Contract Times will-be valid if not submitted in payments, in which case the cash discounts accordance with this Paragraph 10.05. shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of ARTICLE 11—COST OF THE WORK;ALLOWANCES; surplus materials and equipment shall accrue- UNIT MCE WORK to Owner, and Contractor shall make provisions so that they may be obtained. 11.01 Cost of the Work 3. Payments made by Contractor to A. Costs Included: The term Cost of the Work Subcontractors for Work performed by means the sum.of 41 costs, except'those excluded Subcontractors. If required by Owner, in Paragraph'11.01.13, necessarily incurred and Contractor shall obtain competitive bids from FTCDC C;700 Standard General Conditions of the Construction Contract Copyright 0Z007National Sudety ofPxorwional Engineers for EJ'CDC.Ali Aghlsreserved. ' 0070Q-35 • subcontractors acceptable to Owner and e. Deposits lost for causes other than Contractor and shall deliver such bids to negligence . of Contractor, any Owner, who will then determine, with the Subcontractor, or anyone directly or advice of Engineer,which bids,if any,will be indirectly employed by any of them or acceptable. If any subcontract provides that for whose acts any of them may be the Subcontractor'is to be paid on the basis of liable,and royalty payments and fees for Cost of the Work plus a fee, the permits and licenses. Subcontractor's Cost of the Work and fee shall be determined in the same manner as f. Losses and damages (and related Contractor's Cost of the Work and fee as expenses) caused by damage to the provided in this Paragraph 11.01. Work,not compensated by insurance or otherwise, sustained by Contractor in 4. Costs of special consultants(including but not connection with the performance of the limited. to engineers, architects, testing Work(except losses and damages within laboratories, surveyors, .attorneys, and the deductible amounts of property accountants) employed for services insurance established in accordance with specifically related-to the Work. Paragraph 5.06.D),provided such losses and damages have resulted from causes 5, Supplemental costs including the following: other than the negligence of Contractor, any Subcontractor, or anyone directly or a. The . proportion of necessary indirectly employed by any of them or transportation, travel, and subsistence for whose acts any of them may be- expenses of Contractor's employees liable. Such losses shall include incurred in discharge of duties connected settlements .made with the written with the Work. consent and approval of Owner.No such losses, damages, and expenses shall be b. Cost, including transportation and included in the Cost of the Work for the maintenance, of all materials, supplies, purpose of determining Contractor's fee. equipment, machinery, appliances, ' office, 'and temporary facilities at the g. The cost of utilities, fuel, and sanitary Site, and hand tools not owned by the facilities at the Site. workers, which are consumed in the performance of the Work, and cost,less h. Minor expenses such as telegrams, long ;market value, of such items used but not distance telephone calls, telephone consumed which remain the property of service at the Site, express-and courier Contractor. services, and siinilar petty cash items in connection with the Work. c. Rentals of all construction equipment and machinery, and the parts thereof i. The costs of premiums for all bonds and whether rented from Contractor or others insurance Contractor is required vy the in accordance with rental agreements Contract Documents to purchase and approved by Owner with the advice of maintain. Engineer,and the costs oftramportation, loading, unloading, assembly, B. Costs Excluded.-The term Cost of the Work shall dismantling, and removal thereof. All not include any of the following items: such costs shall be in accordance with the terms of said rental agreements.The 1. Payroll costs and other compensation of rental of any such equipment,machinery, Contractor's officers, executives, principals or parts sball cease when the use thereof (of partnerships and sole proprietorships), is no longer necessary for the Work. general managers, safety managers, engineers, architects, estimators, attorneys, d. Sales, donsumer; use, and other similar auditors, accountants, purchasing and taxes related to the Work,and for which contracting agents, expediters, timekeepers, Contractor is liable, as imposed by Laws clerks, and other personnel employed by and Regulations. Contractor, whether at the Site or in Contractor's principal or branch office for EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Ungineers for IUCDC.All rights reserved. 00700-36 general administration of the Work and not such persons or entities as may be acceptable to specifically included in the agreed upon Owner and Engineer. schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered B. Cash Allowances: by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by 1. . Contractor agrees that: the Contractor's fee.- a. the cash allowances include the cost to 2. Expenses of Contractor's principal and Contractor (less any applicable trade branch offices other than Contractor's office discounts) of materials and equipment at'the Site. required by the allowances to be delivered at the Site, and all applicable 3. Any part of Contractor's capital expenses, taxes;and including interest on Contractor's capital employed for the Work and charges against b. Contractor's costs for unloading and Contractor for delinquent payments. handling on the Site, labor, installation, overhead, profit, and other expenses 4. - Costs due to the negligence. of Contractor, contemplated for the cash allowances any Subcontractor, or anyone directly or have been included in the Contract Price indirectly employed by any of them or for and not in the allowances, and no whose acts any of them may be liable, demand for additional payment on including but not limited to,the correction of account of any of the foregoing will be defective Work, disposal of materials or valid. equipment wrongly supplied, and malting good any damage to property. C. Contingency Allowance: 5. Other overhead or general expense costs of 1. Contractor agrees that a contingency any kind and the costs of any item not allowance,if any,is for the solo use of Owner specifically and expressly included in to cover unanticipated costs. Paragraphs 11.01.A. D. Prior to final payment, an appropriate Change C. Contractor's Fee: When all the Work is Order will be issued as recommended by Engineer performed on the basis of cost-plus, Contractor's to reflect actual amounts due Contractor on fee shall be determined as set forth in the account of Work covered by allowances, and the Agreement.When the value of any Work covered Contract Price shall be correspondingly adjusted. by a Change Order or when a Claim.for an adjustment in Contract Price is determined on the 11.03 Unit Price Work basis of Cost of the Work, Contractor's fee shall , be determined as setforth inParagraph 12.01.C. A. Where the Contract Documents provide that all or part of the Work is to be Uuit Price Work,initially D. Documentation: Whenever the Cost of the Work the Contract Price will be deemed to include for for any purpose is to be determined pursuant to all Unit Price Work an amount equal to the sum of Paragraphs 11.OLA and 11.01.13, Contractor will the unit price for each separately identified item of establish and maintain records thereof in Unit Price Work times the estimated quantity of accordance with generally accepted accounting each item as indicated in the Agreement. practices and submit in a_ form acceptable to Engineer an itemized cost breakdown together B. The estimated quantities of items of Unit Price with supporting data. Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an 11.02 Allowances initial Contract Price.Detemvnations of the actual quantities and classifications of Unit Price Work A. It is understood that Contractor has included in the performed by Contractor will be made by Contract Price all allowances so named in the Engineer subject to the provisions of Paragraph Contract Documents and shall cause the Work so 9.07. covered to be performed for such sums and by FJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC.All rights reserved. 00700.31 i C. Each unit price will be deemed to include an 3. where the Work involved is not covered by amount considered by Contractor to be adequate unit prices contained in '.the Contract to cover Contractor's overhead_and profit for each Documents and agreement to a lump stun is separately identified item. not reached under Paragraph 12,01.B.2, on the basis of the Cost of the Work(determined D. Owner or Contractor may make a Claim for an as provided in Paragraph 11.01) plus a adjustment in the Contract Price in accordance Contractor's fee for overhead and profit with Paragraph 10.05 if: (determined as provided in Paragraph 12.01.C). 1. the quantity of any item of Unit Price Work performed by Contractor differs materially C. Contractor's Fee: The Contractor's fee for and significantly from the estimated quantity overhead and profit shall be -determined as of such item indicated in the Agreement;and follows: 2, there is no corresponding adjustment with I. a mutually acceptable fixed fee;or respect to any other item of Work;and 2. if a fixed fee is not agreed upon, then a fee -3. Contractor believes that Contractor is entitled based on the following.percentages of the to an increase in Contract Price as a result of various portions of the Cost of the Work: having incurrred additional expense or Owner believes that Owner is entitled to a decrease a. for costs incurred under Paragraphs in Contract Price and the parties are unable to 11.0l.A.1 and 11.01.A.2, the agree as to the amount of any such increase or Contractor's fee shall be 15 percent., decrease. b, for costs incurred under Paragraph ARTICLE 12—CHANGE OF CONTRACT PRICE; 11.01,A.3, the Contractor's fee shall be CFIANGE OF CONTRACT TIMES five percent; 12.01 Change of Contract Price c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus A. The Contract Price may only be changed by, a a fee and no fixed fee is agreed upon,the Change Order.Any Claim for an adjustment in the intent of Paragraphs 12.01.C.2.a and Contract Price shall be based on written notice 12.0l.C.2.b is that the Subcontractor submitted by the party making the Claim to the who actually performs the Work, at Engineer and the other party to the Contract in whatever tier, will be paid a-fee-of 15 , accordance with the- provisions of Paragraph percent of the costs incurred by such 10.05. Subcontractor under Paragraphs 11,01.A,1 and 11.01.A.2 and that any B. The value of any Work covered by a Change higher tier Subcontractor and Contractor Order or of any Claim for an adjustment in the will each be paid a fee of five percent of Contract Price will be determined as follows: the amount paid to the next lower tier Subcontractor; 1. where the Work involved is covered by unit prices contained in the Contract Documents, d, no fee shall be payable on the basis of by application of such unit prices to the costs itemized under Paragraphs quantities of the items involved(subject to the 11.01.A.4,11.0l.A.5,and 11.01.8; provisions of Paragraph 11.03);or e. the amount of credit to be allowed by 2. where the Work involved is not covered by Contractor to Owner for any change unit prices contained in the Contract which results-in a net decrease in,cost Documents,by a mutually agreed lump sum will be the amount of the actual net (which may include an •allowance for decrease in cost plus a deduction in overhead and profit not necessarily in Contractor's fee by an amount equal to accordance with Paragraph 12.01.C,2);or five percent of such net decrease;and EJCDC C-700 Standard Generkl Conditions of the Construction Contract Copyright©2007National Society of Professional Engineers for EJCDC.All rights reserved. 00700 38 f when both additions and credits are control of Owner, or other causes not the fault of involved in any one change, the and beyond control of Owner and Contractor,then adjustment in Contractor's fee shall be Contractor shall be entitled to an equitable computed on the basis of the net change adjustment in-Contract Times, if such adjustment in accordance .with Paragraphsp is essential toContsactor' s abili ty to complete the 12.01.C.2.a through 12.01.C.2.e, Work within the Contract Times. Such an inclusive. adjustment shall be Contractor's sole and exclusive remedy for the delays described in this 12,02 Change of Contract Times Paragraph 12.03.C. A. The Contract Times may only be changed by a D, Owner, Engineer, and their officers, directors, Change Order.Any Claim for an adjustment in the members, partners, employees, agents, Contract Times shall be based on written notice consultants,or subcontractors shall not be liable to submitted by the party malting the Claim to the Contractor for any claims, costs, losses,, or Engineer and the other party to the Contract in damages(including but not limited to all fees and accordance with the provisions of Paragraph charges of engineers, architects, attorneys, and 1.0.05• other professionals and all court or arbitration or other dispute resolution costs) sustained by B. Any adjustment of the Contract Times covered by Contractor on or in connection with any other j a Change Order or any Claim for an adjustment in projector anticipated project. the Contract Times will be determined in accordance with the provisions of this Article 12. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within 12.03 Delays the control of Contractor. Delays attributable-to and within the control of a Subcontractor or + A. Where Contractor is prevented from completing Supplier shall be deemed to be delays within the any part of the Work within the Contract Times control of Contractor. due to delay beyond the control of Contractor,the Contract Times will be extended in an amount ARTICLE 13—TESTS AND INSPECTIONS; equal to the time lost due to such delay if a Claim CORRECTION,REMOVAL OR ACCEPTANCE OF is made therefor .as provided in Paragraph DEFECTNE'WORK 12.02.A.Delays beyond the control of Contractor . shall include,but not be limited to,acts or neglect 13.01 Notice of Defects by Owner, acts or neglect of utility owners or other contractors performing other work as A. Prompt notice of all defective Work of which contemplated by Article 7, fires, floods, Owner or Engineer has actual knowledge will be epidemics, abnormal weather conditions, or acts given.to Contractor. Defective Work may be of God. rejected,corrected,or accepted as provided in this , Article 13. B. If Owner,Engineer, or other contractors or utility . owners performing.other work for Owner as 13.02 Access to Work contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or A. Owner, Engineer, their consultants and other interferes with the performance or progress of the representatives and personnel of Owner, Work, then Contractor shall be entitled to an independent testing ' laboratories, and equitable adjustment in the Contract Price or the governmental agencies with jurisdictional interests Contract Times, or both. Contractor's entitlement will have access to the Site and the Work at to an adjustment of the Contract Times is reasonable times for their observation,inspection, conditioned on such adjustment being essential to and testing, Contractor shall provide therm proper Contractor's ability to complete the Work within and safe conditions for such access and advise the Contract Times. them of Contractor's safety procedures and programs so that they may comply therewith as C. If Contractor is delayed in the performance or applicable. progress of the Work by fire, 'flood, epidemic, abnormal weather conditions,acts of God,acts or, failures to act of utility owners not under the EJCDC C-700 Standard General Condttions of the Construction Contract Copyright 0 2007 National Society of Professional Engneera forEJCDC.All rights reserved. 00700-39 13.03 Tests andImpections Engineer has not acted with reasonable promptness in response to such notice. A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, 13.04 Uncovering Work tests, or approvals and shall cooperate with inspection and testing personnel to facilitate A. If any Work is covered contrary to the written required inspections or tests. request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's B. Owner shall employ and pay for the services of an observation and replaced at Contractor's expense. independent testing laboratory to perform all inspections, tests, or approvals required by the B. If Engineer considers it necessary or advisable that Contract Documents except: covered Work be observed. by Engineer or inspected or tested by others, Contractor, at 1: for inspections,tests,or approvals covered by Engineer's request, shall uncover, expose, or Paragraphs 13.03.0 and 13.03.D below; otherwise make available for observation, inspection,or testing as Engineer may require,that 2. that costs incurred in connection with tests or portion of the Work in question, famishing all inspections conducted pursuant to Paragraph necessary labor,material,and equipment. • 13A4.B shall be paid as provided in Paragraph•13.04.C;and C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and 3. as otherwise specifically provided in the damages(including but not limited to all fees and Contract Documents. charges of engineers, architects, attorneys, and other professionals and all court or arbitration or C. If Laws or Regulations of any public body having other dispute resolution costs) arising out of or jurisdiction require Any Work (or part thereof) relating to such uncovering, exposure, specifically to be inspected,tested,or approved by observation, inspection, and testing, and of an employee or other representative of such public satisfactory replacement or reconstruction body, Contractor shall assume full responsibility (including but not limited to all costs of repair or for arranging and obtaining such inspections,tests, replacement of work of others);and Owner shall or approvals, pay all costs in connection be entitled to an appropriate decrease in the therewith, and furnish Engineer the required 'Contract Price.If the parties are unable to agree as certificates of inspection or approval. to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10,05. D. Contractor shall be responsible for arranging and obtaining-and shall pay all costs-in connection D. If the uncovered Work is not found to be with any inspections, tests, or approvals required defective,Contractor shall be allowed an increase for Owner's and Engineer's acceptance of in the Contract Price or an extension of the . materials or equipment to be incorporated in the Contract Times, or both, directly attributable to Work; of acceptance of materials,mix designs,.or such uncovering, exposure, observation, equipment submitted for approval prior to inspection, testing, replacement, and Contractor's purchase thereof for incorporation in reconstruction.If the parties are unable to agree as the Work. Such inspections, tests, or approvals to the amount or extent thereof, Contractor may shall be performed by organizations acceptable to make a Claim therefor as provided in Paragraph Owner and Engineer. 10.05. E. If any Work(or the work of others)that is to be 13.05 Owner May Stop the Work inspected, tested, or approved is covered by Contractor without written concurrence of A. If the Work is defective, or Contractor fails to Engineer, Contractor shall, if requested by supply sufficient skilled workers or suitable Engineer,uncover such Work for observation. materials or equipment, or fails to perform the Work in such a way that the completed Work will F. Uncovering Work as provided in Paragraph conform to the Contract Documents, Owner may 13.03.E shall be at Contractor's expense unless order Contractor to stop the Work,or any portion Contractor has given Engineer timely notice of thereof, until the cause for such order has been Contractor's intention to cover the same and eliminated; however,this right of Owner to stop MCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for ErCDC.All rights reserved. 00700-40 the Work shall not give rise to any duty on the B. If Contractor does not promptly comply with the part.of Owner to exercise this right for the benefit terms of Owner's written instructions, or in an of Contractor, any Subcontractor, any Supplier, emergency where delay would cause serious risk any other individual or entity,or any surety for,or of loss or damage,Owner may have the defective employee or agent of any of them. Work corrected or repaired or may have the rejected Work removed and replaced. All claims, 13.06 Correction or-Removal of Defective Work costs, losses, and damages (including but. not limited to all fees and charges of engineers, A. Promptly after receipt of written notice, architects, attomays, and other professionals and Contractor shall correct all defective Work, all court or arbitration or other dispute resolution whether or riot fabricated,installed,or completed, costs)arising out of or relating to such correction or, if the Work has.been rejected by Engineer, or repair or such removal and replacement remove it from the Project and replace it with (including but not limited to all costs of repair or Work that is not defective.Contractor shall pay all replacement of work of others) will be paid by claims, costs,losses, and damages (including but Contractor. not limited.to all fees and charges of engineers, architects, attorneys, and other professionals and C. In special circumstances where a particular item of all court or arbitration or other dispute resolution equipment is placed in continuous service before costs) arising-out of or relating to such correction Substantial Completion of all the' Work, -the or removal (including but not limited to all costs correction period for that item may start to run of repair or replacement ofwork of others). from an earlier date if so provided in the- Specifications. B. When correcting defective Work under the terms Of this 'Paragraph 13.06. or Paragraph 13.07, D. Where defective Work (and damage to other Contractor shall take no action that would void or Work resulting therefrom) has been corrected or otherwise impair Owner's special warranty and xemoved and replaced under this Paragraph 13.07, guarantee,if any,on said Work. the correction period hereunder with respect to such Work will be extended for an additional 13.07 Correction Period period of one year after such correction-or removal and replacement has been satisfactorily A. If within one year after the date of Substantial completed. Completion(or such longer period of time as may be prescribed by the terms of any applicable B.' Contractor's obligations under this Paragraph special guarantee required by the Contract 13.07 are in addition to any other obligation or Documents) or by any specific provision of the warranty. The provisions of this Paragraph 13.07 Contract Documents, any Work is found to be shall not be construed as a substitute for, or a defective, or if the repair of any damages.to'the waiver of,the provisions of any applicable statute land or areas made available for Contractor's use of limitation or repose. by Owner or permitted by Laws and.Regulations as contemplated in Paragraph 6.11.A is found to 13.08 Acceptance of Defective Work be defective, Contractor shall promptly, without , cost to Owner and in accordance with Owner's A. If,instead of requiring correction or removal and written instructions: replacement of defective Work,Owner(and,prior to Engineer's recommendation of final payment, 1. repair such defective larfd or areas;or Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims,costs,losses, and 2. correct such defective Work;or damages(including but not limited to all fees and charges of engineers, architects, attorneys, and 3. if the defective Work has been rejected by other professionals and all court or arbitration or Owner, remove it from the Project and other dispute resolution costs) attributable to replace it with Work that is not defective,and Owner's evaluation of and determination to accept such. defective Work(such costs to be approved 4. satisfactorily correct or repair or remove and by Engineer as to reasonableness) and for the replace any damage to other Work, to the diminished value of the Work to the extent not work of others or other land or areas resulting otherwise paid by Contractor pursuant to this therefrom. sentence. If any such acceptance.occurs prior to EJCAC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of P rot'essional Engineers for EJCDC. A.l[n ghts.reserved. 00700-41 Engineer's recommendation of final payment, a and Owner shall be entitled to an appropriate Change Order will be issued incorporating the decrease in the Contract Price. If the parties are necessary revisions in the Contract Documents unable to agree as to the amount of the with respect to the Work, and Owner shall be adjustment,Owner may make a Claim therefor as entitled to an appropriate decrease in,the Contract provided in Paragraph 10.05. Such claims, costs, Price, reflecting the diminished value of Work so losses and damages will include but not be limited accepted. If the parties are unable to agree as to to all costs of repair, or replacement of work of the amount thereof, Owner may matte a Claim others destroyed or damaged by correction, therefor as provided in Paragraph 10.05. If the removal,or replacement of Contractor's defective acceptance occurs after such recommendation, an Work. appropriate amount will be paid by Contractor to Owner. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the 13.09 Owner May Correct Defective fork performance of the Work attributable to the exercise by Owner of Owner's rights and A. If Contractor fails within a reasonable time after remedies under this Paragraph 13.09. written notice from Engineer to correct defective Work, or to remove and replace rejected Work as ARTICLE 14—PAYMENTS TO CONTRACTOR AND required by Engineer in accordance with COMPLETION Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract 14.01 Schedule'of Values Documents,or if Contractor fails to comply with any other provision of the Contract Documents, A. The Schedule of Values established as provided in Owner may, after seven days written notice to Paragraph 2.07.A will serve as the basis for Contractor, correct, or remedy any such progress payments and will be incorporated into a deficiency. form of Application for Payment acceptable to Engineer. Progress payments on account of Unit B. In exercising the rights and remedies under this • Price Work will be based on the number of units Paragraph 13.09, Owner shall proceed completed. expeditiously.In connection with such corrective or remedial action, Owner may exclude 14.02 Progress Payments Contractor from all or part of the Site, take possession of all or part of the Work and suspend A. Applications for Payments: Contractor's services related thereto, take possession of Contractor's tools, appliances, 1. At least 20 days before the date established in construction equipment and machinery at the Site, the Agreement for*each progress payment and incorporate in the Work all materials and (but not more often than once a month), equipment stored at the Site or for which Owner Contractor shall submit to Engineer for has paid Contractor but which are stored review an Application for Payment filled out. elsewhere.Contractor shall allow Owner,Owner's and signed by Contractor covering the Work representatives, agents and employees, Owner's completed as of the date of the Application other contractors, and Engineer and Engineer's and accompanied by such supporting consultants access to the Site to enable Owner to ' documentation as is required by the Contract exercise the rights and remedies under this Documents. If payment is requested on the Paragraph. basis of materials and equipment not incorporated in the Work but delivered and C. All claims, costs, losses, and damages (including suitably stored.at the Site or_ at another but not limited to all fees and charges of location agreed to in Writing,the Application engineers, architects, attorneys, and other for Payment shall also be accompanied by a professionals and all court or arbitration or other bill of sale, invoice, or other documentation dispute resolution costs)incurred or sustained by warranting that Owner has received the Owner in exercising the rights and remedies under materials and equipment free and clear of all . this Paragraph 13.09 will be charged against Liens and evidence that the materials and Contractor, and a Change Order will be issued equipment are covered by appropriate incorporating the necessary revisions in the property insurance or other arrangements to Contract Documents.with respect to the Work; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. 00700.42 A protect Owner's interest therein, all of which c. the conditions precedent to Contmotofs must be satisfactory to Owner, being entitled to such payment appear to have been fulfilled in so far as it is 2.' Beginning with the second Application for Engineer's responsibility to observe the .Payment, each Application shall include an Work affidavit of Contractor stating that all previous progress payments received on 3. By recommending any •such payment account of the Work have been applied on _ Engineer will not thereby be deemed to have account to discharge Contractor's legitimate represented that: obligations associated with prior Applications for Payment. a. inspections made to check the quality or the quantity of the Work as it has been 3. The amount of retainage with respect to performed have been exhaustive, progress payments will be as stipulated in the extended to every aspect of the Work in Agreement, progress,or involved detailed inspections of the Work beyond the responsibilities B. Review of Ipplieations; specifically assigned to Engineer in the Contract Documents;or 1. Engineer will,within 10 days after receipt of each Application for Payment, either indicate b. there may not be other matters or issues in writing a recommendation of payment and between the parties,that might entitle present the Application to Owner or return Contractor to be paid additionally by the Application to Contractor indicating in Owner or entitle Owner to withhold writing Engineer's reasons for refusing to payment to Contractor. recommend payment. In the- Iatter case, Contractor may make the necessary 4. Neither Engineer's review of Contractor's corrections and resubmit the Application.. Work for the purposes of recommending payments nor Engineer's recommendation of 2. Engineer's recommendation.of any payment any payment, including final payment, will requested in an Application for Payment will impose responsibility on Engineer: constitute a representation by Engineer to Owner,based on Engineer's observations of a. to supervise,direct, or control the Work, the executed Work as an experienced and or qualified 'design professional, and on. Engineer's review of the Application for b. for the means, methods, techniques, Payment and the accompanying data and sequences,or'procedures of constraction, schedules, that to the best of Engineer's or the safety precautions and programs knowledge,information and belief- incident thereto,or a. the Work has progressed to the point c, for Contractor's failure to comply with indicated; Laws and Regulations applicable to Contractor's performance of the Work, b. the quality of the Work is generally in or accordance with the Contract Documents (subject to an evaluation of the Work as d, to :make any examination to ascertain a functioning whole prior to or upon how or for what purposes Contractor has Substantial Completion, the results of used the moneys paid on account of the any subsequent tests called for in the Contract Price,or Contract Documents, a final determination of quantities and e. to determine that title to any of the Work, classifications for Unit Price Work under materials, or equipment has passed to Paragraph 9.07, and any other Owner free and clear of any Liens, qualifications stated in the recommendation);and 5, Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the MCDC C 700 Standard General Condition oftheconstractian Contract Copyright©2007 National Society ofRrofessional Engineers forEJLDC.All rights reserved. 00700-43 representations to Owner stated in enumerated in Paragraphs 14.02.B.5.a Paragraph 14.02.B.2. Engineer may also through 14.02.B.5.c or Paragraph rcfuse to recommend any such payment or, 15.02.A. because of subsequently discovered evidence or the results of subsequent inspections or 2.. If Owner refuses to make payment of the full tests, revise or revoke any such payment amount recommended by Engineer, Owner recommendation previously made, to such will give Contractor immediate written notice extent as may be necessay in Engineer's (with a copy to Engineer)stating the reasons opinion to protect Owner from loss because: for such action and'promptly pay Contractor any amount remaining after deduction of the a. the Work is defective, or completed amount so withheld Owner shall promptly Work has been damaged, requiring pay Contractor the amount so withheld, or correction or replacement; any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies b. the Contract Price has been reduced by the reasons for such action. Change Orders; I Upon a subsequent determination that c. Owner has been required to correct Owner's refusal of payment was not justified, defective Work or complete Work in the amount wrongfully withheld shall be accordance with Paragraph 13.09;or treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as d. Engineer has actual Imowledge of the provided in the Agreement. occurrence of any of the events enumerated in Paragraph 15.02.A. 14.03 Contractor's Warranty of Title C. PaymentBecomes Due: A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any. 1. Ten•days after presentation of the Application Application for Payment,whether incorporated in for Payment to Owner with Engineer's the Project or not,will pass to Owner no later than recommendation, the amount recommended the time of payment free and clear of all Liens. will (subject to.the provisions of Paragraph j 14.02.D)become due, and-when due will be 14.04 Substantial Completion paid by Owner to Contractor. A. When Contractor considers the entire Work ready D. Reduction in Payment: for its intended use Contractor shall notify Owner ' and Engineer in writing that the entire Work is 1'. Owner may refuse to make payment of the substantially complete (except for items' full amount recommended by Engineer specifically listed by Contractor as incomplete) because: and request that Engineer issue a certificate of Substantial Completion. a. claims have been made against Owner on account of Contractor's performance or B. Promptly after Contractor's notification, Owner, furnishing of the Work; Contractor,and Engineer shall make an inspection ofthe Work to determine the status of completion. b. Liens have been filed in connection with If Engineer does not consider the Work the Work except where Contractor has substantially complete, Engineer will notify delivered a speck bond satisfactory to Contractor in writing giving the reasons therefor. Owner to secure the satisfaction and discharge of such Liens; C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a c. there are other items entitling Owner to a tentative certificate of Substantial Completion set-off against the amount-recommended; which shall fix the date of Substantial Completion. or There shall be attached to the certificate atentative list of items to be completed or corrected before d. Owner has actual knowledge of the final payment. Owner shall have seven days after occurrence of any of the events receipt of the tentative certificate during which to EJCDC C-700 Standard General Conditions ofthe Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC.All rights reserved 0070044 make written objection to Engineer as to any substantially complete. If and when provisions of the certificate or attached list. If, Contractor agrees that such part of the Work after considering such objections, Engineer is substantially complete,Contractor,Owner, concludes that the Work is not substantially and Engineer will follow the procedures of . complete, Engineer will, within 14 days after Paragraph 14.04.A:through D for that part of submission of the tentative certificate to Owner, the Work, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's 2. Contractor at any time may notify Owner and objections, Engineer considers the Work Engineer in writing that Contractor considers • substantially complete,Engineer will,within said any such part of the Work ready for its 14 days, execute and deliver to Owner and intended use and substantially complete and Contractor a definitive certificate of Substantial request Engineer. to issue a certificate of j Completion(with a revised tentative list of items Substantial Completion for that part of the to be completed or corrected) reflecting such Work. changes from the tentative certificate as Engineer believes justified after consideration of any 3. Within a reasonable time after either such objections from Owner. . request, Owner, Contractor, and Engineer skull make an inspection of that part of the D. At the time of delivery of the tentative certificate Work to determine its status of completion.If of Substantial Completion, Engineer will deliver Engineer does not consider that part of the to Owner and Contractor a written 'Work to be substantially complete,Engineer recommendation as to division of responsibilities will notify Owner and Contractor in writing pending final payment between Owner and giving the reasons therefor. If Engineer Contractor with respect to.security, operation, considers that part of -the Work•to be safety, and protection of the Work,maintenance, substantially complete, the provisions of heat, utilities, insurance, and warranties and. Paragraph 14.04 will apply with respect to guarantees. Unless Owner and Contractor agree certification of Substantial Completion of that j otherwise in writing and so inform Engineer in part of the Work and the division of writing prior to Engineer's issuing the definitive responsibility in respect thereof and access certificate of Substantial Completion, Engineer's thereto. aforesaid recommendation will be binding on Owner and Contractor until final payment. 4. No use or occupancy-or separate operation of part of the Work may occur prior to E. Owner shall have the tight to exclude Contractor compliance with the requirements of 'from the 'Site after the date of Substantial Paragraph 5.10 regarding property insurance. Completion subject to allowing Contractor . ' reasonable access to remove its property and 14.06 PinalImpecdon complete or correct items on the tentative list. A. Upon written notice from Contractor that the 14,05 Partial Utilization entire Work or an agreed portion thereof is complete, Engineer will promptly make a final A. Prior to Substantial Completion of all the Work, inspection with Owner and Contractor and will Owner may use or occupy any substantially notify Contractor in writing of all particulars in completed part of the Work which has specifically which this inspection reveals that the Work is been identified in the Contract Documents, or incomplete or defective. Contractor shall which Owner, Engineer, and, Contractor agree immediately take such measures as are necessary constitutes a separately functioning and usable to complete such Work or remedy such part of the Work that can be used by Owner for its deficiencies. intended purpose without significant interference with Contractor's performance of the remainder of the Work,subject to the following conditions: 1. Owner at anytime may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and EJCDC C 700 Standard General Conditions of the construetton Contract Copyright CAS 2007 National Society of rrofessionaI Engineers forEJCDC. All rights reserved. 00700-45 A 14.07 Final Payment B. Engineer's Review. of Application and Acceptance: A. ApplicationforPayment. 1. •If, on the basis of Engineer's observation of 1. After Contractor has, in the opinion of the Work during construction and final Engineer, satisfactorily completed all inspection,and Engineer's review of the final corrections identified during the -final Application for Payment and accompanying inspection and has delivered, in accordance- documentation as required by the Contract with the Contract Documents, all Documents, Engineer is satisfied that the maintenance and operating instructions, Work has been completed and Contractor's schedules, guarantees, bonds, certificates or other obligations under the Contract other evidence of insurance, certificates of Documents have been fulfilled,Engineer will, inspection, marked up record documents (as within ten days after receipt of the final provided in Paragraph 6.12), and other Application for Payment, indicate in-writing documents,Contractor may make application Engineer's recommendation of payment and for final payment following the procedure for present the Application for Payment to progress payments. Owner for payment.-At the same time Engineer will also give written notice to 2. The final Application for Payment shall be Owner and Contractor that the' Work is accompanied(except as previously delivered) acceptable subject to the provisions of by; Paragraph 14.09. Otherwise, Engineer will ' return the Application for Payment to a. all documentation called for in the Contractor, indicating in writing the reasons Contract Documents, including but not for refusing to recommend final payment, in limited to the evidence of insurance which case Contractor shall make the required by Paragraph 5.04.B.6; necessary corrections and resubmit the Application for Payment. b. consent of the surety, if any, to final payment; C. Payment Becomes Due: c. a list of all Claims against Owner that 1. Thirty days after the presentation to Owner of Contractor believes are unsettled;and the Application for Payment and accompanying documentation, the amount d. complete and legally.efFective releases or -recommended by Engineer, less any sum waivers (satisfactory to Owner) of all Owner is entitled to set off against Engineer's Lien rights arising out of or Liens filed in recommendation,including but not limited to connection with the Work. J liquidated damages,will become due and will be paid by Owner to Contractor. . 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as 14.08 Final Completion Delayed approved by Owner, Contractor may famish receipts.or releases in full and an affidavit of A. If,through no•fault of Contractor,final completion Contractor that: (i) the releases and receipts of the Work is significantly delayed, and if include all labor, services, material, and Engineer so confirms, Owner shall, upon receipt equipment for which a Lien could be filed; of Contractor's final Application for Payment(for and (ii) all payrolls, material and equipment Work fully completed and accepted) and bills, and other indebtedness connected with recommendation of Engineer, and without the Work for which Owner night in any way terminating-the Contract, make payment of the be responsible, or which might in any way balance due for that portion of the Work fully result in liens or other burdens on Owner's completed and accepted.If the remaining balance property, have been paid or otherwise to be held by Owner for Work not fully completed satisfied. If any Subcontractor or Supplier or corrected is less than the retainage stipulated in fails to furnish such a release or receipt in the Agreement, and if bonds have been famished full, Contractor may furnish a bond or other as required in Paragraph 5:01i the written consent collateral satisfactory to Owner to indemnify of the surety to the payment of the balance due for Owner against any Lien. that portion of•the Work fully completed and EJCDC C-700 Standard General Conditions of the Constraction Contract Copyright©2007National Society ofkrofessional Engineers for EJCDC.All rights reserved. 00700-46 accepted shall be subfriitted by Contractor to under Paragraph 2.07 as adjusted from time Engineer with the Application for such payment. to time pursuant to Paragraph 6.04), Such payment shall be made under the terms and conditions governing final payment,except that it 2. Contractor's disregard of Laws or shall not constitute a waiver of Claims. Regulations of any public body Having _ - ' 14.09 Waiver of Claims jurisdiction; 3. Contractor's repeated disregard of the A. The making and acceptance of final payment will authority of Engineer;or constitute: 4. Contractor's violation in any substantial way I. a waiver of all Claims by Owner against of any provisions of the Contract Documents. Contractor, except Claims arising from unsettled Liens, from defective Work B. If one or. more of the events identified in appearing after final inspection pursuant to Paragraph 15.02.A occur, Owner may, after Paragraph 14,06,from failure to comply with giving Contractor(and surety)seven days written the Contract Documents or the terms of any notice of its intent to terminate the services of special guarantees specified therein, or from Contractor: Contractor's continuing obligations under the Contract Documents;and 1. exclude Contractor from the Site, and take possession of the Work and ' of all 2. a•waiver of a'It Claims by Contractor against Contractor's tools, appliances, construction' Owner other Than those previously made in equipment,and machinery at the Site,and use accordance with the requirements herein and the same to the full extent they could be used expressly acknowledged by Owner in writing by Contractor(without liability to Contractor as still unsettled. for trespass or conversion); ARTICLE 15—SUSPENSION OF WORK AND 2. incorporate in 'the Work all materials and TERMINATION equipment stored at the Site or for which Owner has paid Contractor but which are 15.01 Owner May Sopend Work stored elsewhere;and A. At any time and without cause, Owner may 3. complete the Woxk as Owner may deem suspend the Work or any portion thereof for a expedient. period of not more than 90 consecutive days by notice in writing to Contractor and Engineer. C. if Owner proceeds as'provided in Paragraph which will fix the date on which Work wilt be 15.02.13,Contractor shall not be entitled to receive resumed.Contractor shall resurne the Work on the any further payment until the Work is completed, date so fixed. Contractor shall be granted an If the unpaid balance of the Contract Price adjustment in the Contract Price or an extension of exceeds all claims, costs, losses, and damages the Contract Times, or both, directly attributable (including but not limited to all fees and charges to any such suspension if Contractor makes a of engineers, architects,- attorneys, and other Claim therefor as provided in Paragraph 10.05, professionals and all court or arbitration or other dispute .-resolution costs) sustained by Owner 15.02 OwnerMay Terminate for Cause arising out of or relating to completing the Work, such excess will be paid to Contractor. If such' A. The occurrence of any one or more of the claims, costs, losses, and damages exceed such following events will justify termination for cause: unpaid balance, Contractor shall pay the difference to'Owner. Such claims, costs, losses, 1. Contractor's persistent failure to perform the and damages incurred by Owner will be reviewed Work in accordance with the Contract by Engineer as to their reasonableness and,when Documents (including, but not limited to, so approved by Engineer, incorporated in a failure to supply sufficient skilled workers or Change Order.* When exercising any rights or suitable materials or equipment or failure to' remedies under this Paragraph,Owner shall not be adhere to the Progress Schedule established required to obtain the lowest price for the Work performed. T.ICDC C 700 Standard General Conditions of the Construction Contract Coppight02007 National Society ofProfessional-Engineers for ErCDC. All rights reserved. 0070047 . j 5 02.0 B. Contractor shall not be aid on account of loss of D. Notwithstanding Paragraphs 15.02.B and 1 tr p Contractor's services will not be terminated if anticipated profits or revenue or other economic Contractor begins within seven days of receipt of loss arising out of or resulting from such, notice of intent to terminate to correct its failure to termination. perform and proceeds diligently to cure such failure witbin no more than 30 days of receipt of 15.04 Contractor May Stop Work or Terminate said notice. A. If, through.no act or fault of Contractor, (i) the E. Where Contractor's services• have been so Work is suspended for more than 90 consecutive terminated by Owner, the termination will not days by Owner or under an order of court or other affect any rights or remedies of Owner against public authority, or (ii) Engineer fails to act on Contractor then existing or which may thereafter any Application for Payment within 30 days after accrue.Any retention or payment of moneys due it is submitted, or(iii)Owner fails for 30 days to Contractor by Owner will not release Contractor pay Contractor any sum finally determined to be from liability. due, then Contractor may, upon seven days written notice to Owner and Engineer, and F. If and to the extent that Contractor has provided a provided Owner or Engineer do not remedy such performance bond under the provisions of suspension or failure within that time, terminate Paragraph 5.01,A, the termination procedures of the Contract and recover from Owner payment on that bond shall supersede the provisions of the same terms as provided in Paragraph 15.03. Paragraphs 15.02,B and 15.02.C. B. In lieu of terminating the Contract and without 15.03 Owner May Terminate For Convenience prejudice to any other right or remedy,if Engineer . has.failed to act on an Application for Payment A. Upon seven days written notice to Contractor and within 30 days after it is submitted, or Owner has Engineer, Owner may,without cause and without failed for 30 days to pay Contractor any sum prejudice to any othet right or'remedy of Owner, finally determined- to be due, Contractor may, terminate the Contract, In such case, Contractor seven days after Written notice to Owner and shall be paid for (without duplication of any Engineer,stop the Work until payment is made of items): all such amounts due Contractor, including interest thereon.The provisions of this Paragraph 1. completed and acceptable Work executed in 15,04 are not intended to preclude Contractor accordance with the Contract Documents from making a Claim under Paragraph 10.05 for prior to the effective date of termination, an adjustment in Contract Price or Contract Times including' fair and reasonable sums for or otherwise for expenses or damage directly overhead and profit on such Work; attributable to Contractor's stopping the Work as permitted by this Paragraph. 2. expenses sustained prior to the effective date of termination in performing services and ARTICLE 16—DISPUTE RESOLUTION furnishing labor, materials, or equipment as required by the Contract Documents in 16.01 Methods and Procedures connection with uncompleted Work,plus fair and reasonable sums for overhead and profit - A. Either Owner or Contractor may request on such expenses; mediation of any Claim submitted to Engineer for, a decision under Paragraph 10.05 before such 3. all claims, costs, losses, and, damages decision becomes final and binding. The (including but not limited,to all fees and mediation will be governed by the Construction charges of engineers, architects, attorneys, Industry Mediation Rules of the American and other professionals and all court or Arbitration Association in effect as of the arbitration or other dispute resolution costs) Effective Date of the Agreement.The request for incurred in settlement of terminated contracts mediation shall be submitted in writing to the with Subcontractors, Suppliers, and others; American Arbitration Association and the other and party to the Contract. Timely submission of the req&st shall stay the effect of Paragraph 10.05.E. 4.. reasonable expenses directly attributable to termination. EJCDC C-700 Standard General Conditions of the Constraction•Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC.All rights reserved. 0070048 B. Owner and Contractor shall participate in the available hereunder to the parties hereto are in mediation process in good faith.The process.shall addition to,and are not to be construed in any way be concluded within 60 days of filing of the as a limitation of, any rights and remedies request.The date of termination of the mediation available to any or all of them which are otherwise shall be determined by. application of the imposed or available by Laws or Regulations,by mediation rules referenced above. special warranty or guarantee, or by other provisions of the Contract Docuractzts, The C. 7f the Claim is not resolved by mediation, provisions of this Paragraph will be as effective as Engineer's action under Paragraph 10.05.0 or a if repeated specifically ini the Contract Documents ' denial pursuant' to Paragraphs 10.05.C.3 or in ' connection with each particular duty, 10.05.D shall become final and binding 30 days obligation,right,and remedy to which they apply, after termination of the mediation unless, within that time period,Owner or Contractor: 17.04 Survival of Obiigatiow 1. elects in writing to invoke any dispute A. All representations, indemnifications, warranties, resolution process provided for in the and guarantees made in,required by, or given in Supplementary Conditions;or accordance with the Contract Documents,'as well as all continuing obligations indicated in the 2. agrees with the other party to submit the Contract Documents, will survive final payment, Claim to another dispute resolution process; completion, and acceptance of the Work or or termination or completion -of the Contract or termination of the services of Contractor. 3. gives written notice to the other patty of the intent to submit the Claim to a court of 17.05- ControllingLaw competent jurisdiction. A. This Contract is to be governed by the law of the ARTICLE 17—MISCELLANEOUS state in which the Project is located. 17.01 GivingNotice 17.06 Headings A. Whenever any provision of the - Contract A. Article and paragraph headings are inserted for Documents requires the giving ofwritten notice,it convenience only and do not constitute parts of will be deemed to have been validly given if these General Conditions. 1. delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When,any period of time is referred to in the Contract Documents by days,it will be computed to exclude the first and include the last day of such period.if the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remeclres A. The duties and obligations imposed by •these General Conditions and the rights and remedies EYCDC C-700 Standard General Conditions of the Construction Contract Copyright 0=7 National Society of Professional Engineers for EJCAC.AIR rights reserved. 00700-49 SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS PART I-AMENDMENTS TO GENERAL CONDITIONS Article � Number Title 1 DEFINITIONS.AND TERMINOLOGY 2 PRELRVIINARY MATTERS 3 CONTRACT DOCUMENTS;INTENT,AMENDING,REUSE 4 A.VAILA131LITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 5 BONDS AND INSURANCE 6 CONTRACTOR'S RESPONSIBILITIES 7 OTHER WORK AT THE SITE 8 OWNER'S RESPONSIBILITIES 9 ENGINEER'S STATUS DURING CONSTRUCTION 11 COST OF THE WORK; ALLOWANCES;UNIT PRICE WORK 12 CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 13 TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 14 PAYMENTS TO CONTRACTOR AND COMPLETION 15 SUSPENSION OF WORK AND TERMINATION 16 DISPUTE RESOLUTION 17 MISCELLANEOUS I PART R-STATE AND LOCAL GOVERNMENT PROVISIONS 1.0. COMMONWEALTH OF MASSACHUSETTS PROVISIONS I SUPPLEMENTARY CONDITIONS PART I-AMENDMENTS TO GENERAL CONDITIONS These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract{EJCDC Document No. C-700,2007 edition}and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE 1 -DEFINITIONS AND TERMINOLOGY SC-1.01A.42. Delete paragraph 1.01A.42. of the General Conditions in its entirety and replace with the following: 42. Specifications-Sections included under Division 1 through Division 16 of the Project Manual. 56318-226737 00800-1 4127/18 SC-1.01A.45. Insert the following at the beginning of the definition before the words"The time at......" The Work required by the Contract has been completed except for work having a Contract Price of less than one per cent of the then adjusted total contract price, or I ARTICLE 2-PRELEWINARY MATTERS SC-2.01B. Delete paragraph 2.01B. of the General Conditions in its entirety and replace with the following. B. Before any Work at the site is started,Contractor shall deliver to Owner,with copies to each additional insured identified in the Supplementary Conditions,certificates of insurance(and other evidence of insurance which OWNER or any additional insured may reasonably request)which Contractor is required to purchase and maintain in accordance with Article 5. SC-2.03A. Delete paragraph 2.03A of the General Conditions in its entirety and replace with the following. A. The Contract Time will commence to run on the tenth day following the Effective Date of the Agreement. ARTICLE 3 -CONTRACT DOCUMENTS:INTENT,AMENDING,REUSE SC-3.01 C. Add the following new paragraph immediately after Paragraph 3.01 C. of the General Conditions which is to read as follows: D. Each and every provision of law and clause required by law to be inserted in these Contract Documents shall be deemed to be inserted herein, and they shall be read and enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or if not correctly inserted, then upon the application of either party,the Contract Documents shall forthwith be physically amended to make such insertion. SC-3.02A.1. .Replace the portion of the phase from the words"shall mean"to the end of the sentence with the following: "shall mean the standard,specification,manual, code or Laws or Regulations in effect and applicable at the time in question, except as may be otherwise specifically stated in the Contract Documents." SC-3.03A.3 Delete this paragraph and replace with the following: 3. CONTRACTOR shall be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy if CONTRACTOR knew or reasonably should have known thereof. 56318-226737 00800-2 4/27/18 H ARTICLE 4- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS SC-4,01A. Delete the last sentence. Add the following new paragraph immediately after paragraph 4.01 A. of the General Conditions which is to Bread as follows: 1. If all lands and rights-of-way are not obtained as herein contemplated before construction begins, Contractor shall begin the Work upon such land and rights-of-way as Owner has previously acquired. SC-4.0113 Delete this paragraph in its entirety. SC-4.02A.1. I Delete 4.02 A.I of the General Conditions in its entirety and replace it with the following: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents.Engineer has relied upon the data obtained from subsurface investigations made at the site in the form of test borings. Such data is in the form of boring logs which are included in the Appendix to the Project Manual [and soil samples which may be examined upon request during regular business hours]. The locations of the test borings are indicated on the Drawings. Such logs and samples are not part of the Contract Documents; and I SC-4.02A.2. Add the following new paragraph immediately after paragraph 4.02A.2 of the General Conditions which is to read as follows: a. In the preparation of Drawings and Specifications,the Engineer has relied upon the following reports and tests of subsurface physical conditions at the site. Copies of these reports are included in the appendix to the Project Manual. Soil samples may be examined upon request during regular business hours. Such reports are not part of the Contract Documents. SC-4.03 C.3. Delete this paragraph in its entirety. Add the following new paragraph immediately after paragraph 4.03 C.3. of the General Conditions which is to read as follows: D. Adjustments resulting from subsurface or latent physical conditions will be in accordance with Massachusetts General Law Chapter 30, Section 39N included in PART 11 of the Supplementary Conditions. SC-4.04B.2 Delete the phrase"or not shown or indicated with reasonable accuracy". Delete the last sentence. 56318-226737 00800-3 4/27/18 A i I SC-4.05A. Add the following new paragraph immediately after paragraph 4.05A of the General Conditions which is to read as follows: • i B. Engineer may check the lines, elevations,reference marks, batter boards, etc.,set by Contractor,and Contractor shall correct any errors disclosed by such check. Such a check shall not be considered as approval of Contractor's work and shall not relieve Contractor of the responsibility for accurate construction of the entire Work. Contractor shall furnish personnel to assist Engineer in checking lines and grades. I SC-4.06C .Add the following to the first sentence: "unless CONTRACTOR caused or contributed to such Hazardous Environmental Condition." SC-4.06D Delete the last sentence. SC-4.06E Delete the last sentence. i SC-4.06F Delete the second sentence. SC-4.06G Delete this paragraph in its entirety. 1 SC-4.06H Delete the last sentence. ARTICLE 5 -BONDS AND INSURANCE SC-5.03B Delete this paragraph in its entirety. Add 2 new paragraphs immediately after paragraph 5.03B of the General Conditions which are to read as follows: C. Contractor shall provide evidence of its insurance coverage on the ACORD certificate of insurance form and shall include the following statement in its entirety in the section of the form entitled "Description of Operations/Locations/Vehicles/Special Items". The Town of Watertown and CDM Smith Inc.,and their officers, directors,partners, employees and other consultants and subcontractors are named as additional insureds with respect to the insured's Commercial General Liability and Automobile Liability Insurance Policies. All insurers waive all rights of subrogation against the Town of Watertown and CDM Smith Inc.,their officers,directors,partners, employees and 56318-226737 00800-4 4/27/18 i other consultants and subcontractors. All insurance is primary for all claims covered thereby. Commercial General Liability Insurance includes contractual liability coverage. SC-5.04A. The Iimits of liability for the insurance required by paragraph 5.04A. of the General Conditions shall provide coverage for not Iess than the following amounts or greater where required by law: 5.04.A.1 and 5.04.A.2 Workers'Compensation (1) Worker's Compensation in accordance with M.G.L. c.149, Sect. 34A. (2) Employer's Liability $1,000,000 5.04A.3., 5.04A4., and 5.04A.5. Commercial General Liability including Premise/Operations;Explosion, Collapse and Underground Property Damage;Products/Completed Operations,Broad Form Contractual, Independent Contractors;Broad Form Property Damage; and Personal Injury liabilities: i, (1) Bodily Injury: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate (2) Property Damage: $1,000,000 Each Occurrence $1,000,000 Annual Aggregate (3) Personal Injury: $1,000,000 Annual Aggregate 5.04A.6. Comprehensive Automobile Liability including all owned(private and others),hired and non-owned vehicles: (1) Bodily Injury $1,000,000 Each Person $1,000,000 Each Accident (2) Property Damage $1,000,000 Each Occurrence SC 5.04B.1. Delete paragraph 5.04B.1. of the General Conditions in its entirety and replace with the following: 1. The insurance required by paragraph 5.04A.3 through 5.04A.6 inclusive will provide primary coverage for all claims covered thereby. With respect to insurance required by Paragraph 5.04.A.6 include as additional insured Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds and include coverage for the respective officers, directors,partners,employees,agents,consultants and subcontractors of each and any of all such additional insureds SC-5.04B.7 Insert the following new paragraph: "T all coverage shall be written on an occurrence basis." SC-5.05A. Delete paragraph 5.05A. of the General Conditions in its entirety and replace with the following: 56318-226737 00800-5 4/27/18 Y A. Contractor shall purchase and maintain a separate Owner's Protective Liability policy,issued to Owner at the expense of Contractor, including Owner and Engineer as named insured. This insurance shall provide coverage for not less than the following amounts: 5.05A.1. Bodily Injury $1,000,000 Each Occurrence 5.05A.2. Property Damage $1,000,000 Each Occurrence $1,000,000 Annual Aggregate SC-5.05A Add the following new paragraph immediately after paragraph 5.05.A.2 of the General Conditions which is to read as follows: B. All polices required by this paragraph 5.05 shall contain provisions to the effect that the insurer(s) waive all rights of subrogation against the Owner,Engineer and their officers, directors,partners, employees and other consultants and subcontractors of each and any of them. SC-5.06A. Delete paragraphs 5.06A. and Al thru A7 of the General Conditions in their entirety. SC-5.06B. Delete paragraph 5.06B. of the General Conditions in its entirety. SC-5.06C. Delete Paragraph 5.06C. of the General Conditions in its entirety. SC-5.06D. Delete paragraph 5.06D. of the General Conditions in its entirety and replace with the following: "The risk of loss within any identified deductable amount will be borne by CONTRACTOR, Subcontractors,or j other suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense." SC-5.06E. e Delete paragraph 5.06E. of the General Conditions in its entirety. SC-5.07A. Delete paragraph 5.07A. of the General Conditions in its entirety and replace with the following. ". A. All insurance policies provided by the Contractor shall contain provisions to the effect that the insurer waives all rights of subrogation against any of the insured, loss payee, (and the officers, directors, members,partners, employees, agents, consultants and subcontractors of each and any of them) Owner and the Engineer. SC-5.07B. Delete this paragraph in its entirety. SC-5.07C. 56318 226737 00800-6 4/27/18 i Delete this paragraph in its entirety. SG-5.08A. Delete paragraph 5.08A. of the General Conditions in its entirety. SC-5.08B. Delete paragraph 5.0813. of the General Conditions in its entirety. SC-5.09A. Delete paragraph 5.09A. of the General Conditions in its entirety. SC-5.10 Delete this paragraph in its entirety and replace with:"OWNER may occupy or use a portion of the Work prior to Substantial Completion." ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES SC-6.02 Add the following 2 new paragraphs immediately after paragraph 6.02B. of the General Conditions which are to read as follows: C. Regular working hours are defined as 8 hours per day,Monday through Friday,excluding holidays, between the hours of 7:00 AM and 7:00 PM. Requests to work other than regular working hours shall be to Engineer not less than 48 hours prior to an proposed weekend work or scheduled extended submittedY p p p work weeks. Occasional unscheduled overtime on weekdays may be permitted provided two hours notice is given to Engineer. D. Contractor shall reimburse the Owner for additional engineering and/or inspection costs incurred as a result of overtime work in excess of the regular working hours stipulated in Article SC-6.02C. At Owner's option,overtime costs may either be deducted from the Contractor's monthly payment request or deducted from the Contractor's retention prior to release of final payment. Overtime costs for the Owner's personnel shall be based on the individual's current overtime wage rate. Overtime costs for personnel employed by the Engineer or Owner's independent testing laboratory shall be calculated in accordance with the terms of their respective contracts with the Owner. SC-6.02B. Add the following new paragraphs immediately after paragraph 6.0213. of the General Conditions which are to read as follows: C. This Agreement is subject to the applicable provisions of the Contract Work Hours and Safety Standards Act, Public Law 87-581, 87th Congress. No Contractor or Subcontractor contracting for any part of the Work shall require or permit any laborer or mechanic to be employed on the Work in excess of forty hours in any work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times that person's basic rate of pay for all hours worked in excess of forty hours in such work week. 56318-226737 00800-7 4/27/18 1 I D. Contractor shall employ only competent persons to do the work and whenever Owner shall notify Contractor, in writing,that any person on the'Work appears to be incompetent, disorderly, or otherwise unsatisfactory, such person shall be removed from the Project and shall not again be employed on it except with the consent of Owner. R Contractor and Subcontractors shall, insofar as practicable,give preference in the hiring of workers for the Project to qualified local residents with first preference being given to citizens of the United States who have served in the armed forces of the United States and have been honorably discharged therefrom or released froze active duty therein. F. Contractor and all subcontractors shall comply with the Massachusetts Prevailing Wage law as contained in M.G.L. chapter 149 sections 26-27 which are included in Part 11 of these Supplementary Conditions. SC-6.05A Add the following to the second sentence and in accordance with G.L c.3 0, §39M." SC-6.06A. Delete Paragraphs 6.06A. and 6.06B. of the General Conditions in their entirety and replace with the following: A. Contractor shall not employ any Subcontractor, Supplier or other person or organization,(including those who are to furnish the principal items of materials or equipment);whether initially or as a substitute, against whom Owner may have reasonable objection. Acceptance of any Subcontractor,other person or organization by Owner shall not constitute a waiver of any right of Owner to reject defective Work. Contractor shall not be required to employ any Subcontractor, other person or organization against whom Contractor has reasonable objection. j B. Not Used. I SC-6.06C. Add the following new sentence at the end of paragraph 6.06C. of the General Conditions to read as follows: Contractor shall make payments to Subcontractors in accordance with Massachusetts General Law Chapter 30, Section 39F which is included in PART 11 of these Supplementary Conditions. SC-6.06E. Add the following new sentence at the end of paragraph 6.06E of the General Conditions to read as follows: Owner or Engineer may flu-nish to any such Subcontractor, Supplier or other person or organization,to the extent practicable,information about amounts paid on their behalf to Contractor in accordance with Contractor's Applications for Payment. SC-6.06F Insert the following at the beginning of this paragraph: "Except as required and indicated in the specifications and contract documents pursuant to G.L. c.149, §44F," i 56318 226737 00800-8 4/27/18 SC-6.07A I Delete the second sentence. SC-6.0713 Delete paragraph 6.0713 of the General Conditions in its entirety. SC-6.08A Delete the first and second sentences of Paragraph 6.08A of the General Conditions in their entirety and replace with the following: Contractor shall comply with the guidelines established in the Division of Municipal Services (DMS) Construction Grants Policy Memorandum No. CG-2(Permits)included.in Part Hof the Supplementary Conditions. SC-6.09C. Delete the last sentence. SC-6.10A Add the following new sentences at the end of paragraph.6.10A of the General Conditions to read as follows: The 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. Contractor shall obtain the proper certificates,maintain the necessary records and otherwise comply with the requirements of Chapter 14 of the Acts of 1966 and any amendments thereto. SC-6.13.E Delete the text in parenthesis at the end of the first sentence. SC-6.16A. Delete the last sentence in paragraph 6.16A. of the General Conditions in its entirety and replace with the following: If Engineer determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Document is required because of the action taken by the Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. SC-6.19A. Add the following new paragraph immediately after paragraph 6.19A. of the General Conditions which is to read as follow: B. 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 56318-226737 00800-9 4/27118 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 part of the Work is accepted in accordance with that subsection of this AGREEMENT titled"Partial Acceptance,"the guarantee for that part of the Work shall be for a period of one year from the date fixed for such acceptance. 1. If at any time within the said period of guarantee any part of the Work requires repairing, correction or replacement,the Owner may notify the Contractor in writing to make the required repairs,correction or replacements.If the Contractor neglects to commence ipaking such repairs,corrections or replacements to the satisfaction of the Owner within seven(7) days from the date of receipt of such notice, or having commenced fails to prosecute such Work with diligence,the Owner may employ other persons to make said repairs, correction or replacements,and charge the costs, including compensation for additional professional services,to the Contractor. 2. The Contractor's guarantee under this clause, 6.19B, is in addition to the Contractor's express or implied warranties under this Agreement and State law and in no way diminish any other rights that the Owner may have against the Contractor. SC-16.19C. and D. Renumber 6.19B. and 6.19C. of the General Conditions to read 6.19C. and 6.19D. SC-6.19D. Add the following new paragraph immediately after paragraph 6.19D.of the General Conditions which is to read as follows: E. Manufacturer's Guaranty/Warranty 1. The Contractor shall obtain the following guaranty/warranty from the manufacturer of all major pieces of equipment furnished and installed on this Project. Such guaranty/warranty shall be for the benefit of Owner and be furnished in writing by the manufacturer. The Contractor's and manufacturer's obligations under this provision are in addition to other express or implied warranties under the Contract. Documents and under the law and in no way diminish any other right that the Owner may have against the Contractor or manufacturer for faulty material, equipment or work.The warranty period shall not be interpreted as a limitation on the time in which the Owner can enforce such other duties,obligations, rights, or remedies. 2. The manufacturer warrants and guarantees for a period of one year from the date of Substantial Completion, or such longer period that may be specified in the Contract Documents,that all materials and equipment famished and installed shall be free from flaws, defects in'material and workmanship and shall be in conformance with the Contract Documents. SC-6.20A. Delete paragraph 6.20A of the General Conditions in its entirety and replace with the following: A. To the fullest extent permitted by Laws and Regulations, Contractor shall defend,indemnify and hold harmless Owner,Engineer and the officers, directors,members,partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims,costs, losses and damages (including but not limited to all fees and charges of engineers,architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs)arising out of or relating to the performance of the Work,provided that any such claim, cost or loss or damage: 56318-226737 00800-10 4/27/18 1. is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property, including the loss of use resulting therefrom;and 2. is caused in whole or in part by any negligent or wrongful act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly of indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable,regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such indemnified party unless caused by the sole negligence of a party indemnified hereunder. If through the acts of neglect on the part of Contractor, any other contractor or any Subcontractor shall suffer loss or damage on the Work, Contractor shall settle with such other contractor or Subcontractor by �I agreement or arbitration if such other contractor or Subcontractor will so settle. If such other contractor or Subcontractor shall assert any claim against Owner and/or Engineer, or the officers, directors,members, partners, employees, agents, consultants and subcontractors of each on account of any damage alleged to " have been sustained, Owner shall notify Contractor, who shall defend,indemnify and save harmless Owner,Engineer, and the officers, directors,members,partners, employees,agents, consultants and subcontractors of each against any such claims. SC-6.20C. Delete paragraphs 6.20C, C.1 and C.2 of the General Conditions in their entirety. SC-6.21E Delete paragraph 6.21E of the General Conditions in its entirety and replace with the following: E. Contractor shall not be responsible for the adequacy of the performance criteria or design criteria contained in the Contract Documents. SC-6.21E. Add the following new paragraph immediately after paragraph 6.21E. of the General Conditions which is to read as follows: SC'-6.22 Definitions; Contract Provisions;Management and Financial Statements;Enforcement A. Contractor shall comply with all applicable provisions of Chapter 30, Section 39R of the Massachusetts General Laws regarding Contractor's records which is included in kart 11 of the Supplementary Conditions. ARTICLE 7. OTHER WORK SC-7.O1A.2 Delete this paragraph in its entirety. SC-7.018 Delete the last sentence. SC-7.02 56318-226737 00800-11 4/27/18 A Delete this paragraph in its entirety. SC-7.03C. Add the following new paragraph immediately after paragraph 7.03 C. of the General Conditions which is to read as follows: 7.04 Damage to Other Contractor's property A. Should Contractor cause damage to the work or property of any separate contractor at the site, or should any claim arising out of Contractor's performance of the Work at the site be made by any separate contractor against Contractor, Owner,Engineer,Engineer's Consultants,the Construction Coordinator or any other person,Contractor shall promptly attempt to settle with such other contractor by agreement, or to otherwise resolve the dispute by arbitration or at law. Contractor shall,to the fifflest extent permitted by Laws and Regulations,defend,indemnify and hold Owner,Engineer,Engineer's Consultants and the Construction Coordinator harmless from and against all claims, damages,losses and expenses (including, but not limited to,fees of engineers, architects,attorneys and other professionals, and court and arbitration or mediation costs)arising directly, indirectly or consequentially out of any action,legal or equitable, brought by any separate contractor against Owner,Engineer,Engineer's Consultants or the Construction Coordinator to the extent based on a claim arising out of Contractor's performance of the Work. Should a separate contractor cause damage to the Work or property of Contractor or should the performance of work � by any separate contractor at the site give:rise to any other claim, Contractor shall not institute any action, legal or equitable,against Owner,Engineer,Engineer's Consultants or the Construction Coordinator or permit any action against any of them to be maintained and continued in its name or for its benefit in any court or before any arbiter which seeks to impose liability on or to recover damages from Owner,Engineer, Engineer's Consultants or the Construction Coordinator on account of any such damage or claim. If Contractor is delayed at any time in performing or furnishing Work by any act or neglect of a separate contractor and Owner and Contractor are unable to agree as to the extent of any adjustment in Contract Times attributable thereto,Contractor may make a claim for an extension of times in accordance with Article 12. An extension of the Contract Times shall be Contractor's exclusive remedy with respect to Owner,Engineer,Engineer's Consultants and Construction Coordinator for any delay, disruption, interference or hindrance caused by any separate contractor. This paragraph does not prevent recovery from Owner,Engineer,Engineer's Consultant or Construction Coordinator for activities that are their respective responsibilities. ARTICLE 8—OWNER'S RESPONSIBILITIES i SC-8.02 Delete the phrase"to whom CONTRACTOR makes no reasonable objection." SC-8.07 Delete this paragraph in its entirety. SC-8.09 Insert the following after the first sentence: "However,the OWNER shall have the right to direct the CONTRACTOR to perform the Work according to any sequence schedule set forth in the Contract Documents or established pursuant thereto." ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION 56318-226737 00800-12 4/27/18 SC-9.02B Insert the following at the end of this paragraph: "However,the ENGINEER shall have the right to direct the CONTRACTOR to perform-the Work according to any sequence schedule set forth in the Contract Documents or established pursuant thereto." SC-9.03A. Delete the last sentence. Add the following new paragraph immediately after paragraph 9.03A of the General Conditions which is to read as follows: E. Engineer will conduct periodic visits to observe the performance of Work. Engineer will not furnish a Resident Project Representative. SC-9.04 Delete the last sentence. SC-9.0&C Delete the final phrase"subject to the provisions of paragraph 10.05." SC-9.09B Insert the following after the first sentence: "However,the ENGINEER shall have the right to direct the CONTRACTOR to perform the Work according to any sequence schedule set forth in the Contract Documents or established pursuant thereto." ARTICLE 10—CHANGES IN THE WORK;CLAIMS SC-10.03A.3 Delete this paragraph in its entirety. 'ARTICLE 11 - COST OF THE WORK;ALLOWANCES;UNIT PRICE WORK I SC--11.01A.1. Delete the second sentence in paragraph 11.0 IA.1. of the General Conditions in its entirety and replace with the following: Such employees shall include foremen at the site. i SC-11.01A.1. Add the following new paragraph immediately after paragraph 11 MA.1. of the General Conditions which is to read as follows: a. Contractor shall establish, in the Agreement,the Direct Labor Cost percentage. This percentage,where approved by Owner,will be used in the determination of the Direct Labor Cost listed in the Change Order Form included in Part Il of the Supplementary Conditions. The Direct Labor Costs are defined to include 56318-226737 00800-13 4/27/18 social security contributions,unemployment, excise and payroll taxes,workers'and workmen's compensation, health and retirement benefits, sick leave, vacation and holiday pay, and cost of premiums for all additional,insurance required because of changes in the Work. SC-11.01A.5 Delete paragraphs a,b, d, e,f,g,and h. SC-11.02A. Delete paragraphs 11.02A.thru D. of the General Conditions in their entirety. SC-11.03D. Delete paragraph 11.03D. of the General Conditions in its entirety and replace with the following: D. The unit price of an item of Unit Price Work shall be subject to re-evaluation and adjustment under the following conditions: 1. if the total cost of a particular item of Unit Price Work amounts to 5 percent or more of the Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by Contractor differs by more than 15 percent from the estimated quantity of such item indicated in the Agreement; and 2. if there is no corresponding adjustment with respect to any other item of Work;and 3. if Contractor believes that Contractor has incurred additional expense as a result thereof;or if Owner believes that the quantity variation entitles Owner to an adjustment in the unit price,either Owner or Contractor may make a claim for an adjustment in the Unit Price for that quantity by which the actual quantity exceeds 115% of the estimated quantity in accordance with Article 10.05 if the parties are unable to agree as to the effect of any such variations in the quantity of Unit Price Work performed. ARTICLE 12- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME SC-12.01B.3 Delete the last phrase"(determined as provided in paragraph 12.01.C.)." SC-12.01C.2 Delete this paragraph in its entirety. i .SC-12.03B Delete this paragraph in its entirety. SC-12.03F Insert the following new paragraph: "F.Delays caused by or within the control ofthe OWNER.In such event the CONTRATOR's sole remedy shall be an extension of the Contract Time." 56318-226737 00800-14 4/27/18 I ARTICLE 13 -TESTS AND INSPECTIONS;CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK SC-13.01 Delete the word"Prompt"at the beginning of the paragraph. SC-13.03F Delete the balance of the paragraph after the words"CONTRACTOR's expense." SC-13.04D Delete this paragraph in its entirety. SC-13.05A. Add the following new paragraph immediately after paragraph 13.05A. of the General Conditions to read as follows: B. If Owner stops Work under Paragraph 13.05A. Contractor shall not be entitled to any extension of Contract Time or increase in Contract Price. SC-13.08A. I Delete the fourth sentence. SC-13.09C I Delete the second sentence. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION SC-14.02A.1 Delete the first phrase prior to the words,"Contractor shall" and replace with"On a monthly basis and in accordance with G.L. c.30, §39G." SC-14.02A.3. Delete this paragraph and replace with"Retainage shall be in accordance with G.L. c.30, §39G." Add the following new paragraph immediately after paragraph 14.02A3 of the General Conditions which is to read as follows: 4. Contractor shall furnish evidence that payment received on the basis of materials and equipment not incorporated and suitably stored,has in fact been paid to the respective supplier(s)within sixty days of payment by Owner. Failure to provide such evidence of payment may result in the withdrawal of previous approval(s)and removal of the cost of related materials and equipment from the next submitted Application for Payment. SC-14.02C 56318 226737 00800-15 4/27/18 0 Delete this paragraph and replace with"Payment shall be made in accordance with G.L. c.30, §39G." SC-14.02D.2 I Delete the words."immediate"and"promptly" SC-14.02D.3 i Delete this paragraph in its entirety. j SC-14.03.A.. Add the following new paragraphs immediately after paragraph 14.03A of the General Conditions which are to read as follows: B. No materials or supplies for the Work shall be purchased by Contractor or Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. Contractor warrants that Contractor has good title to all materials and supplies used by Contractor in the Work,free from all liens,claims or encumbrances. C. Contractor shall defend, indemnify and save Owner and Engineer harmless from all claims growing out of the lawful demands of Subcontractors,laborers,workmen,mechanics,materiahnen, and furnishers of machinery and parts thereof,equipment,power tools,and 0 supplies,including commissary;incurred in the furtherance'ofthe performance of this Contract. Contractor shall at Owner's request,furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged, or waived. If Contractor fails to do so,then Owner may,after having served written notice on the said Contractor either pay unpaid bills, of which Owner has written notice, direct, or withhold from the Contractor's unpaid compensation a sum ofmoney deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to Contractor shall be resumed,in accordance with the terms of this Contract,but in no event shall the provisions of this sentence be construed to impose any obligations upon Owner to either Contractor or Contractor's Surety. In paying any unpaid bills of the Contractor, Owner shall be deemed the agent of Contractor and any payment so made by Owner shall be considered as payment made under the Contract by Owner to Contractor and Owner shall not be liable to Contractor for any such payment made in good faith. SC-14.04C Delete the third sentence and replace with the following: "OWNER shall review the tentative certificate and make written objection to ENGINEER as to any provisions of the certificate or attached list." Delete the phrase"within 14 days after submission of the tentative certificate to OWNER"in the fourth sentence. Delete the phrase"within said 14 days" in the fifth sentence. SC-14.05 Delete the phrase"subject to the following conditions"at the end of the first sentence and delete paragraphs 1 and 2 in their entirety. SC-14.071B.1. Delete paragraph 14.07B.1. of the General Conditions in its entirety and replace with the following: II 56318 226737 00800-16 4/27/18 a 1. If, on the basis.of Engineer's observation of the Work during construction and final inspection,and Engineer's review of the final Application for Payment and accompanying documentation-ali as required by the Contract Documents,Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled,Engineer will indicate in writing Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon Engineer will give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise,Engineer will return the Application to Contractor,indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance,Owner shall in accordance with the applicable Massachusetts General Law,pay Contractor the amount recommended by Engineer. SC-14.07C Delete this paragraph and replace with the following: "Final payment shall be made in accordance with G.L. c.30, §39G." SC-14.09A.1 Delete this paragraph in its entirety. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION SC-15.01A. Delete paragraph 15.01A. of the General Conditions in its entirety and replace with the following: A. Owner may order, at any time and without cause, suspension of the Work in accordance with Massachusetts General Law Chapter 30, Section 390,which is included in Part II of the Supplementary Conditions. SC-15.02A.4. Add the following new paragraph immediately after paragraph 15.02.A.4 of the General Conditions which is to read as follows: 5. If Contractor abandons the Work, or sublets this Contract or any part thereof,without the previous written consent of Owner, or if the Contract or any claim thereunder shall be assigned by Contractor otherwise than as herein specified; SC-15.03A Delete from paragraph 1 the phrase "including fair and reasonable sums for overhead and profit on such Work,"and from paragraph 2 delete the phrase"plus fair and reasonable sums for overhead and profit on such expenses";and delete paragraphs 3 and 4 in their entirety. SC-15.0413 Delete the last sentence. ARTICLE 16-DISPUTE RESOLUTION SC-16.01A 56318-226737 00800-17 4/27118 Delete the paragraph 16.01 A of the General Conditions in its entirety and replace with the following: Either Owner of Contractor may request mediation of any Claim submitted to Engineer for a decision. under Paragraph 10.05 when such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of this Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. SC-16.01C.3. Add a new paragraph immediately after paragraph 16.01 C.3.of the General Conditions which is to read as follows: D. Contractor shall carry on the Work and maintain the progress schedule during the dispute resolution proceedings,unless otherwise agreed by Contractor and Owner in writing. ARTICLE 17-MISCELLANEOUS SC-17.06 ' Add the following new paragraphs immediately after paragraph 17.06 of the General Conditions which are to read as follows: 17.07 Addresses A. Both the address given in the Bid Form upon which this Agreement is founded, and Contractor's office at or near the site of the Work are hereby designated as places to either of which notices, letters, and other communications to Contractor shall be certified,mailed, or delivered. The delivering at the above named place,or depositing in a postpaid wrapper directed to the first-named place,in any post office box regularly maintained by the post office department, of any notice, letter or other communication to Contractor shall be deemed sufficient service thereof upon Contractor; and the date of said service shall be the date of such delivery or mailing. The first-named address may be changed at any time by an instrument in writing, j executed and acknowledged by Contractor,and delivered to Owner and Engineer. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice,letter, or other communication upon Contractor personally. 17.09 Wage Rates A. The requirements and provisions of all applicable laws and any amendments thereof or additions thereto as to the employment of labor,and to the schedule of minimum wage rates established in compliance with laws shall be a part of these Contract Documents. Copies of the wage schedules are included in PART II of these Supplementary Conditions. If, after the Notice of Award,it becomes necessary to employ any person in a trade or occupation not classified in the wage determinations,such person shall be paid at not less than,such rates as shall be determined by the officials administrating the laws mentioned above. Such approved minimum rate shall be retroactive to the time of the initial employment of such person in such trade or occupation. Contractor shall notify Owner of Contractor's intention to employ persons in trades or occupations not classified in sufficient time for Owner to obtain approved rates for such trades or occupations. 56318-226737 00800-18 4/27/18 f wages referred to above are minimum rates only, and Owner will not consider any B. The schedules o w g Y� claims for additional compensation made by Contractor because of payment by Contractor of any wage rate in excess of the applicable rate contained in these Contract Documents. All disputes between Contractor and employees of Contractor in regard to the payment of wages in excess of these specified in the schedules shall be resolved by Contractor. C. The said schedules of wages shall continue to be the minimum rates to be paid during the life of this Agreement and a legible copy of said schedules shall be kept posted in a conspicuous place at the site of the work. PART 1I-STATE AND LOCAL GOVERNMENT PROVISIONS State and Local Government Provisions included herein.,have been selected from those to which specific references have been trade elsewhere in the Contract Documents. Each and every other provision of law or clause required by law to be inserted in this Contract shall be deemed to be also inserted herein in accordance with paragraph 3.01D of the Supplementary Conditions. 2.0. COMMONWEALTH OF MASSACHUSETTS PROVISIONS I 2.1. Owner and Contractor agree that the following Commonwealth of Massachusetts Provisions apply to the work to be performed under this Contract and that these provisions supersede any conflicting provisions of this Contract. 2.2. Applicable provisions of Massachusetts General Laws and Regulations and/or the United States I 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 Code of Federal Regulations and State Laws and Regulations exist,the more stringent requirement shall apply. 2.3. Massachusetts General Laws. J I 56318-226737 00 S 00-19 4/27/18 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 Se—lary Massachusetts General Laws,Chapter 149,Sections 26 to 27H WILLIAM D MCKINNEY KARYN E.POLITO Director Lt.Govemor Awarding Authority: Town of Watertown Contract Number: City/Town: WATERTOWN Description of Work: Filippello Park Sports Lighting Upgrades includes the removal and disposal of the existing sports field lighting system and furnishing and installation of a new(1$pole sports field lighting system Job Location: Grove Street Information about Prevailing Wage Schedules for Awarding Authorities and Contractors • This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the "Wage Request Number"on all pages of this schedule. • An Awarding Authority must request an updated wage schedule from the Department of Labor Standards("DLS")if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects(bid pursuant to G.L.c.149A),the earlier of: (a)the execution date of the GMP Amendment,or(b)the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. • The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L.c. 149, §27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L.c. 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 maybe 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: 11/12/2019 Wage Request Number: 20191112-021 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Construction (2 AXLE)DRIVER-EQUIPMENT 08/01/2019 $35.35 $12.41 $12.70 $0.00 $60.46 TEAMSTERSJOINT COUNCIL NO.10 ZONEA 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 08/01/2019 $35.42 $12.41 $12.70 $0.00 $60.53 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 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 08/01/2019 $35.54 $12.41 $12.70 $0.00 $60.65 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 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 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER" AIR TRACK OPERATOR 06/01/2019 $39.90 $7.85 $15.85 $0.00 $63.60 LABORERS-ZONE 1 12/01/2019 $40.90 $7.85 $15.85 $0.00 $64.60 06/01/2020 $41.89 $7.85 $15.85 $0.00 $65.59 12/01/2020 $42.87 $7.85 $15.85 $0.00 $66.57 06/01/2021 $43.89 $7.85 $15.85 $0.00 $67.59 12/01/2021 $44.90 $7.85 $15.85 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" ASBESTOS REMOVER-PIPE/MECH.EQUIPT. 06/01/2019 $36.00 $12.50 $8.85 $0.00 $57.35 HEAT&FROST INSULATORS LOCAL 6(BOSTON) 12/01/2019 $37.00 $12.50 $8.85 $0.00 $58.35 06/01/2020 $38.00 $12.50 $8.85 $0.00 $59.35 12/01/2020 $39.00 $12.50 $8.85 $0.00 $60.35 ASPHALT RAKER 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 2 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 i 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" BACKHOEXRONT-END LOADER 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" BARCO-TYPE JUMPING TAMPER 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE] 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" BLOCK PAVER,RAMMER/CURB SETTER 06/01/2019 $39.90 $7.85 $15.85 $0.00 $63.60 LABORERS-ZONE I 12/01/2019 $40.90 $7.85 $15.85 $0.00 $64.60 06/01/2020 $41.89 $7.85 $15.85 $0.00 $65.59 12/01/2020 $42.87 $7.85 $15.85 $0.00 $66.57 06/01/2021 $43.89 $7.85 $15.85 $0.00 $67.59 12/01/2021 $44.90 $7.85 $15.85 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" 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 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 3 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 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 Apprentice to Journeyworker Ratio:1:4 BRICK/STONE/ARTIFICIAL MASONRY(INCL.MASONRY 08/01/2019 $54.40 $10.75 $21.30 $0.00 $86.45 WATERPROOFING)BRICKLAYERSLOCAL 3(WALTHAM) 02/01/2020 $55.04 $10.75 $21.30 $0.00 $87.09 08/01/2020 $56.39 $10.75 $21.45 $0.00 $88.59 02/01/2021 $57.03 $10.75 $21.45 $0.00 $89.23 08/01/2021 $58.43 $10.75 $21.61 $0.00 $90.79 02/01/2022 $59.02 $10.75 $21.61 $0.00 $91.38 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 4 of 42 Classification Effective Date Base Wage Healtb Pension Supplemental Total Rate Unemployment Apprentice- BRICKIPLASTERICEMENT MASON-Local 3 Waltham Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.20 $10.75 $21.30 $0.00 $59.25 2 60 $32.64 $10.75 $21.30 $0.00 $64.69 3 70 $38.08 $10.75 $21.30 $0.00 $70.13 4 80 $43.52 $10.75 $21.30 $0.00 $75.57 5 90 $48.96 $10.75 $21.30 $0.00 $81.01 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.52 $10.75 $21.30 $0.00 $59.57 2 60 $33.02 $10.75 $21.30 $0.00 $65.07 3 70 $38.53 $10.75 $21.30 $0.00 $70.58 4 80 $44.03 $10.75 $21.30 $0.00 $76.08 5 90 $49.54 $10.75 $21.30 $0.00 $81.59 IrNotes:- I Apprentice to Journeyworker Ratio:l:5� BULLDOZER/GRADER/SCRAPER 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" CAISSON&UNDERPINNING BOTTOM MAN 06/01/2019 $40.25 $7.85 $16.05 $0.00 $64.15 LABORERS-FOUNDATIONAND MARINE 12/01/2019 $41.25 $7.85 $16.05 $0.00 $65.15 06/01/2020 $42.24 $7.85 $16.05 $0.00 $66.14 12/01/2020 $43.22 $7.85 $16.05 $0.00 $67.12 06/01/2021 $44.24 $7.85 $16.05 $0.00 $68.14 12/01/2021 $45.25 $7.85 $16.05 $0.00 $69.15 For apprentice rates see"Apprentice-LABORER" CAISSON&UNDERPINNING LABORER 06/01/2019 $39.10 $7.85 $16.05 $0.00 $63.00 LABORERS-FOUNDATIONAND MARINE 12/01/2019 $40.10 $7.85 $16.05 $0.00 $64.00 06/01/2020 $41.09 $7.85 $16.05 $0.00 $64.99 12/01/2020 $42.07 $7.85 $16.05 $0.00 $65.97 06/01/2021 $43.09 $7.85 $16.05 $0.00 $66.99 12/01/2021 $44.10 $7.85 $16.05 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 5 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemolovment CAISSON&UNDERPINNING TOP MAN 06/01/2019 $39.10 $7.85 $16.05 $0.00 $63.00 LABORERS-FOUNDATIONAND MARINE 12/01/2019 $40.10 $7.85 $16.05 $0.00 $64.00 06/01/2020 $41.09 $7.85 $16.05 $0.00 $64.99 12/01/2020 $42.07 $7.85 $16.05 $0.00 $65.97 06/01/2021 $43.09 $7.85 $16.05 $0.00 $66.99 12/01/2021 $44.10 $7.85 $16.05 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" CARBIDE CORE DRILL OPERATOR 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE I 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" CARPENTER 09/01/2019 $41.90 $9.40 $18.95 $0.00 $70.25 CARPENTERS-ZONE 2(Eastern Massachusetts) 03/01/2020 $42.50 $9.40 $18.95 $0.00 $70.85 09/01/2020 $43.15 $9.40 $18.95 $0.00 $71.50 03/01/2021 $43.75 $9.40 $18.95 $0.00 $72.10 09/01/2021 $44.40 $9.40 $18.95 $0.00 $72.75 03/01/2022 $45.00 $9.40 $18.95 $0.00 $73.35 09/01/2022 $45.65 $9.40 $18.95 $0.00 $74.00 03/01/2023 $46.25 $9.40 $18.95 $0.00 $74.60 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 6 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- CARPENTER-Zone 2 Eastern MA Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.95 $9.40 $1.73 $0.00 $32.08 2 60 $25.14 $9.40 $1.73 $0.00 $36.27 3 70 $29.33 $9.40 $13.76 $0.00 $52.49 4 75 $31.43 $9.40 $13.76 $0.00 $54.59 5 80 $33.52 $9.40 $15.49 $0.00 $58.41 6 80 $33.52 $9.40 $15.49 $0.00 $58.41 7 90 $37.71 $9.40 $17.22 $0.00 $64.33 8 90 $37.71 $9.40 $17.22 $0.00 $64.33 Effective Date- 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.25 $9.40 $1.73 $0.00 $32.38 2 60 $25.50 $9.40 $1.73 $0.00 $36.63 3 70 $29.75 $9.40 $13.76 $0.00 $52.91 4 75 $31.88 $9.40 $13.76 $0.00 $55.04 5 80 $34.00 $9.40 $15.49 $0.00 $58.89 6 80 $34.00 $9.40 $15.49 $0.00 $58.89 7 90 $38.25 $9.40 $17.22 $0.00 $64.87 8 90 $38.25 $9.40 $17.22 $0.00 $64.87 %Indentured After 10/l/17;45/45/55/55/70/70/80/80 Step 1&2$29.99/3&4$35.85/5&6$54.22/7&8$60.14 Apprentice to Journeyworker Ratio:1:5 CARPENTER WOOD FRAME 10/01/2019 $27.95 $7.07 $7.86 $0.00 $42.88 CARPENTERS-ZONE 2(Wood Frame) All Aspects of New Wood Flame Work i Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 7 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice- CARPENTER(Wood Frame)-Zone 2 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$19.65/3&4$27.19/5&6$34.50/7&8$37.29 Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING 07/01/2019 $47.67 $12.75 $22.41 $0.62 $83.45 BRICKLAYERSLOCAL 3(WALTHAM) 01/01/2020 $49.07 $12.75 $22.41 $0.62 $84.85 Apprentice- CEMENT MASONRY/PLASTERING-Eastern Mass(Waltham) Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.84 $12.75 $15.41 $0.00 $52.00 2 60 $28.60 $12.75 $17.41 $0.62 $59.38 3 65 $30.99 $12.75 $18.41 $0.62 $62.77 4 70 $33.37 $12.75 $19.41 $0.62 $66.15 5 75 $35.75 $12.75 $20.41 $0.62 $69.53 6 80 $38.14 $12.75 $21.41 $0.62 $72.92 7 90 $42.90 $12.75 $22.41 $0.62 $78.68 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.54 $12.75 $15.41 $0.00 $52.70 2 60 $29.44 $12.75 $17.41 $0.62 $60.22 3 65 $31.90 $12.75 $18.41 $0.62 $63.68 4 70 $34.35 $12.75 $19.41 $0.62 $67.13 5 75 $36.80 $12.75 $20.41 $0.62 $70.58 6 80 $39.26 $12.75 $21.41 $0.62 $74.04 7 90 $44.16 $12.75 $22.41 $0.62 $79.94 �_ _� Notes: ----_ _-__, __- -.�. ._­ .___ �.'- ___ .__. . w_. d _ __�. ,.a .__ �_ 1 Steps 3,4 are 500 hrs.All other steps are 1,000 brs. Apprentice to Journeyworker Ratio:1:3 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 8 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment CHAIN SAW OPERATOR 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE] 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 06/01/2019 $49.18 $12.00 $15.60 $0.00 $76.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $50.33 $12.00 $15.60 $0.00 $77.93 06/01/2020 $51.43 $12.00 $15.60 $0.00 $79.03 12/01/2020 $52.58 $12.00 $15.60 $0.00 $80.18 06/01/2021 $53.68 $12.00 $15.60 $0.00 $81.28 12/01/2021 $54.83 $12.00 $15.60 $0.00 $82.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" COMPRESSOR OPERATOR 06/01/2019 $32.28 $12.00 $15.60 $0.00 $59.88 OPERATINGENGINEERSLOCAL 4 12/01/2019 $33.07 $12.00 $15.60 $0.00 $60.67 06/01/2020 $33.82 $12.00 $15.60 $0.00 $61.42 12/01/2020 $34.60 $12.00 $15.60 $0.00 $62.20 06/01/2021 $35.35 $12.00 $15.60 $0.00 $62.95 12/01/2021 $36.14 $12.00 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" DELEADER(BRIDGE) 07/01/2019 $50.66 $8.20 $21.45 $0.00 $80.31 PAINTERSLOCAL 35-ZONE 2 01/01/2020 $50.96 $8.20 $22.10 $0.00 $81.26 07/01/2020 $52.06 $8.20 $22.10 $0.00 $82.36 01/01/2021 $53.16 $8.20 $22.10 $0.00 $83.46 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 9 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 -BRIDGESITANKS Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.33 $8.20 $0.00 $0.00 $33.53 2 55 $27.86 $8.20 $5.78 $0.00 $41.84 3 60 $30.40 $8.20 $6.30 $0.00 $44.90 4 65 $32.93 $8.20 $6.83 $0.00 $47.96 5 70 $35.46 $8.20 $18.30 $0.00 $61.96 6 75 $38.00 $8.20 $18.83 $0.00 $65.03 7 80 $40.53 $8.20 $19.35 $0.00 $68.08 8 90 $45.59 $8.20 $20.40 $0.00 $74.19 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.48 $8.20 $0.00 $0.00 $33.68 2 55 $28.03 $8.20 $5.94 $0.00 $42.17 3 60 $30.58 $8.20 $6.48 $0.00 $45.26 4 65 $33.12 $8.20 $7.02 $0.00 $48.34 5 70 $35.67 $8.20 $18.51 $0.00 $62.38 6 75 $38.22 $8.20 $19.05 $0.00 $65.47 7 80 $40.77 $8.20 $19.59 $0.00 $68.56 8 90 $45.86 $8.20 $20.67 $0.00 $74.73 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 DEMO:ADZEMAN 06/01/2019 $39.30 $7.85 $15.85 $0.00 $63.00 LABORERS-ZONE 1 12/01/2019 $40.30 $7.85 $15.85 $0.00 $64.00 For apprentice rates see"Apprentice-LABORER" DEMO:BACKHOE/LOADER/HAMMER OPERATOR 06/01/2019 $40.30 $7.85 $15.85 $0.00 $64.00 LABORERS-ZONE 1 12/01/2019 $41.30 $7.85 $15.85 $0.00 $65.00 For apprentice rates see"Apprentice-LABORER" DEMO:BURNERS 06/01/2019 $40.05 $7.85 $15.85 $0.00 $63.75 LABORERS-ZONE 1 12/01/2019 $41.05 $7.85 $15.85 $0.00 $64.75 For apprentice rates see"Apprentice-LABORER" DEMO:CONCRETE CUTTER/SAWYER 06/01/2019 $40.30 $7.85 $15.85 $0.00 $64.00 LABORERS-ZONE 1 12/01/2019 $41.30 $7.85 $15.85 $0.00 $65.00 For apprentice rates see"Apprentice-LABORER" DEMO:JACKHAMMER OPERATOR 06/01/2019 $40.05 $7.85 $15.85 $0.00 $63.75 LABORERS-ZONE 1 12/01/2019 $41.05 $7.85 $15.85 $0.00 $64.75 For apprentice rates see"Apprentice-LABORER" DEMO:WRECKING LABORER 06/01/2019 $39.30 $7.85 $15.85 $0.00 $63.00 LABORERS-ZONE 1 12/01/2019 $40.30 $7.85 $15.85 $0.00 $64.00 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 10 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" DIVER 08/01/2019 $68.52 $9.90 $21.15 $0.00 $99.57 PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER" DIVER TENDER 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" DIVER TENDER(EFFLUENT) 08/01/2019 $73.41 $9.90 $21.15 $0.00 $104.46 PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER" DIVER/SLURRY(EFFLUENT) 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER" DRAWBRIDGE OPERATOR(Construction) 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANSLOCAL 103 For apprentice rates see"Apprentice-ELECTRICIAN" ELECTRICIAN 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANSLOCAL 103 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:- - ®t-. _..m __._ ___ -- --- "--. - - _- _-__ -__" ---. - a.-, ._.__ _w. a- .._.- - .-- _ - ..-- 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 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 11 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 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 ELEVATOR CONSTRUCTOR HELPER 01/01/2019 $41.63 $15.58 $17.51 $0.00 $74.72 ELEVATOR CONSTRUCTORS LOCAL 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 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 11/01/2019 $44.18 $12.00 $15.60 $0.00 $71.78 OPERATING ENGINEERS LOCAL 4 05/01/2020 $45.33 $12.00 $15.60 $0.00 $72.93 11/01/2020 $46.33 $12.00 $15.60 $0.00 $73.93 05/01/2021 $47.48 $12.00 $15.60 $0.00 $75.08 11/01/2021 $48.48 $12.00 $15.60 $0.00 $76.08 05/01/2022 $49.63 $12.00 $15.60 $0.00 $77.23 For apprentice rates see"Apprentice-OPERATING ENGINEERS" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 12 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 11/01/2019 $45.68 $12.00 $15.60 $0.00 $73.28 OPERATING ENGINEERS LOCAL 4 05/01/2020 $46.83 $12.00 $15.60 $0.00 $74.43 11/01/2020 $47.84 $12.00 $15.60 $0.00 $75.44 05/01/2021 $49.00 $12.00 $15.60 $0.00 $76.60 11/01/2021 $50.01 $12.00 $15.60 $0.00 $77.61 05/01/2022 $51.17 $12.00 $15.60 $0.00 $78.77 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 11/01/2019 $22.57 $12.00 $15.60 $0.00 $50.17 OPERATING ENGINEERS LOCAL 4 05/01/2020 $23.24 $12.00 $15.60 $0.00 $50.84 11/01/2020 $23.83 $12.00 $15.60 $0.00 $51.43 05/01/2021 $24.51 $12.00 $15.60 $0.00 $52.11 11/01/2021 $25.11 $12.00 $15.60 $0.00 $52.71 05/01/2022 $25.78 $12.00 $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 /COMMISSIONINGELEcTRICIANs LOCAL 103 For apprentice rates see"Apprentice-TELECOMMUNICATIONS TECHNICIAN' FIREMAN(ASST.ENGINEER) 06/01/2019 $39.54 $12.00 $15.60 $0.00 $67.14 OPERATING ENGINEERS LOCAL 4 P 12/01/2019 $40.49 $12.00 $15.60 $0.00 $68.09 06/01/2020 $41.40 $12.00 $15.60 $0.00 $69.00 12/01/2020 $42.35 $12.00 $15.60 $0.00 $69.95 06/01/2021 $43.26 $12.00 $15.60 $0.00 $70.86 12/01/2021 $44.21 $12.00 $15.60 $0.00 $71.81 For apprentice rates see"Apprentice-OPERATING ENGINEERS" FLAGGER&SIGNALER 06/01/2019 $22.50 $7.85 $15.85 $0.00 $46.20 LABORERS-ZONE I 12/01/2019 $23.50 $7.85 $15.85 $0.00 $47.20 06/01/2020 $23.50 $7.85 $15.85 $0.00 $47.20 12/01/2020 $24.50 $7.85 $15.85 $0.00 $48.20 06/01/2021 $24.50 $7.85 $15.85 $0.00 $48.20 12/01/2021 $24.50 $7.85 $15.85 $0.00 $48.20 For apprentice rates see"Apprentice-LABORER" FLOORCOVERER 09/01/2019 $46.25 $9.40 $19.25 $0.00 $74.90 FLOOR COVERERS LOCAL 2168 ZONE I 03/01/2020 $47.05 $9.40 $19.25 $0.00 $75.70 09/01/2020 $47.85 $9.40 $19.25 $0.00 $76.50 03/01/2021 $48.65 $9.40 $19.25 $0.00 $77.30 09/01/2021 $49.45 $9.40 $19.25 $0.00 $78.10 03/01/2022 $50.25 $9.40 $19.25 $0.00 $78.90 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 13 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- FLOORCOVERER-Local 2168 Zone I Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.13 $9.40 $1.79 $0.00 $34.32 2 55 $25.44 $9.40 $1.79 $0.00 $36.63 3 60 $27.75 $9.40 $13.88 $0.00 $51.03 4 65 $30.06 $9.40 $13.88 $0.00 $53.34 5 70 $32.38 $9.40 $15.67 $0.00 $57.45 6 75 $34.69 $9.40 $15.67 $0.00 $59.76 7 80 $37.00 $9.40 $17.46 $0.00 $63.86 8 85 $39.31 $9.40 $17.46 $0.00 $66.17 Effective Date- 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.53 $9.40 $1.79 $0.00 $34.72 2 55 $25.88 $9.40 $1.79 $0.00 $37.07 3 60 $28.23 $9.40 $13.88 $0.00 $51.51 4 65 $30.58 $9.40 $13.88 $0.00 $53.86 5 70 $32.94 $9.40 $15.67 $0.00 $58.01 6 75 $35.29 $9.40 $15.67 $0.00 $60.36 7 80 $37.64 $9.40 $17.46 $0.00 $64.50 8 85 $39.99 $9.40 $17.46 $0.00 $66.85 Notes:Steps are 750 hrs. �� %After 09/1/17;45/45/55/55/70/70/80/80(1500hr Steps) Step 1&2$32.00/3&4$38.36/5&6$57.45/7&8$63.86 Apprentice to Journeyworker Ratio:1:1 FORK LIFT/CHERRY PICKER 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" GENERATOR/LIGHTING PLANTIHEATERS 06/01/2019 $32.28 $12.00 $15.60 $0.00 $59.88 OPERATING ENGINEERS LOCAL 4 12/01/2019 $33.07 $12.00 $15.60 $0.00 $60.67 06/01/2020 $33.82 $12.00 $15.60 $0.00 $61.42 12/01/2020 $34.60 $12.00 $15.60 $0.00 $62.20 06/01/2021 $35.35 $12.00 $15.60 $0.00 $62.95 12/01/2021 $36.14 $12.00 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" GLAZIER(GLASS PLANK/AIR BARRIERIINTERIOR 07/01/2019 $40.16 $8.20 $21.45 $0.00 $69.81 SYSTEMS)GLAZIERS LOCAL 35(ZONE 2) 01/01/2020 $40.46 $8.20 $22.10 $0.00 $70.76 07/01/2020 $41.56 $8.20 $22.10 $0.00 $71.86 01/01/2021 $42.66 $8.20 $22.10 $0.00 $72.96 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 14 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- GLAZIER-Local 35 Zone 2 Effective Date- 07/01/2019 supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.08 $8.20 $0.00 $0.00 $28.28 2 55 $22.09 $8.20 $5.78 $0.00 $36.07 3 60 $24.10 $8.20 $6.30 $0.00 $38.60 4 65 $26.10 $8.20 $6.83 $0.00 $41.13 5 70 $28.11 $8.20 $18.30 $0.00 $54.61 6 75 $30.12 $8.20 $18.83 $0.00 $57.15 7 80 $32.13 $8.20 $19.35 $0.00 $59.68 8 90 $36.14 $8.20 $20.40 $0.00 $64.74 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.23 $8.20 $0.00 $0.00 $28.43 2 55 $22.25 $8.20 $5.94 $0.00 $36.39 3 60 $24.28 $8.20 $6.48 $0.00 $38.96 4 65 $26.30 $8.20 $7.02 $0.00 $41.52 5 70 $28.32 $8.20 $18.51 $0.00 $55.03 6 75 $30.35 $8.20 $19.05 $0.00 $57.60 7 80 $32.37 $8.20 $19.59 $0.00 $60.16 8 90 $36.41 $8.20 $20.67 $0.00 $65.28 INotes:�.,. - ..�,� ®.,.,, -, - - .a.� ,.,.,v -, �. .� - ...� - -a, - - - -�__ -- _ti-, ..,,., � . ..- _- Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 HOISTING ENGINEER/CRANES/GRADALLS 06/01/2019 $48.18 $12.00 $15,60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 15 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- OPERATING ENGINEERS-Local 4 Effective Date- 06/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $26.50 $12.00 $0.00 $0.00 $38.50 2 60 $28.91 $12.00 $15.60 $0.00 $56.51 3 65 $31.32 $12.00 $15.60 $0.00 $58.92 4 70 $33.73 $12.00 $15.60 $0.00 $61.33 5 75 $36.14 $12.00 $15.60 $0.00 $63.74 6 80 $38.54 $12.00 $15.60 $0.00 $66.14 7 85 $40.95 $12.00 $15.60 $0.00 $68.55 8 90 $43.36 $12.00 $15.60 $0.00 $70.96 Effective Date- 12/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $27.13 $12.00 $0.00 $0.00 $39.13 2 60 $29.60 $12.00 $15.60 $0.00 $57.20 3 65 $32.06 $12.00 $15.60 $0.00 $59.66 4 70 $34.53 $12.00 $15.60 $0.00 $62.13 5 75 $37.00 $12.00 $15.60 $0.00 $64.60 6 80 $39.46 $12.00 $15.60 $0.00 $67.06 7 85 $41.93 $12.00 $15.60 $0.00 $69.53 8 90 $44.40 $12.00 $15.60 $0.00 $72.00 Apprentice to Journeyworker Ratio:1:6 HVAC(DUCTWORK) 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 SHEETMETAL WORKERS LOCAL I7-A 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' HVAC(TESTING AND BALANCING-AIR) 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 SHEETMETAL WORKERS LOCAL I7-A 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" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 16 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment HVAC(TESTING AND BALANCING-WATER) 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 PIPEFITTERS LOCAL 537 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 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 PIPEFITTERS LOCAL 537 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 06/01/2019 $39.90 $7.85 $15.85 $0.00 $63.60 LABORERS-ZONE I 12/01/2019 $40.90 $7.85 $15.85 $0.00 $64.60 06/01/2020 $41.89 $7.85 $15.85 $0.00 $65.59 12/01/2020 $42.87 $7.85 $15.85 $0.00 $66.57 06/01/2021 $43.89 $7.85 $15.85 $0.00 $67.59 12/01/2021 $44.90 $7.85 $15.85 $0.00 $68.60 For apprentice rates see"Apprentice-LABORER" INSULATOR(PIPES&TANKS) 09/01/2019 $48.44 $12.80 $16.40 $0.00 $77.64 HEAT&FROST INSULATORS LOCAL 6(BOSTON) Apprentice- ASBESTOS INSULATOR(Pipes&Tanks)-Local 6 Boston Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.22 $12.80 $11.90 $0.00 $48.92 2 60 $29.06 $12.80 $12.80 $0.00 $54.66 3 70 $33.91 $12.80 $13.70 $0.00 $60.41 4 80 $38.75 $12.80 $14.60 $0.00 $66.15 rNotes:®.� 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) Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 17 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 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 Note e ,_, ,_-, m_r _a . , ,, --. - s: --. -_, -_- .m -_z- .- � . ._4. -_ _a. ._`. - __. -, Pt. _ _. .e-. .A **Structural 1:6;Ornamental 1:4 Apprentice to Journeyworker Ratio:** JACKHAMMER&PAVING BREAKER OPERATOR 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE! 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" LABORER 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-ZONE! 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 18 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- LABORER-Zone 1 Effective Date- 06/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $23.49 $7.85 $15.85 $0.00 $47.19 2 70 $27.41 $7.85 $15.85 $0.00 $51.11 3 80 $31.32 $7.85 $15.85 $0.00 $55.02 4 90 $35.24 $7.85 $15.85 $0.00 $58.94 Effective Date- 12/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $24.09 $7.85 $15.85 $0.00 $47.79 2 70 $28.11 $7.85 $15.85 $0.00 $51.81 3 80 $32.12 $7.85 $15.85 $0.00 $55.82 4 90 $36.14 $7.85 $15.85 $0.00 $59.84 [Notes:- Apprentice to Journeyworker Ratio:1:5.� LABORER:CARPENTER TENDER 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-ZONE I 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:CEMENT FINISHER TENDER 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-ZONE I 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:HAZARDOUS WASTE/ASBESTOS REMOVER 06/01/2019 $39.30 $7.85 $15.85 $0.00 $63.00 LABORERS-ZONE I 12/01/2019 $40.30 $7.85 $15.85 $0.00 $64.00 For apprentice rates see"Apprentice-LABORER" LABORER:MASON TENDER 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE I 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER' Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 19 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemnlovment LABORER:MULTI-TRADE TENDER 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-ZONE 1 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 For apprentice rates see"Apprentice-LABORER" LABORER:TREE REMOVER 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-MAT 1 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 This classification applies to all tree work associated witli 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 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" MARBLE&TILE FINISHERS 08/01/2019 $41.49 $10.75 $19.61 $0.00 $71.85 BRICKLAYERS LOCAL 3-MARBLE&TILE 02/01/2020 $42.00 $10.75 $19.61 $0.00 $72.36 08/01/2020 $43.08 $10.75 $19.76 $0.00 $73.59 02/01/2021 $43.59 $10.75 $19.76 $0.00 $74.10 08/01/2021 $44.71 $10.75 $19.92 $0.00 $75.38 02/01/2022 $45.18 $10.75 $19.92 $0.00 $75.85 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 20 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE&TILE FINISHER-Local 3 Marble&Tile Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.75 $10.75 $19.61 $0.00 $51.11 2 60 $24.89 $10.75 $19.61 $0.00 $55.25 3 70 $29.04 $10.75 $19.61 $0.00 $59.40 4 80 $33.19 $10.75 $19.61 $0.00 $63.55 I 5 90 $37.34 $10.75 $19.61 $0.00 $67.70 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.00 $10.75 $19.61 $0.00 $51.36 2 60 $25.20 $10.75 $19.61 $0.00 $55.56 3 70 $29.40 $10.75 $19.61 $0.00 $59.76 4 80 $33.60 $10.75 $19.61 $0.00 $63.96 5 90 $37.80 $10.75 $19.61 $0.00 $68.16 Notes: .-�A I Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS&TERRAZZO MECH 08/01/2019 $54.42 $10.75 $21.30 $0.00 $86.47 BRICKLAYERS LOCAL 3-MARBLE&TILE 02/01/2020 $55.05 $10.75 $21.30 $0.00 $87.10 08/01/2020 $56.40 $10.75 $21.45 $0.00 $88.60 02/01/2021 $57.04 $10.75 $21.45 $0.00 $89.24 08/01/2021 $58.44 $10.75 $21.61 $0.00 $90.80 02/01/2022 $59.01 $10.75 $21.61 $0.00 $91.37 I I Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 21 of 42 A Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- MARBLE-TILE-TERRAZZO MECHANIC-Local 3 Marble&Tile Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.21 $10.75 $21.30 $0.00 $59.26 2 60 $32.65 $10.75 $21.30 $0.00 $64.70 3 70 $38.09 $10.75 $21.30 $0.00 $70.14 4 80 $43.54 $10.75 $21.30 $0.00 $75.59 5 90 $48.98 $10.75 $21.30 $0.00 $81.03 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.53 $10.75 $21.30 $0.00 $59.58 2 60 $33.03 $10.75 $21.30 $0.00 $65.08 3 70 $38.54 $10.75 $21.30 $0.00 $70.59 4 80 $44.04 $10.75 $21.30 $0.00 $76.09 5 90 $49.55 $10.75 $21.30 $0.00 $81.60 Notes: Apprentice to Journeyworker Ratio:1:5 MECH.SWEEPER OPERATOR(ON CONST.SITES) 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" MECHANICS MAINTENANCE 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $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 MILL WRIGHTS L OCAL 1121-Zone 1 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 22 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate g Unemployment Apprentice- MILLWRIGHT-Local 1121 Zone 1 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 rNotes:�c, I Steps are 2,000 hours Apprentice to Journeyworker Ratio:1:5� MORTAR MIXER 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" OILER(OTHER THAN TRUCK CRANES,GRADALLS) 06/01/2019 $23.11 $12.00 $15.60 $0.00 $50.71 OPERATING ENGINEERS LOCAL 4 12/01/2019 $23.68 $12.00 $15.60 $0.00 $51.28 06/01/2020 $24.23 $12.00 $15.60 $0.00 $51.83 12/01/2020 $24.80 $12.00 $15.60 $0.00 $52.40 06/01/2021 $25.35 $12.00 $15.60 $0.00 $52.95 12/O1/2021 $25.93 $12.00 $15.60 $0.00 $53.53 For apprentice rates see"Apprentice-OPERATING ENGINEERS" ql OILER(TRUCK CRANES,GRADALLS) 06/01/2019 $27.57 $12.00 $15.60 $0.00 $55.17 OPERATING ENGINEERS LOCAL 4 12/01/2019 $28.24 $12.00 $15.60 $0.00 $55.84 06/01/2020 $28.89 $12.00 $15.60 $0.00 $56.49 12/01/2020 $29.57 $12.00 $15.60 $0.00 $57.17 06/01/2021 $30.21 $12.00 $15.60 $0.00 $57.81 12/01/2021 $30.89 $12.00 $15.60 $0.00 $58.49 For apprentice rates see"Apprentice-OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT-CLASS II 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice lutes see"Apprentice-OPERATING ENGINEERS" PAINTER(BRIDGES/TANKS) 07/01/2019 $50.66 $8.20 $21.45 $0.00 $80.31 PAINTERS LOCAL 35-ZONE 2 01/01/2020 $50.96 $8.20 $22.10 $0.00 $81.26 07/01/2020 $52.06 $8.20 $22.10 $0.00 $82.36 01/01/2021 $53.16 $8.20 $22.10 $0.00 $83.46 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 23 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 -BRIDGES/TANKS Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate I 50 $25.33 $8.20 $0.00 $0.00 $33.53 2 55 $27.86 $8.20 $5.78 $0.00 $41.84 3 60 $30.40 $8.20 $6.30 $0.00 $44.90 4 65 $32.93 $8.20 $6.83 $0.00 $47.96 5 70 $35.46 $8.20 $18.30 $0.00 $61.96 6 75 $38.00 $8.20 $18.83 $0.00 $65.03 7 80 $40.53 $8.20 $19.35 $0.00 $68.08 8 90 $45.59 $8.20 $20.40 $0.00 $74.19 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate I 50 $25.48 $8.20 $0.00 $0.00 $33.68 2 55 $28.03 $8.20 $5.94 $0.00 $42.17 3 60 $30.58 $8.20 $6.48 $0.00 $45.26 4 65 $33.12 $8.20 $7.02 $0.00 $48.34 5 70 $35.67 $8.20 $18.51 $0.00 $62.38 6 75 $38.22 $8.20 $19.05 $0.00 $65.47 7 80 $40.77 $8.20 $19.59 $0.00 $68.56 8 90 $45.86 $8.20 $20.67 $0.00 $74.73 i� Steps are 750 hrs. I 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: 11/12/2019 Wage Request Number: 20191112-021 Page 24 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 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 rNot- -- Steps are 4 mos. II Apprentice to Journeyworker Ratio:1:1 PAINTER(SPRAY OR SANDBLAST,NEW)* 07/01/2019 $41.56 $8.20 $21.45 $0.00 $71.21 *If 30%or more of surfaces to be painted are new construction, 01/01/2020 $41.86 $8.20 $22.10 $0.00 $72.16 NEW paint rate shall be used.PAINTERSLOCAL 35-ZONE 2 07/01/2020 $42.96 $8.20 $22.10 $0.00 $73.26 01/01/2021 $44.06 $8.20 $22.10 $0.00 $74.36 I i Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 25 of 42 A Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2-Spray/Sandblast-New Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.78 $8.20 $0.00 $0.00 $28.98 2 55 $22.86 $8.20 $5.78 $0.00 $36.84 3 60 $24.94 $8.20 $6.30 $0.00 $39.44 4 65 $27.01 $8.20 $6.83 $0.00 $42.04 5 70 $29.09 $8.20 $18.30 $0.00 $55.59 6 75 $31.17 $8.20 $18.83 $0.00 $58.20 7 80 $33.25 $8.20 $19.35 $0.00 $60.80 8 90 $37.40 $8.20 $20.40 $0.00 $66.00 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.93 $8.20 $0.00 $0.00 $29.13 2 55 $23.02 $8.20 $5.94 $0.00 $37.16 3 60 $25.12 $8.20 $6.48 $0.00 $39.80 4 65 $27.21 $8.20 $7.02 $0.00 $42.43 5 70 $29.30 $8.20 $18.51 $0.00 $56.01 6 75 $31.40 $8.20 $19.05 $0.00 $58.65 7 80 $33.49 $8.20 $19.59 $0.00 $61.28 8 90 $37.67 $8.20 $20.67 $0.00 $66.54 Notes: Steps are 750 hrs. i Apprentice to Journeyworker Ratio:1:1 PAINTER(SPRAY OR SANDBLAST,REPAINT) 07/01/2019 $39.62 $8.20 $21.45 $0.00 $69.27 PAINTERS LOCAL 35-ZONE 2 01/01/2020 $39.92 $8.20 $22.10 $0.00 $70.22 07/01/2020 $41.02 $8.20 $22.10 $0.00 $71.32 01/01/2021 $42.12 $8.20 $22.10 $0.00 $72.42 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 26 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2-Spray/Sandblast-Repaint Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.81 $8.20 $0.00 $0.00 $28.01 2 55 $21.79 $8.20 $5.78 $0.00 $35.77 3 60 $23.77 $8.20 $6.30 $0.00 $38.27 4 65 $25.75 $8.20 $6.83 $0.00 $40.78 5 70 $27.73 $8.20 $18.30 $0.00 $54.23 6 75 $29.72 $8.20 $18.83 $0.00 $56.75 7 80 $31.70 $8.20 $19.35 $0.00 $59.25 8 90 $35.66 $8.20 $20.40 $0.00 $64.26 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.96 $8.20 $0.00 $0.00 $28.16 2 55 $21.96 $8.20 $5.94 $0.00 $36.10 3 60 $23.95 $8.20 $6.48 $0.00 $38.63 4 65 $25.95 $8.20 $7.02 $0.00 $41.17 5 70 $27.94 $8.20 $18.51 $0.00 $54.65 6 75 $29.94 $8.20 $19.05 $0.00 $57.19 7 80 $31.94 $8.20 $19.59 $0.00 $59.73 8 90 $35.93 $8.20 $20.67 $0.00 $64.80 Notes: �. ,,_,. .6.tm - -- ._._m -- -,_ -- - - - .�,.,, _n,_ ..._,. -�, ...�.. _- .�-. __- �. .�..�, .�,. ..�. ._..�. -_� Steps are 750 hrs. I Apprentice to Journeyworker Ratio:l:l PAINTER(TRAFFIC MARKINGS) 06/01/2019 $39.15 $7.85 $15.85 $0.00 $62.85 LABORERS-ZONE I 12/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 06/01/2020 $41.14 $7.85 $15.85 $0.00 $64.84 12/01/2020 $42.12 $7.85 $15.85 $0.00 $65.82 06/01/2021 $43.14 $7.85 $15.85 $0.00 $66.84 12/01/2021 $44.15 $7.85 $15.85 $0.00 $67.85 For Apprentice rates see"Apprentice-LABORER" PAINTER/TAPER(BRUSH,NEW)* 07/01/2019 $40.16 $8.20 $21.45 $0.00 $69.81 *If 30%or more of surfaces to be painted are new construction, 01/01/2020 $40.46 $8.20 $22.10 $0.00 $70.76 NEW paint rate shall be used.PAINTERS LOCAL 35-ZONE 2 07/01/2020 $41.56 $8.20 $22.10 $0.00 $71.86 O1/01/2021 $42.66 $8.20 $22.10 $0.00 $72.96 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 27 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER-Local 35 Zone 2-BRUSHNEW Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.08 $8.20 $0.00 $0.00 $28.28 2 55 $22.09 $8.20 $5.78 $0.00 $36.07 3 60 $24.10 $8.20 $6.30 $0.00 $38.60 4 65 $26.10 $8.20 $6.83 $0.00 $41.13 5 70 $28.11 $8.20 $18.30 $0.00 $54.61 6 75 $30.12 $8.20 $18.83 $0.00 $57.15 7 80 $32.13 $8.20 $19.35 $0.00 $59.68 8 90 $36.14 $8.20 $20.40 $0.00 $64.74 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.23 $8.20 $0.00 $0.00 $28.43 2 55 $22.25 $8.20 $5.94 $0.00 $36.39 3 60 $24.28 $8.20 $6.48 $0.00 $38.96 4 65 $26.30 $8.20 $7.02 $0.00 $41.52 5 70 $28.32 $8.20 $18.51 $0.00 $55.03 6 75 $30.35 $8.20 $19.05 $0.00 $57.60 7 80 $32.37 $8.20 $19.59 $0.00 $60.16 8 90 $36.41 $8.20 $20.67 $0.00 $65.28 Notes: Steps are 750 hrs. eJ Apprentice to Journeyworker Ratio:1:1 PAINTER/TAPER(BRUSH,REPAINT) 07/01/2019 $38.22 $8.20 $21.45 $0.00 $67.87 PAINTERS LOCAL 35-ZONE 2 01/01/2020 $38.52 $8.20 $22.10 $0.00 $68.82 07/01/2020 $39.62 $8.20 $22.10 $0.00 $69.92 O1/01/2021 $40.72 $8.20 $22.10 $0.00 $71.02 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 28 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- PAINTER Local 35 Zone 2-BRUSH REPAINT Effective Date- 07/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.11 $8.20 $0.00 $0.00 $27.31 2 55 $21.02 $8.20 $5.78 $0.00 $35.00 3 60 $22.93 $8.20 $6.30 $0.00 $37.43 4 65 $24.84 $8.20 $6.83 $0.00 $39.87 5 70 $26.75 $8.20 $18.30 $0.00 $53.25 6 75 $28.67 $8.20 $18.83 $0.00 $55.70 7 80 $30.58 $8.20 $19.35 $0.00 $58.13 8 90 $34.40 $8.20 $20.40 $0.00 $63.00 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.26 $8.20 $0.00 $0.00 $27.46 2 55 $21.19 $8.20 $5.94 $0.00 $35.33 3 60 $23.11 $8.20 $6.48 $0.00 $37.79 4 65 $25.04 $8.20 $7.02 $0.00 $40.26 5 70 $26.96 $8.20 $18.51 $0.00 $53.67 6 75 $28.89 $8.20 $19.05 $0.00 $56.14 7 80 $30.82 $8.20 $19.59 $0.00 $58.61 8 90 $34.67 $8.20 $20.67 $0.00 $63.54 Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PANEL&PICKUP TRUCKS DRIVER 08/01/2019 $35.18 $12.41 $12.70 $0.00 $60.29 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 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 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 DECK) PILE DRIVER LOCAL 56(ZONE 1) For apprentice rates see"Apprentice-PILE DRIVER' PILE DRIVER 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 PILE DRIVER LOCAL 56(ZONE 1) Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 29 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment Apprentice- PILEDRIVER-Local 56 Zone I 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 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 PIPEFITTERS LOCAL 537 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 Apprentice- PIPEFITTER-Local 537 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 Effective Date- 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $22.48 $10.95 $8.00 $0.00 $41.43 2 45 $25.29 $10.95 $19.74 $0.00 $55.98 3 60 $33.71 $10.95 $19.74 $0.00 $64.40 4 70 $39.33 $10.95 $19.74 $0.00 $70.02 5 80 $44.95 $10.95 $19.74 $0.00 $75.64 _ ..­ �., "-, _"_, .. . , - --. � _�_. -._, Notes: __ _. a�a --, ,_, I ** 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:** _ w Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 30 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemnlovinent PIPELAYER 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE] 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" PLUMBERS&GASFITTERS 09/01/2019 $57.69 $11.82 $17.01 $0.00 $86.52 PLUMBERS&GASFITTERS L OCAL 12 03/01/2020 $59.19 $11.82 $17.01 $0.00 $88.02 09/01/2020 $60.69 $11.82 $17.01 $0.00 $89.52 03/01/2021 $62.19 $11.82 $17.01 $0.00 $91.02 Apprentice- PLUMBER/GASFITTER-Local 12 Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $20.19 $11.82 $6.16 $0.00 $38.17 2 40 $23.08 $11.82 $6.99 $0.00 $41.89 3 55 $31.73 $11.82 $9.53 $0.00 $53.08 4 65 $37.50 $11.82 $11.18 $0.00 $60.50 5 75 $43.27 $11.82 $12.88 $0.00 $67.97 Effective Date- 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $20.72 $11.82 $6.16 $0.00 $38.70 2 40 $23.68 $11.82 $6.99 $0.00 $42.49 3 55 $32.55 $11.82 $9.53 $0.00 $53.90 4 65 $38.47 $11.82 $11.18 $0.00 $61.47 5 75 $44.39 $11.82 $12.88 $0.00 $69.09 ** 1:2;2:6;3:10;4:14;5:19/Steps are 1 yr II Step4 with lic$64.20,Step5 with lic$71.67 _1 Apprentice to Journeyworker Ratio:** PNEUMATIC CONTROLS(TEMP.) 09/01/2019 $54.69 $10.95 $19.74 $0.00 $85.38 PIPEFITTERSLOCAL 537 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 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE] 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 31 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment POWDERMAN&BLASTER 06/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 LABORERS-ZONE1 12/01/2019 $41.15 $7.85 $15.85 $0.00 $64.85 06/01/2020 $42.14 $7.85 $15.85 $0.00 $65.84 12/01/2020 $43.12 $7.85 $15.85 $0.00 $66.82 06/01/2021 $44.14 $7.85 $15.85 $0.00 $67.84 12/01/2021 $45.15 $7.85 $15.85 $0.00 $68.85 For apprentice rates see"Apprentice-LABORER" POWER SHOVEL/DERRICK/TRENCHINGMACHINE 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" PUMP OPERATOR(CONCRETE) 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" PUMP OPERATOR(DEWATERING,OTHER) 06/01/2019 $32.28 $12.00 $15.60 $0.00 $59.88 OPERATING ENGINEERS LOCAL 4 12/01/2019 $33.07 $12.00 $15.60 $0.00 $60.67 06/01/2020 $33.82 $12.00 $15.60 $0.00 $61.42 12/01/2020 $34.60 $12.00 $15.60 $0.00 $62.20 06/01/2021 $35.35 $12.00 $15.60 $0.00 $62.95 12/01/2021 $36.14 $12.00 $15.60 $0.00 $63.74 For apprentice rates see"Apprentice-OPERATING ENGINEERS" READY MIX CONCRETE DRIVERS after 4/30/10 05/01/2018 $24.15 $9.28 $13.59 $0.00 $47.02 (Drivers Hired After 4/30/2010)TEAMSTERS 25(Suburban)-Aggregate READY-MIX CONCRETE DRIVER 05/01/2018 $26.75 $9.28 $13.59 $0.00 $49.62 TEAMSTERS 25(Suburban)-Aggregate RECLAIMERS 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15:60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" RIDE-ON MOTORIZED BUGGY OPERATOR 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 32 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment ROLLER/SPREADER/MULCHINGMACHINE 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS L 0 CAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" ROOFER(Inc.Roofer Waterproofag&Roofer Damproofg) 08/01/2019 $44.64 $11.50 $15.90 $0.00 $72.04 ROOFERS LOCAL 33 02/01/2020 $45.92 $11.50 $15.90 $0.00 $73.32 08/01/2020 $47.35 $11.50 $15.90 $0.00 $74.75 02/01/2021 $48.78 $11.50 $15.90 $0.00 $76.18 08/01/2021 $50.21 $11.50 $15.90 $0.00 $77.61 02/01/2022 $51.64 $11.50 $15.90 $0.00 $79.04 Apprentice- ROOFER-Local 33 Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.32 $11.50 $3.69 $0.00 $37.51 2 60 $26.78 $11.50 $15.90 $0.00 $54.18 3 65 $29.02 $11.50 $15.90 $0.00 $56.42 4 75 $33.48 $11.50 $15.90 $0.00 $60.88 5 85 $37.94 $11.50 $15.90 $0.00 $65.34 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.96 $11.50 $3.69 $0.00 $38.15 2 60 $27.55 $11.50 $15.90 $0.00 $54.95 3 65 $29.85 $11.50 $15.90 $0.00 $57.25 4 75 $34.44 $11.50 $15.90 $0.00 $61.84 5 85 $39.03 $11.50 $15.90 $0.00 $66.43 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 lit.above ROOFER) m Apprentice to Journeyworker Ratio:** ROOFER SLATE/TILE/PRECAST CONCRETE 08/01/2019 $44.89 $11.50 $15.90 $0.00 $72.29 ROOFERSLOCAL33 02/01/2020 $46.17 $11.50 $15.90 $0.00 $73.57 08/01/2020 $47.60 $11.50 $15.90 $0.00 $75.00 02/01/2021 $49.03 $11.50 $15.90 $0.00 $76.43 08/01/2021 $50.46 $11.50 $15.90 $0.00 $77.86 02/01/2022 $51.89 $11.50 $15.90 $0.00 $79.29 For apprentice rates see"Apprentice-ROOFER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 33 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemnlovment SHEETMETAL WORKER 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 SHEETMETAL WORKERS LOCAL I7-A 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 Apprentice- SHEETMETAL WORKER-Local 17-A 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 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 42 $20.90 $13.20 $5.89 $0.00 $39.99 2 42 $20.90 $13.20 $5.89 $0.00 $39.99 3 47 $23.38 $13.20 $11.13 $1.43 $49.14 4 47 $23.38 $13.20 $11.13 $1.43 $49.14 5 52 $25.87 $13.20 $12.08 $1.53 $52.68 6 52 $25.87 $13.20 $12.33 $1.54 $52.94 7 60 $29.85 $13.20 $13.70 $1.70 $58.45 8 65 $32.34 $13.20 $14.65 $1.82 $62.01 9 75 $37.31 $13.20 $16.56 $2.01 $69.08 10 85 $42.29 $13.20 $17.96 $2.20 $75.65 Notes: Steps are 6 mos. Apprentice to Journeyworker Ratio:1:4 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 34 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment SPECIALIZED EARTH MOVING EQUIP<35 TONS 08/01/2019 $35.64 $12.41 $12.70 $0.00 $60.75 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 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 SPECIALIZED EARTH MOVING EQUIP>35 TONS 08/01/2019 $35.93 $12.41 $12.70 $0.00 $61.04 TEAMSTERS JOINT COUNCIL NO.10 ZONE 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 10/01/2019 $60.48 $9.47 $19.60 $0.00 $89.55 SPRINKLER FITTERS LOCAL 550-(Section A)Zone I 01/01/2020 $60.07 $9.68 $19.80 $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: 11/12/2019 Wage Request Number: 20191112-021 Page 35 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- SPRINKLER FITTER-Local 550(Section A)Zone 1 Effective Date- 10/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.17 $9.47 $11.15 $0.00 $41.79 2 40 $24.19 $9.47 $11.80 $0.00 $45.46 3 45 $27.22 $9.47 $12.45 $0.00 $49.14 4 50 $30.24 $9.47 $13.10 $0.00 $52.81 5 55 $33.26 $9.47 $13.75 $0.00 $56.48 6 60 $36.29 $9.47 $14.40 $0.00 $60.16 65 $39.31 $9.47 $15.05 $0.00 $63.83 8 70 $42.34 $9.47 $15.70 $0.00 $67.51 9 75 $45.36 $9.47 $16.35 $0.00 $71.18 10 80 $48.38 $9.47 $17.00 $0.00 $74.85 Effective Date- 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.02 $9.68 $11.35 $0.00 $42.05 2 40 $24.03 $9.68 $12.00 $0.00 $45.71 3 45 $27.03 $9.68 $12.65 $0.00 $49.36 4 50 $30.04 $9.68 $13.30 $0.00 $53.02 5 55 $33.04 $9.68 $13.95 $0.00 $56.67 6 60 $36.04 $9.68 $14.60 $0.00 $60.32 7 65 $39.05 $9.68 $15.25 $0.00 $63.98 8 70 $42.05 $9.68 $15.90 $0.00 $67.63 9 75 $45.05 $9.68 $16.55 $0.00 $71.28 10 80 $48.06 $9.68 $17.20 $0.00 $74.94 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 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" TAMPERS,SELF-PROPELLED OR TRACTOR DRAWN 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 36 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment TELECOMMUNICATION TECHNICIAN 03/01/2019 $38.33 $13.00 $16.82 $0.00 $68.15 ELECTRICIANS LOCAL 103 Apprentice- TELECOMffMICATIONTECHNIMN-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 rNotes:--- Apprentice to Journeyworker Ratio:1:1 TERRAZZO FINISHERS 08/01/2019 $53.34 $10.75 $21.30 $0.00 $85.39 BRICKLAYERS LOCAL 3-MARBLE&TILE 02/01/2020 $53.98 $10.75 $21.30 $0.00 $86.03 08/01/2020 $55.33 $10.75 $21.45 $0.00 $87.53 02/01/2021 $55.97 $10.75 $21.45 $0.00 $88.17 08/01/2021 $57.37 $10.75 $21.61 $0.00 $89.73 02/01/2022 $57.96 $10.75 $21.61 $0.00 $90.32 Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 37 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment Apprentice- TERRAZZO FINISHER-Local 3 Marble&Tile Effective Date- 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.67 $10.75 $21.30 $0.00 $58.72 2 60 $32.00 $10.75 $21.30 $0.00 $64.05 3 70 $37.34 $10.75 $21.30 $0.00 $69.39 4 80 $42.67 $10.75 $21.30 $0.00 $74.72 5 90 $48.01 $10.75 $21.30 $0.00 $80.06 Effective Date- 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.99 $10.75 $21.30 $0.00 $59.04 2 60 $32.39 $10.75 $21.30 $0.00 $64.44 3 70 $37.79 $10.75 $21.30 $0.00 $69.84 4 80 $43.18 $10.75 $21.30 $0.00 $75.23 5 90 $48.58 $10.75 $21.30 $0.00 $80.63 -. ..�. _ 4 ., . __. __. .n , . . _ . (Notes: Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER 06/01/2019 $40.50 $7.85 $16.05 $0.00 $64.40 LABORERS-FOUNDATIONAND MARINE 12/01/2019 $41.50 $7.85 $16.05 $0.00 $65.40 06/01/2020 $42.49 $7.85 $16.05 $0.00 $66.39 12/01/2020 $43.47 $7.85 $16.05 $0.00 $67.37 06/01/2021 $44.49 $7.85 $16.05 $0.00 $68.39 12/01/2021 $45.50 $7.85 $16.05 $0.00 $69.40 For apprentice rates see"Apprentice-LABORER" TEST BORING DRILLER HELPER 06/01/2019 $39.22 $7.85 $16.05 $0.00 $63.12 LABORERS-FOUNDATIONAND MARINE 12/01/2019 $40.22 $7.85 $16.05 $0.00 $64.12 06/01/2020 $41.21 $7.85 $16.05 $0.00 $65.11 12/01/2020 $42.19 $7.85 $16.05 $0.00 $66.09 06/01/2021 $43.21 $7.85 $16.05 $0.00 $67.11 12/01/2021 $44.22 $7.85 $16.05 $0.00 $68.12 For apprentice rates see"Apprentice-LABORER" TEST BORING LABORER 06/01/2019 $39.10 $7.85 $16.05 $0.00 $63.00 LABORERS-FOUNDATION AND MARINE 12/01/2019 $40.10 $7.85 $16.05 $0.00 $64.00 06/01/2020 $41.09 $7.85 $16.05 $0.00 $64.99 12/01/2020 $42.07 $7.85 $16.05 $0.00 $65.97 06/01/2021 $43.09 $7.85 $16.05 $0.00 $66.99 12/01/2021 $44.10 $7.85 $16.05 $0.00 $68.00 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 38 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unerm lovment TRACTORS/PORTABLE STEAM GENERATORS 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERATING ENGINEERS LOCAL 4 12/01/2019 $48.83 $12.00 $15.60 $0.00 $76.43 06/01/2020 $49.91 $12.00 $15.60 $0.00 $77.51 12/01/2020 $51.05 $12.00 $15.60 $0.00 $78.65 06/01/2021 $52.14 $12.00 $15.60 $0.00 $79.74 12/01/2021 $53.28 $12.00 $15.60 $0.00 $80.88 For apprentice rates see"Apprentice-OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT 08/01/2019 $36.22 $12.41 $12.70 $0.00 $61.33 TEAMSTERS JOINT COUNCIL NO.IO ZONE A 12/01/2019 $36.22 $12.41 $13.72 $0.00 $6235 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 12/01/202O $37.12 $12.91 $14.82 $0.00 $64.85 06/01/2021 $37.92 $12.91 $14.82 $0.00 $65.65 O8/01/2021 $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 06/01/2019 $51.38 $7.85 $16.45 $0.00 $75.68 LABORERS(COMPRESSED AIR) 12/01/2019 $52.38 $7.85 $16.45 $0.00 $76.68 06/01/2020 $53.37 $7.85 $16.45 $0.00 $77.67 12/01/2020 $54.35 $7.85 $16.45 $0.00 $78.65 O6/01/2O21 $55.37 $7.85 $16.45 $0.00 $79.67 12/01/2021 $56.38 $7.85 $16.45 $0.00 $80.68 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-COMPRESSED AIR(HAZ.WASTE) 06/01/2019 $53.38 $7.85 $16.45 $0.00 $77.68 LABORERS(COMPRESSED AIR) 12/01/2019 $54.38 $7.85 $16.45 $0.00 $78.68 06/01/202O $55.37 $7.85 $16.45 $0.00 $79.67 12/01/2020 $56.35 $7.85 $16.45 $0.00 $80.65 06/01/2021 $57.37 $7.85 $16.45 $0.00 $81.67 12/01/2021 $58.38 $7.85 $16.45 $0.00 $82.68 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-FREE AIR O6/01/2019 $43.45 $7.85 $16.45 $0.00 $67.75 LABORERS(FREE AIR TUNNEL) 12/01/2019 $44.45 $7.85 $16.45 $0.00 $68.75 O6/01/2020 $45.44 $7.85 $16.45 $0.00 $69.74 12/01/2020 $46.42 $7.85 $16.45 $0.00 $70.72 O6/01/2021 $47.44 $7.85 $16.45 $0.00 $71.74 12/01/2021 $48.45 $7.85 $16.45 $0.00 $72.75 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-FREE AIR(HAZ.WASTE) O6/01/2019 $45.45 $7.85 $16.45 $0.00 $69.75 LABORERS(FREE AIR TUNNEL) 12/01/2019 $46.45 $7.85 $16.45 $0.00 $70.75 O6/01/2020 $47.44 $7.85 $16.45 $0.00 $71.74 12/01/2020 $48.42 $7.85 $16.45 $0.00 $72.72 O6/01/2021 $49.44 $7.85 $16.45 $0.00 $73.74 12/01/2021 $50.45 $7.85 $16.45 $0.00 $74.75 For apprentice rates see"Apprentice-LABORER" Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 39 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemnlovment VAC-HAUL 08/01/2019 $35.64 $12.41 $12.70 $0.00 $60.75 TEAMSTERS JOINT COUNCIL NO.IO ZONE A 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 06/01/2019 $39.40 $7.85 $15.85 $0.00 $63.10 LABORERS-ZONE 1 12/01/2019 $40.40 $7.85 $15.85 $0.00 $64.10 06/01/2020 $41.39 $7.85 $15.85 $0.00 $65.09 12/01/2020 $42.37 $7.85 $15.85 $0.00 $66.07 06/01/2021 $43.39 $7.85 $15.85 $0.00 $67.09 12/01/2021 $44.40 $7.85 $15.85 $0.00 $68.10 For apprentice rates see"Apprentice-LABORER" WASTE WATER PUMP OPERATOR 06/01/2019 $48.18 $12.00 $15.60 $0.00 $75.78 OPERATING ENGINEERS LOCAL 4 12/01/2019 $49.33 $12.00 $15.60 $0.00 $76.93 06/01/2020 $50.43 $12.00 $15.60 $0.00 $78.03 12/01/2020 $51.58 $12.00 $15.60 $0.00 $79.18 06/01/2021 $52.68 $12.00 $15.60 $0.00 $80.28 12/01/2021 $53.83 $12.00 $15.60 $0.00 $81.43 For apprentice rates see"Apprentice-OPERATING ENGINEERS" WATER METER INSTALLER 09/01/2019 $57.69 $11.82 $17.01 $0.00 $86.52 PLUMBERS&GASFITTERS LOCAL 11 03/01/2020 $59.19 $11.82 $17.01 $0.00 $88.02 09/01/2020 $60.69 $11.82 $17.01 $0.00 $89.52 03/01/2021 $62.19 $11.82 $17.01 $0.00 $91.02 For apprentice rates see"Apprentice-PLUMBERNIPEFITTER"or"PLUMBER/GASFITTER" Outside Electrical-East CABLE TECHNICIAN(Power Zone) 09/01/2019 $28.83 $8.75 $1.86 $0.00 $39.44 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $29.67 $9.25 $1.89 $0.00 $40.81 For apprentice rates see"Apprentice-LINEMAN' CABLEMAN(Underground Ducts&Cables) 09/01/2019 $40.84 $8.75 $10.02 $0.00 $59.61 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $42.03 $9.25 $10.27 $0.00 $61.55 For apprentice rates see"Apprentice-LINEMAN' DRIVER/GROUNDMAN CDL 09/01/2019 $33.64 $8.75 $9.86 $0.00 $52.25 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $34.62 $9.25 $10.07 $0.00 $53.94 For apprentice rates see"Apprentice-LINEMAN' DRIVER/GROUNDMAN-Inexperienced(<2000 Hrs) 09/01/2019 $26.43 $8.75 $1.79 $0.00 $36.97 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $27.20 $9.25 $1.82 $0.00 $38.27 For apprentice rates see"Apprentice-LINEMAN' EQUIPMENT OPERATOR(Class A CDL) 09/01/2019 $40.84 $8.75 $14.10 $0.00 $63.69 O UTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $42.03 $9.25 $14.35 $0.00 $65.63 For apprentice rates see"Apprentice-LINEMAN' EQUIPMENT OPERATOR(Class B CDL) 09/01/2019 $36.04 $8.75 $10.65 $0.00 $55.44 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL 104 08/30/2020 $37.09 $9.25 $10.87 $0.00 $57.21 For apprentice rates see"Apprentice-LINEMAN' Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 40 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment GROUNDMAN 09/01/2019 $21.62 $8.75 $1.65 $0.00 $32.02 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 08/30/2020 $22.25 $9.25 $1.67 $0.00 $33.17 For apprentice rates see"Apprentice-LINEMAN" GROUNDMAN-Inexperienced(<2000 Hrs.) 09/01/2019 $26.43 $8.75 $1.79 $0.00 $36.97 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 08/30/2020 $27.20 $9.25 $1.82 $0.00 $38.27 For apprentice rates see"Apprentice-LINEMAN' JOURNEYMAN LINEMAN 09/01/2019 $48.05 $8.75 $17.19 $0.00 $73.99 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 08/30/2020 $49.45 $9.25 $17.48 $0.00 $76.18 Apprentice- LINEMAN(Outside Electrical)-East Local 104 Effective Date- 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $28.83 $8.75 $3.36 $0.00 $40.94 2 65 $31.23 $8.75 $3.44 $0.00 $43.42 3 70 $33.64 $8.75 $3.51 $0.00 $45.90 4 75 $36.04 $8.75 $5.08 $0.00 $49.87 i 5 80 $38.44 $8.75 $5.15 $0.00 $52.34 6 85 $40.84 $8.75 $5.23 $0.00 $54.82 7 90 $43.25 $8.75 $7.30 $0.00 $59.30 Effective Date- 08/30/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $29.67 $9.25 $3.39 $0.00 $42.31 2 65 $32.14 $9.25 $3.46 $0.00 $44.85 3 70 $34.62 $9.25 $3.54 $0.00 $47.41 4 75 $37.09 $9.25 $5.11 $0.00 $51.45 5 80 $39.56 $9.25 $5.19 $0.00 $54.00 6 85 $42.03 $9.25 $5.26 $0.00 $56.54 7 90 $44.51 $9.25 $7.34 $0.00 $61.10 Notes:__._ II I 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-EASTLOCAL 104 I 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: 11/12/2019 Wage Request Number: 20191112-021 Page 41 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemployment 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,as.11E-1IL. 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. s Issue Date: 11/12/2019 Wage Request Number: 20191112-021 Page 42 of 42 DIVISION 1 GENERAL REQUIREMENTS N 0 ©2019 CDM Smith All Rights Reserved SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 LOCATION OF WORK A. The work of this contract is located in the Town of Watertown,MA at Filippello Park,between 109 Arlington Street and 195 Grove Street. 1.02 SPECIAL SITE CONSIDERATIONS AND SOILS EXCAVATE HANDLING A. All work shall comply with the Department of Environmental Protection SW-36 Order of Conditions(Appended to these specifications) B. The project includes demolition and removal of existing sports light poles and fixtures. The existing light pole concrete foundations at the shall be cut down to 24-in below existing grade. A new sports field lighting system shall be installed Including 11 new light poles, foundations, conduit and wire. Seven of the proposed I I light poles will be within the limits of the former landfill and four of the light poles will be outside the limits of the former landfill.No material will be removed from the site during the construction project. A designated excavate disposal area has been included as shown on the drawings. All subgrade materials excavated for the installation of foundations and materials excavated below the top 24-inches from finished grade during construction activities shall be placed in the on-site designated excavate disposal area. The excavate disposal area will have a minimum cover placed of 2-foot common fill, a 6-inch layer of new imported sandy gravel fill and final cover shall be 6-inches topsoil(loam) layer for a total cover depth of 3-feet minimum. C. A designated excavate disposal area has been included as shown on the drawings.All subgrade soils excavated below the top 24-inches from existing grade shall be placed in this area and covered with 2 feet of common fill, a 6-inch layer of new imported sandy gravel fill and final cover shall be a 6-in layer new imported topsoil(loam) for a total of 3-ft of cover. This area is primarily for soil excavate resulting from the installation of light pole foundations. D. Demolition debris including rock, brick and concrete removed from excavations shall be removed and disposed of. E. Excavate as noted in Part 1.02.0 herein requiring temporary stockpiling prior to final placement in the designated excavate disposal areas shall be covered with impermeable tarp or liner as approved by Engineer until final placement in the designated excavate disposal area. F. Owner conducted a boring program in locations of proposed light poles. The boring program report is appended to these specifications. 1.03 SCOPE OF WORK A. The general scope of the improvements project includes but is not necessarily limited to: 56318-231404 01010-1 1/9/2019 ©2019 CDM Smith All Rights Reserved 1. Removal and disposal of existing sports field light poles and foundations, demolition to 24- inches below existing grade of existing pole foundations. 2. Installation of(11)new sports field light poles,fixtures, controls and concrete foundations. 3. Removal and disposal of existing chain link backstop, chain link fence to the limits shown on the drawings and scoreboard. 4. Installation of new chain link backstop, chain link fence to the limits shown on the drawings, and new scoreboard. B. The Work includes,but is not necessarily limited to,the following: 1. Verify location of all existing utilities and protection of utilities as required to complete demolition,removal and earthwork. 2. Protecting existing structures, fencing,vegetation,pavements, and drainage structures unless otherwise indicated on the Drawings. 3. Installation of erosion control devices as shown on the drawings 4. Removal and disposal of existing materials as indicated on the Drawings 5. Performing excavation and soils materials handling as specified in Part 1.02. 6. Installation of new sports field lighting system. 7. Landscaping 8. Loaming and seeding of disturbed areas 1.04 SPECIAL WORK SEQUENCE AND SCHEDULE REQUIREMENTS A. The Owner requires that the Contractor accommodate the activities by completion dates of the various stages in accordance with the approved construction schedule submitted by the Contractor. Refer to Article 14.05 of General Conditions for additional requirements. 1.05 CONTRACTOR'S USE OF PREMISES A. Filippello Park will remain open during construction. Contractor shall ensure public access remains accommodated between Arlington Street and Grove Street throughout the duration of the project. Contractor shall provide construction fencing around work areas and steel plates over excavations as approved by Owner, as necessary to separate public use areas of from work with areas of construction occupied by Contractor and that construction areas will not be left in 56318-231404 01010-2 1/9/2019 ©2019 CDM Smith All Rights Reserved temporary condition that could impact the health, safety and welfare of the public. Utility companies shall also have complete access to and use of their easements. B. Contractor shall assume full responsibility for safety and security of all his/her and his/her subcontractor's materials and equipment stored on the site. C. If directed by the Owner, move any stored items that interfere with operations of Owner. D. Contractor shall be responsible for obtaining and paying for use of additional storage or work areas, if needed,to perform the Work. END OF SECTION i 56318-231404 01010-3 1/9/2019 ©2019 CDM Smith All Rights Reserved SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 ALL WORK REQUIRED TO CONSTRUCT THE FIL,IPPELLO PARK SPORTS FIELD LIGHTING PROJECT OTHER THAN THAT COVERED UNDER PART II ADD ALTERNATES. A. Measurement 1. Measurement for payment under Item 1 on the Bid Form will be on a lump sum basis for furnishing and complete installation of the park improvements complete and in place. B. Payment 1. Payment of the lump sum price bid for Item 1 in the Bid Form shall be full compensation for furnishing all labor,materials and equipment required to develop a health and safety and emergency response plan,perform mobilization, site preparation, installation of erosion control devices, demolition and removal of existing sports field light system including light poles, fixtures, conduit,wire and removing existing light pole foundations to a minimum depth of 24-in below existing grade,filling excavations with common fill, loam and seed, installation of a new sports field lighting system including 11 new light pole foundations, light poles,fixtures, conduits,wires and controls, earthwork related to relocating material excavated from new foundations below the top 24-in. from finished grade to a new on site designated excavate disposal area, furnishing and placing a minimum cover of 2-foot common fill,a 6-inch layer of new imported sandy gravel fill and final cover shall be 6- inches topsoil(loam)layer for a total cover depth of 3-feet minimum over the designated excavate disposal area, as shown on the Drawings and as specified herein,removal and disposal of existing chain link backstop, chain link fence to the limits shown on the drawings and scoreboard, furnishing and installation of new chain link backstop, chain link fence to the limits shown on the drawings, and new scoreboard,providing temporary fencing around and steel plate covers over excavations for protection of the public during construction activities. PART 2—ADD ALTERNATES 2.01 GENERAL A. The Add Alternates shall be bid such that at the Owners option,the Owner may select an Alternate or combination of Alternates or none of the Alternates. The Bidder is required to provide a bid for each Alternate listed below.If selected by the Owner,The Altemate(s)will be added to the Total Base Bid price for Part 1-BASE BID to determine the low bidder. 2.02 Walkway lighting system: disconnect and remove existing wiring,swab,mandrel and lubricate existing Conduit for reuse.Provide new wiring in existing conduit.Reconnect power to walkway lighting system. (Alternate A-1) A. Measurement 56318-231404 01025-1 11/19/2019 0 ©2019 CDM Smith All Rights Reserved 1. If selected by the Owner, measurement for payment under Alternate A-1 will be on a lump sum price basis complete in place. B. Payment 1. Payment for Alternate A-1 will be full compensation for disconnecting and removing existing wiring, swab,mandrel and lubricate existing conduit for reuse. Provide new wiring in existing conduit. Reconnect power to walkway lighting system. 2.03 Walkway lighting system: Disconnect and remove existing 175W metal halide post top light fixtures. Furnish and install LED replacement Retro-fit kit with integral photocell. Refer To specification section 16020 for additional Requirements. (Alternate A-2) C. Measurement 2. If selected by the Owner,measurement for payment under Alternate A-2 will be on a lump sum price basis complete in place. D. Payment 2. Payment for Alternate A-2 will be full compensation Disconnect and remove existing 175W metal halide post top light fixtures. Furnish and install LED replacement Retro-fit kit with integral photocell. Refer To specification section 16020 for additional Requirements i PART 3 EXTRA WORK BID i 3.01 EXTRA WORK A. Extra work, if any,will be performed in accordance with rules under Article 10 of the General Conditions and will be paid for in accordance with the provisions or Article 11 of the General Conditions. END OF SECTION 56318-231404 01025-2 11/19/2019 A ©2019 CDM Smith All Rights Reserved SECTION 01046 CONTROL OF WORK PART I GENERAL 1.01 CONSTRUCTION MATERIAL AND EQUIPMENT A. Furnish construction material and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will ensure the completion of the work within the Contract Time. If at any time such construction material or equipment appear to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid,Engineer may order the Contractor to increase the efficiency, change the character or increase the equipment and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress required. 1.02 PRIVATE LAND A. Do not enter or occupy private land outside of Town Property or easements, except by permission of the land owner. 1.03 OPEN EXCAVATIONS A. Adequately safeguard all open excavations by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons and damage to property. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point,the Engineer may require special construction procedures such as limiting the length of the open trench, and prohibiting stacking excavated material on site. In no instance shall any trench remain open overnight. B. Take precautions to prevent injury to the public due to open trenches. Provide adequate barriers at all open excavations, excavated material, equipment, or other obstacles which could be dangerous to the public during field operation and activities. 1.04 TEST PITS A. Excavate test pits, at the direction of the Engineer,to locate underground pipelines or utilities in advance of the construction. Backfill test pits immediately after their purpose has been satisfied and restore and maintain the surface in a manner satisfactory to the Engineer. 1.05 CARE AND PROTECTION OF PROPERTY A. Be responsible for the preservation of all public and private property and 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,restore such property to a condition similar or equal to that existing before the damage was done, or make good the damage in other manner acceptable to the Engineer. 56318-231404 01046-1 11/19/19 ©2019 CDM Smith All Rights Reserved 1.06 PROTECTION AND RELOCATION OF EXISTING STRUCTURES AND UTILITIES A. Assume full responsibility for the protection of all buildings, structures, and utilities,public or private including power conduit systems,poles, signs, services to buildings,utilities in the street, gas pipes, water pipes,hydrants, sewers, drains and electric and telephone cables,whether or not they are shown on the Drawings. Carefully support and protect all such structures and utilities from injury of any kind. Immediately repair any damage resulting from the construction operations. B. Assistance will be given the Contractor in determining the location of existing services. The Contractor,however, shall bear full responsibility for obtaining all locations of underground structures and utilities(including existing irrigation,electric conduits,water services, drain lines and sewers. C. Notify all utility companies in writing at least 72 hours(excluding Saturdays, Sundays and Legal holidays)before excavating in any public way. Also notify Massachusetts Dig Safe,telephone 1-800-322-4844 at least 72 hours prior to start of work. 1.07 WATER FOR CONSTRUCTION PURPOSES A. The Contractor shall provide water for construction purposes. Contractor will bear any costs associated with water use during construction and grow in activities. 1.08 TRAFFIC MANAGEMENT AND POLICING A. Traffic Management and Policing shall be as specified in Section 01170 Special Provisions 1.09 MAINTENANCE OF FLOW A. Provide for the flow of utilities, drains and water courses interrupted during the progress of the work, and immediately cart away and remove all offensive matter. Discuss the entire procedure of maintaining existing flow with the Engineer well in advance of the interruption of any flow. 1.10 COOPERATION WITHIN THIS CONTRACT A. All firms or persons authorized to perform any work under this Contract shall cooperate with Contractor and Subcontractors or trades and assist in incorporating the work of other trades where necessary or required. B. Cutting and patching, drilling and fitting shall be carried out where required by the trade or subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 1.11 CLEANUP AND DISPOSAL OF EXCESS MATERIAL A. During the course of the work,keep the site of operations as clean and neat as possible. Dispose of all residue resulting from the construction work and, at the conclusion of the work,remove and haul away any surplus excavation,broken pavement, lumber, equipment,temporary structures 56318-231404 01046-2 11/19/19 ©2019 CDM Smith All Rights Reserved and any other refuse remaining from the construction operations and leave the entire site of the work in a neat and orderly condition. B. In order to prevent environmental pollution arising from the construction activities related to the performance of this Contract, comply with all applicable Federal, State and local laws and regulations concerning waste material disposal, as well as the specific requirements stated in this Section and in other related Sections. 1.12 NOISE REGULATIONS 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. END OF SECTION 56318-231404 01046-3 11/19/19 0 ©2019 CDM Smith All Rights Reserved SECTION 01102 SAFETY,HEALTH AND EMERGENCY RESPONSE REQUIREMENTS PART 1 GENERAL 1.01 SCOPE OF WORK A. This work shall consist of preparing and implementing a Health and Safety(H&S)Plan to establish in detail the protocols necessary for protecting workers and facility staff from potential hazards during the project. 1.02 DESCRIPTION OF REQUIREMENTS A. This Section describes the minimum health and safety requirements for this project. Develop a detailed H&S Plan using the Section as a basis and delineating additional details and requirements as deemed necessary. The H&S Plan shall establish in detail the protocols necessary for protecting workers from potential hazards encountered during project activities. B. Confirm that electrical power connected to facilities to be decommissioned has been deactivated and the wiring properly disconnected at the circuit breaker(s). C. The H&S Plan shall include but not necessarily be limited to the following components as required by OSHA 29 CFR 1926.65(l)(2): 1. Site Description and Evaluation 2. Names of key personnel and alternate responsible for site safety and health(responsibilities and chain of command). 3. Safety and health hazard assessment and risk analysis for each site task and operator (Accident Prevention Plan) 4. Education and Training 5. Standard Operating Procedures,Engineering Controls and Work Practices. 6. Logs,Reports and Record Keeping 7. Heat/Cold Stress Monitoring 8. Pre-emergency planning I 9. Personnel roles, lines of authority,training and communication 10. Emergency recognition and prevention 11. Safe Distances and places of refuge 12. Emergency Medical treatment and first aid. 56318-231404 01102-1 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.03 SUBMITTALS A. Submit the following information at least 15 days prior to starting the work. 1. H&S Plan 1.04 FORESEEABLE HAZARDS IN LANDFILL WORK A. Hazardous Substances 1. During the execution of construction activities on a closed landfill the possibility exists that potential impacted materials may be uncovered during the excavation portion of the project. This potential possibility exists at depths greater than the 12-in. soil cap. The Contractor should exercise due caution and follow specification requirements to manage impacted materials. B. Surface Conditions I 1. Landfills include steep slopes and soft unstable soil areas. Surfaces of excavated refuse areas may have voids, soft spots, sharp protruding objects, slippery conditions, or other hazards. C. Landfill Gas 1. Decomposing solid waste produces gas consisting of methane, carbon dioxide, and lesser amounts of hydrogen sulfide. Methane may be flammable or explosive when exposed to the air. Carbon dioxide is heavier than air and can displace air in confined spaces,thereby, causing loss of oxygen and potential asphyxiation. Methane and carbon dioxide are both odorless but are usually present with other odorous products created from solid waste decomposition such as hydrogen sulfide. Hydrogen sulfide has a"rotten egg" odor and can be toxic. Other organic vapors associated with the uncontrolled disposal of gasoline, petroleum products,paint products, and domestic or industrial solvents are also routinely encountered in off gases at sanitary landfills. A number of these organic vapors may pose a health hazard even at relatively low concentrations. 1.04 REGULATORY REQUIREMENTS A. Contractor's health and safety practices shall follow the standards and guidelines established in the publications listed below. These standards are incorporated in this Section by reference: 1. OSHA 29 CFR 1926.65 Hazardous Waste Operations and EmerQencv Response. 2. OSHA 29 CFR 1926. Safety and Health Regulations for Construction. 56318-231404 01102-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.06 TRAINING A. Certify that all Contractor personnel assigned for the purpose of performing or supervising work in accordance with the provisions of the H&S plan have received appropriate safety training in accordance with 29 CFR 1926.65. Training shall consist of a minimum of 40 hours of health and safety training and 8 hours refresher training annually. In addition, Contractor's supervisory personnel shall have a minimum of 8 hours additional specialized training for managing hazardous waste. B. Additionally,the contractor shall be responsible for, and shall guarantee that only personnel successfully completing the required training are permitted to enter designated areas of the site where worker protection is required. END OF SECTION I i I I I i i i 56318-231404 01102-3 11/19/2019 A ©2019 CDM Smith All Rights Reserved SECTION 01170 SPECIAL PROVISIONS PART 1 GENERAL 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the Contractor shall be as set forth in the Contract Documents. All incidental work and expense in connection with the completion of work under the Contract will be considered a subsidiary obligation of the Contractor and all such costs shall be included in the appropriate items in the Bid Form in connection with which the costs are incurred. 1.02 SITE INVESTIGATION A. The Contractor shall satisfy himself 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 related Sections. Any failure of the Contractor to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Owner. 1.03 COORDINATION WITH LOCAL AGENCIES A. Supply the Local Police Department,Fire Department, and Department of Public Works, Manager's Office and Building Inspector with the following information. 1. Where work will be in progress to be supplied at intervals as required by the Engineer. 2. Immediate notification of any drain, electric or water main breaks. B. Provide the Recreation Department and Department of Public Works with an address where the Contractor may be reached when not at the site. 1.03 TRAFFIC MANAGEMENT AND POLICING Contractor shall furnish 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. 1.04 PUBLIC UTILITIES A. Comply with the requirements of the Commonwealth of Massachusetts Statute-Chapter 82, Section 40, for excavations in public and private property. Compliance shall include the following: 56316-231404 01170-1 11/19/2019 ©2019 CDM Smith All Rights Reserved 1. Notify public utility companies in writing at least 72 hours (excluding Saturdays, Sundays and legal holidays)but not more than 30 days before excavating in areas where underground utilities(pipes, cables,manholes, etc)exist. 2. Provide the Utility Companies with a schedule of the activities in areas where the utilities exist. 3. Notify utility companies of any damage to their utilities resulting from construction operations. B. Notify DIGSAFE at 1-888-DIG-SAFE(1-888-344-7233)at least 72 hours before digging, trenching, blasting, demolishing,boring,backfilling, grading, landscaping or other earth moving operations in any public ways,rights of way and casements. 1.05 PROGRESS SCHEDULE A. Submit a progress schedule before starting any work, in accordance with Article 2.6 of the General Conditions. 1.06 PROVISIONS FOR CONTROL OF EROSION A. Take sufficient precautions during construction to minimize the wind borne and stormwater run-off of polluting substances such as silt, clay, fuels, oils,bitumens and calcium chloride into drain systems within the project area and to adjacent off-site property. Special precautions shall be taken in the use of construction equipment to prevent operations,which promote loess and run-off erosion. B. Drainage shall not be disposed of until silt and other sedimentary materials have been removed. C. As a minimum,the following shall apply: j I 1. Staw Wattle shall be installed as shown on the drawings and at points where drainage from the work site leaves the site,to reduce the sediment content of the water. Other methods, which reduce the sediment content to an equal or greater degree,may be used as approved by the Engineer. 2. Drainage leaving the site shall flow in a manner to prevent erosion. 3. Vegetative stabilization of disturbed areas shall take place as soon as finished grading is complete. Any areas that have been stripped and all soil stockpiles that will remain inactive for more than 30 days must be vegetatively stabilized. This shall be considered part of the work. 4. Soils deemed necessary to be excavated below 24-in from existing grade shall be observed by Engineer prior to excavation. If approved for placement in the designated excavate storage areas material shall me covered by tarps at all times until a 3-ft layer of common fill,sandy gravel and topsoil are placed as finished cover. 5. Adjacent streets shall be swept regularly. 56316-231404 01170-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.07 PERMITS A. Obtain all necessary permits required for proper execution of the project. Fill out all forms and furnish all drawings required to obtain the permits. A copy of each permit shall be submitted to the Engineer and Owner. Fees associated with Town permits, if required, shall NOT be waived by the Town and should be included in your proposed price as part of the work. Work shall not commence on any phase of the work requiring a permit until the permit is obtained. 1.08 SPECIAL CONSTRUCTION SCHEDULE REQUIREMENTS A. Contractors shall conform to the following schedule items. All time limits specified below are measured in days after the effective date of the Agreement. 1. Mobilization shall be completed within 10 days excluding Saturdays, Sundays, and holidays. 2. Construction access shall be from Grove Street. 3. All staging must be done within the locations approved by the Owner. 4. Hours of operation and trucking time restrictions are as specified in Section 01046 All truck routes and trucking times will be reviewed and approved by Owner. END OF SECTION I I I 56316-231404 01170-3 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 01300 SUBMITTALS PART 1 GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submissions applicable to Shop Drawings,Product Data, Samples, and Construction Schedules. Additional general submission requirements are contained in Paragraphs 6.05 of the General Conditions. Detailed submittal requirements are specified in the technical Sections. B. All submittals shall be clearly identified by reference to Section Number,Paragraph,Drawing Number or Detail as applicable. Submittals shall be clear and legible and of sufficient size for presentation of data. 1.02 TRAFFIC MANAGEMENT PLAN FOR WORK ON GROVE STREET A. Contractor shall furnish a traffic management plan and coordinate schedule with DPW superintendent. 1.03 SHOP DRAWINGS,PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings as specified in individual Sections include, custom-prepared data such as fabrication and erection/installation(working) drawings, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, coordination drawings, individual system or equipment inspection and test reports and certifications, as applicable to the work. 2. All shop drawings submitted by subcontractors shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. Check all subcontractor's shop drawings regarding measurements, size of members, materials and details to make sure that they conform to the intent of the Drawings and related Sections. Return shop drawings found to be inaccurate or otherwise in error to the subcontractors for correction before submission thereof. 4. All details on shop drawings shall show clearly the relation of the various parts to the main members and lines of the structure and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted. B. Product Data 1. Product data as specified in individual Sections include,standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's 56318-231404 01300-1 11/19/2019 ©2019 CDM Smith All Rights Reserved product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability,roughing-in diagrams and templates, catalog cuts,product photographs, standard wiring diagrams,printed performance curves and operational-range diagrams,production or quality control inspection and test reports and certifications,mill reports,product operating and maintenance instructions and recommended spare-parts listing and printed product warranties, as applicable to the work. C. Samples 1. Samples specified in individual Sections include,physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect,graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the work. 1.04 CONTRACTOR'S RESPONSIBILITIES A. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: f 1. Field measurements 2. Field construction criteria I 3. Catalog numbers and similar data 4. Conformance with related Sections B. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it j the following Certification Statement including the Contractor's Company name and signed by the Contractor: "Certification Statement: by this submittal,I hereby represent that I have determined and verified all field measurements, field construction criteria,materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all Contract requirements." Shop drawings and product data sheets 11-in x 17-in and smaller shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. C. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. D. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from the responsibility for the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefor. E. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The 56318-231404 013 00-2 11/19/2019 ©2019 CDM Smith All Rights Reserved Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. F. Project work,materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. 1.05 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded,will be returned within 15 business days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings and submittals for building permit: five copies. 2. Product Data: Four copies. 3. Samples: Submit the number stated in the respective Sections. D. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the section number,page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Standards numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 1.06 REVIEW OF SHOP DRAWINGS,PRODUCT DATA,WORKING DRAWINGS AND SAMPLES 56318-231404 01300-3 11/19/2019 A ©2019 CDM Smith All Rights Reserved A. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed: 1. as permitting any departure from the Contract requirements; 2. as relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; 3. as approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or Contract Time,the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Code 1 -"APPROVED" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. Code 2-"APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture;however, all notations and comments must be incorporated into the final product. Code 3 -"APPROVED AS NOTED/CONFIRM". This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may, at his own risk,release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. Code 4-"APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. This resubmittal is to address all comments, omissions and non-conforming items that were noted. Reuubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. Code 5 -"NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 56318-231404 013 00-4 11/19/2019 A ©2019 CDM Smith All Rights Reserved Code 6-"COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. I E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall identify all revisions made to the submittals, either in writing on the letter of transmittal or on the shop drawings by use of revision triangles or other similar methods. The resubmittal shall clearly respond to each comment made by the Engineer on the previous submission. Additionally,the Contractor shall direct specific attention to any revisions made other than the corrections requested by the Engineer on previous submissions. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals not complete will be returned to the Contractor and will be considered "Not Approved" until resubmitted. The Engineer may at his option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,the Contractor shall give written notice thereof to the Engineer at least 7 working days prior to release for manufacture. H. When the shop drawings have been completed to the satisfaction of the Engineer,the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.07 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed five. 1.08 SCHEDULES A. Provide all schedules required by Articles 2.05.B,2.06,2.07, 14.01, and elsewhere in the I General Conditions. 1.09 GENERAL PROCEDURES FOR SUBMITTALS i A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work of other related Sections, so that the installation will not be delayed by processing times including disapproval and resubmittal(if required), coordination with other submittals,testing,purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.10 RECORD DRAWINGS AND PROJECT MANUALS 56318-231404 013 00-5 11/19/2019 C O 2019 CDM Smith All Rights Reserved A. Maintain and provide all record documents per Articles 6.12 in the General Conditions. Contractor shall provide progress record drawings with each payment request. Upon project completion,the Contractor shall deliver record drawings per Section 01700. B. Provide Project Operation and Maintenance Manuals per Section 01700 1.11 CONSTRUCTION PHOTOS A. Contractor shall be responsible for taking digital photography of the before, during and after completion of the work. Digital photographs shall be clear images of high quality, such that individual digital photo file size is not less than 1 MB each. B. Contractor shall take a minimum of twenty(20)digital photos of existing site conditions as directed by Engineer. C. The Contractor shall take digital photos daily as construction progresses, especially detailing critical items if construction such as drainage structure installation,points of connection, etc. Not less than 6(six)digital photos shall be taken each day, detailing the overall progress of the work. D. All digital photographs shall be submitted by the Contractor on a CD with each payment requisition. E. Contractor shall take a minimum of twenty(20) digital photos of the completed site. F. All construction photos shall be submitted to the Engineer/Owner with each request for payment during the construction contract and at Completion with final payment requisition. i i END OF SECTION i i i i 56318-231404 01300-6 11/19/2019 A ©2019 CDM Smith All Rights Reserved P.E. CERTIFICATION FORM The undersigned hereby certifies that he/she is a professional engineer registered in the Commonwealth Of Massachusetts and that he/she has been employed by to design (Name of Contractor) Insert P.E.Responsibilities) ( p in accordance with Section for the (Name of Project) The undersigned further certifies that he/she has performed the design of the I that said design is in conformance (Name of Project) with all applicable local, state and federal codes, rules, and regulations, and that his/her signature and P.E. stamp have been affixed to all calculations and drawings used in, and resulting from,the design. The undersigned hereby agrees to make all original design drawings and calculations available to the Insert Name of Owner or Owner's representative within seven days following written request therefore by the Owner. P.E.Name Contractor's Name Signature Signature Address Title Address 56318-231404 01300-7 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 01600 DELIVERY, STORAGE AND HANDLING PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for the delivery handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item. 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle items in accordance with manufacturer's instructions. B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration. D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing,unpacking,protecting and installing. E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic. F. Provide necessary equipment and personnel to unload all items delivered to the site. G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct and items are undamaged. Notify Engineer verbally, and in writing, of any problems. 1.03 STORAGE AND PROTECTION A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible. Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her. Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. C. Loose materials shall only be stored inside the fence line of the field area,unless otherwise approved by the Owner. D. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times. All miscellaneous and reinforcing steel shall be stored off the ground or otherwise to 56318-231404 01600-1 11/19/2019 ©2019 CDM Smith All Rights Reserved prevent accumulations of dirt or grease and in a position to prevent accumulations of standing water and to minimize rusting. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick,block and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spilling to a minimum. END OF SECTION 56318-231404 01600-2 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 01700 CONTRACT CLOSEOUT PART 1 GENERAL 1.01 SECTION INCLUDES A. Closeout procedures B. Final cleaning C. Adjusting D. Project record documents E. Warranties F. Spare parts and maintenance materials - 1.02 RELATED SECTIONS A. Section 02901 —Miscellaneous Work and Cleanup 1.03 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed,Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum,previous payments, and sum remaining due. I D. Submit Project Record Documents 1.04 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean surfaces exposed to view. C. Clean equipment and fixtures to a sanitary condition. D. Clean site; sweep paved areas,rake clean landscaped surfaces. E. Remove waste and surplus materials,rubbish, and construction facilities from the site. 56318-231404 01700-1 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.05 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.06 PROJECT RECORD DOCUMENTS A. Pursuant to the General Conditions,the Contractor shall maintain at the site for the Owner, readily available to Owner and/or Engineer for inspection, one record copy of all Drawings, Specifications,Addenda, Change Orders, and other Modifications, in good order and market currently to record all changes made during construction, and approved Shop Drawings,Product Data and Samples. The Engineer will periodically inspect these record drawings, and their proper maintenance shall be a condition precedent to approval of requisitions for periodic payments. All the record documents, shop drawings,product data, and samples shall be made available to the Engineer and shall be delivered to him for the Owner upon completion of the work. Maintain on site, one set of the following record documents;record actual revisions to the Work: 1. Contract Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Reviewed shop drawings,product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number 2. Product substitutions or alternates utilized 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Spot elevations of the constructed, finish elevations. a. Document as-built spot elevations at all drainage structure rims,high points, low points, utility structures, and at all locations where proposed spot elevations are shown on the Drawings. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 56318-231404 01700-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 3. Field changes of dimension and detail. 4 Details not on original Contract Drawings. F. In addition, at the completion of the work,the contractor shall provide a set of marked-up working drawings showing as built changes to the original construction plans to the Engineer. G. At time of substantial completion, submit final Project Record Documents to Engineer,with claim for final Application for Payment. 1.07 AS-BUILT DRAWINGS A. Upon project completion, contractor shall prepare an As-Built Survey in AutoCAD format. As- built information shall include surface grades as well as all subsurface utilities with details and ties to insure they can be field located, as approved by Engineer. As—built drawings shall be submitted with final payment request. 1.08 WARRANTIES - A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers and manufacturers. C. Provide Warranties with durable plastic covers within Operation and Maintenance Manual. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion,provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.09 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts,maintenance and extra materials in quantities specified in individual specification Sections. B. Deliver to and place in location as directed. Obtain receipt prior to final payment. 1.10 OPERATING AND MAINTENANCE MANUAL A. The Contractor shall prepare and deliver to the Engineer for approval and transmittal to Owner three (3)copies of descriptive information, catalog cuts,maintenance instructions,parts lists for each site fixture and warranties as described above. B. The document shall also include service,maintenance and cleaning instructions for all manufactured products, finishes, and systems. C. Each volume of the manual shall be clearly indexed, and shall include a directory of all Subcontractors,material suppliers, local maintenance organizations, indicating the area of responsibility of each, and the name and telephone number of the responsible member of each organization. 56318-231404 01700-3 11/19/2019 ©2019 CDM Smith All Rights Reserved D. All material shall be bound in order and sequence conforming to the Specification numbering system. Typewritten, drawn or photographic materials shall be protected by clear plastic sleeves. E. The manuals shall be submitted at time of substantial completion of the project and initial occupancy by the Owner. The Contractor shall maintain and operate the electrical systems of the project until the approved manuals are transmitted to the Owner and the Owner's personnel are instructed in their operation. END OF SECTION 56318-231404 01700-4 11/19/2019 DIVISION 2-16 SITEWORK CONCRETE ELECTRICAL ©2019 CDM Smith All Rights Reserved SECTION 02050 DEMOLITION AND MODIFICATIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and demolish, modify,remove and dispose of work shown on the Drawings and as specified herein. B. Included,but not limited to, are demolition,modifications and removal of existing materials, equipment or work necessary to install the new work as shown on the Drawings and as specified herein and to connect with existing work in approved manner. C. Removal and legal disposal materials identified for off-site removal. Removals for off-site disposal shall be limited to existing light poles and fixtures and existing concrete foundations shall be cut to 24-inches below existing grade. Wire and conduit shall be removed in accordance - with specification section 16020. Removal and disposal of existing backstop and chain link fence to the limits shown on the Drawings.Backstop and fence foundations shall be completely removed and disposed of. No soils shall be removed from the site. See Special Site Considerations and Soils Excavate Handling in Specification Section 01010. D. Demolition,modifications and removals which may be specified under other Sections shall conform to requirements of this Section. E. Blasting and the use of explosives will not be permitted for any demolition work. 1.02 RELATED WORK A. Summary of Work is included in Section 01010. B. Submittals are included in Section 01300. C. Excavation and Backfill is included in Section 02200. D. Environmental Protection is included in Section 02270. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, six copies of proposed methods and operations of demolition of the structures and modifications prior to the start of work. Include in the schedule the coordination of shutoff, capping and continuation of utility service as required. B. Furnish a detailed sequence of demolition and removal work to ensure the uninterrupted progress of the Owner's operations. Sequence shall be compatible with sequence of construction and shutdown coordination requirements as specified. 56318-231404 02050-1 11/19/2019 ©2019 CDM Smith All Rights Reserved C. Before commencing demolition work, all modifications necessary to bypass the affected structure shall be completed. Actual work shall not begin until the Engineer has inspected and approved the modifications and authorized commencement of the demolition work in writing. 1.04 JOB CONDITIONS A. Protection 1. Execute the demolition and removal work to prevent damage or injury to structures, occupants thereof and adjacent features which might result from falling debris or other causes, and so as not to interfere with the use, and free and safe passage to and from adjacent structures. 2. Closing or obstructing of roadways, sidewalks and passageways adjacent to the work by the placement or storage of materials will not be permitted and all operations shall be conducted with a minimum interference to traffic on these ways. 3. Erect and maintain barriers, lights, sidewalk sheds and other required protective devices. B. Scheduling I. Carry out operations so as to avoid interference with operations and work in the existing facilities. C. Notification 1. At least 48 hours prior to commencement of a demolition or removal,notify the Engineer in writing of proposed schedule therefor. Owner shall inspect the existing equipment and to identify and mark those items which are to remain the property of the Owner. No removals shall be started without the permission of the Engineer. D. Conditions of Structures 1. The Owner and the Engineer assume no responsibility for the actual condition of the structures to be demolished or modified. 2. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner insofar as practicable. However,variations within a structure may occur prior to the start of demolition work. E. Repairs to Damage I. Promptly repair damage caused to adjacent facilities by demolition operation when directed by Engineer and at no additional cost to the Owner. Repairs shall be made to a condition at least equal to that which existed prior to construction. 56318-231404 02050-2 11/19/2019 ©2019 CDM Smith All Rights Reserved F. Traffic Access 1. Conduct demolition and modification operations and the removal of equipment and debris to ensure minimum interference with roads,streets,walks both onsite and offsite and to ensure minimum interference with occupied or used facilities. 2. Special attention is directed towards maintaining safe and convenient access to the existing facilities outside the limit of work. 3. Do not close or obstruct streets,walks or other occupied or used facilities without permission from the Owner/Engineer. Furnish alternate routes around closed or obstructed traffic in access ways. 1.05 RULES AND REGULATIONS A. The Building Code of the Commonwealth of Massachusetts shall control the demolition, modification or alteration of the existing buildings or structures. B. No building or structure, or any part thereof, shall be demolished until an application has been filed with the Building Inspector and a permit issued. The fee for this permit shall be the Contractor's responsibility. 1.06 DISPOSAL OF MATERIAL A. All material shall become the Contractor's property and must be removed from the site unless identified by Owner to be protected. Any item identified to be protected by Owner shall be delivered to the DPW facility. B. The storage or sale of removed items on the site will not be allowed. I PART 2 PRODUCTS (NOT USED) i PART 3 EXECUTION i 3.01 GENERAL A. All materials and equipment removed from existing work shall become the property of the Contractor. B. Dispose of all demolition materials, equipment, debris and all other items not marked by the Owner to be protected, off the site and in conformance with all existing applicable laws and regulations. C. Pollution Controls 1. Use water sprinkling,temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with governing regulations pertaining to environmental protection. 56318-231404 02050-3 11/19/2019 ©2019 CDM Smith All Rights Reserved a. Do not use water when it may create hazardous or objectionable conditions such as ice, flooding and pollution. b. Clean adjacent structures, facilities, and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to conditions existing prior to the start of the work. 3.02 STRUCTURAL REMOVALS A. Remove structures to the lines and grades shown unless otherwise directed by the Engineer. Where no limits are shown,the limits shall be 4-in outside the item to be installed. The removal of masonry beyond these limits shall be at the Contractor's expense and these excess removals shall be reconstructed to the satisfaction of the Engineer with no additional compensation to the Contractor. B. After removal of parts or all of masonry walls, slabs and like work which tie into new work or existing work,the point of junction shall be neatly repaired so as to leave only finished edges and surface exposed. 3.03 ELECTRICAL REMOVALS A. Conduits and wires,poles, lighting fixtures and miscellaneous electrical equipment all as shown on the Drawings, specified herein, or required to perform the work. B. All existing electrical equipment and fixtures to be removed shall be removed with such care as may be required to prevent unnecessary damage,to keep existing systems in operation and to maintain the integrity of the grounding systems. C. Conduits and wires shall be abandoned or removed where shown. All wires in abandoned conduits shall be removed and disposed of The conduits shall be suitable plugged and the area repaired in a flush, smooth and approved manner. Exposed conduits and their supports shall be disassembled and removed from the site. Repair all areas of work to prevent rust spots on exposed surfaces. D. Direct-burial cable shall be abandoned. Such cable shall be disconnected at both ends of the run. Where it enters a building or structure the cable shall be cut back to the point of entrance. All opening in buildings for entrance of abandoned direct-burial cable shall be patched and made watertight. F. Poles and overhead wiring shall be removed and disposed of. Poles not owned by the power company shall be completely removed from the site. The overhead wires shall be salvaged and stored. Perform this work after the proposed service has been completed and energized, and in accordance with the approved schedule. G. Lighting fixtures shall be removed and disposed of. H. Wall switches,receptacles, starters and other miscellaneous electrical equipment, shall be removed and disposed of off the site as required. Care shall be taken in removing all equipment so as to minimize damage to architectural and structural members. Any damage incurred shall be repaired. 56318-231404 02050-4 11/19/2019 u ©2019 CDM Smith All Rights Reserved I. Refer to Section 16020 for additional electrical demolition and removal requirements. 3.05 CLEAN-UP A. Remove from the site all debris resulting from the demolition operations as it accumulates. Upon completion of the work, all materials, equipment,waste and debris of every sort shall be removed and premises shall be left, clean,neat and orderly. END OF SECTION 56318-231404 02050-5 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 02100 SITE PREPARATION PART 1 GENERAL 1.01 SCOPE OF WORK A. The work described herein is for improvements to Filippello Park,Watertown,MA. The following should be considered during site preparation work to ensure protection and preservation of specific items as requested by Owner i l. Install erosion and sedimentation controls as shown on the drawings and as specified. 2. Protection from injury or defacement of existing structures,pavements, fencing,trees and buried utilities, signs, off site pavements, and other objects indicated by the Engineer to be preserved. 3. Removal and legal disposal materials identified for off-site removal. Removals for off-site disposal shall be limited to existing light poles and fixtures and existing concrete foundations shall be cut to 24-inches below existing grade. Wire and conduit shall be removed in accordance with specification section 16020. Removal and disposal of existing backstop and chain link fence to the limits shown on the Drawings. Backstop and fence foundations shall be completely removed and disposed of. No soils shall be removed from the site. See Special Site Considerations and Soils Excavate Handling in Specification Section 01010. See drawing notes regarding soils handling and re- location. 4. Coordinate locations for materials staging with Owner to maintain access to portions of the site as needed and as specified in Section 01046. Materials staging shall be in locations approved by the Owner. 1.02 RELATED WORK A. Control of Work is included in Section 01046. B. Special Provisions is included in Section 01170. C. Earthwork is included in Section 02200. 1.03 REFERENCE STANDARDS A. Except as otherwise specified herein,the material and construction shall be in accordance with the Massachusetts Highway Standard Specifications for Highways and Bridges(SSHB)of the Commonwealth of Massachusetts, latest edition, including addenda. 56318-231404 02100-1 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.04 SUBMITTALS b A. Submit for review by Engineer, a comprehensive schedule indicating proposed methods and sequence of operations for site preparation work prior to commencement of actual activities. Utilize Project Schedule Requirements herein. 1.05 PRESERVATION OF PROPERTY A. Any damage to on-site structures,paving, gas,water, sewer, storm drain, electric lights, or any other pipes,mains, conduits, overhead or underground utility wire, fences,buildings, and any other property shall be repaired at no cost to the Owner. Should any damage or injury be caused by the Contractor or anyone in his employ, or by work under this Contract,the Contractor shall at his own expense,make good such damage and assume responsibility for such damage and assume responsibility for such injury without cost to the Owner. PART 2 PRODUCTS 2.01 TEMPORARY CONSTRUCTION FENCE A. Contractor shall install temporary chain link fence for use as a temporary construction fence around excavations and work areas. Fence shall be 6-ft in height with portable anchoring devises, capable of safely anchoring and securing fence in place, and preventing unauthorized entrance to construction areas. B. The designated excavate storage area shall be completely enclosed with temporary chain link fence until the final seeding and landscaping is completed. PART 3 EXECUTION 3.01 EXISTING CONDITIONS A. Existing materials shall have been removed and handled as specified to a depth sufficient to accommodate a complete, continuous installation of new subsurface and surfacing materials including complete base preparation as shown on the Drawings and as specified herein. B. All materials to be relocated shall be cleaned and stored in a secure, dry location upon removal. C. All materials to be turned over to the owner shall be cleaned and delivered to a location approved by the Owner 3.02 PROTECTION A. Protect and maintain protection until all work in the vicinity has been completed. B. Protect and maintain existing improvements indicated on the Drawings to remain in place. At completion of site clearing work,restore any damaged improvements to their original condition, to the satisfaction of the Owner or other parties or authorities having jurisdiction. 56318-231404 02100-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 3.03 ACCESS A. Restrict construction activities to those areas within the limits of construction designated on the Drawings. Adjacent properties and improvements thereon,public or private,which become damaged by construction operations shall be promptly restored to their original condition,to the full satisfaction of the property owner. B. Areas outside the limits of work shall be protected from damage and no equipment or materials shall be stored in these areas. C. Access to site shall be from Grove St. 3.05 SITE SECURITY A. Contractor shall be responsible to secure work areas during construction period including providing temporary fencing along limit of work as necessary to prevent student/public access to construction area. END OF SECTION i 56318-231404 02100-3 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 02140 DEWATERING AND DRAINAGE PART 1 GENERAL 1.01 SCOPE OF WORK A. Design,furnish, install, operate,monitor,maintain and remove a temporary dewatering system, as required,to lower and control water levels below subgrades of excavations to permit construction in the dry. B. Furnish,maintain and remove temporary surface water control measures adequate to drain and remove surface water entering excavations. C. Collect and properly dispose of all discharge water from the dewatering and drainage systems in accordance with the provisions of Section 01170. 1.02 DESIGN AND PERFORMANCE RESPONSIBILITY A. Design and execution of methods for controlling surface water and groundwater. B. For damage to properties,buildings or structures, sewers and other utility installations,pavements and work that may result from dewatering or surface water control operations. a C. Design review and field monitoring activities by the Owner or of the Engineer shall not relieve the Contractor of his/her responsibilities for the work. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, detailed plans of the proposed dewatering method, as specified in Paragraph 3.03 below. PART 2 PRODUCTS 2.01 MATERIALS A. Pipe for observation wells, if required, shall consist of minimum 1-in I.D., Schedule 80 PVC pipe and machine slotted PVC wellpoints,maximum slot size 0.020-in. PART 3 EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in-the-dry,the bearing soils are maintained undisturbed and softening and/or instability or disturbance due to the presence or seepage of water does not occur. All construction and backfilling shall proceed in-the-dry and flotation of completed portions of work shall be prohibited. 56318-231404 02140-1 11/19/2019 ©2019 CDM Smith All Rights Reserved 3.02 SURFACE WATER CONTROL A. Construct surface water control measures, including dikes, ditches, sumps and other methods to prevent, as necessary, flow of surface water into excavations. 3.03 EXCAVATION DEWATERING A. All times during construction furnish and maintain proper equipment and facilities to remove promptly and dispose of properly all water entering excavations. Excavations shall be kept dry, so as to obtain a satisfactory undisturbed subgrade foundation condition until the fill, structure or pipes to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural elevations. B. Pipe and masonry shall not be laid in water or submerged within 24 hours after being placed. Water shall not flow over new masonry within 4 days after placement. C. In no event shall water rise to cause unbalanced pressure on structures until the concrete or mortar has set at least 24 hours. Prevent flotation of the pipe by promptly placing backfill. D. Dewatering shall at all times be conducted in such a manner as to preserve the natural undisturbed capacity of the subgrade soils at proposed bottom of excavation. If the subgrade of the trench bottom or excavation becomes disturbed due to inadequate drainage, excavate below normal grade as directed by the Engineer and refill with screened gravel at the Contractor's expense. E. Evaluate the impact of the anticipated subsurface soil/water conditions on the proposed method of excavation and removal of water. F. Where groundwater level is above the proposed bottom of excavation level, it is expected that some type of pumped dewatering system will be required for predrainage of the soils prior to final excavation and for maintaining the lowered groundwater level until construction has been completed to such an extent that the structure,pipeline or fill will not be floated or otherwise damaged. It is further expected that the type of system, spacing of dewatering units and other details of the work will have to be varied depending on soil/water conditions at a particular location. G. At least 2 weeks prior to the start of construction in any areas of anticipated dewatering submit to the Engineer for review, a proposed initial plan for removal of water,method of excavation and support of the excavation. Do not proceed with construction in any of these areas until the initial plan has been reviewed and commented upon by the Engineer. It is expected that the initial plan may have to be modified to suit the variable soil/water conditions to be encountered along the route. Dewater and excavate, at all times, in a manner which does not cause loss of ground or disturbance to the pipe bearing soil or soil which supports overlying or adjacent structures. H. If the method of dewatering does not properly dewater the trench as specified, install groundwater observation wells as directed by the Engineer and do not place any pipe or structure until the readings obtained from the observation wells indicate that the groundwater has been lowered a minimum of 6-in below the bottom of the final excavation within the trench limits. 56318-231404 02140-2 11/19/2019 ©2019 CDM Smith All Rights Reserved I. Dewatering units used in the work shall be surrounded by suitable filter sand and no fines shall be removed by pumping. Pumping from the dewatering system shall be continuous until pipe or structure is adequately backfilled. Stand-by pumps shall be provided. J. Water entering the excavation from precipitation or surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sump and pumped from the excavation to maintain a bottom free from standing water. END OF SECTION I 56318-231404 02140-3 11/19/2019 n ©2019 CDM Smith All Rights Reserved SECTION 02200 EARTHWORK PART 1 GENERAL 1.01 STATUTORY REQUIREMENTS A. All excavation,trenching, sheeting,bracing, etc shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P)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.)., State and local requirements. Where conflict between OSHA, State and local regulations exists,the most stringent requirements shall apply. B. At least 2 weeks prior to any excavation activities, Contractor shall notify Dig Safe at 1-888- DIG-SAFE(1-888-344-7233). 1.02 SCOPE OF WORK i A. Furnish all labor,materials, equipment and incidentals required and perform all excavation work and grading; place and compact backfill and aggregate base courses to complete the work as shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to: excavation for concrete foundations and all other items shown,backfilling,filling, compacting and grading,re-location on site surplus materials and restoration of surface materials as designated by the Engineer, or as specified herein. I B. The Contractor shall remove from the excavation all materials which the Engineer may deem j unsuitable for backfilling,the bottom excavations shall be firm, dry, and in all respects, acceptable. If conditions warrant,the Contractor may be ordered to deposit sand refill for excavation below grade, directly on the bottom of the excavation immediately after excavation has reached the proper depth and before the bottom of the excavation has become softened or disturbed by any cause whatever. C. Wherever the requirement for percent compaction is referenced to herein, it shall mean"at least the required percent of maximum density as determined by ASTM D1557." 1.03 SPECIAL REQUIREMENTS A. No soils shall be removed from the site. See Special Site Considerations and Soils Excavate Handling in Specificatoin Section 01010. See notes regarding soils handling and re-location on the Drawings. B. The Contractor shall satisfy him/her as to the character, quantity, and distribution of all material to be excavated.No payment will be made for the placement of any excavated material,which is used for purposes other than those designated and as specified herein. C. The Contractor shall be familiar with the locations of all existing utilities, such as electrical conduits and water limes and verify as necessary to protect them. 56318-231404 02200-1 11/19/2019 ©2019 CDM Smith All Rights Reserved D. All exploratory excavation to locate existing subsurface utilities shall be at the Contractor's discretion to assist him/her in the work of this project and no extra payment shall be made for such verification. This does not constitute a waiver of the Contractor's responsibility to verify all utilities and is intended to insure verification of existing services. 1.04 RELATED WORK i A. Special Provision is included in Section 01170. B. Dewatering and Drainage is included in Section 02140. 1.05 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300,the proposed methods of construction, including earthwork operations, excavation limits, fill material moisture conditioning and handling,backfilling and filling and compaction, and material sources for the various portions of the work. Contractor shall remain responsible for adequacy and safety of construction means,methods, and'techniques. B. Fill Materials: For each off-site source of fill material the Contractor shall notify the Engineer of the source of the material and shall deliver test results(maximum density, gradation,Atterberg limits,moisture content, etc., as applicable) and a representative 1 gallon sample at least 15 calendar days prior to the date of anticipated use of such material. All testing shall be performed by an experienced soils testing laboratory approved by Owner at the Contractor's own expense. Contractor shall also obtain approval of placement and compaction of all materials before next lift is placed. 1.06 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM) 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM D1557-Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort. 3. ASTM D2922 -Density of Soil in Place by Nuclear Methods(Shallow Depth). 4. ASTM D3017 - Standard Test Method for Water Content of Soil in Place by Nuclear Methods (Shallow Depth). 5. ASTM D4751 -Test Method for Determining the Apparent Opening Size of a Geotextile. B. MASSDOT, Standard Specifications for Highways and Bridges of the Commonwealth of Massachusetts, latest edition, including all addenda. C. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 56318-231404 02200-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 1.05 PROTECTION A. All existing facilities which include but are not limited to structures,utilities,pavements, pathways, landscaping,woodlands,trees, fencing, and other improvements and amenities shall be adequately protected during construction. All on and off-site features damaged by the construction shall be replaced with materials fully identical to,and including but not necessarily limited to,the same type, dimension, size, species and conditions before damage to the satisfaction of the Owner. B. Furnish, install, monitor and maintain dewatering and drainage systems as required. 1.07 QUALITY ASSURANCE A. Regulations: Perform all work in accordance with current applicable regulations and codes of all Federal, State, and local agencies. B. The Contractor shall have at least five(5)years experience with comparable work to the Work shown and specified, employing labor and supervisory personnel who are similarly experienced in this type of work. 1.08 CONSTRUCTION CONTROL A. Contractor is responsible for all construction layout and reference staking necessary for the proper control and satisfactory completion of all structures, cutting, filling, grading, drainage and utilities installation, fencing, curbing, and all other appurtenances required for the completion of the construction work and acceptance of the Contract as specified and as shown on the Drawings. B. The Engineer or Owner may check the control of the work as established by the Contractor, at any time as the work progresses. The Contractor will be informed of the results of these checks, by but in so doing,the Engineer in no way shall relieve the Contractor of his/her responsibility for the accuracy of the layout work. I PART 2 PRODUCTS i 2.01 MATERIALS A. Common Fill,Backfill and Fill materials shall be suitable excavated materials,natural or processed mineral soils obtained from off-site sources.Backfill and Fill materials shall be free of all organic material,trash, snow, ice, frozen soil, or other objectionable materials which may be compressible or which cannot be properly compacted. B. A minimum 6-inch layer new Sandy Gravel fill material shall be furnished and utilized in the "Designated Excavate Storage Area"between relocated fill material and the 6-inch loam layer. Sandy Gravel fill material shall conform to Section M1.04 Type B of MASSDOTSSBB. PART 3 EXECUTION I 3.01 PREPARATION i A. Test Pits 56318-231404 02200-3 11/19/2019 ©2019 CDM Smith All Rights Reserved 1. Perform exploratory excavation work(test pits)for the purpose of verifying the location of j underground utilities and structures and to check for unknown utilities and structures,prior to commencing excavation work. 2. Test pits shall be backfilled as soon as the desired information has been obtained. Backfilled surfaces shall be stabilized in a manner approved by Engineer. B. Temporary dewatering and drainage systems shall be in place and operational prior to beginning excavation work. 3.03 EXCAVATION SUPPORT A. Furnish, install,monitor and maintain excavation support(e.g., shoring, sheeting,bracing,trench boxes, etc) as required by Federal, State or local laws, ordinances,regulations and safety requirements. The excavation support system shall be designed by a professional engineer registered in the Commonwealth of Massachusetts. Support the sides of excavation,to prevent any movement which could in any way reduce the width of the excavation below that necessary for proper construction and protect adjacent structures from undermining, settlement or other damage. Take care to prevent the formation of voids outside of sheeting. If voids occur behind sheeting, immediately backfill and compact the voids with common fill material. Voids in locations that cannot be properly compacted upon backfilling shall be filled with lean concrete. B. Excavation supports shall be carefully removed in such manner so as not to endanger the Work or other adjacent structures,utilities, or property. Vertical support members that were installed within the zone of influence of new or existing structures or below the springline of new pipeline shall be left in place and cut off at 5 ft below finished grade. The zone of influence is defined as a zone extending down and away from the outer edge of the structure at 1 horizontal to 1 vertical. All voids left or caused by withdrawal of supports shall be immediately filled with sand and compacted. 3.04 EXCAVATION AND FILLING I A. Contractor shall excavate and relocate existing topsoil as shown on the Drawings. B. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements to the lines and grades required,making allowances for settlement and placement of cover materials (i.e. topsoil, sod, etc). Soft spots or uncompacted areas shall be corrected. C. Fill and backfill materials shall not be placed on frozen surfaces, or surfaces covered by snow or ice. Fill and backfill material shall be free of snow, ice and frozen earth. D. Fill and backfill shall not be placed and compacted when the materials are too wet to properly compact(i.e.the in-place moisture content of the soil at that time is no more than three percentage points above the optimum moisture content of that soil as determined by the laboratory test of the moisture-density relation appropriate to the specified level of compaction). E. Materials placed in fill areas shall be deposited to the lines and grades shown on the Drawings making due allowances for settlement of the material and for the placing of surface materials thereon. 56318-231404 02200-4 11/19/2019 II ©2019 CDM Smith All Rights Reserved F. The surfaces of filled areas shall be graded to smooth true lines, strictly conforming to grades indicated on the grading plan, and no soft spots or uncompacted areas will be allowed in the work. G. Protect all existing features to remain. Hand excavate around all items to remain including existing drains or where utilities must be verified. H. If existing facilities require temporary removal in order for the work to proceed, such as fences, walkways, etc. except as noted on the Drawings,they shall be accomplished by the Contractor at no additional cost to the Owner. Restoration of the facility shall be to a similar or better condition than the conditions before removal to the satisfaction of the Owner. I. Grading activity shall be performed to the lines, grades, and elevations shown on the plans and staked in the field or as directed by the Engineer, and shall be made in such a manner that the requirements for formation of the final grade can be followed. J. No earthwork activity shall be started until the Engineer has reviewed the grade stake layout and proposed grades of field construction. During the process of grading,the grade shall be maintained in such a condition that it will be well drained at all times. K. No payment will be made for suitable materials removed,manipulated or replaced in order to obtain density and finished grades. Any removal,manipulation,replacement and recompaction of suitable materials necessary to obtain the required grades shall be considered as incidental to the operations and shall be performed by the Contractor at no additional cost to the Owner. L. Protect all existing areas against damage due to the work under this Contract, and perform all repair and replacement work to any such areas which are damaged hereunder, as approved by the Engineer. M. No extra work shall be initiated without notification of the Owner in writing, and the written approval of the Owner in response. N. No pavement patches shall be allowed for pavement damage. Damaged pavement outside limits of work and repavement shall be fully repaired with new binder and surface course. O. Fill and level all trenches at the end of the day. P. All excavation beneath structures, and as shown on the Drawings shall be backfilled with structural fill or crushed stone wrapped in filter fabric. The limits of fill adjacent to structures shall extend as shown on the Drawings. Q. Do not backfill against walls until the walls and supporting slabs have attained design strength. When backfilling around structures,bring up backfill uniformly around structures unless indicated otherwise on the Drawings. Backfill levels around the entire perimeter of the structure shall be controlled such that the grade differential does not exceed 3-ft. Contractor shall correct any damage to the structures caused by backfilling at no additional cost to the Owner. 56318-231404 02200-5 11/19/2019 ©2019 CDM Smith All Rights Reserved 3.05 GRADING A. Grading in preparation for placing of fill materials and appurtenances shall be performed at all places that are indicated on the Drawings,to the lines, grades, and elevations shown and otherwise as directed by the Engineer. When directed,temporary drains and drainage ditches shall be installed to intercept or divert surface water,which may affect the prosecution or condition of the work. B. If at the time of grading it is not possible to place any material in its proper section, it shall be stockpiled in approved areas for later use.No extra payment will be made for the stockpiling or double handling of excavated material. C. The Engineer reserves the right to make minor adjustments or revisions in lines or grades if found necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction. D. In cuts,all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the drawings or as directed by the Engineer. E. Place backfill material in such a manner that unbalanced horizontal loads will not be applied to newly placed structures or portion of structures, utilities, or pipe lines. F. Grading and finishing: In areas designated for grading and finishing,rake or machine grade the areas to remove stones over one inch and other unsatisfactory material,fill depressions, and finish the surface within the indicated tolerances. G. Contractor shall notify the Engineer in advance of fine grading, seeding, and rolling activities and make prepared surfaces available to the Engineer for observation. 3.06 RESTORING EXCAVATION SURFACE A. Where the excavation occurs adjacent to paved streets, in shoulders, sidewalks, or in cross-country areas,thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place,immediately deposit additional fill to restore the level of the ground. B. The surface of any driveway or any other area which is disturbed by the excavation and which is not a part of the paved road shall be restored to a condition at least equal to that existing before work began. 3.07 HANDLIN OF SURPLUS MATERIAL A. No soils excavated beneath the top 24-inches from existing grade shall be removed from the site.See Special Site Considerations and Soils Excavate Handling in Specification Section 01010. B. Should conditions make it impracticable or unsafe to stack material adjacent to the trench,the material shall be hauled and stored at a location approved by the Owner and Engineer. When 56318-231404 02200-6 11/19/2019 ©2019 CDM Smith All Rights Reserved I required, it shall be re-handled and used in backfilling the trench at no additional cost to the Owner. C. Remove and dispose of all pieces of ledge and boulders which are not suitable for use in other parts of the work. Rock disposed of by hauling away to spoil areas is to be replaced by approved surplus excavation obtained elsewhere on the work, insofar as it is available. Any deficiency in the backfill material shall be made up with acceptable material approved by the Engineer. D. Surplus imported fill shall become the property of the Contractor and shall be removed and disposed off site. END OF SECTION 56318-231404 02200-7 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 02270 EROSION AND SEDIMENTATION CONTROL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and perform all installation, maintenance, removal and area cleanup related to erosion and sedimentation control work as shown on the Drawings as specified herein. The work shall include,but not necessarily be limited to: installation of crushed stone construction entrance and staging areas, sediment fences, catch basin sediment filter, erosion control blanket,permanent composite turf reinforcement mat, sediment removal and disposal, device maintenance,removal of temporary devices,temporary mulching and final cleanup. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Loaming and seeding is included in Section 02930. C. Granular materials are included in Section 02200 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, within 10 days after award of Contract,technical product literature for all commercial products. B. Prior to the start of work, Contractor shall prepare and submit a Stormwater Pollution Prevention Plan(SWPPP)in accordance with the U.S. Environmental Protection Agency(EPA)National Pollution Discharge Elimination System(NPDES)General Permit applicable to this work. (Submit to Engineer for review and comment.) C. Prior to the start of work,prepare and submit the EPA NPDES Notice of Intent to Discharge to the applicable EPA office in accordance with EPA regulations. 1.04 REFERENCE STANDARD A. EPA document titled: "Stormwater Management for Construction Activities—Developing Pollution Prevention Plans and Best Management Practices"document number EPA 832-R-92- 005, dated 1992, or most recent edition. State or appropriate Conservation Commission standards can be substituted for the EPA standard if the State or Conservation Commission standard is equal to, or more detailed than,the EPA standard. 1.05 QUALITY ASSURANCE A. Be responsible for the timely installation and maintenance of all erosion and sedimentation control devices necessary to prevent the movement of sediment from the construction site to off site areas or into the stream system via surface runoff or underground drainage systems. 56318-231404 02270-1 11/19/2019 n ©2019 CDM Smith All Rights Reserved Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off site shall be installed,maintained,removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. B. Where Contractor's efforts to control erosion and sediment have been demonstrated to be ineffective or potentially ineffective in the opinion of the Engineer,the Engineer may order that additional measures be implemented and constructed at no additional cost to the Owner. C. Erosion and sedimentation control shall conform to the submittal requirements above(and other permits appended to this Section). D. Contractor shall keep parking areas and access roads as well as adjacent public streets free of tracked mud and soil from Contractor's activities. Sweep and dispose of swept material on a weekly basis at a minimum, or more frequently, as directed by the Owner. PART 2 PRODUCTS 2.01 DUST CONTROL A. Accomplish dust control by the use of potable water. Do not use calcium chloride. Water shall be furnished as specified in Section 01046. 2.02 MATERIALS A. Straw waddle shall be a prefabricated commercial product with outside casing made of organic hessen by Phase H Stormwater Products,PO Box 737, Wrentham,MA 02093, or approved equal. Effective height shall be 12-in plus or minus 1-in; effective circumference shall be 3 8-in. PART 3 EXECUTION 3.01 DUST CONTROL A. Control dust on exposed areas of athletic fields,temporary accessways, construction routes or other construction areas subject to surface dust movement and blowing dust. B. Respray areas as necessary to keep dust to a minimum and as directed by the Owner's Representative or Engineer. 3.02 INSTALLATION A. Straw Waddle Installation 1. Straw waddles shall be positioned completely surrounding excavations until the concrete foundations have been installed or other areas as indicated on the Drawings and as necessary to prevent off site movement of sediment produced by construction activities as directed by the Engineer. 2. Drive wooden stakes, 5-ft on center(maximum) at back edge of waddle. Stakes shall be driven 2-ft(minimum) into ground. 3. Install pre-fabricated straw waddle according to manufacturer's instructions. 56318-231404 02270-2 11/19/2019 ©2019 CDM Smith All Rights Reserved 3.03 MAINTENANCE AND INSPECTIONS A. Inspections 1. Make a visual inspection of all erosion control devices once per week and promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment,promptly install additional devices as needed. Erosion controls in need of maintenance shall be repaired promptly. 3.04 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion,remove sediment control devices (except erosion control blankets) and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as required and specified. END OF SECTION I I i i 56318-231404 02270-3 11/19/2019 ©2019 CDM Smith All Rights Reserved SECTION 02830 CHAIN LINK FENCE PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals necessary and install the chain link fence and gates, as shown on the Drawings and as specified herein. B. Chain Link Fence shall be installed in modified concrete foundation as shown on the Drawings. C. Replace existing 6-ft. high Chain link fence along existing parking area above swale to limits shown on the Drawings. Posts shall be re-set. Provide new rails, fasteners and fabric to match existing. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Concrete in included in Section 03301. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 0 13 00, shop drawings showing layout and details of construction and erection of fence and accessories required. B. Samples of fence posts, fabric, and appurtenances. 1.04 REFERENCE SPECIFICATIONS A. Where reference is made to one of the following standards,the revision in effect at the time of the bid opening shall apply. References herein to any technical society, organization, group or body are made in accordance with the following: 1. ASTM American Society for Testing and Materials a. A123-Zinc-Coated(Hot-Dip Galvanized) coatings on Iron and Steel Products b. A370-Mechanical testing of Steel Products c. A392-Zinc Coated Steel Chain Link Fence Fabric d. A570-Hot Rolled Sheet and strip, Structural quality e. A817-Metallic-Coated Steel Wire for Chain Link fence Fabric 56318-231404 02830-1 11/19/19 N ©2019 CDM Smith All Rights Reserved f. A552-Terminology Relating to Chain Link fabric g. F567-Installation of Chain Link Fence h. F626-Fence Fittings i. F900-Industrial and Commercial Swing Gates j. F934 Standard Colors for Polymer Coated chain Link Fence Materials k. F 1043-Specifications for Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework 1. F1083-Pipe, Steel,Hot-dipped Zinc Coated welded for Fence Structures 2. AWS American Welding Society 3. Commonwealth of Massachusetts, Mass Highway, Standard Specifications for Highways and Bridges, latest edition. 4. Steel Structures Painting Council(SSPC), see Sections 09901 and 09902. a. SSPC SP-1 —Solvent Cleaning PART 2 PRODUCTS I 2.01 GENERAL A. Post Anchoring I. Posts for all fences shall be anchored directly into new concrete foundation as shown on the Drawings. 2.02 CHAIN LINK FENCE(BLACK PVC) A. Furnish fence materials and accessories with class 2b polyvinyl chloride(PVC) coating as defined by ASTM F668 fused and adhered to a primer that is thermally cured onto wire of metallic coated steel,black color, in areas as shown on the Drawings. Painted fittings and accessories are not acceptable unless specifically approved,prior to installation by Engineer. B. Posts,rails, and braces shall also be hot-dipped galvanized steel prior to PVC coating. Pipe materials shall be Type I round,hot-dipped galvanized with a minimum average zinc(Grade E) coating of 1.8 oz/sq ft meeting ASTM F1083 for standard weight(Schedule 40) galvanized pipe. Dimensions shall conform to the following: I. Fence Posts and Rails 56318-231404 02830-2 11/19/19 ©2019 CDM Smith All Rights Reserved a. Posts shall be of sufficient length to allow for installation depth as shown on the drawings and shall be spaced in the line of fence not further apart than 10 feet on center. b. All fences shall have a continuous top rail with length not greater than 18-ft and fitted with hot-dipped galvanized steel PVC coated sleeves or couplings for connecting the lengths into a continuous run. Coupling shall not be less than 6-in long with 0.070-in min wall thickness and shall allow for expansion and contraction of the rail. c. Boulevard socket-type clamps or other approved means shall be provided for attaching the top rail to each gate, corner,pull, and end post. d. Bottom rails shall be provided between all posts with means for attaching rail to each post. Center rails shall be provided at approximately mid-height of the fabric on corner, end,pull and gate posts where fabric is 8-ft high.Each corner,pull and end post shall also have a truss consisting of a rod not less than 5/16-in nominal diameter from the line post back to the gate, corner,pull or end post,with a turnbuckle or other equivalent provision for adjustment. e. Sizes: Terminal Posts: 4-ft high fence-(2.375 in OD)@ 3.12 lb/ft Line Posts: 4-ft high fence -(1.905 in OD)@ 2.281b/ft Gate Posts: 4-ft high fence-(2.375 in OD)@ 3.11 lb/ft Top and Bottom Rails and Braces: 4 ft high fence ** -(1.66 in OD)@ 1.83 lb/If ** no center rail required 2. Fence Fabric a. Fence fabric shall be one single continuous unit of specified dimension as shown on the Drawings. Fabric shall be furnished complete with vinyl(PVC)coating color black. Fabric shall be steel chain link conforming to ASTM Designation A392,A817, and F552 and height of fabric shall have a permissible variation of plus or minus one inch. b. Polyvinylchloride(PVC)Finish: Comply with ASTM F934,with core wire diameter (gauge)measured prior to application of PVC coating. c. Wire shall be factory coated with a min 0.02-in thick coating of plasticized polyvinyl chloride applied by the fusion method over a thermoset plastic bonding agent. The bond shall exhibit equal or greater strength than the cohesive strength of the vinyl. All cut ends shall be coated with vinyl at the factory. 56318-231404 0283 0-3 11/19/19 I ©2019 CDM Smith All Rights Reserved i d. Fabric shall have top and bottom selvage knuckled. e. Each roll shall be clearly identified as to the type and class of metallic coating,the size of mesh,the coated wire diameter,the class of PVC coating,the height and length of fabric in each roll, and the name of the manufacturer. f. Fence Fabric for all fences shall be as follows: 1.For all 4-ft high and 6-ft high fencing and gates, fence fabric shall be standard heavy duty industrial grade six(6)gauge(0.192)coated steel,2-inch mesh with zinc coating(Class 20 weight of not less than 2.00 oz/sf of uncoated wire surface, hot-dipped galvanized after fabrication and prior to PVC coating. 2. For all 10-ft high fencing and gates, fence fabric shall be 9 gauge(0.148-in) coated steel; 1 3/4-in mesh with zinc coating(Class 2)weight of not less than 2.00 oz/sf of uncoated wire surface,hot-dipped galvanized after fabrication and prior to PVC coating. 3. Fence Accessories a. Tension bars shall be 3/16-in by 3/4-in galvanized steel and not less than 2-in shorter than height of fabric to which they are attached,conforming to ASTM A123. Provide one tension bar for each end and gate post and two bars for each corner and pull post. b. Tension bands and brace bands shall be 7/8-in by 12 gauge beveled, galvanized, sized to fit pipe sizes and furnished with galvanized fasteners and attachment bolts 5/16-in by 1- 1/4-in galvanized carriage bolts with nuts. c. Fittings shall be steel conforming to ASTM A370 and galvanized in conformance with ASTM A123. d. All line posts shall be permanently fitted with a cast malleable iron top loop, constructed to fit securely over the post and encircle the top rail. End posts and corner posts shall be permanently fitted with a cast malleable iron top cap with permanent boulevard type socket fitting to accommodate rail. The base of each post cap shall carry an apron around the outside of the post. e. All fences shall have top and bottom rails. Sleeves shall be installed to allow for expansion and contraction of rails,nuts and bolts, and shall be galvanized steel conforming to ASTM A123. f. Fence fabric shall be fastened to top,bottom and center rails with 9 gauge galvanized steel tie wires,PVC coated black to match fabric color in accordance with ASTM F668 class 2b.Aluminum wire ties are not acceptable for fence fabric fastenings. 2.03 CONCRETE AND GROUT FOR FENCE POSTS 56318-231404 0283 0-4 11/19/19 ©2019 CDM Smith All Rights Reserved A. Concrete: Portland cement, I in maximum size aggregate and potable water producing concrete with a 3 in slump and a 28 day compressive strength of at least 3000 psi. Packaged Concrete Mix: Mix dry packaged normal weight concrete conforming to ASTM C387 with clean water to obtain a 2 in to 3 in slump. B. Grout for Fence Posts 1. Grout shall be "Sikadure 32 HiMod" as manufactured by Sika Corporation,Lyndhurst,NJ or approved equal. Grout shall be in accordance with the following: 2. Compressive Properties (ASTM D695)at 28 days. 3. Tensile Properties(ASTM D638) at 14 days. 4. Flexural Properties(ASTM D790) at 14 days. 5. Shear Strength(ASTM D732)at 14 days: 5,000 PSI min. 6. Total Water Absorption(ASTM D570)at 7 days: 1.0%max. (2 hour boil). 7. Bond Strength(ASTM C882)Hardened Concrete to Hardened Concrete. (1) 2 day(dry cure): 2700 PSI min. (2) 14 day(moist cure) 2200 PSI min. 8. Deflection Temperature(ASTM D648)at 14 days: 102 deg F min. (fiber stress loading= 264 PSI). 9. Pull-out Strength: In 5000 PSI min. concrete,using Grade 60 steel rebar, embedded 10 bar diameters, in a properly prepared hole having a diameter of the rebar plus 1/4 inch max. Tensile Stress: 90,000 PSI min. (rebar fracture). PART 3 EXECUTION 3.01 INSTALLATION A. Post spacing shall be uniform with maximum spacing of 10 feet in fences erected along straight lines. All posts shall be placed plumb and centered in the concrete foundations. B. Concrete foundation for fence posts shall be modified type as shown on the drawings and shall be 4,000 psi concrete C. A change in direction of the fence line of 20 degrees or more shall be considered corners. Pull posts shall be used at any abrupt change in grade. D. The top rails of chain link fences shall extend through all line posts in a looped top cap to form a continuous brace from end to end of each stretch of fence,be securely fastened at the end of each 56318-231404 02830-5 11/19/19 i ©2019 CDM Smith All Rights Reserved q run, and have joints made with expansion sleeve couplings not less than 6-in long. Bottom and center rails shall be connected to boulevard type socket fittings. E. There shall be no loose connections or sloppy fits in the fence framework. The fence framework shall withstand all wind and other forces due to weather. F. Chain link fence fabric shall be stretched taut and tied to posts and rails. The fence fabric shall be installed on the athletic field side of the fence and shall be anchored to the framework so that the fabric remains in tension after pulling force is released. The fence fabric shall be attached to top,bottom and center rails with fabric bands spaced at not more than 12 inch intervals. The fabric shall be securely fastened to all terminal posts with stretcher bars with steel tension bands spaced approximately 12 in apart. G. All PVC coated surfaces which are damaged shall be repaired as approved by the Landscape Architect/Engineer,using an approved PVC patching compound. Remove damaged material back to sound coating by wire brushing and in accordance with SSPC SP-2 Hand Tool Cleaning. Touch up with three coats of patching compound in accordance with manufacturer's instructions. H. Chain link fabric shall be placed as noted on drawings. Confirm with Owner/Engineer prior to installing fabric. I. Contractor shall stake in the field the center line location of all fences for review and approval by Engineer. All constructed items associated with erection of the fences and concrete mow strip shall be constructed within the site property line as approved by the Owner. J. Installation shall meet the requirements of ASTM F567. END OF SECTION 56318-231404 02830-6 11/19/19 ©2019 CDM Smith All Rights Reserved SECTION 02900 LANDSCAPING PART 1 GENERAL 1.01 SCOPE OF WORK A. The work of this section consists of all labor,materials, equipment, appliances, and services necessary to provide landscaping, as required by the drawings and as specified herein. B. The following list of items is to be used as a guide and shall not be considered limiting the scope of the work. 1. Plant Materials Furnished and Placed 2. Special CU soil for tree pits. 3. Plant Material Guarantee and Acceptance 4. Maintenance 5. Clean-up 1.02 RELATED WORK A. Site preparation is included in Section 02100. B. Site improvements are included in Section 02850. C. Loaming and seeding is included in Section 02930. 1.03 APPLICABLE SPECIFICATIONS AND STANDARDS A. "STANDARDIZED PLANT NAMES", 1942 Edition,American Joint Committee on Horticultural Nomenclature. B. "AMERICAN STANDARD FOR NURSERY STOCK", latest edition,American Association of Nurserymen(ANSI260.1). C . Commonwealth of Massachusetts,Department of Public Works, Standard Specifications for Highways and Bridges, 1988 or latest edition. 1.04 SAMPLES A. The following samples shall be submitted: 1. Mulch- Shredded softwood pine bark i 2. Stakes 56318-231404 02900-1 11/19/19 A ©2019 CDM Smith All Rights Reserved i 3. Wire 4. Hose 5. Prepared planting mix 6. Bone meal 7. Tree Paint 1.05 TESTING A. Provide samples for testing as required by the Landscape Architect/Engineer. 1.06 PERSONNEL QUALIFICATIONS A. The planting shall be done by skilled workers,trained and experienced in accepted nursery practices. The work shall be done under the supervision of a qualified planting foreman. B. Personnel assigned to perform pruning vegetation shall be subject to the approval by the Town Arborist, and shall be a state certified arborist qualified to perform American Arborist Association class H pruning. Pruning of new and existing plants shall be as directed by the Town Arborist 1.07 PLANTING SEASON A. Deciduous plants shall be planted only when dormant,that is,before leaves appear in the spring and subsequent to their loss in the fall, unless otherwise directed by the Landscape Architect/ Engineer. B. If the construction completion date prohibits in-season planting,the Contractor shall complete his work within the project date and prepare himself for out-of-season planting, including wiltproofmg and extra watering. Plant guarantee periods remain as stated below. No frozen ground planting will be permitted. PART 2 PRODUCTS 2.01 LARGE SHADE TREE PIT BACKFILL(EXTENDED AREA) A. Backfill for tree pits shall be CU-Structural soil as specked in Section 02200 and supplied by Read Custom Soils or approved equal. The area of CU-Structural soil shall be 4ft x 4ft. x 2 ft. in depth for each tree pit. 2.01 PREPARED PLANTING MIX(as approved by Town of Watertown Arborist) A. If approved by Arborist the planting mix below may be substituted for CU-structural soil in an area immediately surrounding the rootball—2ft beyond the limits of the root ball. The remaining excavation shall be CU-Structural soil. 56318-231404 02900-2 11/19/19 ©2019 CDM Smith All Rights Reserved A. The prepared planting soil mix shall consist of the following materials and quantities: I. Seven parts backfill mixture as specified in these Specifications. 2. One part peat borrow as specified in the Mass. Std. Spec. M1.06.0. 3. To this mixture add ten(10)pounds of bone meal per cubic yard of mixture. It shall be commercial raw bone meal, finely ground,having a minimum analysis of four percent(4%) nitrogen and twenty percent(20%)phosphoric acid. 2.02 BACKFILL MIXTURE A. Backfill mixture for plant pits other than large shade tree pits noted above shall be Type I loam as specified in Section 02930, as provided by the Contractor,with soil amendments to achieve quality standards as specified herein. Backfill mixture shall be a fertile, friable,processed screened loam capable of sustaining vigorous plant growth. It shall be free of any admixture of subsoil,stones larger than three-quarter inch(3/4"), clods of hard earth,plant roots, sticks or other extraneous materials. B. Maximum size shall be three quarter inch(3/4") largest dimension. The maximum retained on the No. 4 sieve shall be 10 percent(10%)by weight of the total sample. Tests shall be combined hydrometer and wet sieving in compliance with ASTM D422 after destruction of organic matter by ignition. C. The organic content shall be between 3.5 and 6.0 percent by weight as determined by loss on ignition of test samples oven-dried to a constant weight at a temperature of 105 degrees, Centigrade. The pH value shall be between pH 5.5 and pH 6.0. It shall contain no toxic materials. Soluble salts shall not be greater than 75 parts per million. Add soil amendments if required at no additional cost to the Owner. D. At least 1 representative samples of backfill mixture shall be tested after backfill mixture has been stockpiled. The Contractor shall deliver samples to testing laboratory,have testing report sent directly to the Landscape Architect/Engineer, and shall pay all costs. E. Mechanical and chemical(pH soluble salts) analysis shall be by a public extension service agency or a certified private testing laboratory in accordance with the current"standards" of the "Association of Official Agricultural Chemists". F. Reports shall be submitted at least one month before any planting is to be done. Soil samples shall be tested for Nitrate Nitrogen,Ammonium Nitrogen,Phosphorus,Potassium, Calcium Aluminum, Soluble Salts and show the acidity of the soil. G. Fertilizer: 1. Commercial fertilizer,peat,humus or other additives shall be used to counteract soil deficiencies as recommended by the soil analysis and as directed by the Landscape Architect/Engineer. 56318-231404 02900-3 11/19/19 ©2019 CDM Smith All Rights Reserved 2. Commercial fertilizer shall be a product complying with the State and United States Fertilizer Laws. Deliver to the site in the original unopened containers which shall bear the manufacturer's certificate of compliance covering analysis which shall be furnished to the Landscape Architect/Engineer. At least 50% by weight of the Nitrogen content shall be derived from organic materials. Fertilizer shall contain not less than the percentages of weight of ingredients as follows or as recommended by the soil analysis: Nitrogen Phosphorous Potash For Deciduous trees 10% 6% 4% 3. Ground limestone shall be an approved agricultural dolemite limestone containing not less than 85% of total calcium or magnesium carbonates. Limestone shall be ground to such fineness that 50%will pass through a 100 mesh sieve and 95 will pass through a 20 mesh sieve. 4. Humus shall be natural humus,reed peat or sedge peat which has been stockpiled for at least one year prior to its use. It shall be free from excessive amounts of zinc, low in wood content, free from hard lumps and in a shredded or granular form.According to the methods of testing of A.O.A.C., latest edition,the acidity range shall be approximately 5.5 pH to 7.6 pH and the organic matter shall be not less than 8 5% as determined by loss on ignition. The minimum water absorbing ability shall be 200%by weight on an oven-dry basis. 5. Peat moss shall-be composed of the partly decomposed stems and leaves of any or several species of sphagnum moss. It shall be free from wood, decomposed colloidal residue and other foreign matter. It shall have an acidity range of 3.5 pH to 5.5 pH as determined in accordance with the methods of testing of A.O.A.C., latest edition. Its water absorbing ability shall be a minimum of 1,000%by weight on an oven dry basis. 6. Superphosphate: Superphosphate shall be composed of finely ground phosphate rock as commonly used for agricultural purposes containing not less than 18% available phosphoric acid. 2.03 PLANTING MULCH A. Shredded softwood pine bark mulch shall be fibrous pliable slices,not exceeding 1/2 inch in width or 3 inches in length. It shall be 98 percent organic matter with the pH range of 3.5 to 4.5 and a moisture content of packaged material not to exceed 35 percent. 2.04 PLANT MATERIALS A. Selection of the Nursery Stock 1. At least twenty(20) days prior to the expected planting date,the Contractor shall request, in writing,that the Landscape Architect/Engineer provide a representative to select and tag . stock to be planted under this Section. This request shall be made ten(10) days prior to the 56318-231404 02900-4 11/19/19 d ©2019 CDM Smith All Rights Reserved date on which stock selections are to be made. The Contractor shall arrange for and bear the cost of transportation,meals in transit, and overnight accommodations, if necessary,for the Landscape Architect/Engineer's representative during the period of time required to select and tag the required number of sized stock. The letter of request shall also have attached a letter of certification from the supplier attesting to the fact that the stock to be selected is, in fact, in conformance to the Plant List as shown on the Drawings. The Contractor shall supply the necessary tags or seals which shall be durable and capable of accepting weather- resistant ink or an embossed process. The tags or seals shall be attached directly and securely to each selected plant. B. The Contractor shall furnish and plant all plants shown on the drawings, as specified, and in quantities as listed on the PLANT LIST.No substitutions will be permitted. All plants shall be nursery grown. C. Plants shall be in accordance with the USDA Standard for Nursery Stock of the American Association of Nurserymen. D. All plants shall be typical of their species or variety and shall have a normal habit of growth and be legibly tagged with the proper name. Trees shall have straight trunks and all abrasions and cuts shall be completely callused over. E. The root system of each shall be well provided with fibrous roots. All parts shall be sound, healthy, and vigorous,well branched and densely foliated when in leaf. They shall be free of disease,insect pests, eggs or larvae. F. All plants must be moved with the root systems as solid units with balls of earth firmly wrapped with burlap. The diameter and depth of the balls of earth must be sufficient to encompass the fibrousroot feeding system necessary for the healthy development of the plant. No plant shall be accepted when the ball of earth surrounding its roots has been badly cracked or broken preparatory to or during the process of planting or after the burlap, staves,ropes or platform required in connection with its transplanting have been removed. The plants and balls shall remain intact during all operations. All plants shall be freshly dug. No plants from cold storage or previously heeled-in will be accepted. All plants that cannot be planted at once must be heeled in by setting in the ground and covering the balls with soil and then watering. G. The height of the trees(measure from the crown of the roots to the tip of the top branch) shall be not less than the minimum size designated. The caliper measurement six(6)inches above ground level up to and including four(4) inch caliper size and twelve(12) inches above ground level for larger sizes. The branching height for shade trees next to walks shall be seven(7) feet. This may be obtained by pruning after delivery if this does not ruin the shape or form of the trees or cause unsightly scars. All cuts shall be shellacked. The trunk of each tree shall be a single trunk growing from a single unmutilated crown of roots.No part of the trunk shall be conspicuously crooked as compared with normal tress of the same variety. The trunk shall be free from sunscald, frost cracks, or wounds resulting from abrasions, fire or other causes.No pruning wounds shall be present having a diameter exceeding two inches and such wounds must show vigorous bark on all edges.No trees which have had their leaders cut will be accepted. 56318-231404 02900-5 11/19/19 i ©2019 CDM Smith All Rights Reserved H. The Contractor shall take note that only tree stock grown specifically for hardiness in Zone 5 of the Hardiness Zones established by the Arnold Arboretum,Jamaica Plain, Massachusetts,will be accepted. The Contractor's suppliers must certify in writing that the stock has actually been grown under Zone 5 conditions and is hardy to the City of Boston or that the stock was asexually propagated from and grafted onto stock from a strain proven hardy to Zone 5 conditions. Trees not so certified will not be accepted. PART 3 EXECUTION 3.01 PLANTING LOCATIONS A. All plant locations shall be staked out on the ground and the locations must be approved by the Landscape Architect/Engineer before any excavation is started. If it is necessary to adjust any of the locations,because of unforeseen problems,the changes shall be under the direction of the Landscape Architect/Engineer and there shall be no extra charges for these adjustments. 3.02 PLANTING OPERATIONS A. Planting shall be done by experienced workmen familiar with planting procedures under the supervision of a qualified foreman. B. Holes for tree pits shall be at least two times the diameter of the spread of the root ball or root system and at least 12 inches deeper than the depth of the root ball. C. All plant pits shall be excavated with vertical sides. 3.03 PLANTING TREES A. The planting excavation shall be filled with enough of the specified planting soil mix to provide a 12 inch depth when firmly tamped. B. The tree shall be lifted and set in place,being careful to not disturb the root ball and to keep it intact. C. The tree shall be set to line and grade shown in the Drawings and plumbed straight. The tree shall be set at the same depth as they were previously grown. D. If the root ball is wrapped in burlap and rope tied,the rope shall be cut off and removed and the burlap shall be laid back and away from the ball half way down the ball. If the ball is in a metal basket,the metal basket shall be cut away and completely removed. E. The planting pit shall be backfilled with planting soil mix in layers not to exceed eight inches. Each layer is to be firmly tamped. When the pit is approximately 2/3 full,thoroughly water, do not puddle mix but allow water to drain through, undisturbed. Continue backfilling and tamping in eight inch layers until planting mix level is at level plant was grown at. Water thoroughly and adjust soil level. 56318-231404 02900-6 11/19/19 ©2019 CDM Smith All Rights Reserved F. Immediatelyafter planting operations are completed, all tree its shall be covered with a 3-in p g p p p layer of the specified mulch. G. Stake tree and guy as shown in the Drawings being careful so that the stakes are clear of the root ball mass. 3.04 MAINTENANCE OF PLANT MATERIAL A. Maintenance on all plants, shall begin immediately after each plant is planted. When all planting operations are complete the Contractor shall request an inspection of the work by the Landscape Architect/Engineer and the Owner. If all planting is provisionally accepted by Landscape Architect/Engineer and Owner, a 120 day maintenance period shall begin. The 120 day maintenance period shall occur during the active growing season as specified in Section 02930. B. Maintenance shall include watering of planted areas, weeding,mulching,tightening and repairing of guys,removal of dead material,resetting plants to proper grades on upright position, edging, repairs of washouts and gullies,repairs to protecting fences and all other necessary works of maintenance. 1. All plants during the maintenance period shall be watered at least twice each week. At each watering the soil around each tree or shrub shall be thoroughly saturated. If sufficient moisture is retained in the soil, as determined by the Landscape Architect/Engineer,the required watering may be reduced. Trees will require a minimum of ten(10)gallons of water each. 2. Stakes shall be kept plumb and neat in appearance. Guys shall be tightened and repaired weekly. i 3. Individual plant pits shall be kept free of weeds and mulch shall be replaced as required to maintain a three inch(3") layer of mulch.Beds and individual pits shall be neat in appearance and maintained to the lines originally laid out. 4. Plants that die during the maintenance period shall be replaced as directed by the Landscape Architect/Engineer. 5. Spraying for both insect pests and diseases shall be included during the maintenance period as required and as directed by the Landscape Architect/Engineer. 3.07 GUARANTEE PERIOD AND REPLACEMENTS A. The guarantee period for plants shall be for(1)years following project acceptance. B. The guarantee period for all plants, shall start at the date of Project Acceptance. C. During the guarantee period,the Contractor shall replace, at his/her expense, in accordance with the Drawings and Specifications, any plants that are dead, or in the opinion of the Landscape 56318-231404 02900-7 11/19/19 A ©2019 CDM Smith All Rights Reserved Architect/Engineer in an unhealthy or unsightly condition and/or have lost their natural shape due b to dead branches, excessive pruning, or other cause. D. All replacements shall be of the same kind and size as specified. Replacement shall be made as soon as weather or seasonal conditions permit. The Contractor shall notify the Landscape Architect/Engineer of the dates of all replacements, at which time the guarantee periods for replacements shall start,provided the Landscape Architect/Engineer decided that the replacement conforms with the Contract requirements. 3.08 FINAL INSPECTION AND ACCEPTANCE A. At the end of the guarantee period, inspection will be made by the engineer upon written request submitted by the Contractor at least 10 days before the anticipated date. B. After all necessary corrective work has been completed,the Landscape Architect/Engineer will certify in writing the Final Acceptance of the planting. C. Remove all stakes, guys, and protective barriers, if existing,weed, and remulch, straighten trees and complete all replacements and repairs and issue maintenance instructions to Owner as a requirement of Final Acceptance. END OF SECTION 56318-231404 02900-8 11/19/19 ©2019 CDM Smith All Rights Reserved SECTION 02901 MISCELLANEOUS WORK AND CLEANUP PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and perform the miscellaneous work not specified in other sections but obviously necessary for the proper completion of the work as shown on the Drawings. B. When applicable,perform the work in accordance with other related Sections. When no applicable specification exists,perform the work in accordance with the best modern practice and/or as directed by the Engineer. C. The work of this Section includes,but is not limited to,the following: 1. Crossing existing utilities 2. Restoring driveways and sidewalks 3. Cleaning up 4. Incidental work D. Submit to the Engineer, in accordance with Article 2.6 of the General Conditions, a breakdown of the lump sum for miscellaneous work and cleanup including the above items as a minimum. PART 2 PRODUCTS 2.01 MATERIALS A. Materials required for this Section shall be the same quality of materials that are to be restored. Where possible,re-use existing materials that are removed. PART 3 EXECUTION 3.01 CROSSING AND RELOCATING EXISTING UTILITIES A. Perform any extra work required in crossing storm drains, gas mains, water mains, electric, telephone, gas and water services and other utilities. This work shall include: bracing,hand excavation,backfill(except screened gravel)and any other work required for crossing the utility or obstruction not included for payment in other items in the Bid Form. Notification of Utility Companies shall be as specified in Section 01046. B. In locations where existing utilities cannot be crossed without interfering with the construction of the work as shown on the Drawings,remove and relocate the utility as directed by the Engineer or cooperate with the Utility Companies concerned if they relocate their own utility. 56318-231404 02901-1 11/19/2019 ©2019 CDM Smith All Rights Reserved C. At pipe crossings and where designated b the Engineer, furnish and lace screened gravel p�p g � Y g p bedding so that the existing utility or pipe is firmly supported for its entire exposed length. The bedding shall extend to the mid-diameter of the pipe crossed. Payment for screened gravel at pipe crossings will be made according to the unit price bid established in the Bid Form. 3.02 RESTORING ROADWAYS AND SIDEWALKS A. Existing public and private roadways disturbed by the construction shall be replaced. Paved drives shall be repaved to the limits and thicknesses existing prior to construction. Gravel drives shall be replaced and regraded in kind. B. Existing public and private sidewalks disturbed by the construction shall be replaced with sidewalks of equal quality and dimension. 3.03 CLEANING UP A. Remove all construction material, excess excavation, equipment and other debris remaining on the job as a result of construction operations and restore the site of the work to a neat and orderly condition. Temporary safety fence shall be rolled up and delivered to the Owner. 3.04 INCIDENTAL WORK A. Do all incidental work not otherwise specified,but obviously necessary to the proper completion of the work as shown on the Drawings and as specified herein. 3.05 RESTORING PROPERTY A. Be responsible for all damage to property outside of the limits of disturbance due to the operations. Protect from injury all walls,fences,pavement, underground facilities, such as water pipe, or other utilities which may be encountered during construction. If removal and replacement are required, it shall be done in a workmanlike manner so that replacement is equivalent to that which existed prior to construction. B. Existing lawn surfaces damaged by construction shall be replaced. Cut and replace the lawn and sod, or restore the areas with an equivalent depth and quality of loam, seed and fertilizer as necessary to produce a stand of grass at least equal to that existing prior to construction. These areas shall be maintained and reseeded, if necessary,until all work under this Contract has been completed and accepted. Any additional work required to restore property to the original condition shall be performed. C. Existing trees, shrubs,plants and herbaceous materials outside of limit of work shall be fully protected as specified in Section 01046. D. The Engineer will inspect all work for provisional acceptance upon the written request received at least 10 days before the anticipated date of inspection. E. After all necessary corrective work has been completed,the Engineer will certify in writing the provisional acceptance of the planting. END OF SECTION 56318-231404 02901-2 11/19/2019 i ©2019 CDM Smith All Rights Reserved SECTION 02930 LOAMING AND SEEDING PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials, equipment and incidentals required and place loam, finish grade, apply lime and fertilizer,hydraulically apply seed and mulch, and maintain all areas as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Site preparation is included in Section 02100. B. Earthwork is included in Section 02200. C. Erosion and sedimentation control is included in Section 02270. 1.03 SUBMITTALS A. Submit to the Engineer for review in accordance with Division 1 complete shop drawings, materials and equipment furnished under this Section including seed mixtures and product label information. B. Samples of all materials shall be submitted for inspection and acceptance upon Engineer's request. C. Schedules for seeding and fertilizing must be submitted to the Engineer for approval prior to the work. D. Furnish the Engineer with a certified statement as to the number of pounds of hydroseed materials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. E. Schedules for seeding and fertilizing shall be submitted to the Engineer for approval prior to the work. PART 2 PRODUCTS 2.01 EXISTING TOPSOIL A. Topsoil stripped from on site areas may be reused as loam in all disturbed areas as shown on the Drawings provided topsoil meets the requirements of loam outlined Part 2.02. Contractor shall famish new loam to achieve a minimum 6-inch layer of loam in all disturbed areas and as final cover over the designated excavate disposal area. 56318-231404 02930-1 11/19/19 ©2019 CDM Smith All Rights Reserved B. Topsoil obtained from on site areas shall be fertile,natural soil, screened to be free from large stones,roots,sticks, clay,peat,weeds and sod and shall be processed to create loam. It shall not be excessively acid or alkaline nor contain toxic material harmful to plant growth. C. Contractor shall be responsible for screening stockpiled topsoil and adding amendments to create suitable loam at his own expense. If necessary, Contractor shall also provide additional loam and additional amendments as required. Contractor shall screen existing topsoil with a 1-in screen prior to reuse or blending to create Loam as specified herein. E. Topsoil stripped from on site areas shall be only be stockpiled temporarily prior to transporting in areas approved by the Engineer. F. Contractor shall be responsible for adding amendments to existing topsoil to create suitable loam at his own expense. If necessary, Contractor shall also provide additional loam and additional amendments as required to create Loam as specified herein. 2.02 LOAM A. Analysis - 1. Loam Mix shall be classified as a sandy loam by the USDA textural classification system determined by sieve and pipette or hydrometer analysis. The loam shall contain 75%sand by weight. The fine to medium sand fraction(particles less than 0.5 min and greater than or equal to 0.1 mm in diameter) shall comprise at least 90 percent of the sand fraction(particles less than 2.0 min and greater than or equal to 0.05 mm in diameter). No more than 3 percent of the soil shall be gravel(particles less than 25.4 min and greater than or equal to 2.0 min in diameter). The loam shall be 100 percent finer than 25.4 min in diameter. 2. Loam shall be free of stumps,roots,heavy or still clay, lumps, coarse sand,noxious weeds, sticks,brush or other litter. 3. The organic matter content shall be between 5.0 and 8.0 percent by weight as determined by loss on ignition of moisture free text samples oven dried to a constant weight at a temperature of 100 degrees, Centigrade. To adjust organic matter content,the soil may be amended,prior to delivery to the site,by the addition of leaf mold or peat moss or other approved organic matter. Use of organic amendments is acceptable only if random sampling indicates thorough incorporation. The pH value shall be between pH 5.5 and pH 6.5. It shall contain no toxic materials. Soluble salts shall not be greater than 75 parts per million. Add soil amendments if required at no additional cost to the Owner. 4. If loam furnished by Contractor is manufactured, additional testing may be required by Engineer to insure uniform quality. 2.03 LOAM TESTING PROGRAM A. Contractor shall be responsible for submitting loam for testing to an approved testing laboratory to ensure that installed loam materials conform to the specifications as stated herein. All costs for testing will be paid for by the Contractor. 56318-231404 02930-2 11/19/19 a ©2019 CDM Smith All Rights Reserved B. Additional loam brought onto the site shall be submitted for testing in conformance with the Loam Sampling Program as specified herein. Tests shall be combined hydrometer and wet sieving in compliance with ASTM C422 after destruction of organic matter by ignition. C. Prior to delivery or spreading, Contractor shall submit a minimum of one test result of loam from each sample location or source. D. Samples of above shall be taken and submitted to testing laboratory at least 30 days prior to ordering or use if stockpiled on site. Contractor shall deliver samples to Engineer and testing laboratory, have testing report sent directly to the Engineer, and shall pay all costs. Contractor shall furnish additional amendments of fertilizer, lime and organic matter at his/her own expense. Based on test results, Contractor shall furnish and install additional amendments of fertilizer, lime and organic matter at his/her own expense, if necessary to create suitable loam as required at his own expense. E. Mechanical and chemical(pH soluble salts)analysis shall be by a public extension service or a certified private testing laboratory in accordance with the current"standards"of the "Association of Official Agricultural Chemists". One pint samples shall be submitted to A&L Eastern Agricultural Laboratories, 7621 Whitepine Road, Richmond,VA 23237, Tel. No. (804)743- 9401 or equal to analysis by test methods S1A, S2,particle size analysis and lead content. Copies of test results shall be provided to the Contractor and Engineer at least 30 days prior to anticipated loam delivery and placement. F. Soil samples shall be tested for Organic Content,Nitrate,Nitrogen,Ammonium Nitrogen, Phosphorus,Potassium, Calcium Aluminum, Soluble Salts and show the acidity of the soil. G. Based on the test results,the loam shall be identified as acceptable, acceptable with certain fertilizer and limestone applications or unacceptable by the Engineer. If the loam is found acceptable,the fertilizer and limestone requirements will be as specified or as recommended by the Engineer. If the loam is found unacceptable,the Contractor shall be responsible for identifying another source of loam and shall incur all expenses associated with testing additional samples. H. All loam incorporated into the site shall match the samples provided to the Engineer and tested. Contractor shall provide testing of imported loam at one composite sample for each 500 cy. The Engineer may require Contractor to furnish additional testing of loam samples delivered to the site if it does not appear to be consistent with previously tested samples. 2.04 LOAM AMENDMENTS A. Commercial fertilizer,peat,humus, sand or other additives shall be used to counteract soil deficiencies as recommended by the soil analysis and as directed by the Engineer. B. Fertilizer shall be LESCO 10-10-10 or approved equal for use as a starter fertilizer. It shall be delivered to the site in the original unopened containers each showing the manufacturer's certificate of compliance and guaranteed analysis and shall comply with the State and United States Fertilizer Laws. Store fertilizer so that when used it shall be dry and free flowing. At least 50%by weight of the Nitrogen content shall be derived from organic materials. Fertilizer shall contain not less than the percentages of weight of ingredients or as recommended by the soil analysis. 56318-231404 0293 0-3 11/19/19 ©2019 CDM Smith All Rights Reserved C. Lime shall be ground limestone of an approved agricultural dolomite limestone containing not less than 85% of total calcium or manganese carbonates. Limestone shall be ground to such fineness that 50%will pass through a 100 mesh sieve and 95%will pass through a 20 mesh sieve. D. Humus shall be natural humus,reed peat or sedge peat which has been stockpiled for at least one year prior to its use. It shall be free from excessive amounts of zinc, low in wood content,free form hard lumps and in a shredded or granular form. According to the methods of testing of A.O.A.C., latest edition,the acidity range shall be approximately 5.5 pH to 7.6 pH and the organic matter shall not be less than 85%as determined by loss on ignition. The minimum water absorbing ability shall be 200%by weight on an oven dry basis. E. Peat moss shall be composed of partly decomposed stems and leaves of any or several species of sphagnum moss. It shall be free from wood, decomposed colloidal residue and other foreign matter. It shall have an acidity range of 3.5 pH to 5.5 pH as determined in accordance with the methods of testing by A.O.A.C., latest edition. Its water absorbing ability shall be a minimum of 1,000%by weight on an oven dry basis. F. Superphosphate: Superphosphate shall be composed of finely ground phosphate rock as commonly used for agricultural purposes containing not less than 18%available phosphoric acid. H. The acid soil producing soil test is required to determine the potential for decreases in the soil after oxidation. The pH value of the soil solution shall be greater than 4.5. 2.06 SUBGRADE MATERIALS A. Subgrade fill material used below loam shall be sandy gravel as specified in Section 02200. Additional loam from on site sources may also be utilized as subgrade materials in areas except the athletic field area and under pavements. 2.06 SEED MIXTURES A. Seed Mix shall be a naturalized area mix as follows: 70% Rebel Jr. Tall Fescue 15% Palmer H perennial Ryegrass 10% Jamestown Chewings Fescue 5% Baron Bluegrass B. The seed shall be furnished in sealed bags or containers bearing the last date of germination, which date shall be within a period of 6 months prior to commencement of planting operations. Seed shall be delivered premixed in the proportions specified above. A manufacturer's certificate of compliance to the specified mixes shall be submitted by the manufacturer for each seed type. These certificates shall include the guaranteed percentages of purity,weed content and germination of the seed and also the net weight and date of shipment. No seed may be sown until the Contractor has submitted the certificates. C. Mulch for hydroseed shall be a specially processed cellulose fiber containing no growth or germination-inhibiting factors. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water,the fibers in the material become uniformly suspended to form a homogeneous slurry. When sprayed on the ground,the material shall allow absorption and percolation of moisture. Each package of the cellulose fiber shall be marked by the 56318-231404 0293 0-4 11/19/19 ©2019 CDM Smith All Rights Reserved manufacturer to show the air dry weight content and not contain in excess of 10%moisture colored green dye to visual application location referencing. D. Straw mulch and tackifier shall be as specified in Section 02270. E. Prior to start of work,the Contractor shall furnish the Engineer with a certified statement as to the number of pounds of materials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. PART 3 EXECUTION 3.01 MATERIALS INSTALLATION A. Loaming, seeding and conditioning shall only be performed during those periods within the seasons which are normal for such work as determined by the weather and locally accepted practice, as approved by the Engineer. The Contractor shall hydroseed only on a calm day. B. All areas shall receive site preparation and be seeded according to the manufacturer's written instructions. C. Contractor shall order seed early to ensure availability at time of scheduled seeding. D. Schedules for seeding and fertilizing shall be submitted to the Engineer for approval prior to the work. Seeding as specified herein shall be accomplished between the period of April 15 to June 1 or August 15 to October 30. Seeding during the period from October 30 to March 31 shall only be undertaken upon approval of the Engineer. Seeding during the period from June 2 to August 14 shall only be performed if irrigation is provided. i 3.02 SOIL TESTING AND ANALYSIS A. The Contractor shall be responsible as outlined additional to obtain samples of delivered loam to submit to an approved testing laboratory for testing to ensure that loam conforms with other Sections of this Specification.No loam shall be placed until loam test results are reviewed and approved by the Engineer. 3.03 LOAM INSTALLATION A. Unless otherwise approved by the Engineer, loam shall be placed to minimum depths as specified herein. B. The subgrade of all areas to be loamed and seeded shall be raked and all rubbish, sticks,roots and stones larger than 2-in shall be removed. Subgrade surfaces shall be harrowed,raked or otherwise loosened to a depth of 4-in. large stones and boulders shall be removed or buried 12-in below finished grade. Subgrade shall be inspected and approved by the Engineer before loam is placed. C. Loam shall be placed over all disturbed areas of limits of work, so that after natural settlement and light rolling it will conform smoothly to the lines, grades and elevations shown on the Drawings. No loam shall be spread in water or while frozen or muddy. Topsoil and loam shall not be handled or moved when in a wet or frozen condition. 56318-231404 0293 0-5 11/19/19 ©2019 CDM Smith All Rights Reserved 1. Minimum depth of loam shall be 6-in layer. 2. Loam structure shall not be destroyed through excessive and unnecessary handling or compaction or deterioration of soil structure will result in rejection of loam for use. D. After loam has been spread, it shall be carefully prepared by scarifying or harrowing and hand raking. All large stiff clods, lumps,brush,roots, stumps, litter and other foreign material equal to or greater than 1-in or larger in every dimension shall be raked up from the loamed areas and removed from the premises by the Contractor. The areas shall also be free of smaller stones, in excessive quantities, as determined by the Engineer. The whole surface shall then be raked to a smooth,uniform surface. Finished grading work shall not be done during unsuitable weather. All depressions caused by settlement shall be filled with additional loam and the surface shall be regraded and raked until a smooth and even finished grade is created. E. There shall be no application of loam without prior approval of the finished subgrade by the Engineer. F. Resupplying of loam to eroded or settled areas to finish grade shall be the responsibility of the Contractor and shall match previously utilized material. 3.05 AMENDMENT INSTALLATION A. Soil additives shall be spread and thoroughly incorporated into the layer of loam and the upper t- in of the underlying soil by harrowing or other methods approved by the Engineer. The following soil additives shall be incorporated: 1. Ground limestone as required by soil analysis to achieve a pH of 6.0 to 6.5,but the maximum amount applied shall be 1 pound per square yard. Limestone may not be mixed :I with fertilizer for application and shall be applied a minimum of two weeks prior to fertilizer application. I 2. Fertilizer(10-10-10)at the rate of 5 pounds per 1,000 square feet, or more, as recommended by the soil analysis. Fertilizer may be applied hydraulically in one operation with hydroseeding and fiber mulching. 3. Superphosphate at the rate of 20 pounds per 1,000 square feet. B. Lime and fertilizer shall be spread mechanically rather than in one operation with hydroseeding: 1. After the loam is placed and before it is raked to true lines and rolled, limestone shall be spread evenly over loam surface and thoroughly incorporated with loam by heavy raking to a least on-half depth of loam. 2. Fertilizer shall be uniformly spread and immediately mixed with the upper 2-in of topsoil. 3.06 SEED AND MULCH APPLICATION A. Seed Mix shall be applied at the rate of 8 pounds per 1,000 square feet. Application of straw mulch and tackifier shall be as specified in Section 02270. 56318-231404 0293 0-6 11/19/19 e ©2019 CDM Smith All Rights Reserved B. Mulch shall be fiber mulch applied at the rate of 40 pounds per 1,000 square feet. An additional layer of straw mulch and tackifier applied at the rates specified in Section 02270 shall be applied on all slopes 3:1 or steeper. C. Erosion Control Blanket as specified in Section 02270 and shall be utilized in swales and on slopes 3:1 and greater. D. Seeding shall be done immediately following soil preparation and only when the bed is in a friable condition, not muddy or hard. E. The soil on which the seed is laid shall be reasonably moist and shall be watered if so directed. F. All seeded areas shall be watered continuously to maintain moisture in the seed bed until full germination has been achieved. Continue to water throughout the maintenance period as required. G. After grass has appeared, reseed all areas and parts of areas which fail to show a uniform stand of grass. Reseed repeatedly until all areas are satisfactorily covered. An established seeded area shall have a minimum count of 60 plants per square foot. H. Seed shall be applied hydraulically at the rates and percentages indicated. The spraying equipment and mixture shall be so designed that when the mixture is sprayed over an area,the grass seed and mulch shall be equal in quantity to the specified rates. Prior to the start of work, the Engineer shall be furnished with a certified statement for approval as to the number of pounds of materials to be used per 100 gallons of water. This statement shall also specify the number of square feet of seeding that can be covered with the quantity of solution in the hydroseeder. I. In order to prevent unnecessary erosion of newly graded slopes and unnecessary siltation of drainage ways the Contractor shall carry out seeding and mulching as soon as he/she has satisfactorily completed a unit or portion of the project. A unit of the work will be defined as not more than 20,000 square feet. J. When protection of newly graded areas is necessary at a time which is outside of the normal seeding season,the Contractor shall protect those areas by whatever means necessary(such as straw applied with a tar tack)or by other measures as approved by the Engineer. K. Contractor shall be responsible to protect existing surfaces, edging, fencing and surface utility structures,by placing a temporary cover or other approved method on top of or over protected areas prior to seed application operations to prevent spillage onto areas to be protected. 3.07 MAINTENANCE FOR PROVISIONAL ACCEPTANCE A. Maintenance shall begin immediately after any area is seeded or and shall continue until final acceptance. In any case, the minimum period of maintenance for all turf areas shall be 12 weeks after all seed is installed. When all areas have been seeded Contractor shall request an inspection of the work by the Engineer and Owner. After approval by the Engineer the 12 week maintenance period shall begin. Maintenance shall continue in all areas until a uniform turf is established over the entire site. B. Maintenance shall include reseeding,mowing,watering,weeding and fertilizing. 56318-231404 0293 0-7 11/19/19 ©2019 CDM Smith All Rights Reserved i i C. Watering of seeded and planted areas: i 1. Contractor shall note that seeded areas are not provided with an automatic subsurface irrigation system. Additional irrigation appurtenances shall be provided by the Contractor to ensure adequate irrigation of the turf areas required for turf termination and establishment. 3. First week: The Contractor shall provide all labor and arrange for all watering necessary for the ground cover and plants to take. In the absence of adequate rainfall,watering shall be performed daily or as often as necessary during the first week and in sufficient quantities to maintain moist soil to a depth of at least 4 inches. Watering shall be done early in the day and should not be done during the heat of the day. 4. Second and subsequent weeks: The Contractor shall water as required to maintain adequate moisture,until final acceptance, in the upper 4 inches of soil. 5. Watering shall be done in such a manner which will provide uniform coverage,prevent erosion due to application of excessive quantities over small areas,and prevent damage to the finished surface by the watering equipment. The Contractor shall furnish sufficient watering equipment to apply 1 complete coverage to the seeded areas in an 8 hour period for each day. D. Mowing: The first mowing of seeded areas shall not be attempted until the seed is firmly rooted and secure in place. Not more than 40% of the grass leaf shall be removed by the initial or subsequent mowings. Grass height of the seeded areas shall be maintained between 2 inches and 2 1/2 inches unless otherwise specified. Thereafter, grass shall be maintained at 2 inches until acceptance. Care shall be taken not to damage tree trunks, curbs, fencing, utility and irrigation equipment, etc. when mowing. All damages shall be reported to the Engineer,regardless of cause, as soon as possible. E. Fertilizing: A second application of fertilizer, as specified herein, shall be applied approximately 6 weeks after installation or as directed by the Engineer. Fertilizer shall be applied at the rate of 3 pounds per 1,000 square feet. D. After final acceptance by the Owner,the Contractor will not thereafter be required to do any of the above listed work, except that nothing contained herein shall release the Contractor from his/her obligations under the Contractor. 3.08 PROVISIONAL ACCEPTANCE A. The Contractor shall keep all seeded areas watered within the work areas and in good condition, reseeding or replanting areas if and when necessary until a good healthy, uniform growth is established over the entire area, and shall maintain all areas in an approved condition until provisional acceptance. B. The Engineer will inspect all work for provisional acceptance at the end of a 12-week maintenance period upon the written request of the Contractor,received at least ten days before the anticipated date of inspection. C. The maintenance period must occur during the growing season between April 15 and October 30 and shall include a minimum of 6 mowings in Athletic Field Blend Mix and Lawn Area Mix area. Wetland Seed Mix areas shall not be mowed. 56318-231404 02930-8 11/19/19 ©2019 CDM Smith All Rights Reserved D. A satisfactory stand will be defined when the total project area has: 1. No bare spots larger than 4 square inches. 2. No more than 5 percent of total area with bare spots E. After inspection has occurred but prior to provisional acceptance, a soil test shall be performed to determine if additional soil fertilizing should occur. If necessary,additional fertilizer not to exceed 3 lbs.per 1000 square feet of 32-5-7 shall be applied as directed by the Engineer. F. The Contractor shall furnish full and complete written instructions for maintenance of the seeded areas to the Owner at the time of provisional acceptance. G. The inspection by the Engineer will determine whether maintenance shall continue in any area or manner. H. After all necessary corrective work and clean-up has been completed, and maintenance instructions have been received by the Owner,the Engineer will certify in writing the provisional acceptance of the seeded areas. The Contractor's responsibilities for maintenance of seeded areas shall cease on receipt of provisional acceptance. END OF SECTION 9 56318-231404 0293 0-9 11/19/19 ©2019 CDM Smith All Rights Reserved SECTION 03301 I CONCRETE AND REINFORCING STEEL PART 1 GENERAL 1.01 SCOPE OF WORK I A. This section only covers specifications related to concrete for backstop and fence foundations including all labor, materials, equipment and incidentals required to install the backstop and fence foundations complete as shown on the Drawings and as specified herein. B. For bidding purposes for the light pole foundations refer to specifications included on Drawing C-1 and C-2 included in the set of drawings and appended to this section. The Contractor shall engage a geotechnical engineer to confirm design and geotechnical parameters and a structural engineer to provide calculations and shop drawings for the sports field light pole foundations in accordance with the submitted sports field lighting system.The submittal including design, calculations, drawings and specifications shall bear the stamp of a registered professional Engineer in the Commonwealth of Massachusetts. 1.02 RELATED WORK A. Chain Link Fence is included in Section 02830 B. Electrical is included in Section 16020 1.03 SUBMITTALS i A. Submit to the Engineer, in accordance with Section 01300, shop drawings and product data. Submittals shall include at least the following: 2. Placing drawings and bar bending details in conformity with the recommendations of ACI 315. 3. Technical data on all materials and components. 4. Material Safety Data Sheets (MSDS)for all concrete admixtures and curing agents. B. Test Reports 1. Sieve analysis,mechanical properties, and deleterious substance content of fine and coarse aggregates. 2. Concrete mix for each formulation of concrete proposed for use including constituent quantities per cubic yard,water cementitious ratio, air content, slump,type and manufacturer of cement, and either a. or b. below. a. Standard deviation data for each proposed concrete mix based on statistical records. 56318-231404 033 01-1 11/25/2019 ©2019 CDM Smith All Rights Reserved b. Water cementitious ratio curve for each proposed concrete mix based on laboratory tests. Give average cylinder strength test results at 7 and 28 days for laboratory concrete mix designs. Provide results of 14 day tests if available. i C. Certifications I 1. Certify admixtures used in the same concrete mix are compatible with each other and the aggregates. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM) 1. ASTM A82- Standard Specification for Steel Wire,Plain, for Concrete Reinforcement. 2. ASTM Al85 - Standard Specification for Steel Welded Wire Fabric,Plain for Concrete Reinforcement. 3. ASTM A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 4. ASTM C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 5. ASTM C33 - Standard Specification for Concrete Aggregates. 6. ASTM C94 - Standard Specification for Ready-Mixed Concrete. p 7. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete 8. ASTM C150- Standard Specification for Portland Cement 9. ASTM C 17 3 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 10. ASTM C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 11. ASTM C260 - Standard Specification for Air-Entraining Admixtures for Concrete. 12. ASTM C494- Standard Specification for Chemical Admixtures for Concrete. B. American Concrete Institute (ACI). 1. ACI 211.1 - Standard Practice for Selecting Proportions for Normal,Heavyweight and Mass Concrete. 2. ACI 301 - Standard Specification for Structural Concrete. 3. ACI 305R-Hot Weather Concreting. 56318-231404 033 01-2 11/25/2019 ©2019 CDM Smith All Rights Reserved 4. ACI 306R-Cold Weather Concreting. 5. ACI 315 -Details and Detailing of Concrete Reinforcement. 6. ACI 318 -Building Code Requirements for Structural Concrete. C. Concrete Reinforcing Steel Institute(CRSI) 1. MSP -Manual of Standard Practice D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. If, during the progress of the work, it is impossible to secure concrete of the required workability and strength with the materials being furnished,the Engineer may order such changes in proportions or materials, or both, as may be necessary to secure the desired properties. All changes so ordered shall be made at the Contractor's expense. B. Reinforced concrete shall comply with ACI 318. C. All testing and inspection services required,unless otherwise specified, shall be provided and paid for by the Owner. Testing necessary to establish the concrete mixes shall be performed by and at the expense of the Contractor. Methods of testing shall comply with the latest applicable ASTM standards. j D. Develop concrete mixes and their testing by an independent testing laboratory engaged by and at the expense of the Contractor. Methods of testing shall comply with the latest applicable ASTM methods. 1.06 DELIVERY, STORAGE AND HANDLING A. Reinforcing steel shall be shipped and stored with bars of the same size and shape in fastened bundles with durable tags,marked in a legible manner with waterproof markings showing the same designations as shown on the submitted placing drawings. Reinforcing steel shall be free from mill scale, loose rust, dirt,grease, or other foreign matter. Store off the ground and protect from moisture, dirt, oil, or other injurious contaminants. B. Products shall be stored in conformity with the manufacturer's recommendations. C. Sand, aggregates and cement shall be stored or stockpiled in conformity with the recommendations of ACI 301. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. 56318-231404 033 01-3 11/25/2019 ©2019 CDM Smith All Rights Reserved B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance,maintenance and manufacturer's service. C. Materials shall comply with this Section and any applicable State or local requirements. 2.02 MATERIALS A. Cement shall be domestic portland cement conforming to ASTM C150. The type of cement is shown in Table 1. Air entraining cements shall not be used. B. Fine aggregate shall be washed inert natural sand conforming to the requirements of ASTM C33. I C. Coarse aggregate shall be a well-graded crushed stone or washed gravel conforming to the requirements of ASTM C33, size 57. Limits of Deleterious Substances and Physical Property Requirements shall be as recommended for severe weathering regions. D. Water shall be potable, clean and free from injurious amounts of oils, acids, alkalis, organic matter, or other deleterious substances. E. Concrete admixtures shall be free of chlorides and alkalis(except for those attributable to water). When it is required to use more than one admixture in a concrete mix,the admixtures shall be from the same manufacturer. Admixtures shall be compatible with the concrete mix including other admixtures. 1. Air entraining admixture shall comply with ASTM C260. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 2. Water reducing admixture shall comply with ASTM C494, Type A. Proportioning and mixing shall be in accordance with manufacturer's recommendations. 3. Admixtures causing retarded or accelerated setting of concrete shall not be used without written approval from the Engineer. When allowed,the admixtures shall be retarding or accelerating water reducing admixtures. F. Reinforcing steel bars shall be deformed, intermediate grade, steel conforming to ASTM A615 Grade 60. G. Welded steel wire fabric shall conform to ASTM A185. H. Tie wires for reinforcing steel shall be 16 gauge or heavier,black annealed wire. I. Precast concrete block bar supports shall conform to CRSI-Manual of Standard Practice (MSP) for Precast Concrete Bar Supports. J. Tie Wires for reinforcement: 16 gauge or heavier black annealed wire. 2.03 MIXES 56318-231404 03301-4 11/25/2019 ©2019 CDM Smith All Rights Reserved A. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce concrete having proper placability, durability, strength, appearance and other required properties. Proportion ingredients to produce a homogenous mixture which will readily work into corners and angles of forms and around reinforcement without permitting materials to segregate or allowing excessive free water to collect on the surface. B. The design of each mix shall be based on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if not available,be developed by independent testing laboratory acceptable to the Engineer engaged by and at the expense of the Contractor. Acceptance of mixes based on standard deviation shall be based on the modification factors for standard deviation tests contained in ACI 318. Acceptance of mixes based on laboratory tests shall be based on strengths greater than the specified design strengths specified in Table 1. The water content of the concrete mixes to be used, as determined from the curve, shall correspond to strengths 16 percent greater than the specified design strength. The resulting mix shall not conflict with the limiting values for maximum water cementitious ratio and net minimum cementitious content as specified in Table 1. C. Compression Tests: Provide testing of the proposed concrete mix or mixes to demonstrate compliance with the compression strength requirements in conformity with the above paragraph. D. Entrained air, as measured by ASTM C231, shall be as shown in Table 1. E. Slump of the concrete as measured by ASTM C 143, shall be as shown in Table 1. F. Proportion admixtures according to the manufacturer's recommendations. Two or more admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. TABLE 1 Design Cement Cementitious W/C WR Slump Strength ASTM Content Inches (1) C150 (2) (3) (4) 4000 Type II 560 0.44 max. Yes 3-5 Concrete shall have 3.5 to 5 percent air entrainment. NOTES: (1) Minimum compressive strength in psi at 28 days (2) Minimum cementitious content in]bs/cu yd (3) W/C is Maximum Water Cement ratio by weight (4) WR is water reducing admixture 2.04 MEASURING,BATCHING, MIXING AND TRANSPORTING CONCRETE A. Measuring,batching,mixing and transporting concrete shall conform to ASTM C94 and the requirements herein, or as otherwise approved in writing by the Engineer. 56318-231404 03 3 01-5 11/25/2019 ©2019 CDM Smith All Rights Reserved B. Ready-mixed concrete,whether produced by a concrete supplier or the Contractor shall conform to the requirements above. No hand mixing will be permitted. C. Admixtures shall be dispensed into the batch in conformity with the recommendations of the manufacturer of the admixtures. D. Concrete shall be mixed until there is uniform distribution of the materials and shall be discharged completely before the mixer is recharged. The mixer shall be rotated at a speed recommended by the mixer manufacturer and mixing shall be continued for at least 1-1/2 minutes after all the materials are in the mixer. Concrete shall be placed within 1-1/2 hours of the time at which water was first added, otherwise it shall be rejected. Concrete which has been remixed or retempered, or to which an excess amount of water has been added, shall also be rejected. 2.05 FORMS i A. Forms shall be free from roughness and imperfections, substantially watertight and adequately braced and tied to prevent motion when concrete is placed. No wooden spreaders will be allowed in the concrete. B. Wire ties will not be allowed. Metal ties or anchorages which are necessary within the forms shall be so constructed that the metal work can be removed for a depth of at least 1-in from the surface of the concrete without injury to such surface by spalling or otherwise. Forms shall be thoroughly cleaned before using and shall be treated with oil, or other approved material. i C. All exposed edges of the finished concrete shall be chamfered 3/4-in. I PART 3 EXECUTION 3.01 REINFORCING STEEL A. Reinforcing steel shall be accurately fabricated to the dimensions shown. Bars shall be bent around a revolving collar having a diameter of not less than that recommended in ACI 318. All bars shall be bent cold. 16 B. Unless otherwise shown, splices in reinforcing steel shall be lapped in conformity with ACI 318 but not less than 24 diameters. Provide Class B tension lap splices at all locations. All bar splices shall be staggered wherever possible. When splicing bars of different diameters,the length of lap is based on the larger bar. C. Splices in welded wire fabric shall be lapped in accordance with ACI 318 but not less than 1-1/2 courses or 12-in,whichever is greater. Wire fabric splices shall be tied together with wire ties spaced no more than 24-in on center. E. Use precast concrete blocks where the reinforcing steel is to be supported over soil. E. Before being placed in position,reinforcement shall be thoroughly cleaned of loose mill and rust scale, dirt and other coatings, including ice,that reduce or destroy bond. Where there is a delay in depositing concrete after the reinforcement is in place. Bars shall be reinspected and cleaned when necessary. 56318-231404 03 3 01-6 11/25/2019 ©2019 CDM Smith All Rights Reserved F. Reinforcement which is to be exposed for a considerable length of time after being placed shall be given a heavy coat of cement grout. G. In no case shall any reinforcing steel be covered with concrete until the amount and position of the reinforcement have been checked and permission given to proceed by the Engineer. . 3.02 INSPECTION AND COORDINATION A. The batching,mixing,transporting,placing and curing of concrete shall be subject to the inspection of the Engineer at all times. The Contractor shall advise the Engineer of his/her readiness to proceed at least 24 hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing steel, and the alignment, cleanliness and tightness of formwork. No placement shall be made without the inspection and acceptance of the Engineer. 3.03 CONCRETE APPEARANCE A. Concrete mix showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. If this does not correct the condition,the concrete shall be rejected. B. Concrete for the work shall provide a homogeneous structure which,when hardened,will have the required strength, durability and appearance. Mixtures and workmanship shall be such that concrete surfaces,when exposed, will require no finishing. When concrete surfaces are stripped, the concrete when viewed in good lighting from 10-ft away shall be pleasing in appearance, and at 20-ft shall show no visible defects. 3.04 PLACING AND COMPACTING A. No concrete shall be placed until forms,condition of subgrade and method of placement have been approved by the Engineer. Before depositing concrete, all debris,foreign matter, dirt and water shall be removed from the forms. The contact surface between concrete previously placed and new concrete shall be cleaned and brushed with cement paste. Concrete, except as indicated on the Drawings, shall not be placed in water or submerged within 24 hours after placing,nor shall running water be permitted to flow over the surface of fresh concrete within 4 days after its placing. B. Deposit concrete as near its final position as possible to avoid segregation due to rehandling or flowing. Pumping of concrete will be permitted when an approved design mix and aggregate sizes, suitable for pumping,are used. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. If the section cannot be placed continuously,place construction joints as specified or as approved. Do not drop concrete more than 4-ft. C. High frequency mechanical vibrators shall be used to the extent necessary to obtain proper consolidation of the concrete, but not to move or transport concrete in the forms. Care shall be taken to avoid segregation of aggregates by excess vibration. Vibration shall continue until the frequency returns to normal,trapped air ceases to rise and the surface appears liquefied, flattened and glistening. Concrete adjacent to forms and around pipe stubs shall be carefully spaded or rodded. 3.05 CURING AND PROTECTION 56318-231404 03 3 01-7 11/25/2019 r ©2019 CDM Smith All Rights Reserved A. Protect all concrete work against injury from the elements and defacements of any nature during construction operations. B. All concrete shall be cured in conformity with ACI 301. Concrete shall be cured by either water curing, sheet material curing or liquid membrane curing compound except that liquid membrane curing compound shall not be used on any concrete surface where additional concrete, grout, or mortar is to be placed or where the concrete surface is to be coated or painted. Water curing shall be by ponding,by continuous sprinkling or by covering with continuously saturated burlap. C. Finished surfaces and slabs shall be protected from the direct rays of the sun to prevent checking and crazing. D. Concrete placed during cold weather shall be batched, delivered,placed, cured and protected in compliance with the recommendations of ACI 306R. Salt,manure or other chemicals shall not be used for cold weather protection. E. Concrete placed during hot weather, shall be batched, delivered,placed, cured and protected in compliance with the recommendations of ACI 305R. The temperature of the concrete shall be such that it will cause no difficulties from loss of slump,flash set or cold joints. Immediately cover plastic concrete with sheet material during hot weather. 3.06 FIELD TESTS A. Sets of three field control cylinder specimens will be taken by an approved testing company paid for by the Contactor and observed by the Engineer during the progress of the work, in compliance with ASTM C31. The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set,nor less than one set for each 150 cu yds of concrete. One cylinder shall be broken at 7 days and two cylinders shall be broken and their strengths averaged at 28 days. When the average 28 day compressive strength of the cylinders in any set falls below the specified compressive strength or below proportional minimum 7 day strengths(where proper relation between 7 and 28 day strengths have been established by tests); the Engineer may reject the concrete represented by the set of cylinders,may require modification of the concrete and/or require modification of the proportions,water content, or temperature conditions of the design mix to achieve the required strengths. B. Cooperate in the making of tests by allowing free access to the work for the selection of samples, providing an insulated closed curing box for specimens, affording protection to the specimens against injury or loss through his/her operations and furnishing material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Contractor. C. Slump tests will be made in the field by an approved testing company paid for by the Contactor and observed by the Engineer during the progress of the work in conformity with ASTM C 143. D. Tests for air content shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying with ASTM C173. 3.07 STRIPPING AND FINISHING CONCRETE A. Do not remove forms before the concrete has attained a strength of at least 70 percent of the specified design strength nor before reaching approximately"100 degree-days" of moist curing 56318-231404 03 3 01-8 11/25/2019 ©2019 CDM Smith All Rights Reserved (whichever is longer). Degree-days are defined as the total number of 24 hour periods multiplied by the weighted average daily air temperature at the surface of the concrete(e.g., 7 days at an average 50 degrees F=350 degree-days). B. Care shall be exercised to prevent damaging edges or obliterating the lines of chamfers, rustications or corners when removing the forms or doing any other work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete,to the satisfaction of the Engineer. D. Defective concrete where it occurs shall be cut to a minimum depth of 1-in,thoroughly roughened and neat cement brushed in. The hole shall then be filled with mortar in the proportion of 1 part cement and 2-1/2 parts sand with a minimum of water. Mortar in larger patches shall be applied and allowed to assume a partial set following which it shall be struck off flush with the adjoining surface. Patches shall be kept moist for several days to assure proper curing. E. Concrete to receive dampproofmg and concrete not exposed in the finished work shall have off- form finish with fms and other projections removed and defects filled as specified. F. Top surfaces shall be screeded to the established grades and shall be a true plane with a tolerance of 1/8-in when checked with a 10-ft straightedge. The surface shall be pitched to drain unless otherwise noted on the Drawings. The surface shall be finished to give a smooth,hard, even surface free from high or low spots or other defects. Concrete subject to pedestrian traffic shall be given a light broom finish. Failure to meet the condition shall be cause for removal, grinding, or other correction as directed by the Engineer. END OF SECTION i 56318-231404 033 01-9 11/25/2019 N OZ09-sZ9(009) ' LLSZS vi'tl5001YN50 Z19'Od35@OdNl'lSW lItl d I ISM 3AV pt 001 :31VHOd9OD Kc9-Z9L•L494139WL1N 3NOH N dW uMo}.IajeM 991,09 VM01'NMOl'11tlHSNVV4 S o K w 34L846L#Ntl0S m 3�1i0 StlIOHOIN 4LL 5310Nz= Zj }0afoad bui}u6i� p1ai� "O"d SI:J33NIJN3 Ntl1d335 3ND5 w � >O Z � s}aodS �jed olladdijid NOLLtlONL10d ONtl 3-10d k z 0000 i"n•iom :31L1 SNIMMO a O N ❑ o W o O ¢ o O F mJ C W W W O OFLLF zw a F~0'Z a Q Qz0°- -p Q w Oo_} QONUv1Z 7mvjOw Wm WO OL U ca (6 _ O9 w ° zJqa Q,LLmW oIz-m°QLL F03�n Qzw� c W c wN N J Z wyl-` Z O f m �O� 0 K C 0)t Q LL °o U p a W Q LL O}W H V Z Z- �m Z -z w 07 U u! _Q O Z F Q N W f LL'J m LL' 2 W K a W f a a _ fq fq }Z LL W r W K �Z Q OJ 0°-Z zpw LLLLpUa� 0WW MRR NZ o C -0 O 00 a� O LL Oo fw ULLOZOJ ypOg�m ?wuQ.? KOag _� c Vl CL ..N. WO o�?30 30 mQa aQZwU} mEQJQW JLLO? OLLwFJ m (O C "O 0) CO ¢w DO 3H pw mOOwam W W>>d>-w Nc�p . 2-N, O'O uJ O N 7 U 2 N�m Z N Z p w 8 o F o o O P 6 m w Q W�-J 2 j 38.0Z 0) N w L t88 ME W. 0 OH �E v=ia¢m �OZ >=1Z m�wOWm 2�wzcK >¢O�� �z�a y p N UU mIL W �m0 f O xw2Z LL- O W f w❑ U_am m Z W O �0' f 0JF a~HO 0_F W O mU W I�x W OZ W m W o m}� 0 _0 � (6 2� =�Fa- a00 ZOZpZ~a JDpF Nmm W N0:3w 0220~ ZW CL _ /Z N W awmlm- w W mrOF fW w QJ f U(7 mw0 OgJO�LL Fx-wpOU a7aqI�~ J N .C° �. 0 0 V 0.0 waok Zw all�KUZ �aOwPO OY�(7 FFw �� Z�Z o 0) t U) _° -QZ�� �wm mI2-Cuz Z68zz,:. w¢��aw 3. mo �Wzw (n D v IT Q �� m W KU W OQ2O OQQ(0Z0 ww�ufwo 3: D 23,-Z OZ~W n O L W C O 2W XW uim wWw mQNw Z Op Ow mKwW po Q¢o ZO: WwK0) O N n 0 w O n w LEM wyp z5zj ox°M FQmoowiz LLZQDU ai0 d -0 (6 Co E lJ F- m W f/1 J WW -O LL W U Z R' W Z}m O W Q J Q U O_m Q � m -C m N 0 m2vj Q LL~ EOpa, wQw- OOzmo" �OU�mga m0mag OwJm 10 �/1 10 N -0 ° wE�" 3 zw ww am�oi WWW°LLw o"Z ..¢ �ZO=Qxxz Nm�3� d rn v n� m II-- O - (7 mmv)IV 06m FF xU 2¢HWa W�tjz _C >. (6 W .�.. Nw I LLLLO. Q0O- ZOO W W JJ zxlo{D 0_f/) OZ Fm mZ W _ w 2 OO ��� zF- a XQ� -UZU¢ 'o_Jc° oc�Zp 0 o°o-a Z 3 c n >� 11 7Q Z�J'wKK m>N Up}}wm W CLOaQQ X>� x fQry Z6aF Z�}Z ❑ (0 Q C O 0'Of/i W 70aOa Q'f w�LLm ONZUUzgwwwm W Q W Z.z2 FmwaQ w7FFEm D7 m uJ N OQ `7 f%)Zm 00J NN < Nm'-' UOLL'O Uz Jmm Jy�mUF Zpp`�0 wX0}ZXC9 t 0 S N m C W-a WWJ Z. WOE SH Zo---- 0' a 0002 0_ p_ p-' p3� cDm¢ ?Q 02, am>0 wo3cc ¢?pc�m3 Q¢ca? CDLLLQLJ o H H m LL a CV 0- 07 wJ pw w W Z m oa�JN W m m t0 O m ro OF 7F Q Z i ?wwiw I- N m m W U) _1> 369 z am m a 0mQ >W W JoLL 1N �' a o a Q °� W F �o O >vo.6 >> JB g o ❑ >� o o� wQ Z Nm�U =� � 9w9 Q F z Z wgLL w Ow 2 3 w w12 J m 0 o Q D 5 X - - - � � Z 7 O m 0 3 F N� W� N W m W � J w m m �LLa a m m r v _3 W z< S,q bo Fr. O =w 3 LL z w a a Q J ❑ m Z Q o a� Qwo <� zg ww m V N¢ W ¢x�w- Fz � < o >� N ❑ t- _ ,�LLm x z �U °' ¢ o LL Fw �h V i32o0 32 wK ° o� I w � m m m m w m �Q Ow�oO a> fOU 3 F wZ E U a m Z �w N v v v LL W.Z) o= Oo a Z w0 0 r^ W QK ow1Q�XUZ U ¢w w mt= LL V, d � m W am LLO Z W p F W m p Q 70: O U } ❑ J LL m, F ZpZ W �W (� Um N o 0 0 0 0 U p x LLZQ o WO o W Wyay r n ww w Q >J N 0 O a F N N w z W 3 a 0 2 1� w u W u w= W Q ❑ w I_- Qo r�V amZmE K3N �w w¢ tZ- () Z o vNia L.L U�W Ka mOLL ~7 2F �: - OFF o W) z mm map V oU 4 3 O0 m meC Oam Ni a> zIwo W �F z O WE= mw0 m xz 27 OOw NW I V NWQ ; ILL a Q L z a wm wwW OW N WW LLmp Z X0 R0_ O mm U oi-x QWm U0 0u U O WW ZQJZ0 Z 'N mZZ z WZ 0FiiHO zm 60 > 0x0 0° oQ F�oo i� ii 00 LL 3m2m � Q. on po as a 03 m ¢m w �w O Q U m 11 Om z O� W� 0,O.I 0 QNm OIm 0 Z t;l Q a 2 M.C. m p p d ox Y Ww 0 Q> 3 IIl}o wN Z m<-WF m n -� F W Z m N>m JW UM,o w (1 p0 QmwO Yw mU'W IW- mJ Q 2J07 0 0.Jo WJ Sm LLW mUUp K go W xw$W zv 0 wOa LLJ °ooN2 S W i� J w J �zl`a i voiai �Ia�.. rjm z_ w zoo mo O ❑m W �cai�N� > I CO Z OILLON� o ('M ~LLgaoK U) ~ o zzO¢owmomw, }zo .. W Z °z Eo3wao G amm WFE O O J2oWox o R a (GI 3Stl91SV03Nd 33S) 0�Z (3in(19HOS NOI1tlONno=i 3"IOd 33S) V O�m m LL 0. a F J w a NOUCSrONcl 3Stl91SV03Nd H1d3O1N3W039W3 Maid(13lllilO a LL' m m =WjW o J U1�N A ' °zos-sze(°oa) ZI9'Od35flOjNl'lSW�lIVW3 LLSZS VI'VSOOIVNSO a 1S3M 3AY rl 00 :31VUOdUOO 4EE9-ZSL-L49:213SWf1N 3NOHd N VA unno}aeleM SS LOS VMOI'NMOIIIVHSNVW 3418461#MdOS w 3AI210 SVIOHOIN 46l m m N 931ON}oefoid 6ul}u61- plali = r oO"d `S2i33NION3 NVd33S:3lVOS w s}aodS �Jed olleddglj NOI1VONfOd 0NV 310d zoi"nion :3L1O1IMVHU 0000 o m �_ wW • m m r �F O ff) C NW a}�a} F- 0~ iG #k #k #k A iG iG 0 C9 Z cu o -C Z o O ❑Z m l= m o O z _ tY w • l-. C m L .m o F o Q ww _ - - U c -oo L o LL wz Q �m 3 o En >W _V mw a m c En 0 :r- w LL z W w N In 0 (D m �^ Z U� r o 7 a 3 rn-0 y U mo v v v a a v v W 'O> n E. 0 L E2 =3 0) cc0/) 0aZ Q Zm In O to O- aQ U O 'D N rr^^ _ °- a) O) 2 FF W w c J N Z 2 _1 a) N CL Q O �YJy v J '7 4 r m 7- r Y W U J❑ � r CO a W N N W O 2 N CU O CO = O ° Y o w Q 9 m a m ° E W a z V m w a 1 m E q 4 F NW�/ aw m a = t c -a C) (n J m o a c� c> a v a m Y LJ- m U Ur 0) V p- C N J z w 0 �- w Z N > (0 Y Z w m m Fw w c O C 0- o m(um o OW m it m N N c) o Q 'o $ v v v $ $ a o am z a� a 0) Q Q Z U Q W O C Z o m ua ¢~ LL a 04 a O) a w m FLL a U ZO yQZ 1 1O11 w W V W U m N N O Q O U W F J .- N N t7 N o6 F Z K m m W m J z o z oz aW �Q -i LL O m U m w z� a- 0_ o � w wo �gw oQ z ~ Kz E w �0 LL Q7 ®mw w W ¢f¢m c:lm " w c8i O 0� w?w tm-m FzF (] Wm - cV .- N a t w Z W pmm J W T O N .- NW W W >.m-. LL w ? K m❑ 0 p F m N LL j m ••O�.ZT:}}•. O wm 00 R. . J m m � v �F oW Z z N w w W OQ ryry Wm m = W 00 z +z Uwz O w ivy.- N z z Q I • r.i .�i LL ijj K 0 m m U to m do O ° •. •I' a JQ 3 O (31f1O3HOS'dN13H 335) _ G P1313WVIO 31J00 'o rc (3l003HOS NOLLVONno=i 3lOd 33S)_ N313WVIO N31d OAIIIUU ° 3°o w o z x °a F w y W m o Sm Q °.� U WW �` ZO LL`-�� w w} o: a mw ow '" ¢ (0 am'o° z z z Lmz o o° wx LL= ° Cn Z mQm'dF z t �mF^ wF^ I u:= w w� F-N wv0) ° Z l O_ m�nN y o °_ O x9 m z_0 > m- mLL x o cM .�mmz 7JOW OmOW �W wm U Km zZ W z ww o OF ExL: �F w� <- iLJOo mQOa JO Z K to NK Uw °O Q w o° iWvoW =Wyw u w c<iit z� gw z� �w wa mLL w �N�N 71 uz-.v) Nvw) K W U O 1 'O� 2N OUm >N K N W W jZO89 o �1. w ur 7 V ° J z°o 4° z ( > W aa"o� ° > rnmF r 4cy: 0_ LLU Zmm 1k:,.);:) :, r.- tr-. r.. l':N. i �__ i-- Z °LLoma o a �I �I—I—I—I—I—I- -I--}r� {: •— '• ..�..; W � w oW�aoN 1 AIL•`'f-}.)?y _ r-`. C.1?I .1',z:I-=1^—'�^��-r�:•=�. �. U Q LL f o m, Z • , W Z Z V03�Qo ('WON •0'z (3111(EHOS 3SV91SVO3Nd 338) _ J w m LU w O o 1N3WO39W3 AM ISV03Nd J Q < !F 00)m OLL a (OI 3SVS 1SVOaMd 33S) (3mMHOS N011VONnoA 310d 33S) Q u- w m N01103fOHd 3SV91SVORUd HION3I 1NAMMY 3 N3Id O3IIMO O3NU10au o SECTION 11482 SCOREBOARD PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and install all steel and concrete work in order to install outdoor electronic scoreboard onto steel posts in concrete foundation supports, as indicated on the Drawings and as specified herein. B. Provide electrical power hook—up and other electrical equipment related to scoreboard operations including hand held control equipment with carrying case and receiver. C. Include all testing and adjustments required, and instructions and training to the Owner's representative. 1.02 RELATED WORK A. Cast-in place concrete is included in Section 03301. B. Electrical is included in Section 16020. 1.03 SUBMITTALS A. Manufacturer's product data: Submit manufacturer's product illustrations, data and literature that fully describe and verify compliance with the scoreboard and accessories proposed for installation. Include complete itemized list of equipment and materials, including item numbers, quantity of items, and name of the manufacturer of each item. Include installation, start up, and shut down procedures. B. Shop drawings: Submit mechanical and electrical drawings including details of equipment, illustrations, schedules, instructions, diagrams, standard installation drawings and other information to enable Owner to check submitted information with requirements herein. Include notification of any deviations or departures from specified materials or procedures. Details shall show how components are assembled, and installed. All data and drawings shall be coordinated and submitted in a single submission. Details shall consist of the following; 1. Physical arrangement, construction details, connections, finish materials, conduits, access requirements, size,electrical items, anchorage,foundation and support details, and equipment weight. Drawings shall be to scale with dimensions. Label optional items as included or excluded. 2. Provide structural drawings(6 copies based on IBC 2009)and calculations for two (2) painted steel vertically plumb"I"beams, and cast-in-place concrete foundation footings for the column support system for scoreboard, including attachments. Drawings and calculations shall be stamped by a Massachusetts Registered Professional Structural Engineer and shall be submitted for record purposes only. 56318-213404 11482-1 11/25/19 3. Wiring diagrams of equipment, including external connections. 4. As-built drawings to serve as a record of the constructed scoreboard including information described herein, and deviations or modifications, if any. These drawings shall be full-size set of documents marked to reflect installed conditions, including location, size,product identifications, etc. As-built drawings shall be reviewed for completeness by the Owner's representative. If as-built drawings are found to contain errors and/or omissions,they will be returned to the Contractor for correction, and resubmitted to the Owner within 10 calendar days. Provide three sets of approved drawings to Owner. C. Factory test: Submit certified test results from the manufacturer at the time of completed installation. Test shall be routine as recommended by the manufacturer, and shall include manufacturer's criteria for critical pass-fail ratings. D. Certificates: Where materials and equipment are specified to conform to the standards of Underwriters Laboratories(UL) or to be constructed or tested, or both,in accordance with American National Standard Institute (ANSI),the Institute of Electrical and Electronics Engineers(IEEE), or the National Electrical Manufacturers Association(NEMA),the Contractor shall submit written proof that the items provided conform to such requirements. In lieu of such certifications,the Contractor may submit a certificate from a recognized testing agency equipped and competent to perform such services, stating that the items have been tested and that they conform to the requirements listed, including methods of testing of the specified agencies. E. Operations and Maintenance Manuals: Scoreboard system: After testing is completed and approved, submit six copies of operation and maintenance manuals. Manuals shall include assembly, installation, operation controls and maintenance instructions, spare parts data with suppliers name, present day costs, catalog numbers and recommended list of spare parts to be stored. Include detailed procedures for start-up and operation,troubleshooting guides, and brief descriptions of all equipment,basic operating features, and routine maintenance. F. Provide documents in a binder identified on the spine and cover. Binder shall include a table of i contents, and tabs to separate different sections such as catalog information,drawings, instructions, and spare parts. G. Copy of Guarantee information for review by Owner's representative. 1.04 DELIVERY, STORAGE,AND HANDLING A. Deliver materials and products in unopened,factory labeled packages. Follow storage requirements in strict compliance with manufacturer's instructions. When delivered and stored on site, scoreboard and equipment shall be housed in a clean, dry environment. 1.05 PROJECT CONDITIONS A. Environmental limitations:Do not install scoreboard equipment until mounting structure is secure and concrete has ample time to cure. B. Field measurements: Verify position and elevation of structure and its layout for scoreboard equipment.Verify dimensions by field measurements. 56318-213404 11482-2 11/25/19 C. Verify mounting structure is capable of supporting the scoreboards weight and windload in addition to the auxiliary equipment. D. Installation may proceed within acceptable weather conditions. 1.06 REFERENCE SPECIFICATIONS i A. UL and C-UL Standard for Electric Signs j B. Standard for Control Centers for Changing Message Type Signs,UL-1433, 1st Edition. C. Standard for CAN/CSA C22.2. I D. Federal Communications Commission Part 15 Rules and Regulations. I E. National Electric Code. i F. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. G. NEMA-National Electrical Manufacturer's Association 1.07 QUALITY ASSURANCE A. All components including scoreboard, control center, control cable, and other accessories and installation hardware shall be products of a single manufacturer. B. Installer shall be a firm with a minimum of five years experience in type of work required by this section, and is acceptable to the manufacturer. C. Source Limitations: Obtain each type of scoring or related equipment through one source from a single manufacturer. D. Perform necessary field measurements prior to preparing shop drawings and fabrication. E. Scoreboards and other electrical components shall be certified for use in United States and Canada by Underwriter Laboratories, (UL)Inc. and shall bear either UL or C-UL label only. F. NEC compliant. G. FCC compliant. H. Manufacturer qualifications: Company specializing in manufacturing electronic scoreboards with 10 years minimum successful world-wide experience. I. Scoreboards shall be designed for exterior installation with weatherproof housing and optical isolation interface to reduce potential damage from electrical storms. J. Should service be necessary, specialized personnel shall not be required. Modular"plug and play" components will be housed in an internal protective enclosure. 56318-213404 11482-3 11/25/19 K. Scoreboards and other electrical components shall be electrically grounded in accordance with National Electrical Code(NEC),Article 600. 1.08 WARRANTY/SERVICE PLAN A. Provide 5 years of parts coverage. B. There shall be a local authorized service company. C. A help desk staffed by experienced technicians and coordinators thoroughly familiar with the scoreboard shall be available for technical support. This staff is available at no cost to the Owner and on-call during manufacturer's business hours. PART 2 PRODUCTS 2.01 MANUFACTURER AND DISTRIBUTOR A. Daktronics,201 Daktronics Drive,Brookings, SD 57006-5128 tel no 1-800-325-8766, www.daktronics.com, or equal, and as distributed by Scoreboard Enterprises,Inc. 274 Fruit Street,Mansfield,MA 02048 tel no 1-508-339-0184, or equal. 2.02 PRODUCTS A. Dimension of scoreboard shall be 5-ft high by 14-ft wide by 8-in deep, and shall weigh 345- pounds. Power requirement shall be 420 watts, 3.5 amps. Scoreboard shall be constructed of aluminum alloy 5052,with back and perimeter at 0.050-in thick, and scoreboard face at 0.063-in thick. B. Scoreboard shall be Daktronics single sided multisport display, model number MS-918 LED Outdoor Scoreboard,complete with all Sport 1600 scoring console controller capable of scoring multiple sports through the use of keyboard inserts and capable of controlling other All Sport controlled scoreboards, or equal. Include the following: 1. Two(2)24-in x 14-ft long ad panel with ad copy, 2. One(1)AS-5010 R-6 Radio Control Console, 3. One(1)All Sport Radio Control Kit, 4. One(1) 12 volt trumpet horn mounted behind scoreboard face complete with manual operation capability and automatic activation when period clock counts down to zero, 5. One(1) Scoreboard Border Stripe, 6. Reversible Half/Inning Caption, 7. One Radio Control Kit, 8. One(1)LED Digit Screen Kit, 9. Paint back side of scoreboard, 56318-213404 11482-4 11/25/19 10. Paint backside of ad panels, 11. Five(5)Year Standard Warranty 12. Shipping(4-6 weeks), 13. Console shall be capable of recalling game information if power is lost, and shall have a maximum power requirement of 3 watts and shall include a rugged aluminum enclosure to house electronics,a sealed membrane water resistant keyboard, a 32 character liquid crystal prompting display to verify entries and recall information currently displayed and a 6-ft power cord to plug into a standard grounded 120 VAC outlet, and a 20-ft control cable to connect to the control receptacle junction box. C. Finish shall be acrylic polyurethane paint,from manufacturer's standard print black color background with white lettering and red striping to separate scoreboard features. All LED lights shall be bright high intensity red-orange in color and only one color of lights shall be allowed. D. Brackets to attach sign to steel support posts shall be an integrated universal bracket system as recommended by scoreboard manufacturer. Fasteners, anchors, and other exposed hardware shall be corrosion resistant as approved by the scoreboard manufacturer. E. Provide electrical furnishings to reduce threat of damage from electrical storms and electrostatic discharge as recommended by the manufacturer. Furnish built-in isolation so most lightning damage problems are eliminated per manufacturer's recommendations. F. Scoreboard shall be I0-ft min. clearance from bottom of lower ad panel to finished grade. G. Scoreboard shall be furnished with a minimum of two(2)6 x 6 x 15 lbs minimum wide flanged mild structural carbon steel"I"beam support posts, each post a minimum of 24-ft long, for installation. Steel posts shall be painted with a minimum of I coat oil base and 2 coats matte black color finish coats. H. Scoreboard shall be furnished with thermostatically controlled heated weather tight circuit box and power disconnect as approved by the manufacturer of scoreboard such as Raintight circuit box and Raintight power disconnect,or equal. Provide conduit and wire to circuit box in a manner as recommended by the manufacturer of scoreboard. I. Furnish 50-yr life exterior clear caulk, and hot-dipped galvanized 5/8-in bolts, lock nuts, and flat washers to attach scoreboard to support posts to the sizes and in a manner as recommended by the scoreboard manufacturer. J. Junction boxes where required shall be sheet metal boxes and covers 4-1/2-in x 2-1/8-in x 2-1/8- in complying with NEMA standards. K. Control cable shall be UL listed coaxial cable as recommended by the manufacturer. L. Captions 1. Words: HOME, GUEST,BALL, STRIKE, OUT,H,E,and INNING shall be white. 56318-213404 11482-5 11/25/19 2. The top ad panel shall have the capital letter words: FILIPPELLO PARK in bold text style: Times New Roman. Letters shall be white, and outlined in red color to match red line border color on the sign panel. 3. The bottom ad panel shall have an image as provided by Owner to be furnished to the sign manufacturer by the Contractor in the appropriate format and prior to the order. 4. All captions: vinyl applied directly to scoreboard face. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate requirements for electrical power, concrete, steel erection, auxiliary framing and supports, suspension cables, and other components to be provided under other Specification Sections to ensure adequate provisions are made for complete, functional installation of scoreboard. B. Coordinate scoreboard electrical requirements to ensure proper power source, conduit,wiring, and boxes are provided. Prior to installation,verify type and location of power supply. C. Verify that supporting structure and mounting hardware is ready to receive scoreboard.Verify that placement of conduit and junction boxes are as specified and indicated in plans and shop drawings.Verify concrete has cured adequately according to specifications. 3.02 INSTALLATION A. Before installation, field test scoreboards and accessories for operating functions. Ensure that scoreboards accurately perform all operations. Correct deficiencies. b B. Provide boxes, cover plates and jacks in locations per plans. C. Test connect control unit to all jacks and check for proper operation of control unit, scoreboard and all features. Leave control unit in carrying case and other loose accessories with Owner's designated representative. D. Install scoreboard and exterior ad panel displays to support columns in locations detailed and in accordance with manufacturer's instructions.Verify installed support columns and scoreboard fixtures are all plumb and level. E. Rigidly mount scoreboard and accessories level and plumb with brackets and fasteners. F. All power and control cables to scoreboards and displays shall be routed in conduit,power to the scoreboards/displays as well as raceways shown on electrical plans. Provide and install manufacturer's recommended disconnect. Scoreboard control wiring including conduit shall be the responsibility of the Contractor assigned the scoreboard equipment. G Calibrate radio frequencies. H. Clean exposed surfaces and protect scoreboard finishes from other construction operations. H. Verify earth ground is in accordance with manufacturer's instructions. 56318-213404 11482-6 11/25/19 I 3.03 CONCRETE FOUNDATION . A. Install concrete foundation for steel column support posts to a minimum of 5-ft below finished grade with a minimum 2-ft diameter for each footing. Slope top of concrete footing at finished grade to promote drainage away from steel column supports. 3.04 TESTING, DEMONSTRATING AND TRAINING A. Scoreboard shall be tested for proper operation and adjusted to conform to manufacturer's � specified standards. B. Provide demonstration and training session for Owner's representative covering operation and I maintenance of electronic scoreboard. C. Provide written operating and maintenance instructions to the Owner. 'T- END OF SECTION i 56318-213404 11482-7 11/25/19 A 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 SECTION 16020 ELECTRICAL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials and equipment required to install complete and make operational, electrical and process instrumentation systems as specified, as shown on the Drawings. B. The work shall include furnishing and installing the following: 1. Upgraded electrical service from the Power Company. 2. Conduit,wire and field connections for all motors,motor controllers, control devices, control panels and electrical equipment furnished under other Divisions of these Specifications. 3. Sports lighting system, including poles, controls, light fixtures, and associated components and hardware as specified and shown on the Drawings. 4. Handholes and handhole frames and covers. 5. Grounding System. 6. Underground System. C. Each bidder or their authorized representatives shall, before preparing their proposal,visit all areas of the existing buildings and structures in which work under this bid is to be performed and inspect carefully the present installation. The submission of the proposal by this bidder shall be considered evidence that they have visited the site, buildings and structures and noted the locations and conditions under which the work will be performed and that they take full responsibility for a complete knowledge of all factors governing his/her work. 1.02 RELATED WORK A. Excavation and backfilling, including gravel or sand bedding for underground electrical work is included in Division 2. B. Foundations for sports lighting poles shall be in accordance with sports lighting manufacturer's requirements. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings for equipment,materials and other items furnished under Division 16. B. Check shop drawings for accuracy and contract requirements prior to submittal. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. This statement shall also list all exceptions to the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 1 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 C. The Engineer's check shall be for conformance with the design concept of the project and compliance with the Specifications and Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. D. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. E. Material shall not be ordered or shipped until the shop drawings have been approved.No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED- CONFIRM," "APPROVED AS NOTED -RESUBMIT" or "NOT APPROVED." F. Operation and Maintenance Data: 1. Submit operations and maintenance data for equipment furnished under this Division, in accordance with Section 0 173 0.The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings, equipment lists, descriptions, parts lists, etc.,to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 CONTRACT PERFORMANCE REQUIREMENTS A. Electric equipment,materials and installation shall comply with the latest edition of the National Electrical Code(NEC)and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC). 2. Occupational Safety and Health Administration(OSHA). 3. National Fire Protection Association(NFPA). 4. National Electrical Manufacturers Association(NEMA). 5. American National Standards Institute(ANSI). 6. Insulated Cable Engineers Association(ICEA). 7. Instrument Society of America(ISA). 8. Underwriters Laboratories(UL). 9. Factory Mutual(FM). 10. National Electrical Testing Association(META). B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 PRIORITY OF THE CONTRACT DOCUMENTS A. If, during the performance of the work,the Contractor finds a conflict,error or discrepancy between or among one or more of the Sections or between or among one or more Sections and Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020-2 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 the Drawings, furnish the higher performance requirements. The higher performance requirement shall be considered the equipment,material, device or installation method which represents the most stringent option,the highest quality or the largest quantity. B. In all cases, figured dimensions shall govern over scaled dimensions,but work not dimensioned shall be as directed by the Engineer and work not particularly shown, identified, sized, or located shall be the same as similar work that is shown or specified. C. Detailed Drawings shall govern over general drawings, larger scale Drawings take precedence over smaller scale Drawings, Change Order Drawings shall govern over Contract Drawings and Contract Drawings shall govern over Shop Drawings. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association,the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations,the higher performance requirement shall be binding on the Contractor,unless otherwise directed by the Engineer. E. In accordance with the intent of the Contract Documents,the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way,the Contractor's responsibility to comply with all Laws and Regulations at all times. 1.06 ENCLOSURE TYPES A. Unless otherwise specified electrical enclosures shall have the following ratings: 1. NEMA 1 for dry,non-process, indoor above grade locations. 2. NEMA 3R for outdoor,non-corrosive,non-hazardous areas. 1.07 SERVICE AND METERING A. The power company serving this project is Eversource.Existing service is at 120/240-Volts, 1- Phase, 3-Wire, 60 Hz from a pole mounted transformer. Coordinate with the power company as required to upgrade the service based on the load added as part of this contract. B. The power company will be responsible for the following work: 1. Furnishing and installing the primary overhead conductors and pole line. 2. Furnishing and installing the riser pole,primary cutouts, lightning arresters and grounding. 3. Furnishing and installing primary conduits and cables. 4. Furnish and install the service transformer. 5. Termination of primary cables at the transformer. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 3 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 C. Provide the following coordination,work and materials: 1. Obtain an estimate from the power company for the work described in Paragraph 1.07B above and include the cost of the power company work in the Bid Price. 2. Make all arrangements with the power company for obtaining electrical service;pay all power company charges and furnish all labor and material required for the electrical service. 3. Furnishing and installing secondary conduits and cables. 4. Furnishing and installing a power company approved metering current transformer enclosure. 5. Furnishing and installing meter base. D. Submit shop drawings for the following items to the power company for approval: 1. Meter base. 1.08 CODES,INSPECTION AND FEES A. Equipment,materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.09 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment.Refer to the individual equipment sections for additional specific testing requirements. B. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. C. In addition to the specific testing requirements listed in the individual sections,the following minimum tests and settings shall be performed. 1. Mechanical inspection,testing and settings of circuit breakers, disconnect switches, protection relays, overload relays,control circuits and equipment for proper operation. 2. Check power and control power fuse ratings.Replace fuses if they are found to be of the incorrect size. 3. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. 4. Test all 600 Volt wire insulation with a meg-ohm meter after installation.Make tests at not less than 500V. Submit a written test report of the results to the Engineer. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -4 u 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 D. Testing shall be scheduled and coordinated with the [Owner] [Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. 1.10 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas,brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.11 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of project contract drawings, hereinafter called the "record drawings." B. Record drawings shall accurately show the installed condition of the following items: 1. One-line Diagram(s). 2. Raceways and pull boxes. I 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture,receptacle, and switch outlet locations. 8. Underground raceway and duct bank routing. 9. Plan view, sizes and locations of switchgear,distribution transformers, substations,motor control centers and panelboards. C. Submit the record drawings to the Owner and Engineer. 1.12 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other Divisions of this Specification and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 5 I 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 1.13 OPERATION AND MAINTENANCE DATA A. Provide specific operation and maintenance instructions for all electrical and control equipment furnished under this section. B. Separate manuals shall be provided for each type of equipment,or each section number.Each manual shall contain the following: 1. Format and Materials a. Binders: 1) Commercial quality three ring binders with durable and cleanable plastic covers 2) Maximum ring width capacity: 3 inches 3) When multiple binders are used, correlate the data into related consistent groupings/volumes. b. Identification: Identify each volume on the cover and spine with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". Include the following: 1) Title of Project. 2) Identify the general subject matter covered in the manual. 3) Identify structure(s)and/or location(s), of the equipment provided. 4) Specification Section number. ir c. 20 lb. loose leaf paper,with hole reinforcement d. Page size: 8-1/2 inch by 11 inches e. Provide heavy-duty fly leafs(section separators),matching the table of contents, for each separate product, each piece of operating equipment, and organizational sections of the manual. f. Provide reinforced punched binder tab; bind in with text. g. Reduce larger drawings and fold to the size of text pages -but not larger than 11 inches x 17 inches- or provide a suitable clear plastic pocket(with drawing identification)for such folded drawings/diagrams. 2. Contents: a. A table of contents/Index, divided into section reflective of the major components provided. b. Specific description of each system and components c. Name,address,telephone number(s)and e-mail address(es) of vendor(s) and local service representative(s) d. Specific on-site operating instructions(including starting and stopping procedures) e. Safety considerations f. Project specific operational procedures and recommended log sheet(s). g. Project specific maintenance procedures h. Manufacturer's operating and maintenance instructions—specific to the project i. Copy of each wiring diagram j. Copy of approved shop drawing(s) and Contractor's coordination/layout drawing(s) k. List of spare parts and recommended quantities 1. Product Data: Mark each sheet to clearly identify specific products and component parts and data applicable to installation. Delete inapplicable information. in. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems,to show control and flow diagrams n. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions specified. o. Warranties and Bonds, as specified in the General Conditions Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 6 w 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 3. Transmittals a. Prepare separate transmittal sheets for each manual. Each transmittal sheet shall include at least the following: the Contractor's name and address, Owner's name, project name,project number, submittal number, description of submittal and number of copies submitted. b. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in the Contract Documents or as otherwise directed by the Engineer. c. Provide copies of transmittals (only, i.e.,without copies of the respective submittal) directly to the Resident Project Representative. C. Manuals for Equipment and Systems-In addition to the requirements listed above,for each System,provide the following: Y �p 1. Overview of system and description of unit or system and component parts. Identify function,normal operating characteristics and limiting conditions.Include legible performance curves,with engineering data and tests and complete nomenclature and commercial number of replaceable parts. 2. Electrical service characteristics, controls and communications and color-coded wiring diagrams as installed. - 3. Operating procedures: include start-up,break-in and routine normal operating instructions and sequences; regulation,control, stopping, shut-down and emergency instructions; and summer,winter and any special operating instructions. 4. Maintenance Requirements a. Procedures and guides for trouble-shooting; disassembly,repair, and reassembly instructions b. Alignment, adjusting,balancing and checking instructions c. Servicing schedule d. Manufacturer's printed operation and maintenance instructions e. Sequence of operation by instrumentation and controls manufacturer £ Original manufacturer's parts list,illustrations, assembly drawings and diagrams required for maintenance 5. Control diagrams by controls manufacturer as installed(as-built) 6. List of original manufacturer's spare parts and recommended quantities to be maintained in storage 7. Test and balancing reports, as required 8. Additional Requirements as specified in individual product specification 9. Design data for systems engineered by the Contractor or its Suppliers D. Electronic Transmission of O&M Manuals 1. Unless otherwise approved by the Engineer, O&M manuals may not be transmitted by electronic means other than by CD-ROM or USB flash drive.Electronic O&M manuals shall meet the following conditions: Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 7 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 a. The above-specified transmittal form is included. b. All other requirements specified above have been met, including,but not limited to, coordination by the Contractor,review and approval by the Contactor. c. The submittal contains no pages or sheets large than 11 x 17 inches. d. With the exception of the transmittal sheet,the entire submittal is included in a single file. e. Files are Portable Document Format(PDF)—with the printing function enabled. f. All scanned manufacturer's O&M manuals must be quality checked after scanning to ensure the page are not crooked and all information is legible. 2. When electronic copies are provided,transmit two hard copy(paper)originals to the l Engineer with an electronic copy on CD-ROM. 3. The electronic copy of the O&M manual shall be identical in organization,format and content to the hard copies of the manual. 4. The electronic O&M Manual shall be bookmarked identically to the paper manual table of contents to allow quick access to information.Electronic submittals that require extensive scrolling will not be accepted. The document shall be indexed and searchable. 1.14 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new. B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed. i C. Warrant all equipment furnished under Division 16 in accordance with Section 01740. Refer to individual equipment Sections for additional warranty items. 1.15 EQUIPMENT IDENTIFICATION A. Identify equipment(disconnect switches, separately mounted motor starters, control stations, etc.)furnished under Division 16 with the name of the equipment it serves. Control panels, panelboards,junction or terminal boxes, etc., shall have nameplate designations as shown on the Drawings. B. Nameplates shall be engraved,laminated plastic,not less than 1/16-in thick by 3/4-in by 2-1/2- in with 3/16-in high white letters on a black background. C. Nameplates shall be screw mounted to NEMA 1 enclosures.Nameplates shall be bonded to all other enclosure types using an epoxy or similar permanent waterproof adhesive. Two-sided foam adhesive tape is not acceptable.Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface. 1.16 DEMOLITION A. Survey the existing electrical systems and equipment identified for removal with representatives from the other trades prior to performing any demolition work.Identify all conduit and equipment to be removed with tags or paint. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 8 A ©2019 CDM Smith 563 1 8-23 1404 All Rights Reserved November 2019 B. Where a piece of equipment is to be removed all associated ancillary components (e.g., solenoid valves,pressure switches, etc)and associated wiring and conduit shall also be removed. C. Equipment,building or structures scheduled for complete demolition shall be made safe from electrical shock hazard prior to demolition. Disconnect all electrical power, communications, alarm and signal system. D. Equipment scheduled to be turned over to the Owner shall be carefully disconnected,removed and delivered to the Owner at a location within 10 miles of the existing site.Provide labor, hoisting and transportation of the equipment.All other miscellaneous electrical materials, devices, etc, associated with the equipment being turned over shall be demolished and removed from the site. E. Remove electrical work associated with equipment scheduled for demolition except those portions indicated to remain or be reused. F. Unless otherwise specifically noted,remove unused exposed conduit and support systems back to point of concealment including abandoned conduit above accessible ceiling finishes.Remove unused wiring back to source(or nearest point of usage). G. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned or being removed.Provide blank covers for abandoned outlets which are not removed. H. Disconnect and remove abandoned panelboards, disconnect switches, control stations, distribution equipment,etc. L Disconnect and remove abandoned luminaries. Remove brackets, stems,hangers and other accessories. I Repair adjacent construction and finishes damaged during demolition and extension work. K. Where electrical systems pass through the demolition areas to serve other portions of the premises,they shall remain or be suitably relocated and the system restored to normal operation. L. Coordinate electrical power outages to the electrical systems and equipment with the Owner. Where duration of proposed outage cannot be allowed by the Owner,phase the retrofit work to allow the system or equipment to be re-connected to the electrical power system within the time frame allowed by the Owner or provide temporary power connections as required to maintain service to the systems or equipment. The temporary power can be from a generator or another part of the facility not affected by the outage provided there is sufficient spare capacity. M. Continuous service is required on all circuits and outlets affected by these changes, except where the Owner will permit an outage for a specific time. Obtain Owner's consent before removing any circuit from continuous service. N. The electrical and process equipment to be removed or relocated under this contract has been identified on the Drawings. The removal and or relocation of existing conduit,wire and equipment have not been detailed on the Drawings. Survey the affected equipment and building areas before submitting bid proposal. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 9 A 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 O. Trace out existing wiring that is to be relocated or removed and perform the relocation or removal work as required for a complete operating and safe system. P. Remove exposed conduits,wireways, outlet boxes,pull boxes and hangers made obsolete by the alterations,unless specifically designated to remain. Patch surfaces and provide blank covers for abandoned outlets which are removed. Q. All equipment,materials, controls,motor starters,branch and feeder breakers, panelboards, transformers,wiring,raceways, etc, furnished and installed to temporarily keep circuits energized shall be removed when the permanent installation is fully operational. 1.17 DISPOSITION OF REMOVED MATERIALS AND EQUIPMENT A. It is intended that material and equipment indicated to be removed and disposed of by the Contractor shall,upon removal,become the Contractor's property and shall be disposed of off the site by the Contractor,unless otherwise directed by the Owner.A receipt showing acceptable disposal of any legally regulated materials or equipment shall be given to the Owner. B. Ballasts in each existing lighting fixture shall be assumed to contain PCB's unless specifically marked with a label indicating "No PCBs." Remove ballasts from each lighting fixture and pack them in accordance with EPA PCB regulations. Ship ballasts in approved containers to an EPA approved recycling facility and pay all shipping,packaging and recycle costs. C. PCBs,mercury and PCB/mercury contaminated equipment shall be removed,packaged, shipped and disposed of in accordance with all State and Federal regulations. Obtain the services of a firm licensed and regularly engaged in the removal of PCBs and PCB contaminated equipment. The firm shall be licensed in the State or States in which the contaminated material is handled, shipped and disposed.Pay all fees associated with the removal of the contaminated material and equipment and provide documentation showing acceptable disposal. D. Should the Contractor discover PCB or mercury contaminated equipment that was not identified;they shall cease work on or about the equipment and notify the Engineer immediately. The Contractor shall then proceed with the work as directed by the Engineer. 1.18 INTERPRETATION OF DRAWINGS A. Unless specifically stated to the contrary,the Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. Where home-runs indicate conduit is to be installed concealed or exposed the entire branch circuit shall be installed in the same manner. Unless otherwise indicated install branch circuit conduits exposed in process/industrial type spaces and concealed in finished spaces. C. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 10 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 D. Except where dimensions are shown,the locations of equipment,fixtures, outlets and similar, devices shown on the Drawings are approximate only.Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work,proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. E. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. F. Redesign of electrical or mechanical work,which is required due to the Contractor's use of an alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense.Redesign and detailed plans shall be submitted to the Engineer for approval.No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign. G. Raceways and conductors for low voltage(120 Volts)thermostats controlling HVAC unit heaters, exhaust fans, and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats,the HVAC equipment and the motor starters for a complete and operating system. H. It is the intent of these Specifications that the Electrical Systems shall be suitable in every way for the service required.All materials and all work that may be implied as being incidental to the work of this Section shall be furnished at no additional cost to the Owner. 1.19 SEISMIC RESTRAINTS A. Seismic restraints shall be provided for all electrical systems including but not limited to conduits,busways, cable trays,pull boxes, free standing or wall mounted panels and cabinets, motor control centers, switchboards, switchgear,transformers, disconnect switches, individually mounted motor starters,variable frequency drives,power factor correction capacitors, lighting fixtures, emergency battery units, and other similar electrical equipment installed under Division 16. B. Use seismic criteria, Tables and standard restraint details found in the latest edition of the SMACNA Seismic Retraining Manual for the seismic restraints. The restraints shall be selected from the Tables that represent the highest seismic hazard class or level possible within the State, Commonwealth or District in which the project resides. Where materials other than steel are specified,members of equal strength to those in the standards shall be provided. C. Materials of construction for seismic restraints shall be same as those specified for the equipment supports and area classifications. However,all bolts shall be stainless steel regardless of the locations. PART 2 PRODUCTS 2.01 CONDUITS AND FITTING A. Rigid Steel Conduit: Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 11 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 1. Rigid steel conduit interior and exterior shall be hot-dipped galvanized and be as manufactured by the Allied Tube and Conduit Corp.;Wheatland Tube Co.;Western Tube &Conduit Corporation,or equal. B. PVC Coated Rigid Steel Conduit: 1. PVC coated rigid steel conduit shall have a minimum 0.040-in thick,polyvinyl chloride coating permanently bonded to hot-dipped galvanized steel conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings, etc., shall have a minimum of one pipe diameter in length of PVC overlap. PVC conduit and fittings shall be manufactured by Occidental Coating Company; "Plasti-Bond Red" as manufactured by Robroy Industries;"Ocal"by Thomas&Betts Inc.,Perma-Cote, or equal. C. Rigid Nonmetallic Conduit: 1. PVC conduit shall be rigid polyvinyl chloride schedule 40 as manufactured by Carlon;An Indian Head Co.;Kraloy Products Co.,Inc.;Highland Plastics Inc., or equal. D. Flexible Couplings: 1. Flexible couplings shall be type ECGJH as manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Killark Electric Manufacturing Co., or equal. E. Boxes and Fittings: 1. Pressed steel switch and outlet boxes shall be hot-dipped galvanized as manufactured by the Raco Manufacturing Co.;Adalet Co.; O.Z.Manufacturing Co., or equal. 2. For use in NEMA 1 areas,terminal boxes,junction boxes,pull boxes etc., shall be galvanized sheet steel with continuously welded seams.Box bodies shall be flanged and shall not have holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers shall not be less than 12 gauge metal. Covers shall be gasketed and fastened with stainless steel screws. Terminal boxes shall be furnished with hinged doors,terminal mounting straps and brackets. Terminal blocks shall be NEMA type,not less than 20 Amps, 600 Volt. Boxes shall be as manufactured by Hofftnan Engineering Co.;Lee Products Co.;Keystone/Rees,Inc., or equal. 3. All boxes and fittings used with PVC coated conduit shall be furnished with a PVC coating bonded to the metal,the same thickness as used on the coated steel conduit. The ends of couplings and fittings shall have a minimum of one pipe diameter PVC overlap to cover threads and provide a seal. 4. Cast or malleable iron device boxes shall be Type FD.All cast or malleable iron boxes and fittings shall have cadmium-zinc finish with cast covers and stainless steel screws as manufactured by the Crouse-Hinds Co., or equal. 5. Cast aluminum device boxes shall be Type FD.All cast aluminum boxes and fittings shall be copper-free aluminum with cast aluminum covers and stainless steel screws as manufactured by the Killark Electric Co.; Crouse-Hinds Co.; L.E. Mason Co., or equal. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 12 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 6. Steel elbows and couplings shall be hot-dipped galvanized.Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the steel,the same thickness as used on the coated steel conduit. 7. Conduit hubs shall be as manufactured by Myers Electric Products,Inc. or equal. 8. Conduit wall and floor seals for sleeved openings shall be e CSMI as manufactured b type Y the O.Z./Gedney Co.; or equal. 9. Conduit sealing bushings shall be O.Z./Gedney Type CSB or equal. 10. Combination expansion-deflection fittings embedded in concrete shall be Type XD as manufactured by Crouse-Hinds Co.; Type AXDX as manufactured by O.Z./Gedney Co. Type DF as manufactured by Appleton Electric Co., or equal. 11. Combination expansion-deflection fittings installed exposed shall be Type XD as manufactured by Crouse-Hinds Co.; Type AXDX as manufactured by O.Z./Gedney Co. Type DF as manufactured by Appleton Electric Co., or equal. F. Conduit Mounting Equipment: 1. In dry indoor areas,hangers, rods,back plates,beam clamps, channel,etc. shall be galvanized iron or steel. 2. PVC coated steel channel with stainless steel hardware shall be used in areas designated "WET" and"CORROSIVE" on the Drawings and in outdoor locations.Fiberglass channel shall be resistant to the chemicals present in the area in which it is used. G. Wall and Floor Slab Opening Seals: I 1. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by the Thomas&Betts Corp.;Pro Set Systems;Neer Mfg. Co.; Specified Technologies,Inc., or equal. H. Cold Galvanizing Compound: 1. Cold galvanizing compound shall be as manufactured by ZRC Products Company, a division of Norfolk Corp., or equal. 2.02 SPORTS LIGHTING SYSTEM A. Furnish and install sports lighting systems as shown and specified on the Drawings and herein. Unless otherwise noted,the complete sports lighting systems shall come from one vendor,with each assembly coming as a complete unit, including pole, fixture,brackets,controllers, and all components. The system warranties shall all be from one vendor. The complete system shall be UL listed for safety and security of the electrical system by the same manufacturer. The vendor must have been in business and offering equivalent products for over 10 years. The sports lighting system vendor,hereafter referred to as"Sports Lighting Vendor,"shall be Musco Sports Lighting,LLC or an approved equal. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown, MA 16020- 13 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 B. The sports lighting systems shall be Musco's Light-Structure System with TLC for LED or approved equal. C. The sports lighting will be for the following venues: 1. Soccer 1 (Overlay) 2. Soccer 2 3. Baseball D. Lighting Performance 1. Light levels shall be guaranteed to not drop below specified target values for a period of 25 years. I 2. Illumination Levels and Design Factors: Playing surfaces shall be lit to an average target illumination level and uniformity as specified in the chart below. Lighting calculations shall be developed and field measurements taken on the grid spacing with the minimum number of grid points specified below.Appropriate light loss factors shall be applied and submitted for the basis of design.Average illumination level shall be measured in accordance with the IESNA LM-5-04 (IESNA Guide for Photometric Measurements of Area and Sports Lighting Installations). Illumination levels shall not to drop below desired target values in accordance to IES RP-6-15,Page 2,Maintained Average Illuminance and shall be guaranteed for the full warranty period. I Area of Average Target Maximum to Lighting Illumination Levels Minimum Grid Points Grid Spacing Uniformity Ratio Soccer 1 30FC 3:1 70 30' x 30' 25 (Infield) Baseball 50FC (Infield) 2:1 (Infield) 153 30' x 30' 30FC (Outfield) 2.5:1 (Outfield) (Outfield) Soccer 2 30FC 3:1 70 30' x 30' E. Environmental Light Control 1. Light Control Luminaires:All luminaires shall utilize spill light and glare control devices including, but not limited to, internal shields, louvers and external shields.No symmetrical beam patterns are accepted. 2. Spill Scans: Spill scans must be submitted in the form of a zero grid,meaning until 0.00 horizontal footcandles has been achieved. Light readings shall be taken 3.0' feet above grade and spaced evenly with a 30' x 30' grid. 3. The first page of a photometric report for all luminaire types proposed showing horizontal and vertical axial candle power shall be provided to demonstrate the capability of achieving the specified performance. Reports shall be certified by a qualified independent testing laboratory with a minimum of five years experience or by a manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. A summary of the Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 14 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 horizontal and vertical aiming angles for each luminaire shall be included with the photometric report. F. Color: The lighting system shall have a minimum color temperature of 5700K and a CRI of 75. G. Mounting Heights: To ensure proper aiming angles for reduced glare and to provide better playability,minimum mounting heights shall be as described below. Higher mounting heights may be required based on photometric report and ability to ensure the top of the field angle is a minimum of 10 degrees below horizontal. #of Poles Pole Designation Pole Height 2 Al and A2 60' 9 B1,B2, Cl, and S1-S6 70' H. Life-Cycle Costs 1. Manufacturer shall submit a 25-year life cycle cost calculation as outlined in the required submittal information. 2. Preventative and Spot Maintenance: Manufacturer shall provide all preventative and spot maintenance, including parts and labor for 25 years from the date of equipment shipment. Individual outages shall be repaired when the usage of any field is materially impacted. Owner agrees to check fuses in the event of a luminaire outage. I. Control and Monitoring: To allow for optimized use of labor resources and avoid unneeded operation of the facility,customer requires a remote on/off control system for the lighting system.Fields should be proactively monitored to detect luminaire outages over a 25-year life cycle. All communication and monitoring costs for 25-year period shall be included in the bid. J. Sports Lighting System Construction 1. Manufacturing Requirements: All components shall be designed and manufactured as a system.All luminaires,wire harnesses, drivers and other enclosures shall be factory assembled, aimed,wired and tested. 2. Durability: All exposed components shall be constructed of corrosion resistant material and/or coated to help prevent corrosion. All exposed carbon steel shall be hot dip galvanized per ASTM A123.All exposed aluminum shall be powder coated with high performance polyester or anodized.All exterior reflective inserts shall be anodized, coated, and protected from direct environmental exposure to prevent reflective degradation or corrosion.All exposed hardware and fasteners shall be stainless steel of 18-8 grade or better,passivated and coated with aluminum-based thermosetting epoxy resin for protection against corrosion and stress corrosion cracking. Structural fasteners may be carbon steel and galvanized meeting ASTM A153 and ISO/EN 1461 (for hot dipped galvanizing), or ASTM B695 (for mechanical galvanizing). All wiring shall be enclosed within the cross-arms,pole, or electrical components enclosure. 3. System Description: Lighting system shall consist of the following: a. Galvanized steel poles and cross-arm assembly. b. Non-approved pole technology: 1) Square static cast concrete poles will not be accepted. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 15 I 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 2) Direct bury steel poles which utilize the extended portion of the steel shaft for their foundation will not be accepted due to potential for internal and external corrosive reaction to the soils and long term performance concerns. c. Lighting systems shall use concrete foundations in accordance with manufacturer's requirements. d. Manufacturer will supply all drivers and supporting electrical equipment 1) Remote drivers and supporting electrical equipment shall be mounted approximately 10 feet above grade in aluminum enclosures. The enclosures shall be touch-safe and include drivers and fusing with indicator lights on fuses to notify when a fuse is to be replaced for each luminaire. Disconnect per circuit for each pole structure will be located in the enclosure. e. Manufacturer shall provide surge protection at the pole equal to or greater than 40 kA for each line to ground(Common Mode)as recommended by IEEE C62.41.2_2002. f. Wire harness complete with an abrasion protection sleeve, strain relief and plug-in connections for fast,trouble-free installation. g. All luminaires,visors,and cross-arm assemblies shall withstand 150 mph winds and maintain luminaire aiming alignment. h. Control cabinet to provide remote on-off control and monitoring of the lighting system. See Section 2.4 for further details. i. Manufacturer shall provide lightning grounding as defined by NFPA 780 and be UL Listed per UL 96 and UL 96A. 1) Integrated grounding via concrete encased electrode grounding system. 2) If grounding is not integrated into the structure,the manufacturer shall supply grounding electrodes, copper down conductors, and exothermic weld kits. Electrodes and conductors shall be sized as required by NFPA 780.The grounding electrode shall be minimum size of 5/8 inch diameter and 8 feet long, with a minimum of 10 feet embedment. Grounding electrode shall be connected to the structure by a grounding electrode conductor with a minimum size of 2 AWG for poles with 75 feet mounting height or less, and 2/0 AWG for poles with more than 75 feet mounting height. 4. Safety: All system components shall be UL listed for the appropriate application. K. Electrical 1. Electric Power Requirements for the Sports Lighting Equipment: a. Electric power: 240 Volt, I Phase b. Maximum total voltage drop: Voltage drop to the disconnect switch located on the poles shall not exceed three (3)percent of the rated voltage. 2. Energy Consumption: The kW consumption for the field lighting system shall be 75 kW, or less. L. STRUCTURAL PARAMETERS 1. Wind Loads: Wind loads shall be based on the 2015 International Building Code. Wind loads to be calculated using ASCE 7-10, an ultimate design wind speed of 130mph and exposure category C. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 16 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 2. Pole Structural Design: The stress analysis and safety factor of the poles shall conform to 2013 AASHTO Standard Specification for Structural Supports for Highway Signs, Luminaires, and Traffic Signals(LTS-6) 3. Foundation Design: The foundation design shall be based on soil parameters as outlined in the geotechnical report provided by CDM Smith,prepared in 2018. 4. Foundation Drawings: Project specific foundation drawings stamped by a registered engineer in the state where the project is located are required. The foundation drawings must list the moment, shear(horizontal)force, and axial(vertical)force at ground level for each pole. These drawings must be submitted at time of bid to allow for accurate pricing. M. CONTROL 1. Instant On/Off Capabilities: System shall provide for instant on/off of luminaires. 2. Lighting contactor cabinet(s)constructed of NEMA Type 4 aluminum, designed for easy installation with contactors, labeled to match field diagrams and electrical design.Manual off-on-auto selector switches shall be provided. 3. Dimming: System shall provide multi-watt capability for all pole-top luminaires 4. Remote Lighting Control System: System shall allow owner and users with a security code to schedule on/off system operation via a web site,phone,fax or email up to ten years in advance.Manufacturer shall provide and maintain a two-way TCP/IP communication link. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. a. The owner may assign various security levels to schedulers by function and/or fields. This function must be flexible to allow a range of privileges such as full scheduling capabilities for all fields to only having permission to execute "early off'commands by phone. Scheduling tool shall be capable of setting curfew limits. b. Controller shall accept and store 7-day schedules,be protected against memory loss during power outages, and shall reboot once power is regained and execute any commands that would have occurred during outage. 5. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be scheduled. The controller shall determine switch position(manual or auto)and contactor status(open or closed). 6. Management Tools:Manufacturer shall provide a web-based database and dashboard tool of actual field usage and provide reports by facility and user group. Dashboard shall also show current status of luminaire outages, control operation and service. Mobile application will be provided suitable for IOS,Android and Blackberry devices. a. Hours of Usage: Manufacturer shall provide a means of tracking actual hours of usage for the field lighting system that is readily accessible to the owner. 1) Cumulative hours: shall be tracked to show the total hours used by the facility 2) Report hours saved by using early off and push buttons by users. 7. Communication Costs: Manufacturer shall include communication costs for operating the controls and monitoring system for a period of 25 years. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 17 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 8. Communication with luminaire drivers: Control system shall interface with drivers in electrical components enclosures by means of powerline communication. 2.03 WIRE, CABLE,AND ACCESSORIES A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper. B. All conductors shall be stranded. C. Except for control, signal, and instrumentation circuits,wire smaller than No. 12 AWG shall not be used. D. Wire for lighting,receptacles and other circuits not exceeding 150 Volts to ground shall be NEC Type THHN/THWN as manufactured by Okonite Co.; Southwire Co.; Pirelli Corp., or equal. E. Wire for circuits over 150 Volts to ground shall be NEC type XIIHW-2 for sizes up to No. 4/0 AWG and Type RHW-2 for sizes greater than No.4/0 AWG as manufactured by Okonite Co.; Southwire Co., or equal. 1 F. Wire for control, status and alarm circuits shall be No.14 AWG NEC type THHN/THWN, stranded as manufactured by the Okonite Co.; Carol Cable Co.Inc. West;Pirelli Cable Corp., or equal. G. Splices for power wiring shall be compression type connectors insulated with a heat shrink boot or outer covering and epoxy filling. Splice kits shall be as manufactured by Raychem;Ideal Industries; 3M Co., or equal. H. Termination connectors for control wiring shall be of the locking fork-end(upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; Panduit Corp. or equal. I. Splices for control wiring shall be insulated compression type connectors of the expanded vinyl insulated parallel or pigtail type as manufactured by Ideal Industries; 3M Co.;Panduit Corp,. or equal. J. Wire markers shall be "Omni-Grip" as manufactured by the W.H.Brady Co.; Thomas&Betts Co.; 3M Co., or equal. K. Wire and cables with diameters exceeding the capacity of the "Omni-Grip" shall be marked with pre-printed, self-adhesive vinyl tapes as manufactured by the W.H.Brady Co.; Panduit Corp., or equal. 2.04 WIRING DEVICES A. Receptacles shall be heavy duty, specification grade of the following types and manufacturer or equal.Receptacles shall conform to Federal Specification WC596-F. 1. Duplex,20 Amp, 125 Volt,2P, 3 W;Arrow-Hart, Catalog No. 5362, or equal by Harvey Hubbell,Inc.; Pass& Seymour,Inc. 2. Weatherproof/corrosion resistant duplex,20 Amp, 125 Volt,2P, 3W,with cover; Crouse- Hinds Co., Catalog No. WLRD-5-20, or equal by Appleton Electric. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 18 n 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 B. Device Plates: 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: a. Administration type buildings: Smooth,high impact nylon of the same manufacturer and color as the device.Final color to be as selected by the Architect. b. Where permitted in other areas of the plant, flush mounted devices in cement block construction shall be Type 302 high nickel (18-8) stainless steel of the same manufacturer as the devices. 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse-Hinds,No.DS23G and DS32G, or equal. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening. 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed,cast aluminum with provisions for padlocking switches "On" and "Off," Crouse Hinds No.DS 185, orequal. 5. Multiple surface mounted devices shall be ganged in a single, common box and provided with an adapter, if necessary,to allow mounting of single gang device plates on multi-gang cast boxes. 6. Engraved device plates shall be provided where required. 7. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box shall be Arrow- Hart, Catalog No.4501-FS or equal by Harvey Hubbell,Inc.;Pass& Seymour,Inc., or equal. 2.05 MISCELLANEOUS EQUIPMENT A. Disconnect Switches: 1. Disconnect switches shall be heavy-duty, quick-make, quick-break,visible blades, 600 Volt with full cover interlock, interlock defeat and flange mounted operating handle. 2. Switches shall be as manufactured by the Square D Co.; Cutler Hammer Co.; General Electric Company; Siemens Company, or equal. B. Fused Disconnect Switches: 1. Fused disconnect switches shall be heavy-duty, quick-make, quick-break,visible blades, 600 Volt with full cover interlock, interlock defeat and flange mounted operating handle. 2. Fuses shall be rejection type, 600 Volt,200,000 A.I.C., dual element,time delay,Bussman Fusetron, Class RK-5; Gould Shawmut Inc.; Littelfuse Power Fuse Division, or equal. 3. Switches shall be as manufactured by the Square D Co.; Cutler Hammer Co.; General Electric Company; Siemens Company, or equal. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 - 19 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 C. Circuit Breakers: 1. Provide circuit breakers in existing panelboards as indicated on the Drawings. Circuit breakers shall be molded case, bolt-in or plug-on type as required and shall be fully rated for 10,000 Amps RMS symmetrical. Contractor shall verify the proper type. Contractor shall verify the required short circuit interrupting rating and supply the correct breaker for the application. 2. Circuit breakers shall be manufactured by Cutler Hammer Co.; General Electric Company; Siemens Company, or equal. 3. Circuit breakers shall be as manufactured by the panelboard manufacturer. D. Meter Socket: 1. Provide meter socket as required by the power company. E. Control Relays: I 1. Control relays shall be heavy duty machine tool type,with 10 Amps, 300 Volt convertible contacts.Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B or equal by Square D Co. or Allen-Bradley Co. Latching relays shall be General Electric Co., CR120BL, equal by Square D Co., or Allen-Bradley Co. 2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts,with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings.Relays shall be Agastat,Model 7012 or 7022, or equal. F. Polyethylene Warning Tape: 1. Warning tape shall be red polyethylene film, 6-in minimum width. 2. Warning tape shall be W.H.Brady Co., Catalog No. 91296, or equal. G. 24-Hour Programmable Timers: 1. Unless otherwise specified,time switches shall be of the programmable type capable of being programmed at the intervals as noted on the Drawings over a 24-hour day.Program tabs shall be easily set by hand without tools to obtain or to change the desired programming schedule. The switching condition shall be maintained when adjacent tabs are set alike. 2. The unit shall be powered by a self-starting, enclosed, 120 Volt, synchronous motor capable of continuous accurate operation. A reserve power,precision wound spring and associated escapement device shall be integrally mounted to maintain time settings during power failures of up to 24 hours. 3. The switch mechanism shall be a self-contained unit rated at not less than 20 Amps, 120 Volts, single pole, double throw and shall be readily replaceable in the field. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020- 20 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 4. An omitting device shall be furnished as an integral part of the time switching operation to be skipped for any preselected day or days of the week. 5. Unless otherwise specified,time switches shall be as manufactured by Intermatic; TORK; Paragon, or equal. H. Equipment Mounting Stands: 1. Equipment mounting stands shall be custom fabricated from 1/4-inch steel plate and 4-inch steel channel,as shown on the Drawings. 2. Hot dip galvanizing shall conform to the requirements of Division 5. i 2.06 UNDERGROUND SYSTEM A. Excavation and backfilling, including gravel and sand bedding, are included in Division 2. I B. Concrete and reinforcing steel are included in Division 3. i C. Raceways shall be polyvinyl chloride conduit encased in concrete except that rigid steel conduit shall be used for 600 Volt shielded wire and data highway wiring. D. Handholes shall be precast concrete,heavy-duty type, designed for a Class H-20 wheel load and conform to ASTM C 478.Precast units shall be as manufactured by Chase Precast Corp.; American Precast Co., or equal and constructed to dimensions as shown on the Drawings. E. Handhole frames and covers shall be cast iron,heavy duty type for Class H-20 wheel loading. 2.07 GROUNDING I A. Ground rods shall be 3/4-in by 10-ft copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 0.25 mm. Ground rods shall be Copperweld, or equal. B. Grounding conduit hubs shall be malleable iron type similar to Thomas&Betts Co.; Cat No. 3940 (3/4-in conduit size)by Bumdy; O.Z./Gedney Co., or equal, and of the correct size for the conduit. C. Waterpipe ground clamps shall be cast bronze saddle type, similar to Thomas &Betts Co. Cat. No. 2 (1/2-in, 3/4-in, or 1-in size) or equal by Burndy; O.Z./Gedney Co. or equal, and of the correct size for the pipe. D. Buried grounding connections shall be by Cadweld process, or equal exothermic welding system. E. Bare copper ground wire shall be stranded, annealed copper wire conforming to ASTM B 3. PART 3 EXECUTION 3.01 SPORTS LIGHTING SYSTEM A. Soil Quality Control Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -21 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 1. It shall be the Contractor's responsibility to notify the Owner if soil conditions exist other than those on which the foundation design is based, or if the soil cannot be readily excavated. Contractor may issue a change order request/estimate for the Owner's approval/payment for additional costs associated with: a. Providing engineered foundation embedment design by a registered engineer in the State of Massachusetts for soils other than specified soil conditions; b. Additional materials required to achieve alternate foundation; c. Excavation and removal of materials other than normal soils, such as rock, caliche, etc. B. Delivery Timing 1. Delivery Timing Equipment On-Site: The equipment must be on-site 6-8 weeks from receipt of approved submittals and receipt of complete order information. C. Field Quality Control 1. Illumination Measurements: Upon substantial completion of the project and in the presence of the Contractor,Project Engineer, Owner's Representative, and Manufacturer's Representative, illumination measurements shall be taken and verified. The illumination measurements shall be conducted in accordance with IESNA LM-5-04. 2. Field Light Level Accountability a. Light levels are guaranteed not to fall below the target maintained light levels for the entire warranty period of 25 Years. b. The contractor/manufacturer shall be responsible for an additional inspection one year from the date of commissioning of the lighting system and will utilize the owner's light meter in the presence of the owner. c. The contractor/manufacturer will be held responsible for any and all changes needed to bring these fields back to compliance for light levels and uniformities. Contractor/Manufacturer will be held responsible for any damage to the fields during these repairs. 3. Correcting Non-Conformance: If, in the opinion of the Owner or his appointed Representative,the actual performance levels including footcandles and uniformity ratios are not in conformance with the requirements of the performance specifications and submitted information,the Manufacturer shall be required to make adjustments to meet specifications and satisfy Owner. D. Warranty and Guarantee 1. 25-Year Warranty: Each manufacturer shall supply a signed warranty covering the entire system for 25 years from the date of shipment. Warranty shall guarantee specified light levels.Manufacturer shall maintain specifically-funded financial reserves to assure fulfillment of the warranty for the full term.Warranty does not cover weather conditions events such as lightning or hail damage, improper installation,vandalism or abuse, unauthorized repairs or alterations, or product made by other manufacturers. 2. Maintenance: Manufacturer shall monitor the performance of the lighting system, including on/off status,hours of usage and luminaire outage for 25 years from the date of equipment shipment. Parts and labor shall be covered such that individual luminaire Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020-22 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 outages will be repaired when the usage of any field is materially impacted. Owner agrees to check fuses in the event of a luminaire outage. 3.02 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors,walls,partitions, etc.Locate all necessary slots for electrical work and form before concrete is poured. B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Seal all openings, sleeves,penetrations, and slots. 3.03 CUTTING AND PATCHING A. Cutting and patching shall be done in a thoroughly workmanlike manner and be in compliance with modifications and repair to concrete as specified in Section 03740. Saw cut concrete and masonry prior to breaking out sections. B. Core drill holes in concrete floors and walls as required. C. Install work at such time as to require the minimum amount of cutting and patching. D. Do not cut joists,beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. I F. Patching to be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. j J. When existing conduits are cut at the floor line of wall line,they shall be filled with grout of suitable patching material. i 3.04 INSTALLATION A. Any work not installed according to the Specifications shall be subject to change as directed by the Engineer.No extra compensation will be allowed for making these changes. B. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters.Do not install electrical equipment in its permanent location until structures are weather-tight.If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Engineer, or shall be replaced at no additional cost at the Engineer's discretion. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -23 ©2019 CDM Smith 56318-231404 All Rights Reserved November 2019 C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Engineer's discretion. D. Repaint any damage to factory applied paint finish using touch-up paint furnished by the equipment manufacturer. The entire damaged panel or Section shall be repainted per the field painting specifications in Section [09902] [09 9109 00], at no additional cost to the Owner. E. Coordinate the conduit installation with other trades and the actual supplied equipment. F. Install each 3 phase circuit in separate conduit. G. Unless otherwise approved by the Engineer, conduit installed interior to the building shall be installed exposed; conduit installed exterior to the building shall be concealed. H. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. I. Exact locations of electrical equipment shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work,proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. 3.05 MANUFACTURERS SERVICE A. Provide manufacturer's services for testing and start-up and training of the following equipment: 1. Sports Lighting System: (2 days, 2 trips minimum). B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. C. Before final initiation of operation, Contractor's vendors shall train/instruct Owner's designated personnel in the operation,adjustment, and maintenance of products, equipment and systems at times convenient to the Owner. D. Training/instruction shall be scheduled and held at times to accommodate the work schedules of Owner's personnel, including splitting the required training/instruction time into separate sessions and/or presented at reasonable times other than the Contractor's "normal working hours" or the Owner's normal day shift. E. Use operation and maintenance manuals as basis for instruction. Train/instruct the Owner's personnel, in detail,based on the contents of manual explaining all aspects of operation and maintenance of the equipment.If the respective equipment is inter-related to the operation of other equipment, all interlock, constraints, and permissives shall be explained. F. At least two weeks prior to the schedule for vendor training, a detailed lesson plan, representative of the material to be covered during instruction, shall be submitted to the Engineer for approval. Lesson plans shall consist of in-depth outlines of the training material, including a table of contents,resume of the instructor,materials to be covered, start-up procedures,maintenance requirements, safety considerations, and shut-down procedures. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -24 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 G. Prepare and insert additional data in each Operation and Maintenance Manual when the need for such data becomes apparent during training/instruction. H. Vendor's training/instruction will be considered acceptable based on the completed Owner's Acknowledgement of Manufacturer's Instruction as indicated on the Equipment Manufacturer's Certification of Installation, Testing, and Instruction appended to this Section. 3.06 CONDUIT,BOXES,AND FITTINGS A. Except where otherwise specified, all wiring within structures shall be in rigid steel conduit. B. PVC conduit shall be used for direct buried applications and concrete encased underground duct banks,except rigid steel conduit shall be used as raceway for shielded process instrumentation wiring, shielded control wiring, and I/O wiring. C. PVC coated rigid steel conduit shall be used in areas designated "CORROSIVE." D. PVC coated rigid steel conduit shall be used as a transition section where underground conduit stubs up above ground. The PVC coated rigid steel conduit shall extend a minimum of 6-inches above ground to allow for proper threading of the conduit. E. Aluminum conduit shall be used for exposed conduit runs outdoors, in areas designated as "WET" or"Class 1,Div. L" F. All boxes shall be metal. G. Exposed switch,receptacle and lighting outlet boxes and conduit fittings shall be cast or malleable iron, except that cast aluminum shall be used with aluminum conduit. H. Concealed switch,receptacle and lighting outlet boxes shall be pressed steel. I. Terminal boxes,junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed. J. Conduit wall seals shall be used where underground conduits penetrate walls. K. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather. L. No conduit smaller than 3/4-in electrical trade size shall be used, nor shall any have more than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided as required or directed. M. No wire shall be pulled until the conduit system is complete in all details. N. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. O. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020-25 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 P. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete inserts of the spot type shall be provided. I Q. All conduits shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling.No diagonal runs will be allowed.Bends in parallel conduit runs shall be concentric. All conduits shall be run perfectly straight and true. R. Conduit terminating in pressed steel boxes shall have double locknuts and insulated bushings. S. Conduit terminating in NEMA 3R,4, 4X and 12 enclosures shall be terminated with Myers type conduit hubs. T. Conduits containing equipment grounding conductors and terminating in sheet steel boxes shall have insulated throat grounding bushings. U. Conduits shall be installed using threaded fittings. V. Aluminum fittings and boxes shall be used with aluminum conduit. Aluminum conduit shall not be imbedded in concrete.Aluminum conduit shall be isolated from other metals with plastic sleeves or plastic-coated hangers. Strap wrenches shall be used for tightening aluminum conduit. W. Where conduits pass through openings in walls or floor slabs,the remaining openings shall be sealed against the passage of flame and smoke. X. PVC conduit to non-metallic box connections shall be made with PVC socket to male thread terminal adapters with neoprene O-ring and PVC round edge bushings. Y. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings. Z. PVC conduit shall be supported with non-metallic clamps,PVC coated steel racks and stainless steel hardware. AA. PVC boxes, conduit fittings, etc. with integral hubs shall be solvent welded directly to the PVC conduit system. BB. Non-metallic boxes with field drilled or punched holes shall be connected to the PVC conduit system with threaded and gasketed PVC Terminal Adapters. CC. All conduit entering or leaving a motor control center, switchboard or other multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. DD. All conduit which may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc., shall be arranged to drain away from the equipment served.If conduit drainage is not possible, conduit seals shall be used to plug the conduits. EE. Where no type or size is indicated for junction boxes,pull boxes or terminal cabinets,they shall be sized in accordance with the requirements of N.E.C.Article 370. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020-26 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 FF. Miscellaneous steel for the support of fixtures,boxes,transformers, starters, contactors,panels and conduit shall be furnished and installed. GG. Steel channels, flat iron and channel iron shall be furnished and installed for the support of all electrical equipment and devices,where required, including all anchors, inserts,bolts,nuts, washers, etc. for a rigid installation. HH. Conduits passing from heated to unheated spaces, exterior spaces,refrigerated spaces, cold air plenums, etc., shall be sealed with "Duxseal" as manufactured by Manville or seal fitting to prevent the accumulation of condensation. II. Rigid galvanized steel conduits which have been field cut and threaded shall be painted with cold galvanizing compounds. JJ. Conduit expansion and deflection fittings shall be installed on all conduits crossing building expansion joint. Where conduits are installed outdoors provide expansion and deflection fittings on all conduits crossing expansion joints or at 200 foot intervals whichever is the least dimension. 3.07 WIRE, CABLE AND ACCESSORIES A. Uniquely identify all wires, cables and each conductor of multi-conductor cables(except lighting and receptacle wiring)at each end with wire and cable markers. B. Use lubrications to facilitate wire pulling.Lubricants shall be UL approved for use with the insulation specified. C. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes and other accessible intermediate locations, as well as at each termination. D. The following coding shall be used: I System Wire Color 240/120 Volts Neutral White 1-Phase, 3-Wire Line 1 Black Line 2 Red E. Power conductors: Terminations shall be die type or set screw type pressure connectors as specified. Splices(where allowed)shall be die type compression connector and waterproof with heat shrink boot or epoxy filling.Aluminum conductors(where specified)shall employ terminations and splices specifically designed for aluminum conductors. F. Control Conductors: Termination on saddle-type terminals shall be wired directly with a maximum of two conductors. Termination on screw type terminals shall be made with a maximum of two spade connectors. Splices(where allowed) shall be made with insulated compression type connectors. G. Instrumentation Signal Conductors (including graphic panel, alarm,low and high level signals): terminations same as for control conductors. Splices allowed at instrumentation terminal boxes only. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -27 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 H. Except where permitted by the Engineer no splices will be allowed in manholes,handholes or other below grade located boxes. I. Splices shall not be made in push button control stations, control devices(i.e.,pressure switches,flow switches, etc.), conduit bodies, etc. J. Instrumentation cables shall be installed in rigid steel raceways as specified.All circuits shall be installed as twisted pairs or triads.In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. K. Terminal blocks shall be provided at all instrument cable junction and all circuits shall be identified at such junctions. L. Shielded instrumentation wire, shall be run without splices between instruments,terminal boxes, or panels. M. Shields shall be grounded as recommended by the instrument manufacturer and isolated at all other locations. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Where individual circuit shielding is required, each shield circuit shall be provided with its own block. 3.08 WIRING DEVICES A. Switch and receptacles outlets shall be installed flush with the finished wall surfaces in areas with stud frame and gypsum board construction, in dry areas with cement block construction or when raceways are concealed. B. Do not install flush mounted devices in areas designated DAMP,WET or WET/CORROSIVE. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE. 3.09 PANELBOARDS A. Type circuit directories giving location and nature of load served.Install circuit directories in each panelboard. 3.10 UNDERGROUND SYSTEM A. Install raceways to drain away from buildings. B. Reinforce raceway banks when conduits pass over newly excavated pipes. C. The minimum cover for raceway banks shall be 24-in unless otherwise permitted by the Engineer. D. Swab all raceways clean before installing cable. E. Plug spare raceways and seal them watertight at all manholes,buildings and structures. F. Seal the ends of raceways and make watertight at all handholes,buildings and structures. Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -28 0 2019 CDM Smith 56318-231404 All Rights Reserved November 2019 3.11 GROUNDING A. Run grounding electrode conductors in rigid steel conduits. Bond the protecting conduits to the grounding electrode conductors at both ends.Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and re-make them with new fittings. B. Install equipment grounding conductors with all feeders and branch circuits. C. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus. D. Ground wire connections to structural steel columns shall be made with long barrel type one- hole heavy duty copper compression lugs,bolted through 1/2-in maximum diameter holes drilled in the column web,with stainless steel hex head cap screws and nuts. E. Seal exposed connections between different metals with No-Oxide Paint Grade A or equal. F. Lay all underground grounding conductors slack and,where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. G. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary,jumper wires shall be installed. H. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 THW green conductor connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. I. Test the grounding system.Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured(12 minimum) and the numerical resistance to ground. i J. Testing shall be performed before energizing the distribution system. K. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION i Filippello Park Sports Lighting Upgrade Electrical Town of Watertown,MA 16020 -29 i I APPENDIX Geotechnical Investigations DEP SW-36 Conditional Approval CDM= smith Geotechnical Data Memorandum To: FILE From: Tyler Dunn, P.E. Gavin Power Date: October 23, 2018 Subject: Geotechnical Subsurface Investigation Filippello Park Lighting Project Watertown, Massachusetts Introduction This geotechnical data memorandum summarizes the subsurface investigation and laboratory program performed for the proposed improvements associated with the Filippello Park Lighting project. Elevations noted in this memorandum are measured in feet and referenced to the North American Vertical Datum of 1988 (NAVD 88). Proposed Construction The proposed improvements associated with the Filippello Park Lighting project are listed below: ■ A total of eleven (11) proposed light poles at the following locations: o Seven (7) proposed light poles around the perimeter of the baseball and soccer field at the eastern side of the project site at the location of the pre-existing landfill,and; o Four(4) proposed light poles located around the perimeter of the soccer field at the western section of the project site outside the limits of the pre-existing landfill. The locations of the proposed light poles within the pre-existing landfill area are shown on Figure 1A and the locations of the proposed light poles outside of the pre-existing landfill are shown on Figure 1B. Purpose and Scope The purpose of this study was to investigate the subsurface conditions at the locations of the proposed improvements and provide a summary of these findings. Specifically,the scope of work included the following: Filippello Park Lighting-Geotechnical Data Report Filippello Park Lighting Project October 23,2018 Page 2 ■ Performing a subsurface exploration program consisting of eleven (11) test borings to evaluate subsurface conditions and obtain soil samples for laboratory testing including: o Four(4)test borings located at each of the proposed light poles around the soccer field at the western section of the project site outside the limits of the pre-existing landfill,and; o Seven (7)test borings located at each of the proposed light poles around the perimeter of the baseball and soccer field at the eastern side of the project within the limits of the pre-existing landfill. ■ Conduct geotechnical laboratory tests on select soil samples to assist with classification of soils encountered; ■ Prepare this geotechnical data memorandum presenting the results from CDM Smith's subsurface investigation and laboratory testing program. Engineering evaluations and recommendations were beyond the scope of this work. Existing Site Conditions The proposed Filippello Park Lighting project is located at the existing Filippello Park in Watertown,Massachusetts.The park is bordered by Arlington Street at the west,commercial buildings and Coolidge Hill Road at the north, Grove Street to the east and residential and commercial buildings,Berkeley Street and Coolidge Avenue to the south.The eastern section of the park was built on a landfill which ceased activity in 1962 and has since been closed.The western section includes a soccer field and two playground structures.The eastern section includes a baseball and soccer field,basketball courts and two parking lots.The project areas are relatively flat with trees bordering the perimeters. Subsurface Exploration Program A subsurface exploration program was conducted to investigate the subsurface conditions at the locations of the proposed improvements for this project. The subsurface exploration program included eleven (11) test borings,B-1 through B-11,drilled by New England Boring Contractors, Inc. All of the test borings were drilled and completed between June 11, 2018 and June 21, 2018. The test borings were drilled using drive and wash drilling techniques with 4.25-inch inside diameter (I.D.) casing. The test borings were advanced to depths between 24.5 ft and 51.0 ft below ground surface (bgs). I Continuous sampling was conducted from the ground surface to 16 ft bgs,and then at 5-ft intervals thereafter to the completion depth of the borings. Sampling was conducted in general accordance with ASTM D1586 using a 2-inch outside diameter (O.D.) sampler,driven 24 inches by blows from a 140-pound hammer falling freely for 30 inches.The number of blows required to drive the sampler each 6-inch increment was recorded and the Standard Penetration Test(SPT) resistance (N-value) Filippello Park Lighting-Geotechnical Data Report Filippello Park Lighting Project October 23,2018 Page 3 was calculated as the sum of the blows over the middle 12 inches of oon penetration. Split-spoon p p p refusal was defined as less than 6 inches of penetration resulting from 50 blows from a 140-pound hammer. Split-spoon refusal,as described previously,was encountered at all test boring locations. For cohesive soils that were encountered,field estimates of undrained shear strength using a pocket penetrometer were measured. A CDM Smith representative visually classified the soil samples recovered in the field in general accordance with the Burmister classification system.Representative soil samples from each split- spoon were collected and stored in jars for subsequent review and geotechnical laboratory testing. When possible,groundwater levels at the test boring locations were estimated from the condition of the samples obtained and by observed water levels within the boreholes at the time of drilling. All test borings were backfilled upon completion with soil cuttings. i I The test borings were located in the field using line of site and taping from existing features and are shown on Figure 1A and Figure 1B. The test boring logs are provided in Attachment A. Geotechnical Laboratory Testing Geotechnical laboratory tests were performed on select split-spoon samples obtained from the test borings. All geotechnical laboratory tests on soil were performed at CDM Smith's Geotechnical Testing Laboratory in Somerville,Massachusetts.Grain size analyses were performed on twenty- four (24) soil samples and grain size with hydrometer analyses were performed on eight(8) soil samples in accordance with ASTM D6913/D7928 &D1140. Atterberg Limit tests were performed on three (3) soil samples in accordance with ASTM D4318. Unified Soil Classification System (USCS) classifications were performed in accordance with ASTM D2488 and moisture content analyses were performed in accordance with ASTM D2216 on all soil samples tested.The i laboratory soil test results are included in Attachment B. Subsurface Conditions - General i I In general,the subsurface soils at the western side of the project site (outside the limits of pre- existing landfill) consisted of topsoil,sand,silty sand,gravelly sand,glacial till and boulders/cobbles near the termination of the borings.The subsurface soils at the eastern side of the project site (within the limits of pre-existing landfill) consisted of topsoil,landfill cap and landfill material,sand and glacial till. A description of the conditions encountered in the test borings is included below. Subsurface Conditions —Western Section (Outside Landfill Limits) Topsoil A layer of topsoil was encountered in test borings B-8,B-9,B-10 and B-11 at the ground surface ranging from 2 inches to 8 inches in thickness Filippello Park Lighting-Geotechnical Data Report Filippello Park Lighting Project October 23, 2018 Page 4 Sand Sand was encountered in test borings B-8,B-10 and B-11. This stratum was encountered directly n below the topsoil at B 8 and B 10,and extended to approximately 8.0 ft bgs and 12.O ft bgs,g , respectively(thickness ranging between 7.7 and 11.3 feet).At test boring location B-11,this stratum was encountered between 8 ft bgs and 29 ft bgs (21 ft-thick).The material comprising this stratum generally consisted of moist,medium dense to dense,brown to grey,fine to coarse SAND, with varying amounts of silt and gravel. The USCS classification symbols for the soils generally encountered in this stratum include SP-SM,GP-GM and SM. SPT-N values in the Sand stratum ranged from 12 blows per foot(bpf)to 43,with an average N-value of 21 bpf at the test boring locations. Silty Sand Silty Sand was encountered in test borings B-8,B-9,B-10 and B-11. This stratum was encountered directly below the sand layer test borings B-8 and B-10 and extended to approximately 17.5 ft bgs and 22.5 ft bgs,respectively(thickness ranging between 9.S ft and 10.5 ft).At boring locations B-9 and B-11,this stratum was encountered directly below the topsoil layer and extended to approximately 12 ft bgs and 8 ft bgs,respectively.The soils in this stratum generally consisted of moist,medium dense to hard,light brown to brown,fine SAND,with varying amounts of silt and clay. The USCS classification symbols for the soils generally encountered in this layer include CL-ML,CL and ML. SPT-N values in the Silty Sand stratum ranged from 10 bpf to 43 bpf,with an average N- value of 22 bpf at the test boring locations. Gravelly Sand Gravelly Sand was encountered at test boring locations B-8,B-9 and B-10. This stratum was encountered directly below the silty sand layer and extended to approximately 22 ft bgs to 31 ft bgs (thickness ranging between 16.5 ft and 21.5 ft). The soils comprising this stratum generally consisted of moist,medium dense to dense,brown to grey,fine to coarse GRAVEL to fine to coarse SAND,with trace silt. The USCS classification symbols for the soils generally encountered in this layer include GP-GM,SP-SM and SW-SM. SPT-N values in the silty clay stratum ranged from 1S bpf to 42 bpf,with an average N-value of 21 bpf at the test boring locations. Glacial Till Glacial Till was encountered attest boring location B-11. This stratum was encountered directly below the Sand stratum and extended to the termination depth of the test boring. The Glacial Till generally consisted of moist,dense,grey,fine to coarse SAND,some fine gravel and little clayey silt. An SPT-N value of 34 bpf was measured in this stratum. Cobbles/Boulders Cobbles/Boulders were encountered at test boring locations B-8 and B-9. This stratum was encountered directly below the Gravelly Sand stratum and extended to the termination depth of the test borings. The samples observed in the stratum of Cobbles/Boulders generally consisted of moist,very dense,grey,fine to coarse GRAVEL,with trace fine to coarse sand and silt. SPT-N values Filippello Park Lighting-Geotechnical Data Report Filippello Park Lighting Project October 23,2018 Page 5 measured in this stratum ranged from 92 bpf to Refusal (100 blows for 5 inches of penetration), with an average N-value of 96 bpf. Subsurface Conditions— Eastern Section (Inside Landfill Limits) Topsoil A layer of topsoil was encountered in test borings B-1,B-2,B-3,B-6 and B-7 at the ground surface ranging from 2 inches to 7 inches in thickness. Compacted Clay/Sand Fill A Compacted Clay/Sand Fill layer was encountered in test boring B-4. This stratum was encountered at the ground surface and extended to approximately 0.8 ft bgs.The material comprising this stratum consisted of moist, dense,light brown,fine to medium SAND,with little silt. Approximate SPT-N value measured in this layer was 23 bpf. Landfill Cap The Landfill Cap was encountered in test borings B-1,B-2,B-3,B-4,B-5, B-6 and B-7. This stratum was encountered directly below the topsoil at test boring locations B-1,B-2,B-3,B-6 and B-7,and extended to approximately 4.0 ft bgs to 4.4 ft bgs (thickness ranging between 3.4 to 4.3 feet).At test boring location B-4,this stratum was encountered directly below the Compacted Clay/Sand Fill layer and extended to 4 ft bgs (3.2 ft-thick).At test boring location B-5,the Landfill Cap was encountered at the ground surface and extended to 6.5 ft bgs.The material comprising this stratum generally consisted of moist,very loose to dense,dark brown,fine to coarse SAND,with varying amounts of silt,gravel, organic matter(grass and roots) and wood chips. The USCS classification symbol for the soils generally encountered in this stratum is SM. SPT-N values in the Landfill Cap stratum ranged from 2 bpf to 30 bpf,with an average N-value of 18 bpf at the test boring locations. Landfill Material Landfill Material was encountered in test borings B-1, B-2,B-3,B-4,B-5, B-6 and B-7. This stratum was encountered directly below the Landfill Cap and extended to approximately 26 ft bgs to 37.5 ft bgs,respectively(thickness ranging between 19.5 ft and 33.5 ft).The soils in this stratum generally consisted of moist,very loose to dense, dark brown to black,fine to coarse SAND,with varying amounts of silt,gravel,miscellaneous debris (plastic,rubber,glass,ceramic,Styrofoam,wood, newspaper and brick) and occasional petroleum odor. The USCS classification symbols for the soils generally encountered in this layer include SP-SM and SM. SPT-N values in the Landfill Material stratum ranged from 2 bpf to Refusal (100 blows for 4 inches of penetration),with an average N- value of 22 bpf at the test boring locations. Sand Sand was encountered at test boring locations B-2,B-3 and B-5. This stratum was encountered directly below the Landfill Material layer and extended to approximately 37.5 ft bgs to 39 ft bgs (thickness ranging between 11.5 ft and 12.0 ft). The soils comprising this stratum generally Filippello Park Lighting-Geotechnical Data Report Filippello Park Lighting Project October 23,2018 Page 6 consisted of moist,very loose to dense,grey to brown,fine to coarse SAND,with varying amounts of silt and gravel. The USCS classification symbol for the soils generally encountered in this layer include SM. SPT-N values in the Sand stratum ranged from 2 bpf to 32 bpf,with an average N-value of 15 bpf at the test boring locations. Glacial Till Glacial Till was encountered at test boring location B-1,B-2, B-3,B-4, B-5, B-6 and B-7. This stratum was encountered directly below the Sand stratum at boring locations B-2, B-3 and B-5,and below the Landfill Material layer at boring locations B-1,B-4,B-6 and B-7.This layer extended to the termination depth of the test boring locations (thickness ranging between at least 8 ft and at least 19 ft). The Glacial Till generally consisted of moist,loose to very dense,grey to grey-brown, fine to coarse SAND,with varying amounts of gravel and silt.The USCS classification symbol for the soils generally encountered in this layer include SP-SM,SM,GM,SC and CL-ML. SPT-N values in the Glacial Till stratum ranged from 5 bpf to Refusal (100 blows for 2 inches of penetration)with an average N-value of 38 bpf. I Groundwater Conditions When possible,groundwater levels were measured at all of the test boring locations when encountered during drilling. Groundwater levels ranged from 12.2 ft bgs to 30.6 ft bgs. Expected Variation in Subsurface Conditions Interpretation of general subsurface conditions presented herein is based on the soil and groundwater conditions observed at the test boring locations. However,subsurface conditions may vary between test boring locations. If subsurface conditions encountered during construction vary from what was presented,the data contained in this memorandum should be re-evaluated by CDM Smith and confirmed in writing. Water levels recorded in the test borings should not necessarily be considered to represent stabilized groundwater levels. Water levels can be expected to fluctuate with season,temperature, climate,construction in the area,and other factors. Actual conditions during construction may be different from those observed at the time of the explorations. I Memorandum Limitations This geotechnical data memorandum has been prepared for the Filippello Park Lighting project located in Watertown,Massachusetts,as understood at this time and described in this report. Geotechnical engineering design and recommendations were beyond the scope of this work i I I Filippello Park Lighting-Geotechnical Data Report I e Filippello Park Lighting Project October 23,2018 Page 7 Attachments Figure 1A-Test Boring Location Plan(Test Borings B-1 through B-7) Figure 1B-Test Boring Location Plan(Test Borings B-8 through B-11) Attachment A-Test Boring Logs Attachment B-Geotechnical Laboratory Test Results i i Filippello Park Lighting-Geotechnical Data Report pw:Ilpw.cdmsmilh.com:PW PL11583181228241104 Design Services NM_Permipl3 GeolechnicallDrawingslSubsurface Exploration Location Plan.dwg 02015 CDM SMITH ALL RIGHTS RESERVED.REUSE OF DOCUMENTS: THESE DOCUMENTS AND DESIGNS PROVIDED BY PROFESSIONAL SERVICE,INCORPORATED HEREIN,ARE THE PROPERTY OF CDM SMITH AND ARE NOT TO BE USED,IN WHOLE OR PART,FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CDM SMITH. ------------- ------ -_ :------------------ �------------ "" �'" 0i' A � R it Iit I ;I ,it 0. it Ili f � I , t G t 1il;;;il till, l ;l;;;il�iii -D-I'n It +'1f iiliii 1 0 - ;,�Ti illii"' ! /; 161' m IIIII I I z F l;,iil;; I m o ��4li�liiii'!i` it ili, '4u;I,;G• — I , � 'rli ,,%Iri;il f;iiill''' I i Ijliili l I /. a{b.sa { 0 ,f� DA W N n - 0 m y m cmmnn nn� zc� ­00-w o m O��jpr DA'00 DOO ODAAC �yyT x �G)Z D 022 O�� m-AO-0<<:E m OXC100c)� mD�� vDZ Tmmfl3 AA'1N-tC)-O 1iT10-=� 6'Ov--O O22� *1 C71 1 2W90 D v0oum C=i >o 0AA � U <Om -4Z z 2 --1 EPOm mzz, Z ZDiz ZZm O ADOTi- CS22�CO9 0?*��OmDO Dt* o �m > Q5mm Z_ 9> n "" - D� T S- OK fMHzCDZf fo -�0 � v oKz� uTo 00 o °o ^'aD q i jT mv � c � 0� 00A. Z00 � -p 0 �m � 0 al X � mzz mm 0 z o zzoF90 L nOOx O O M (A m Po - I z O D m 000 m o m o ZD � pw:\\pw.cdmsmith.com:PW P1_11563181228241104 Design Services NM_PermiA13 Geotechnical\Drawings\Subsurface Exploration Location Plan.dwg @2015CDM SMITH ALL RIGHTS RESERVED.REUSE OF DOCUMENTS: THESE DOCUMENTS AND DESIGNS PROVIDED BY PROFESSIONAL SERVICE,INCORPORATED HEREIN,ARE THE PROPERTY OF CDM SMITH AND ARE NOT TO BE USED,IN WHOLE OR PART,FOR ANY OTHER PROJECT WITHOUT THE WRITTEN AUTHORIZATION OF CDM SMITH. �� 133211S N , v �� O1JNI7Ny Alff x y IF -- f °10 ofra Ch I 9q o m 0 I 7j" anLd l\_ Z rn O O n Tl ;F_- ------------- m o z I -- -_-� C Dm T y "TT.mm Z. DD DDC� zC) zr-00 wO DDDO m ojpzF ammz D00 0>X X c:X"rO-D0 �> D �D DZ Nm�mmOK Iz*T_ � r Qc m � -MR G O n>cCw_mL`DmZO yrm'r�<COD�0i =O�OzLovm - Gn 1 M(noo � vm-_XG z iF, - v0n *_L 7OM� D(nzLz) n0o D NC:to- rmor E. ZOz, zOm zoym-IomDN z - vrCg�O rr 'Mmz CZO Dzmzmm Nz V o 00 o z ior Z -�� oC &) o b ) m m�z � � y ? ZNmDi Dll mm rnm OX �O I Z ;0K ;0 0" m OKO om_rr M OmnDD zC Cn m IDPo CZmD< F W T o oL DO zo m mOnDrn omN m Z 'Iy o > r� z 07 Attachment A Test Boring Logs i i i Sheet 1 of 2 C, DIM= Boring Number: Smith B"1 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 47.6 Hoeckele Total Depth(ft.): 41 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-1".See Boring Location Plan. 17.2 6/11/2018 15:10 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/1 1120 1 8 End: 6/11/2018 Logged By: J.Todd c rn Elev. m 2 m` 2 n m v m -1 CL d. n..0 n.,C w= CL Z 2 V 18 D(eft)h E E _ E rn 3 E > n Material Description Remarks rn rn z U) m rn d z m rn 47.6 0 1 _-.2"Topsoil 1 .., Moist,very loose,dark brown,fine to - SS S-1 24 1 9 2 , medium SAND, little silt,trace fine gravel, 2 �, trace wood chips,trace grass,trace roots 3 •'' _ [PID: 0.0 ppm] s 1J : Moist, medium dense, dark brown and grey, SS S-2 24 14 12 20 J fine to coarse SAND, some fine to coarse 28 \ gravel, little silt[PID: 0.0 ppm] 14 A: (Top 5")Moist, dense,dark brown,fine to Fabric in layer at 42.6 6 coarse SAND,trace silt,trace fabric[PID: bottom of S-3A. 5 - SS S-3 24 35 10 41 \0.2 ppm] / 38 B: (Bottom 5")Moist,dense, dark brown, 15 fine to medium SAND, some silt, trace fine 22 gravel [PID: 1.1 ppm] - SS S-4 24 9 6 31 Moist,dense, brown,fine to coarse SAND, 10 little fine gravel, little silt[PID: 0.5 ppm] 3 Moist, medium dense, dark brown,fine to Petroleum smell 8 medium SAND,some fine to coarse gravel, from S-5.Some - SS S-5 24 17 5 25 little silt[PID:34.0 ppm] material in sample S-5 is 37.6 13 plastic,rubber, 10 9 Moist, medium dense, dark brown,fine to and glass,not s coarse SAND and fine to coarse GRAVEL, mineral. - SS S-6 24 s 11 15 a trace silt[PID: 0.3 ppm] Most material in 8 ;, sample S-6 is 17 metal or plastic, Moist, medium dense, dark grey,fine to not mineral. s coarse GRAVEL,trace fine to coarse sand, Some of gravel - SS S-7 24 2 16 V rtrace silt[PID:0.2 ppm] in S-7 is metal. g J Cuttings from 14 Moist, medium dense, dark grey,fine to 14'-19'include 12 coarse SAND, little fine ravel, little silt PID: glass,apex,styro and _ 32.6 _ SS S-8 24 4 20 g [ newspaper,and 15 8 0.0 ppm] brick. 14 N V - a ui c� 0 J 0- s Moist, loose, black-grey,fine to medium a 27 6 SS S-9 24 2 3 6 SAND,trace silt[PID: 0.4 ppm] m Sample Tvpes Consistencv vs Blowcount/Foot Burmister Classification Y a AS-Au er/Grab Sample HP-Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50%° g p SS Split Spoon some 20-35/° o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color Reviewed by: T. Dunn Date: 10/23/2018 1 Boring Number: B-1 Sheet 2 of 2 CDM Boring Number: mith B-1 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 o Elev. a°' n..n a" c.L a r 0 W Depth E a E E E E :E Material Description Remarks a rn 3 c > lft) in~ viz in J m`a in d z m 27.6 20 SS S-9 24 4 Most material in 3 6 3 sample S-9 is - plastic and wood,not mineral. A s Moist, medium dense, black,fine to medium Some material in 22.6 7 = SAND,trace silt[PID: 0.1 ppm] sample S-10 is 25 - SS S-10 24 8 11 15 plastic, 5 J newspaper,and wood,not mineral. 68 Moist,very dense, dark brown-grey,fine to _ 17.6 73 coarse SAND, little fine gravel,trace silt 30 - SS S-11 14 27/2„ 14 >100 [PID:0.3 ppm] - - I 9 Moist,very stiff, grey, SILT and fine to _ 12.6 11 _ coarse SAND, little fine to coarse gravel 35 - SS S-12 24 11 13 22 [PID:0.1 ppm] 16 16 Moist,very dense, grey,fine to coarse 7_6 20 SAND and SILT, little fine to coarse gravel 40 - SS S-13 24 32 18 52 [PID:0.0 ppm] m 56 N End of exploration at 41 ft bgs. a a 2n 0 J 0 Z m_ 2.6 _ a 45 a o- _ w a � LL Boring Number: B-1 J 07 Sheet 1 of 3 CDM Boring Number: ith B"2 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors,Inc./W. Surface Elevation ft): 43.7 Hoeckele Total Depth(ft.): 51 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"C-1".See Boring Location Plan. 29.6 6/12/2018 12:55 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/12/2018 End: 6/12/2018 Logged By: J.Todd o Elev. a a.n a c n'r a Z 2 cJi f0 d IYe th E T E E E E °7 fQ r f0 Material Description Remarks p rn 3 c > > ` (ft) CO~ CO z CO J m w z in 43.7 0 3 --_2"Topsoil 6 Moist, medium dense, brown,fine to coarse - SS S-1 24 � 16 13 , SAND, some fine to coarse gravel, little silt 9 0 [PID:0.0 ppm] 3 :- w Moist, loose, brown,fine to coarse SAND, Some material in 2 j/ :; little silt,trace fine gravel [PID: 0.1 ppm] sample S-2 is SS S-2 24 5 3 7 ceramic,not 4 mineral. 18 Moist, dense, dark brown-grey,fine to 38.7 15 coarse SAND, little fine gravel,trace silt 5 - SS S-3 24 15 10 30 [PID:0.0 ppm] 21 11 Moist, dense, dark grey,fine to coarse 17 SAND,some fine gravel,trace silt[PID: 0.0 - SS S-4 24 14 3 31 ppm] 14 17 Moist,very dense, dark grey,fine to coarse In sample S-5,2" 33 SAND,some fine gravel,trace silt[PID: 0.0 thick fragment of SS S-5 24 38 7 71 ppm] wood. In cuttings from 33.7 28 8'-10'includes 10 52 Moist,very dense, grey,fine to coarse rubber pieces. 40 SAND,trace fine gravel,trace silt[PID:0.0 - - SS S-6 24 12 14 52 0 ppm] 12 - 12 = Moist,dense, grey,fine to coarse SAND, In sample S-7,2" 34 some fine to coarse gravel,trace silt[PID: thick fragment of - - SS S-7 24 9 5 43 0.1 ppm] wood. 16 - 12 Moist, loose,grey,fine to coarse SAND, 28.7 5 some fine gravel,trace silt[PID: 0.0 ppm] 15 - SS S-8 24 3 3 8 1 ' W m N o- - a , 0 c� 0 J_ 0 6 Moist, loose,grey&brick red,fine to coarse Z23.7 SS S-9 24 4 3 6 GRAVEL and fine to coarse SAND,trace silt SamDle Twes Consistencv vs Blowcount/Foot Burmister Classification HP Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50% a AS-Auger/Grab Sample SS Split Spoon some 20-35% o CS-California Sampler ST-Spelb Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% W BQ-1.5"Rock Core Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core WS-Was Sample M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 a GP-Geoprobe moisture,density,color J m Reviewed by: T. Dunn Date: 10/23/2018 Boring Number: B-2 CDMM Sheet 2 of 3 Boring Number: S It' h B-2 9 Client: Town of Watertown Project Name: Filippello Park Lighting j Project Location: Watertown, MA Project Number: 56318-228241 tM Elev. 0 (ft) m FT m = m rn 3 (a > > c `��° Material Description Remarks fn fn Z fn J m ip fn N Z m N 23.7 20 SS S-9 24 2 3 6 [PID: 0.0 ppm] Most gravel 5 sized material in sample S-9 is brick. $ Moist,medium dense, grey-brown,fine to Some material in j 1257 - SS S-10 24 15 13 25 coarse SAND,trace fine gravel,trace silt sample S-10 is [PID:0.0 ppm] plastic and 30 newspaper,not mineral. In sample S-10,2" thick fragment of y wood. V 4 a.::•:' Moist,very loose,grey-brown,fine to coarse Organic smell in 1J.7 - SS 5-11 24 1 13 2 X-3; SAND,some silt, little fine gravel[PID:0.0 S-11. }:; ppm] 5 •�••� Moist,loose,grey,fine to coarse GRAVEL, To increase _ &7 2 }•'•'°' some fine to coarse sand,trace silt[PID: 0.0 recovery,5-12 35 - SS S-12 24 4 1 6 ppm] interval 4 °°• ° resampled using •o:a 3"O.D.spoon, ��.o.•. which had 2" - - °o.•:• recovery. 6 Moist, loose, grey-brown,fine to coarse 3.7 40 - SS S-13 24 5 13 10 SAND, trace fine gravel, trace silt[PID:0.0 ppm] 6 N 4 (7 O F Z Z_ m12 Moist,medium dense, grey,fine to medium Y- `�'3 - SS 5-14 24 �� 5 28 SAND, little silt, trace fine gravel[PID: 0.0 a 45 17 ppm] o- 18 J - - J O_ a IL J� - LL m Boring Number: B-2 Sheet 3 of 3 CDM Boring Number: Sm Ith B"Z Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 c � L C d o Depth E T E E E N E m m z Material Description Remarks rn 3 c > > eft) in F" cn Z cn J m to cn Z m �' - 15 Moist, medium dense, grey,fine to coarse -6.3 11 SAND, some fine gravel,trace silt[PID:0.0 50 - SS S-15 24 16 5 27 ppm] 21 End of exploration at 51 ft bgs. _ r -11.3 _ 55 - - I _ -16.3 _ 60 I i _ -21.3 _ 65 N O a (_ -26.3 _ 0 70 J 0 Z- - IX 0 07 Y_ _ K Q a a- - J J W a LL Boring Number: B-2 Sheet 1 of 2 C D Mw Boring Number: mith B"3 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 38.4 Hoeckele and M.Misraszek Total Depth(ft.): 46 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"B-1".See Boring Location Plan. 21.5 6/15/2018 12:55 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/14/2018 End: 6/15/2018 Logged By: J.Todd y " N N N y d J D(ft)h E E E E c o 0 E o > c ("a Material Description Remarks CO CO z CO j m CO 0 z E 38.4 0 3 )' '.' 3"Topsoil - - SS S-1 24 a 7 15 Moist, medium dense, brown,fine to coarse SAND, little silt, little fine gravel [PID: 0.0 6 ppm] 5 '; Moist, medium dense, brown,fine to coarse 14 SAND and SILT, little fine gravel [PID: 0.0 - SS S-2 24 14 16 28 ppm] a 21 Moist, medium dense, light brown,fine to 33.4 16 coarse SAND,some fine gravel, little silt - 5 - SS S 3 24 14 15 30 [PID:0.0 ppm] 16 9 Moist, medium dense, brown&red,fine to 14 medium SAND, little fine gravel, little silt - SS S-4 24 8 5 22 [PID: 0.0 ppm] 6 11 Moist, medium dense, dark brown,fine to Some material in 9 coarse SAND,some fine gravel, trace silt sample S-5 is - SS S-5 24 9 4 17 [PID: 0.1 ppm] brick,ceramic, and possible _ 28.4 3 cinders,not 10 8 Moist, medium dense, brown,fine to coarse mineral. 13 SAND,some fine gravel,trace silt[PID:0.0 Some material in - - SS S-6 24 13 2 26 m ppm] sample S-6 is j brick,not l. 9 Moist, medium dense, grey,fine to coarse Someamaterial in 5 SAND and fine to coarse GRAVEL,trace silt sample S-7 is SS S-7 23 7 6 12 [PID: 0.1 ppm] metal and brick, 100/5" not mineral. 11 Moist,very dense, grey,fine to coarse Some material in 23.4 37 SAND,some fine gravel,trace silt[PID:0.0 sample S-8 is 15 - SS S-8 24 20 3 57 ppm] metal,not mineral. 12 m M (V O- - a C7-CO c7 0 J 20 Moist,dense, dark grey,fine to coarse a 18.4 SS S-9 24 10 10 30 SAND,some fine gravel,trace silt[PID: 0.0 0 m SamDle Tvpes Consistencv vs Blowcount/Foot Burmister Classification Y a HP Hydro Punch Granular(Sand): Fine Grained(Clay): and 35-50% a AS-Auger/Grab Sample SS-Split Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20/° w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% L- a. NQ-2"Rock Core GP Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color m LL Reviewed by: T. Dunn Date: 10/23/2018 I Boring Number: B-3 Sheet 2 of 2 QDMm Boring Number: Sm ith B"3 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 l C L C O Elev. m a `m °' a ayi °'V � -� m Depth E T E E E 3 > > t Material Description Remarks (ft) in~ in z in J m�O rn m z CO CL 18.4 W 20 20 ppm] Petroleum smell SS S-9 24 48 10 30 in sample S-9. Some material in 1 sample S-9 is glass,not mineral. m w v c 60 Moist, dense, dark grey,fine to coarse 13.4 21 SAND, some fine to coarse gravel,trace silt 25 - SS S-10 24 16 16 37 [PID: 0.0 ppm] 12 :;.;a 17 Moist, dense, brown-grey,fine to coarse 8.4 18 •p,•,• SAND, little fine gravel, little silt[PID: 0.0 30 - SS S-11 24 14 14 32 •..�: ppm] 13 G'••.•. ca 5 '•, ; Moist, loose, brown,fine SAND, little silt 33_4 4 c.:••• [PID: 0.0 ppm] 35 - SS S-12 24 3 9 7 4 }'• _ ry; 3;• l� 30 Moist, dense, grey-brown,fine to coarse -1_6 21 SAND,some silt, some fine to coarse gravel 40 - SS S-13 24 20 11 41 [PID:0.0 ppm] 20 M N O a F c� CO 0- 0 J 0 z o- 19 Moist, medium dense,grey,fine to coarse m _ 14 SAND,some fine to coarse gravel, little silt a 45 - SS S-14 24 15 6 29 [PID: 0.0 ppm] a 16 W- End of exploration at 46 ft bgs. a J Boring Number: B-3 Sheet 1 of 3 CDMM Boring Number: ith B"4 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation(ft.): 40.6 Hoeckele Total Depth(ft.): 49.25 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"A-1".See Boring Location Plan. 26.8 6/19/2018 14:00 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/19/2018 End: 6/19/2018 Logged By: J.Todd c 0 L Q Elev. a m o.� a.V °t Q.Z' ��ft�h E E E E o E o Q Material Description Remarks <n <n z 0) in <n a z IQ 40.6 CD 0 3 A: (Top 10")-Compacted Clay/Sand Fill- 6 Moist,dense, light brown,fine to medium - - Ss S-1 24 17 16 23 SAND, little silt[PID: 0.0 ppm] 20 B: (Bottom 6 ) Moist, medium dense, brown 19 w fine to coarse SAND, little fine gravel, little 15 a silt[PID:0.0 ppm] - - SS S-2 24 15 4 30 Moist, medium dense, brown,fine GRAVEL, 18 some fine to medium sand,trace silt[PID: 17 \0•2 ppm] / Some material in 35.6 11 Moist, medium dense, dark brown,fine to sample S-3 is - 5 - SS S-3 24 17 20 28 coarse SAND and fine to coarse GRAVEL, brick and 14 little silt[PID: 0.0 ppm] possible concrete,not 12 Moist, medium dense, dark brown,fine to mineral. 11 medium SAND, little silt,trace fine gravel Some material in SS S-4 24 18 21 0.0 ppm] sample S-4 is 10 [PID: 26 possible concrete, not 30 Moist, medium dense, brown-grey,fine to mineral. 16 coarse SAND, little fine to coarse gravel, Some material in - - SS S-5 24 9 13 25 trace silt[PID: 0.0 ppm] sample S-5 is j _ 30.6 9 metal,not 10 8 Moist,dense, brown-grey,fine to coarse mineral. 9 SAND,some fine gravel,trace silt[PID:0.0 - - SS S-6 24 31 7 40 ppm] 17 11 = Moist, medium dense, dark brown,fine to 10 coarse SAND, little fine gravel, little silt[PID: - Ss S-7 24 8 10 18 0.0 ppm] 10 7 Moist,very loose, dark brown, Clayey SILT, To increase _ 25.6 1 some fine to coarse gravel, little fine to recovery,S-8 15 - ss S-8 24 1 1 2 coarse sand[PID:0.0 ppm] interval 2 resampled using _ 3"O.D.spoon, which had 4" N recovery. a- - a ui O J 26 Moist, medium dense, grey-brown,fine to EE 20.6 SS S-9 24 6 5 14 coarse SAND, some fine gravel, little silt Sample Tvves Consistencv vs Blowcount/Foot Burmister Classification aHP-Hydro Punch Granular(Sandl: Fine Grained(Clavl: and 35-50% o CS-Auger/Grab Sample SS Split Spoon some 20-35% CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% i NQ-2"Rock Core GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color LL Reviewed by: T. Dunn Date: 10/23/2018 I Boring Number: B-4 Sheet 2 of 3 CDM Boring Number: SMMIth B-4 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 C O) � O Deeth a an a.Z °'� a V (ft) w0. _ c o r o n Material Description Remarks rn rn z rn J m CO a z 20.6 20 SS S-9 24 8 5 14 [PID: 0.0 ppm] Some material in 19 sample S-9 is - copper wire and miscellaneous metal,not mineral. 24 Moist, medium dense, brown,fine to coarse Some material in 15.6 7 GRAVEL and fine to coarse SAND, little silt sample S-10 is 25 - SS S-10 24 10 8 17 [PID: 0.0 ppm] wood,ceramic and possible 6 _ brick,not mineral. 1 j 17 A: (Top 6")Moist, dense, grey,fine to coarse 10.6 _ 10 SAND, some fine gravel,trace silt[PID: 0.0 SS S-11 23 14 37 30 27 J ppm] 73/5" B: (Bottom 8")Moist,dense, dark brown to black,fine to coarse SAND,some clayey silt, little fine to coarse gravel [PID:0.0 ppm] - 11 Moist,dense, brown,fine to coarse SAND, _ 5_6 17 some fine gravel, little silt[PID: 0.0 ppm] 35 - SS S-12 24 17 12 34 16 28 Moist,very dense, brown,fine to medium 0.6 32 SAND, some clayey silt,trace fine gravel 40 - SS S-13 24 38 16 70 [PID:0.0 ppm] 30 M (V O a = � i= ai 0 J 0 0 12 Moist,very dense, grey,fine to coarse m 24 GRAVEL and fine to coarse SAND,some Y_ -4.4 _ SS S-14 24 12 52 a 45 2a clayey silt[PID: 0.0 ppm] a 21 0- J J W a LL Boring Number: B-4 Sheet 3of3 C D M- Boring Number: S Ith B"4 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 c o Elev. 2 a n e a iu a T u fQ a� Depth E T E E E 3 c E t _� Material Description Remarks (ft) in~ cn z cn J m w z m `n F- ,F1 SS S-15 3 10013" 3 >100 Moist,very dense, grey,fine to coarse -g 4 \GRAVEL and fine to coarse SAND,some / 50 clayey silt[PID: 0.0 ppm] End of exploration at 49.25 ft bgs. -14.4 _ 55 -19.4 _ 60 _ -24.4 _ 65 I o I a (6 -29.4 0 50 _ J Z Z_ - W 0 [L Y- - K Q a 0- - W W LL J Boring Number: B-4 Sheet 1 of 2 CDMM Boring Number: ith Sm B-5 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 40.3 Hoeckele Total Depth(ft.): 46 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"A-2".See Boring Location Plan. 27.6 6/18/2018 14:13 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/18/2018 End: 6/18/2018 Logged By: J.Todd c rn � Elev. a s a.Q CL= y 4) Depth E >, E E E m 3 c E > j r ;? Material Description Remarks (ft) cn~ CO z CO J m fn z m 40.3 0 3 !` Compacted Clay/Sand Fill at surface - SS S-1 24 5 15 13 Moist, medium dense, light brown,fine to a medium SAND,some silt,trace fine to 10 coarse gravel [PID:0.0 ppm] 11 a Moist, medium dense, dark brown,fine to 11 medium SAND, little fine gravel,trace silt - SS S-2 24 s 14 17 [PID:0.0 ppm] 7 yT� . . c 12 Moist, medium dense, light brown to grey, 35.3 13 '' fine to coarse GRAVEL, little fine to medium 5 - SS S-3 24 11 7 24 sand,trace silt[PID: 0.0 ppm] 13 10 A: (Top 6")Moist, medium dense, brown, 10 fine to medium SAND, little fine gravel,trace/ - SS S-4 24 17 14 27 \silt[PID:0.0 ppm] 13 B: (Bottom 8") Moist, medium dense, dark 19 brown to black,fine to coarse SAND,trace 13 fine gravel,trace silt[PID:0.0 ppm] - SS S-5 24 7 6 20 Moist, medium dense, grey,fine to coarse 30.3 12 SAND, little fine gravel, little silt[PID: 0.0 10 10 ppm] To increase 8 Moist, medium dense, grey,fine to coarse recovery,S-6 - SS S-6 24 6 0 14 GRAVEL and fine to medium SAND,trace interval 5 silt[PID:0.0 ppm] resampled using 3"O.D.spoon, 16 Moist, medium dense,grey,fine to coarse which had 5" 10 GRAVEL,some fine to medium sand,trace recovery. SS S-7 24 6 8 16 silt[PID:0.3 ppm] Some material in 5 v sample S-7 is metal,not s J Moist, medium dense, grey,fine to coarse mineral. 25.3 7 GRAVEL,some fine to coarse sand,trace Some material in 15 - SS S-8 24 6 2 13 silt[PID: 0.0 ppm] sample S-8 is 5 metal,not mineral.To T increase N _ recovery,S-8 interval a resampled using - - 3"O.D.spoon, which had 2" 11 Moist, medium dense, grey,fine to medium recovery. 0 20.3 SS S-9 24 3 4 26 SAND,some fine to coarse gravel,trace silt m Sample Tvpes Consistencv vs Blowcount/Foot Burmister Classification Y a C HP-Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50% a S-Auger/Grab Sample SS-Split Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core moisture GP-Geoprobe ,density,M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 ty color LL Reviewed by: T. Dunn Date: 10/23/2018 Boring Number: B-5 w Sheet 2 of 2 CDMm Boring Number: mith B-5 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 o Elev. d m `m m—SS a m °' cwo az Depth E T E E E 3 E d t Material Description Remarks ` (ft) U)~ in z rn J —�° cn 0 a. z 20.3 20 SS S-9 24 23 4 26 [PID: 0.0 ppm] 28 m w v c 33 Moist, medium dense, grey,fine to coarse Some material in 15.3 14 GRAVEL,trace silt[PID: 0.0 ppm] sample S-10 is SS S-10 24 7 0 21 pieces of wood 9 or metal,not m.19 i—.1 Tn o•.•°°. increase X:3 recovery,S-10 };.•;°; interval t •�.•.• resampled using 3"O.D.spoon, 0 . . which which had 2" :o:; • recovery. 34 �.;. Moist, dense, brown-grey,fine to coarse 10.3 23 •o.•°• SAND,some fine to coarse gravel,some silt 30 - SS 5-11 24 9 17 32 •.•�; [PID:0.0 ppm] _ ��:• N j;. 9 '• Moist,medium dense, brown,fine to coarse 5_3 6 °:•:•'• SAND, little fine gravel,trace silt[PID: 0.1 35 - SS S-12 24 7 5 13 ;8;;� ppm] 5 OV. 19 Moist, medium dense, grey,fine to coarse _ 0_3 11 SAND, some fine to coarse gravel, some silt 40 - SS S-13 24 10 4 21 [PID:0.0 ppm] m 18 M N O _ IL IL ai 0 J 0 Z o- 10 Moist,dense, grey, Clayey SIL, some fine to _4.7 14 coarse sand,some fine gravel [PID: 0.0 a 45 - SS S-14 24 22 20 36 ppm] a 17 o_ W End of exploration at 46 ft bgs. a LL Boring Number: B-5 Sheet 1 of 2 CDMM Boring Number: mI SB-6 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors,Inc./W. Surface Elevation ft): 39.4 Hoeckele Total Depth(ft.): 46 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"B-2".See Boring Location Plan. 29.8 6/14/2018 10:23 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/13/2018 End: 6/14/2018 Logged By: J.Todd C O Elev. a°1 a.n CL w z Q.Z = u �° �`ft)h E F E E E 0, 3 E a Material Description Remarks CO CnZ NJ mip W Z m N 39.4 0 2 4"Topsoil 6 ///���' Moist, medium dense, dark brown,fine to - - SS S-1 24 8 15 14 ' !' Q coarse SAND and fine to coarse GRAVEL, 14 little silt,trace grass,trace roots[PID: 0.0 10 = ppm] 12 = Moist, medium dense, dark brown,fine to - SS S-2 24 13 16 25 coarse SAND and fine to coarse GRAVEL, 13 little silt[PID:0.0 ppm] 12 Moist, loose,dark brown &grey&red,fine Some material in 34.4 5 to coarse SAND, little fine gravel,trace silt sample S-3 is 5 - SS S-3 24 4 18 9 [PID: 0.0 ppm] glass,not 5 mineral. - 34 Moist,very dense, dark brown,fine to Some material in 81 coarse SAND, little silt[PID: 0.0 ppm] sample S-4 is - - SS S-4 16 19/4„ 3 >100 glass,not mineral. 6 Moist, loose,dark brown,fine to coarse Some material in 4 SAND, little fine gravel,trace silt[PID: 0.0 sample S-5 is - SS S-5 24 5 4 9 ppm] glass,metal,and _ 29.4 4 tire mineral. not 10 9 Moist, medium dense, dark brown,fine to Some material in 5 coarse SAND, little fine gravel,trace silt sample S-6 is - - SS S-6 24 5 12 10 [PID: 0.1 ppm] glass, metal, 3 ceramic,and 6 Moist, medium dense, dark brown,fine to brick,not mineral. 10 coarse SAND, little silt,trace fine ravel - SS S-7 24 16 21 g Some material in 11 [PID:0.0 ppm] sample S-7 is 9 glass,ceramics, 6 Moist, loose,dark brown,fine to coarse brick,and _ 24.4 _ SS S 8 24 2 SAND,trace fine gravel,trace silt[PID: 0.0 plastic,mineral. 15 7 5 3 ppm] Some material in 2 sample S-8 is - ceramic,glass, M metal,and wire, o_ _ not mineral. EL q- - vi c� o i - 10 Moist, medium dense,dark brown,fine to 0 19 4 SS S-9 24 8 4 15 coarse SAND,trace fine gravel,trace silt m SamDle Tvues Consistencv vs Blowcount/Foot Burmister Classification Y a HP-Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50% a AS-Auger/Grab Sample SS Sgllit Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 a NQ-2"Rock Core M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 trace <10/a a GP-Geoprobe moisture,density,color m Reviewed by: T. Dunn I Date: 10/23/2018 Boring Number: B-6 Sheet 2 of 2 CDM- Boring Number: ith B"6 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Elev, a d a n a` n't a 1 `M Depth E E E E Q, 3 c E > m .�`. Material Description Remarks eft) 0) w z 0)J m� w 0 z M N 19.4 20 SS S-9 24 7 4 15 [PID:0.0 ppm] Some material in 4 sample S-9 is - glass,metal,and wire,not mineral. 6 Moist,very loose, brown,fine to coarse To increase 14.4 1 GRAVEL,trace fine to coarse sand,trace recovery,S-10 25 - SS S-10 24 2 0 3 silt[PID: 0.0 ppm] interval 1 resampled using 3"O.D.spoon, which had 1" @ recovery. Most material in sample S-10 is wood fibers,not mineral. v c woR =° Moist, loose, brown,fine to coarse GRAVEL, g1 2 some wood fibers,trace fine to medium 30 - SS S-11 24 5 5 7 sand,trace silt[PID: 0.0 ppm] 5 23 Moist,dense, grey,fine to coarse SAND, Some material in _ 4_4 17 some fine to coarse gravel,trace silt[PID: sample S-12 is 35 - SS S-12 24 16 12 33 0.0 ppm] metal,not mineral. 14 22 Moist, medium dense, grey, coarse To increase _ -0.6 15 GRAVEL,trace silt[PID: 0.0 ppm] recovery,S-13 40 - SS S-13 24 10 1 25 interval 11 resampled using 3"O.D.spoon, N which had 2" recovery. a ai 0 J z 0 16 Moist, medium dense, grey,fine to coarse ° - 11 SAND, some silt, some fine to coarse gravel Y- 5- - SS S-14 24 16 23 a 45 12 [PID:0.0 ppm] n 14 End of exploration at 46 ft bgs. IL LL J Boring Number: B-6 Sheet 1 of 3 CDM Boring Number: S ith B-7 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 43.3 � Hoeckele Total Depth ft): 51 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-2".See Boring Location Plan. 30.6 6/13/2018 13:10 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/13/2018 End: 6/13/2018 Logged By: J.Todd c CO Elev. ! d `m 2 a 0m V d J cYv Depth T E 3 c E > > w Material Description Remarks (ft) in~ rn z U)J m rn m z m 43.3 0 >"'' 7"Topsoil-Moist, medium dense, brown, r. •. fine to medium SAND, little silt,trace grass, - SS S-1 24 8 7 9 ,X \trace roots[PID:0.0 ppm] / 6 Moist, medium dense, brown,fine to coarse 12 SAND,some fine gravel,trace silt[PID:0.1 - SS S-2 24 3 19 m 7 , ppm] 4 �{ 3 Moist, medium dense, brown,fine to coarse Some material in 38.3 2 SAND, little silt,trace fine gravel[PID: 0.0 sample S-3 is 5 - SS S-3 24 8 13 10 ppm] glass,not mineral. 8 5 Moist, medium dense, brown,fine to coarse Some material in 5 SAND, little silt,trace fine gravel[PID: 0.0 sample S-4 is - SS S-4 24 6 12 11 ppm] glass, not mineral. 5 3 Moist, loose,dark brown,fine to coase Some material in 3 SAND, little fine gravel,trace silt[PID: 0.0 sample S-5 is - SS S 5 24 1 14 4 ppm] glass,ceramic, d 33.3 2 mineral. not 10 3 Moist, loose, dark brown,fine to coarse Some material in 2 SAND, little fine gravel, trace silt[PID: 0.0 sample S-6 is - SS S-6 24 2 4 4 A ppm] glass,ceramic, 2 and plastic,not 4 Moist, loose, dark brown,fine to coarse mineral. Some material in 4 SAND, little fine gravel,trace silt[PID:0.0 sample S-7 is - SS S-7 24 8 5 ppm] glass and plastic, 2 not mineral. 1 Moist,very loose,dark brown,fine to coarse Some material in 28.3 1 SAND, little fine gravel,trace silt[PID:0.0 sample S-8 is - 15 - SS S-8 24 2 4 3 ppm] glass, metal wire,and 13 _ ceramic,not mineral. Q4 N o- - a c7- - ai c� 0 J_ 0 3 Moist,very loose, dark brown,fine to coarse 23.3 SS S-9 24 7 2 SAND,trace fine gravel,trace silt[PID: 0.0 Sample Tvves Consistencv vs Blowcount/Foot Burmister Classification Y a C HP-Hydro Punch Granular(Sand): Fine Grained(Clay): and 35-50% a S-Auger/Grab Sample SS Spylit Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20/° W Q- Rock Core N WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a Q 2 2""Rock Co re GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color m Reviewed by: T. Dunn I Date: 10/23/2018 Boring Number: B-7 Sheet 2 of 3 CDM Boring Number: SthmIm B-7 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 L Q Elev. a n..n a c at a t N De th E T E E E.. E °' m :E Material Description Remarks p rn 3 c > > ` 23.3 20 SS S-9 24 1 7 2 ppm] Some material in sample S-9 is glass and ceramic,not mineral. 7 Moist, medium dense, dark brown,fine to Some material in 18.3 7 coarse SAND, some silt,trace fine gravel sample S-10 is 25 - SS S-10 24 4 7 11 m [PID:0.0 ppm] glass,ceramic, 4 and brick,not m _ � mineral. v c J 7 Moist, medium dense, dark brown,fine to Some material in 13.3 5 medium SAND, some silt, little fine gravel sample S-11 is - SS S-11 24 7 3 12 [PID: 0.0 ppm] glass,ceramic, 29 and metal wire, not mineral. 4 Moist, loose, grey,fine to medium SAND, 8_3 1 some silt,trace fine gravel [PID: 0.0 ppm] 35 - SS S-12 24 4 8 5 3 9 Moist, medium dense, grey,fine to medium _ 3.3 8 i= SAND, little silt[PID: 0.0 ppm] 40 - SS S-13 24 8 5 16 m 10 N O a ui 0 J z 0 11 Moist, medium dense,dark grey,fine to Petroleum smell m _ 7 coarse SAND, little silt[PID: 361.0 ppm] in sample S-14. 1.7 it 45 - SS S-14 24 7 7 14 a 9 0- J W Boring Number: B-7 m Sheet 3 of 3 CD,M= Boring Number: smit' h B"7 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Elev. m m `m AC a 4) a as as s aZ' 3 0 Depth E T E E E 3 E s Material Description Remarks eft) cn~ in z in J m" in z R in - 21 P Moist,very dense, grey,fine to coarse -g 7 31 SAND and SILT,some fine to coarse gravel 50 - SS S-15 24 31 14 62 [PID: 1.1 ppm] 22 End of exploration at 51 ft bgs. _ -11.7 _ 55 _ -16.7 _ 60 _ -21.7 _ 65 m _ M (V O a a i_ -26.7 _ 70 cD z- - Q 0 m Y_ _ Q a 0- - J J W a LL Boring Number: B-7 J Sheet 1 of 2 CIDM Boring Number: I- Mt MI S h B-8 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation(ft.): 39.6 Hoeckele Total Depth(ft.): 31 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-4".See Boring Location Plan. 21.8 6/21/2018 14:37 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/21/2018 End: 6/21/2018 Logged By: J.Todd c ` � o ' Elev. d m m` m a 0 De th a y °+ c�i m CL m r Material Description Remarks p rn 3 c > ` (ft) rn~ in Z rn J m Corn z M 39.6 0 3 �'; ;; 4"Topsoil °.'•'•' Moist, medium dense, brown,fine to Gravel includes - SS S-1 24 9 18 14 ;e;:Q medium SAND, little fine gravel, little silt pieces of brick. 11 }•••:•: [PID:0.0 ppm] - 9 Moist, medium dense, brown,fine to 9 �.'4' medium SAND, little silt[PID: 0.0 ppm] - SS S-2 24 12 4 21 ;o:• 14 3••••;• 'O.'.' c 17 � Moist, medium dense, brown,fine to coarse 34.6 14 tir:�'.>: `� SAND,some fine to coarse gravel,trace silt 5 - SS S-3 24 12 13 26 X:3 [PID:0.0 ppm] 9 }:•.�.� 30 •: •'• Moist, medium dense, brown,fine to coarse 14 0;: SAND, little silt[PID: 0.0 ppm] - SS S-4 24 13 3 27 ,• 9 °••L� 5 Moist, medium dense, light brown,fine 9 SAND,some silt, little fine gravel [PID: 0.0 SS S-5 24 15 24 24 ppm] 29.6 12 10 - - a c i m T N - 10 Moist, medium dense, light brown, Clayey 24.6 10 SILT, little fine sand [PID: 0.0 ppm] 15 - SS S-6 24 16 18 26 18 m o- - • ui !n 0 ►�' > 15 j ~ "> Moist,dense, brown,fine to coarse SAND, oSS S-7 24 18 11 42 "� �' ` some fine ravel,trace silt PID: 0.0 m 19.6 •�: � 9 L ppm] m Sample Types Consistencv vs Blowcount/Foot Burmister Classification Y a HP-Hydro Punch Granular(Sand): Fine Grained(Clay): and 35-50% a AS-Auger/Grab Sample SS Split Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20% w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color J m Reviewed by: T. Dunn Date: 10/23/2018 Boring Number: B-8 A Sheet 2 of 2 C- DM Boring Number: mith B-8 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Elev. m m a`) m n aNi m" m J a7 cam Q.M at Ns aZ' r, De th E T E E E r, E > m t Material Description Remarks p rn 3 E- > > CO eft) CO�" CO z U)J m(0 C z m 19.6 20 24 SS S-7 24 17 11 42 i: t i'•1►: _ 1 _ �; .i _ OL �.'X - 5 ;Ae. T Moist,medium dense, brown to grey,fine 14.6 8 �~ a GRAVEL and fine to coarse SAND,trace silt SS S-8 24 4 15 1: > 25 7 r•1►: IP [PID: 0.0 ppm] 14 ; �• � - 21 ~ Moist,very dense, grey,fine to coarse 9_6 48 m GRAVEL,trace fine to coarse sand,trace 30 - SS S-9 24 44 15 92 0 silt[PID:0.0 ppm] .n 26 w a. End of exploration at 31 ft bgs. _ 4.6 _ 35 _ -0.4 _ 40 N O a I ui 0 z z_ _ ! m_ -5.4 _ � 45 a a i o_ _ J J W a LL Boring Number: B-8 J X Sheet 1 of 2 CDMIlls. Boring Number: S _ mith B"g Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 34.8 Hoeckele Total Depth(ft.): 24.5 p Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-3".See Boring Location Plan. 18.7 6/21/2018 11:01 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/21/2018 End: 6/21/2018 Logged By: J.Todd L c L c o Elev. C a.M a.v a t 'COL D(eft)h EF _ 3 a w Material Description Remarks In In Z In J m�O to d Z A to 34.8 0 2 �2"Topsoil Moist, medium dense, brown,fine to - SS S-1 24 18 14 medium SAND, some silt, little fine gravel I 10 [PID:0.0 ppm] I 8 Moist, medium dense, light brown,fine 10 SAND and Clayey SILT[PID:0.0 ppm] SS S-2 24 15 24 25 ; 18 21 Moist, hard, light brown, Clayey SILT, little 29.8 24 fine to coarse sand[PID: 0.0 ppm] 5 - SS S-3 24 19 24 43 0 22 14 Moist, medium dense, light brown,fine to 16 m medium SAND, little silt[PID: 0.0 ppm] SS S-4 24 12 20 28 .` 14 a Moist, medium dense, brown,fine to s medium SAND, some silt[PID: 0.0 ppm] - - SS S-5 24 7 20 16 _ 24.8 10 10 12 R,�: Moist, medium dense, brown and grey,fine 19.8 11 ;.�. to coarse SAND and fine to coarse SS S-6 24 11 5 22 a GRAVEL,trace silt[PID: 0.0 ppm] 21 •�t T a > 0 n�a a c7- - i'•1. 0 SS S-7 24 9 12 21 �.'•1: Moist, medium dense, brown to grey,fine to 0 14 8 10 �: coarse SAND, some fine gravel,trace silt m SamDle Tvnes Consistencv vs Blowcount/Foot Burmister Classification Y a HP Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50% a CS-Auger/Grab Sample SS Srllit Spoon some 20-35% o CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20/o w BQ-1.5"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color J Reviewed by: T. Dunn Date: 10/23/2018 I Boring Number: B-9 m I Sheet 2 of 2 CDIIVIM Boring Number: SMI"It'llh B"g Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 t 0 Ely.Deet c.a CLM a y t a V (iph) m H m 7 m e o m ii a Material Description Remarks rn cn z U)J m�O w z 14.8 20 11 Rom' [PID:0.0 ppm] SS S-7 24 8 12 21 �W a 0 U c m N SS S-8 5 100/5" 5 >100 v Moist,very dense, grey,fine GRAVEL,trace Material is 9_8 o -,,fine to coarse sand,trace silt[PID:0.0 ppmJ/ possible argillite. 25 m End of exploration at 24.5 ft bgs. - - I 4.8 _ 30 _ -0.2 _ 35 -5.2 40 _ m N 0 a c7 ui c7- - 0 J Z E 0 m_ -10.2 _ a 45 a o_ _ J J W a Boring Number: B-9 CDBoring Number: Sheet 1 of 2 S ith B-10 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation ft): 34.4 Hoeckele Total Depth ft): 31 Drilling Method/Casing/Core Barrel Size: Drive and Wash 14.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-6".See Boring Location Plan. 12.2 6/21/2018 08:09 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/20/2018 End: 6/21/2018 Logged By: J.Todd Depth as a� a= wss aZ 2 m (ft) m = m;� 3 > j c `��° Material Description Remarks In CO Z CO J m Co N d Z m N 34.4 0 5 "":•`� A: (Top 8")-Topsoil-Moist, medium dense, SS S-1 24 5 16 16 dark brown,fine to medium SAND, little fine/ - - 9;.•.•. 11 gravel, little silt,trace roots[PID: 0.0 ppm] _ B: (Bottom 8")Moist, medium dense, brown, 5 fine to coarse GRAVEL and fine to coarse 5 SAND, trace silt[PID:0.0 ppm] SS S-2 24 � 15 12 Moist, medium dense, brown,fine to 8 medium SAND, little fine gravel, little silt 8 --- )`•`•'• [PID:0.0 ppm] 29.4 6 •.�• Moist, medium dense, brown,fine to - 5 - SS S 3 24 6 18 12 �.-X medium SAND,little fine gravel, little silt - 7 [PID: 0.0 ppm] 15 }''';'; Moist,dense, brown,fine to coarse SAND, n•. .•. 14 w some fine to coarse gravel, little silt[PID: 0.0 SS S-4 24 16 18 30 ppm] - 14 `�:•� 10 3'•;•'• Moist,medium dense, brown,fine to coarse 11 SAND,some fine to coarse gravel,trace silt - - SS S 5 24 10 5 21 ;r:• o [PID:0.0 ppm] 24.4 10 10 )•� - T 9 Moist,stiff, brown, SILT&CLAY,trace fine 19.4 - SS S-6 24 9 15 14 to coarse sand [PID: 0.0 ppm] a 12 m T N fn o- - 0. U' O SS S-7 24 3 21 10 .` Moist,stiff, brown, SILT&CLAY,trace fine 14.4 — 5 to coarse sand, trace fine gravel[PID:0.0 x Samnle Tvaes Consistencv vs Blowcount]Foot I Burmister Classification a AS-Auger/Grab Sample HP-Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50% O CS-California Sampler SS-Split Spoon V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 some 20-35% BQ-1.5"Rock Core ST-Shelby Tube little 10-20% a NQ-2"Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% n- GP-Geoprobe M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color LL Reviewed by T. Dunn + Date: 10/23/2018 I Boring Number: B-10 M. Sheet 2 of 2 D M Boring Number: S Ith B-10 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 - - - rn pth aQ c� � yL De eft) IE F ma aZ 3 > j s `��° Materiai Description Remarks m u�z W r_ ° W0 z m y 14.4 m 0 20 5 PPmI - SS S-7 24 3 21 10 .r m :• O 8 Moist, medium dense, brown to grey,fine to 99=4 6 .k�: coarse GRAVEL,trace fine to medium sand, - 25 - SS S-8 24 5 4 11 . trace silt[PID:0.0 ppm] 6 c '' Moist, medium dense, brown to grey,fine to To increase _ 4_4 e j coarse GRAVEL, little fine to coarse sand, recovery,S-9 30 - SS S-9 24 0 15 AD1: trace silt[PID:0.0 ppm] interval 9 �•�� resampled using End of exploration at 31 ft bgs. which had 5" i recovery. I _ -0.6 35 _ -5.6 40 M O a 0i o- - I z a- - 0 Y- -10.6 - a 45 a o- _ w LL a m Boring Number: B-10 Sheet 1 of 2 CDM- Boring Number: Smith B"1 1 Client: Town of Watertown Project Name: Filippello Park Lighting Project Location: Watertown, MA Project Number: 56318-228241 Drilling Contractor/Driller: New England Boring Contractors, Inc./W. Surface Elevation(ft.): 37.2 Hoeckele Total Depth(ft.): 31 Drilling Method/Casing/Core Barrel Size: Drive and Wash/4.25 in/N/A Depth to Initial Water Level(ft): Hammer Weight/Drop Height/Spoon Size: 140 Ib/30 in/2 in O.D. Depth Date Time Bore Hole Location: At light pole location"S-5".See Boring Location Plan. 18.5 6/20/2018 12:06 Abandonment Method: Backfilled with soil cuttings Drilling Date: Start: 6/20/2018 End: 6/20/2018 Logged By: J.Todd L C Qn O Elev. a°1 aM a.v a t 0.� � cJi `�° De th E 0 E E E c E m = .2 10 Material Description Remarks p a. L N rn 3 c > > ` (ft) in�- CO z CO J m in d Z m `� 37.2 W 0 1 s"r 3"Topsoil Moist, medium dense, dark brown,fine to - - SS S-1 24 8 14 13 medium SAND, some clayey silt,trace fine 10 '%j gravel [PID: 0.0 ppm] 6 Moist, medium dense, light brown, Clayey e SILT,trace fine sand [PID:0.0 ppm] - - SS S-2 24 10 20 18 12 v - 8 ; Moist,very stiff, light brown, Clayey SILT, a = trace fine sand [PID:0.0 ppm] 352 - SS S-3 24 11 13 19 •` ` U3 10 13 Moist,dense, light brown and brown,fine 18 SAND and Clayey SILT, little fine gravel SS S-4 24 21 7 39 .'• [PID: 0.0 ppm] 18 14 Moist,dense, brown-grey,fine to coarse SS S-5 24 21 4 43 'e Q: SAND, some fine gravel,trace silt[PID: 0.0 - - •'• 22 }....., ppm] _ 27.2 23 't�•''' 10 0..4. j.. }•; 10 -.• }• y Moist, medium dense, grey,fine to coarse o,•, ,• 22.2 9 SAND, little fine gravel,trace silt[PID: 0.0 15 - SS S-6 24 9 6 18 ppm] _ 7 �O:• N V'♦ . w 1 0 - 20 •o;: Moist, medium dense, brown,fine to SS S-7 24 10 13 22 F 17.2 3:,;•.• medium SAND, little fine gravel, little silt ._ _ _ ° SamDle Tvi3es Consistencv vs Blowcount/Foot Burmister Classification Y a HP-Hydro Punch Granular(Sand): Fine Grained(Clav): and 35-50 a AS-Auger/Grab Sample SS-Split Spoon some 20-35/° 0 CS-California Sampler ST-Shelby Tube V.Loose: 0-4 Dense: 30-50 V.Soft: <2 Stiff: 8-15 little 10-20/° w BQ-1.5'Rock Core WS-Wash Sample Loose: 4-10 V.Dense: >50 Soft: 2-4 V.Stiff: 15-30 trace <10% a NQ-2"Rock Core GP- Wash M.Dense: 10-30 M.Stiff: 4-8 Hard: >30 moisture,density,color m Reviewed by: T. Dunn Date: 10/23/2018 Boring Number: B-11 Sheet 2 of 2 CD. Boring Number: Smith Client: Town of Watertown Project Name: Fili ello Park Lighting J ht n pp 9 9 Project Location: Watertown, MA Project Number: 56318-228241 Elev. m m d i 4) U) Depth a E at `� a°�' fQ eft) U U)z tE d o tE c z -� r Material Description Remarks U --I m 17.2 20 12 PID;[ 0.0 pp ] - SS S-7 24 13 13 22 m • Moist, medium dense, brown,fine to 8 X c 12.2 _ SS S-8 24 8 12 18 :e::� in medium SAND, little silt,trace fine gravel 25 10 [PID:0.0 ppm] 10 }°•°•°• 3:• 12 •��•� Moist,dense, grey,fine to coarse SAND, 7.2 30 - SS S-9 24 21 4 34 �__ some fine gravel, little clayey silt[PID:0.0 13 pp ] s � End of exploration at 31 ft bgs. _ _ I _ 2.2 35 I _ -2.8 _ 40 N O a 0 0 z_ _ o m_ -7.8 45 4 o- _ J W 4 4 Boring Number: B-'I'I CQ - _ I Attachment B Geotechnical Laboratory Testing Results Particle Size Distribution Report _ 0 n n C C C C C .0 ap V N M V t0 F N 77 n \ (+1 Xk ik '�k 3k 4k 7k 4k ik ik 100 I I I I I I I 1 I I I 1 I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I 80II I I I I I I\ I I I I I I I 70 W Z 60 \ r ( r I 1 i i I i i I I I I I I I I 1 I I I I I 1 I I I 1 I Z 50 U W 40 +♦ W I \ 1 W I I I I I 1 I I I I I I I I 30II I I I I I I I I I I I I I 20 I I I I I I I I 1 I I I 10 01 f 1 I I I 1 I I I I I I I I I I I I I 1 I I 1 I I I I I I l 1 1) 0.' 0. i 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 7.2 27.4 11.5 22.0 20.6 11.3 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.* Pass? Brown poorly graded sand with silt and gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 92.8 Atterberq Limits (ASTM D 4318) .5" 86.6 PL= LL= PI= .375" 77.5 4 65.4 Classification # #4 65. USCS(D 2487)= SP-SM AASHTO(M 145)= A-1-b #20 43.2 Coefficients #40 31.9 1390= 15.5898 D85= 11.9834 D60= 3.1553 #60 23.2 D50= 1.4546 D30= 0.3806 D15= 0.1260 #100 16.6 1310= Cu= Cc= #200 11.3 Remarks As received MC=6.6% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-1 Depth:2-4' Date Sampled: 6/11/18 Sam_ole Number: S-2 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 , Particle Size Distribution Report C C C O O O O O O V O 100 I I I J I I I I I 1 I I I I I I I I I I 90 I I I I I I I I I I I I I 1 I I I I 1 1 I I I I I I SOII I I I I I I I I I I I I I 70 I I I I i I i I I 1 I I 1 I I W Z 60 I I 1 i 1 I I I I I I I LL h I I I I I I I 1 I I I I I Z 50I ( f f W I U tY 40 I W I I i i I i i i i i I i I 30II I I 1 I I I I I I I I I I I I I I I I I I I I 1 I I 20I r r r I I 1 i i I I I I I i I I I I I I I I I I I I I I I 1 I I I I I I I 1 I I I I I 1 I 1 I I I I I I 10 r r 01 I I 1 I I I I I I I I I I I I I I I I 1 I I I I I 1 ut1 1 0.' 0.1)1 0.001 GRAIN SIZE-mm. ^/o+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 3.7 10.6 6.6 12.5 16.0 50.6 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray sandy silty clay Size Finer (Percent) (X=Fail) 111 100.0 .75" 96.3 Atterbera Limits!_ASTM D 43181 .5" 93.0 PL= LL= PI= .375" 91.4 4 85.7 Classification # #4 85.1 USCS(D 2487)= CL-ML AASHTO(M 145)= A-4(0) #20 72.2 Coefficients #40 66.6 1390= 7.8244 D85= 4.3882 D60= 0.1986 #60 62.0 D50= D30= D15= #100 57.5 D10= Cu= Cc= #200 50.6 Remarks As received MC=13.5% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-1 Depth: 34-36' Date Sampled: 6/11/18 Samp_ le Number: S-12 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C c ; O O O O O O a O 100I 90I f 80I 70 t W r Z 60 Z 50 n r f r r W i 0 40 W 30 t 20I Ic < r r 10I r 0 o.S 1 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 4.6 13.7 13.1 11.2 16.6 21.2 19.6 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 95.4 Atterbera Limits(ASTM D 43181 .5" 92.5 PL= LL= Pl= .375" 90.5 4 81.7 Classification # #4 81. USCS(D 2487)= SM AASHTO(M 145)= A-4(0) #20 63.1 Coefficients #40 57.4 1390= 9.0339 D85= 5.9123 D60= 0.5509 #60 50.7 D50= 0.2355 D30= 0.0106 D15= 0.0037 #100 45.9 1310= 0.0027 Cu= 205.66 CC= 0.08 #200 40.8 Remarks 0.0390 mm. 38.4 0.0281 mm. 36.6 As received MC=11.2% 0.0181 mm. 34.8 0.0109 mm. 30.3 0.0080 mm. 26.6 Date Received: 6/28/18 Date Tested: 7/2/18 0.0059 mm. 21.7 Tested By:MP/SB 0.0043 mm. 17.6 0.0031 mm. 12.2 Checked By: MP 0.0014 mm. 6.6 Title:Laboratory Manager (no specification provided) Source of Sample:B-1 Depth:39-41' Date Sampled: 6/11/18 Sample Number:S-13 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C C O O O 100II I I I I I I I I I I I I 90 I I I I I I I I I I I I I 80 I I I I I I I 1 I I I I I I 70 ry I I I I I I I I I I I I I I W Z r r r 60 I I I I I I I I I I I I I Z I I \ I I I 50 W V 0Y 40 W 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 101 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 166 46 0 0 1 0.001 GRAIN SIZE-mm. +3' %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 4.5 21.6 8.6 19.8 27.0 18.5 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec.* Pass? Brown silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 95.5 Atterbera Limits(_ASTM D 43181 .5" 90.6 PL= LL= PI= .375" 83.0 Classification � #4 73.9 USCS(D 2487)= SM AASHTO(M 145)= A-1-b #20 56.2 Coefficients #40 45.5 1390= 12.3547 D85= 10.2695 D60= 1.1819 #60 35.2 D50= 0.5515 D30= 0.1906 1395= #100 26.0 1310= Cu= Cc #200 18.5 Remarks As received MC=7.0% Fill:with Brick&Concrete Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB i Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample: B-2 Depth:0-2' Date Sampled: 6/12/18 Sam_ole Number: S-1 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report < m o 000 0 0 � 0 100 90� 80l ! ! 70 w Z 60 IL Z 50 r LLI U 40 30 20 10 1t5tf �b o o.) 0.001 GRAIN SIZE-mm. +3 %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 19.3 12.5 19.2 28.7 15.3 5.0 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray-brown silty sand with gravel Size Finer (Percent) (X=Fail) .75" 100.0 .5" 93.7 Atterbera Limits(ASTM D 43181 .375" 90.9 PL= LL= PI= #4 80.7 68.2 Classification #10 #20 68.1 USCS(D 2487)= SM AASHTO(M 145)= A-1-b #40 49.0 CoeM , xtts #60 39.8 D90= 8.7618 D85= 6.16 F D60= 0.9201 #100 29.3 D50= 0.4517 D30= 0.1558 D15= 0.0394 #200 20.3 D10= 0.0172 C,= 53.47 Cc= 1.53 0.0455 mm. 16.1 0.0330 mm. 13.7 Remarks 0.0213 mm. 11.4 As received MC=20.4% 0.0127 mm. 8.3 0.0090 mm. 7.2 0.0065 mm. 5.9 Date Received: 6/28/18 Date Tested: 7/3/18 0.0046 mm. 4.8 0.0033 mm. 4.1 Tested By:MP/SB 0.0014 mm. 2.9 Checked By: MP Title:Laboratory Manager X (no specification provided) Source of Sample:B-2 Depth:29-31' Date Sampled: 6/12/18 Sample Number:S-11 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 Particle Size Distribution Report 10UII I I I I I f I I I I I I 90II I I I I I I I \ I I I I I I I I I I I I I I I I I I I I 80 \I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 W I I I Z 60 ` 1 I I I I I I I I I I I I I I tL I I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 I 9 I I I I I I I I I I ! ! I I ! I W I I I I I I I I I NU W 40 I I I I I I I I 11 I W I I I I I I I I I 30II I I I I I I I I I I I I I I I I I I I I I I I I I I I 20I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 01 I I I I I I I I I I I I I Y 1 t5 l 1 b 0.' 0. 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 8.9 9.1 40.5 35.6 5.9 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray-brown poorly graded sand with silt Size Finer (Percent) (X=Fail) .75" 100.0 5. 97.7 Atterbera Limits!ASTM D 43181 .375" 95.8 PL= LL= P1= #4 91.1 #10 82.0 Classification #20 71.0 USCS(D 2487)= SP-SM AASHTO(M 145)= A-1-b #40 41.5 Coefficients #60 16.2 1390= 4.2337 D85= 2.6918 D60= 0.6216 #100 9.3 D50= 0.5005 D30= 0.3429 D15= 0.2398 #200 5.9 D10= 0.1717 Cu= 3.62 Cc= 1.10 Remarks As received MC=17.6% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By:MP Title: Laboratory Manager (no specification provided) Source of Sample:B-2 Depth: 39-41' Date Sampled: 6/12/18 Sam_ale Number:S-13 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 N Particle Size Distribution Report 100 1 I I I I I I I I I I I I I I I I I I 90 I I I I I I I I 1 I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I 1 I I 70 i ry r I W `I Z 60 I I I I I i I i I I <L I I I I I I I I I I I I 1 I I I I I I I I I I I I I I Z50 I I I I I I I I f r I r I W U x 40 W I I I I I I I I I I I 1 I I 30 i i i I I i i I I I i I i i I 1 I I I I 1 I I I I I I 1 I I I I I I I I I I I 1 I 1 20 i i i i i i i I I i I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I 10 ! I I I I 1 I I I I I I I I I I 1 I I I I I I I I I I 106 15 0.' 0.�1 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 5.0 12.6 6.9 16.6 21.9 37.0 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.` Pass? Brown silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 95.0 Atterbera Limits(ASTM D 43181 .511 94.0 PL= LL= PI= .375" 90.8 4 82.4 Classification # #4 82. USCS(D 2487)= SM AASHTO(M 145)= A-4(0) #20 67.5 Coefficients #40 58.9 D90= 8.9612 D85= 6.0290 D60= 0.4612 #60 51.8 D50= 0.2200 D30= D15= #100 44.8 D10= Cu= Cc= #200 37.0 Remarks As received MC=11.9% Fill:Concrete Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-3 Depth:2-4' Date Sampled: 6/14/18 Sam_ale Number:S-2 CDM Smith Client: TownofWatertown Project: Fihppello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report 1 C C C C O O O O O O_ '7 O 100I I I I I I I 1 I I 1 I I I I I I I I I I I I I I I I I 90I �\ I I I I I I I \ I I I I I I I I I I I I I I I I I I I I I 80II I I I I I I I I 1 I I I I I I I I I I I I I I 1 I 1 I 70 r � I I I I I I I I I I I i I I I I I I I I I I I 1 I I I I LLI Z 60 LL F— 1 I 1 1 I I I I I I r 1 I I 1 I I I I ♦ 1 I I I I I Z 50I ( f LLl \ I I I U W 40 I I I I I 1 I I i i I I I 30 i I I I I I 1 I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 I I I I I 20 �-�- I I I I I I I I I I I I I Y I I I 1 I I I I I I I I I I I I I I I I I I I 1 I I I I 10I r r I I I I I I I I I I I I I I I I I I I I I I I I I I I I 160 ib d. o.)i 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 18.2 13.1 26.1 26.1 16.5 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray-brown silty sand with gravel Size Finer (Percent) (X=Fail) .75" 100.0 .5" 97.2 Atterbera Limits (ASTM D 43181 .375" 92.7 PL= LL= PI= #4 81.8 68.7 Classification #10 #20 68. USCS(D 2487)= SM AASHTO(M 145)= A-1-b #40 42.6 Coeff.ic)'ents #60 30.5 DgO= 8.0888 D85= 5.8710 D60= 1.1679 #100 22.7 D50= 0.6295 D30= 0.2434 D15= #200 16.5 D10= Cu= Cc= Remarks As received MC=13.6% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By: MP Title:Laboratory Manager (no specification provided) Source of Sample:B-3 Depth: 29-31' Date Sampled: 6/15/18 Sam_ole Number: S-11 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 1 Particle Size Distribution Report 100 I I I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I ry I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I LLJ Z 60 i r r r I i I I I I I I LL I I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 LLJ I U a� 40 Wd I I I I I I I I I I I I I I 30� I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 — I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 01 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 ul1 i b 6. 0.�1 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 1.1 7.8 76.7 14.4 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.` Pass? Brown silty sand Size Finer (Percent) (X=Fail) #4 100.0 #10 98.9 Atterbera Limits(ASTM D 43181 #20 98.3 PL= LL= PI= #40 91.1 #60 62.8 Classification #100 29.9 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #200 14.4 Coefficients 1390= 0.4117 D85= 0.3647 D60= 0.2399 D50= 0.2079 D30= 0.1503 D95= 0.0802 1390= Cu= Cc= Remarks As received MC=21.4% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By:MP Title:Laboratory Manager (no specification provided) Source of Sample:B-3 Depth:34-36' Date Sampled: 6/15/18 Sample Number:S-12 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C C O O O C C "2 O O O O O O_ '7 O 100II I I I I I I I I I I I I i 90 I I I I I I I I I I I I I 80 I I I I I I I `Fl I I I I I I I I I I I I I I I I i I 1 70 ` � I I I I I I I I I I I I I W Z 60 LL I I I I 1 I I I I I I I I I I I 1 I I I I n I I I I I Z 50 W I I I I I I I I 1 I I I I U W 40 I I W I I I I I I I I I I d I I I I I I I I I I I I 30 1 I I i 1 I I I i i I i I 7 I 1 I I I I I I I I I I I I 20I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I 1 I I 10 I I I I I I I ( I f ( I I f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 1�u 1b d. 0. 1 0.001 GRAIN SIZE-mm. j �/a+3" %Gravel %Sand %Fines j Coarse Fine Coarse Medium Fine Silt Clay 0.0 11.3 15.8 8.7 16.6 17.8 29.8 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray silty sand with gravel j Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 91.9 Atterbera Limits(ASTM D 43181 .75" 88.7 PL= L.L= P1= 5" 83.7 Classification #4 72.9 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #10 64.2 Coefficients #20 55.1 D90= 21.5600 D85= 14.1747 D60= 1.3305 #40 47.6 D50= 0.5318 D30= 0.0767 D15= #60 42.1 D10= Cu= Cc= #100 36.8 #200 29.8 Remarks As received MC=9.2% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB I Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-3 Depth:39-41' Date Sampled: 6/15/18 Sam_ale Number: S-13 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C C O O O N M 't M O N 100 90 80 70 W Z 60 Z 50 r W U W 40 i W \ i 30 20 r i 10 0 i tub iZ o. 0. 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 17.0 22.6 11.2 21.2 17.1 10.9 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Dark brown poorly graded sand with silt and gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 83.0 Atterbera Limits(ASTM D 43181 .5" 78.4 PL= LL= PI= .375" 71.1 4 60.4 Classification # #4 60.2 USCS(D 2487)= SP-SM AASHTO(M 145)= A-1-a #20 38.6 Coefficients #40 28.0 D90= 21.9350 D85= 20.0242 D60= 4.5970 #60 20.5 D50= 2.1357 D30= 0.4826 D95= 0.1457 #100 15.2 D10= Cu= Cc= #200 10.9 j Remarks As received MC=11.5% Fill:Brick,Concrete&Glass j I Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By:MP Title: Laboratory Manager (no specification provided) Source of Sample:B-4 Depth:4-6' Date Sampled: 6/19/18 Sample Number:S-3 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C = C = C C O O N M [O O V N 100II I I I I I I I I I I I I I I I I I I I I I I I I I 90II I I I I I I I I I I I I I I I I I I I I I I I I I I I 80I I I I I I I I I 70I _ lL I I I I I I I I I W I I I I Z 60 r � r I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50I W I I I I 11 U I I I I I I I W 40 I I I I I I I I I I I I I I I I I I I I 30 I i I i I i i I i I I I I I I I I I I I I I I I 20 i I I i I i i i i i i i I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I I I I I I I I I I I I I 0 I 100 1 0.' 0.7 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 7.7 10.4 7.6 17.4 30.2 19.2 7.5 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Dark brown silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 92.3 Atterbera Limits(ASTM D 43181 .5" 92.3 PL= LL= PI= .375" 90.2 4 81.9 Classification # #4 81. USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #20 67.1 Coefficients #40 56.9 1390= 9.3480 D85= 6.1662 D60= 0.5120 #60 47.3 D50= 0.2869 D30= 0.0985 D15= 0.0195 #100 36.7 D10= 0.0094 Cu= 54.21 Cc= 2.01 #200 26.7 Remarks 0.0438 mm. 21.5 0.0319 mm. 18.5 As received MC=23.6% 0.0208 mm. 15.4 0.0124 mm. 11.6 0.0089 mm. 9.7 Date Received: 6/28/18 Date Tested: 7/3/18 0.0063 mm. 8.6 0.0045 mm. 7.1 Tested By:MP/SB 0.0032 mm. 5.5 Checked By: MP 0.0014 mm. 4.8 Title: Laboratory Manager I (no specification provided) Source of Sample:B-4 Depth:29-31' Date Sampled: 6/19/18 Sample Number:S-11B CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 i Particle Size Distribution Report 100 I I I I I\ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 90II I I I I I I I I I I I I I I I I I I I I I I I I I I 80II I I I I I I I I I I I I i i I i I i I i I I I I I 70 r W I I I I I I I I I I I I I I Z 60 it LL I I I I I I I I \ I I I I I I F- Z 50 r W U 0_ 40 W W I I I I I I I I I I I I 30II I I I I I I I I I I I I Y 20 f I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 r I I I I I I I I I I I I I I o I � 'i I I ! I I ! 106 0. 0.�1 0.001 GRAIN SIZE-mm. +3' %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 13.3 25.8 15.0 10.4 10.6 24.9 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec.* Pass? Green-gray silty gravel with sand Size Finer (Percent) (X=Fail) V 100.0 .75" 86.7 Atterbera Limits(ASTM D 4318) .5" 74.6 PL= LL= PI= .375" 69.8 4 60.9 Classification # #4 60.9 USCS(D 2487)= GM AASHTO(M 145)= A-1-b #20 39.7 Coefficients #40 35.5 D90= 20.5901 D85= 18.2475 D60= 4.4813 #60 32.1 D50= 2.5946 D30= 0.1784 D15= #100 28.9 D10= Cu= Cc= #200 24.9 Remarks As received MC=14.8% Date Received: 6/28/18 Date Tested: 7/3/18 Tested By: MP/SB Checked By:MP Title: Laboratory Manager x (no specification provided) Source of Sample:B-4 Depth:44-46' Date Sampled: 6/19/18 SamD_ le Number: S-14 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report _ oao 100I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80I r� 1 I I I I I I I I \ I I I I I I I I I I I I I I I I I I I 70I r I I I I I W I I I I I I I I I I I I I I Z_ 60 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 W I \I U 40 (� W 30 I I I I I I I I I I I I I I I a I I I I 1 I I I I I I I I I I I i i i I I i I i I I i II I i i I i I i i I i i I'1 i I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 r I I i i I i I I I i I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0. 1 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 2.8 6.0 4.4 18.9 47.3 20.6 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec." Pass? Brown silty sand Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 97.2 Atterbera Limits (ASTM D 43181 .75" 97.2 PL= LL= PI= .5" 96.2 .375" 94.2 Classification #4 91.2 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #10 86.8 Coefficients #20 79.6 1390= 3.5781 D85= 1.4951 D60= 0.2816 #40 67.9 D50= 0.1946 D30= 0.1028 D15= #60 57.2 D10= Cu= Cc= #100 41.7 Remarks #200 20.6 As received MC=6.4% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By:MP Title: Laboratory Manager (no specification provided) Source of Sample:B-5 Depth: 0-2' Date Sampled: 6/18/18 Sample Number: S-1 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 I I Particle Size Distribution Report C C O O O N c) 7 W O N 100 I I I I I I I I I I I I I I li 90 I I I I I I I I I I I I I I I I I I I I I I I I I 80 �1 I I I I I I I I \ I I I I I I I 70 ! ! ! ! I I I I I I I I I I I I I I I W I I I I I I I I '.� I i I I i • r Z 60 LL I I I I I I I I I \ I I I I I H i i i i i i i i i I I I I I Z 50 \ f W I I I I I I I I I I I I I I I I I I I I I I I I I I I I I W 40 I W W \ I 30 I i i I I I i I i I i I i i I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 r f I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 0. ( 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 10.4 13.2 7.9 17.8 30.4 20.3 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec." Pass? Gray-brown silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 89.6 Atterbera Limits(_ASTM D 43181 .5" 86.1 PL= LL= PI= .375" 83.3 #4 76.4 Classification #10 68.5 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #20 60.5 Coefficients #40 50.7 1390= 19.3608 DS5= 11.1214 D60= 0.8113 #60 40.4 D50= 0.4079 D30= 0.1423 D15= #100 30.9 D10= Cu= Cc= #200 203 Remarks As received MC= 14.9% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-5 Depth:29-31' Date Sampled: 6/18/18 Sample Number: S-11 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 , Particle Size Distribution Report C C O O ] 100II I I I I I I I I 1 I I I I I I I I I I 1 I I I I I I I 90II I I I I I I I I I I I I I I I I I I I I I I I I I I I 80I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I I I I I I I I I 1 I Via, I 70 I I I I I I I I \ I I I I I I W I I I I I I I I I I I I I I I I I I I I I I I— I 4 T Z 50 f ' W I I I I I I I I I I I I I I O W 40 I I W 1 i I i i I 1 I 30I 1 I I I I I I•`-1, I I I I I 1 I I I I I I I 20I 7 1 i I i i I i i i i I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I 1 10 01 r I I I I I I I I I I I I I I 01 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 19.8 12.2 8.6 15.6 19.6 24.2 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray silty sand with gravel Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 90.3 Atterbera Limits(_ASTM D 4318� .75" 80.2 PL= LL= PI= .511 77.0 74.168.0 4.1 Classification .375" #4 74. USCS(D 2487)= SM AASHTO(M 145)= A-1-b #10 59.4 Coefficients #20 51.4 D90= 25.2083 D85= 22.0755 D60= 2.1218 #40 43.8 D50= 0.7435 D30= 0.1343 D15= #60 37.5 D10= Cu= Cc= #100 31.2 j #200 24.2 Remarks As received MC=10.0% Date Received: 6/28/18 Date Tested: 7/2/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample: B-5 Depth: 39-41' Date Sampled: 6/18/18 Sample Number:S-13 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 I Particle Size Distribution Report 100II I I I I I I I I I I I I I I I I I I J I I I I I I I 90I I I I I I I I I I\ I I I I I I I I 1 1 80 I I I I I I I \ I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I \ I I I I I I I I I I I I I I I I I I I I W I \ I I I Z 60 I I I LL I I I I I I I I I '�•�� J, I I I I I I I I I I I I I IL_ I I I I z 50 Y W U I I I I I I I I I I I I I•`r N ` - LL 40 W I I I I I I I I I I I I I I I I I I I I I I I I I I I I 30 i I I i I i I i i I I i I i tl I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 i i i i i i i I I I I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I 10 ( ( \ �- I I I I I I I I I I I I I I I Q y 1 0 �0 6.' 0. I 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 27.2 14.1 5.7 8.7 24.5 19.8 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray clayey sand with gravel Size Finer (Percent) (X=Fail) .75" 100.0 .5" 97.0 Atterbera Limits(_ASTM D 43181 .375" 87.6 PL= LL= PI= #4 72.8 8.7 Classification #10 5 #20 5 .2 USCS(D 2487)= SC AASHTO(M 145)= A-6(2) #40 53.0 Coefficients #60 50.4 1390= 10.2066 D85= 8.7464 D60= 2.2405 #100 47.9 D50= 0.2314 D30= 0.0090 D15= 0.0038 #200 44.3 1310= 0.0027 Cu= 822.58 Cc= 0.01 0.0302 mm. 39.1 Remarks 0.0220 mm. 37.9 0.0149 mm. 34.8 As received MC=18.5% 0.0094 mm. 30.5 0.0071 mm. 26.4 0.0054 mm. 21.2 Date Received: 6/28/18 Date Tested: 7/5/18 0.0040 mm. 16.3 0.0030 mm. 11.5 Tested By: MP/SB 0.0013 mm. 4.9 Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-5 Depth:44-46' Date Sampled: 6/18/18 Sample Number:S-14 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 I 0 Particle Size Distribution Report C M N C C C O O O O O O a O 00-' tD � � \ 10ul 1 i\ I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I 70 rI I \ I I I I I I I I I I I I I I W Z 60 Nl F-1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I H I I I I I I I I I I I I I I Z 50 I I I f l f f I I I I I I UI I I I I I 1 W 40 W p \ 30I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I i I I i i i i I i I I I I I I I I I I I I I I I I I I I I I I I I I I 10 01 I I I I I I I I I I I I I I I I I I I I I I I I I I I 100 I 1 0. 0. I 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 13.7 25.2 12.4 20.2 15.1 13.4 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Dark brown silty sand with gravel Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 94.3 Atterbera Limits(_ASTM D 43181 .75" 86.3 PL= LL= P1= .5" 77.4 Classification #4 61.1 USCS(D 2487)= SM AASHTO(M 145)= A-1-a #10 48.7 Coefficients #20 38.5 1390= 21.6434 D85= 18.1036 DB0= 4.4142 #40 28.5 D50= 2.2152 D30= 0.4739 D15= 0.1029 #60 22.5 D10= Cu= Cc= #100 17.5 Remarks #200 13.4 As received MC=7.3% Fill:Concrete&Asphalt Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: MP/SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-6 Depth:2-4' Date Sampled: 6/13/18 Sama_ le Number: S-2 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report G G O O O 10ui 90 80I 70LU Z_ 60 r r ! Z 50 U W 40 30 20 10 Ll I IL L r r 100 1 0.' 0.l j 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 9.5 10.6 7.9 22.3 28.5 21.2 Test Results(ASTM D6913✓3< ASTM D1140) Material Description Opening Percent Spec.` Pass? Gray silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 90.5 Atterbera Limits (_ASTM D 4318) .5" 88.9 PL= LL= PI= .375" 86.9 4 79.9 Classification # #4 7 . USCS(D 2487)= SM AASHTO(M 145)= A-1-b #20 62.3 Coefft Tents #40 49.7 D90= 15.9004 D85= 7.9137 D60= 0.7341 #60 39.0 D50= 0.4310 D30= 0.1493 D15= #100 30.1 D10= Cu= Cc= #200 21.2 Remarks As received MC=9.5% Date Received: 6/28/19 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-6 Depth:44-46' Date Sampled: 6/13/18 Sam_ole Number: S-14 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Protect No: 56318-228241 a Particle Size Distribution Report C C O O O N100 O O O V N I I I I 1 I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I 80 1 I I I I I I I 1 I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I I I W Z 60 r I I i I I I I I I I I I LL I I I I I I 1 I I I I 1 I I I I I I I I I I I 1 I 1 I 1 H I I I I I I I I I I I 1 I I Z 50 ! ! W U W 40 W p I I I I I I I I I I I I I 30Ii I I i i i i I I I I I I i 1 I I I I I I 1 I I 1 1 I I 1 1 I I I 1 I I I I I I I I 20I ( r r r I I I I I I I I 1 I I I I I I I I I I I I I 1 I I I I I I I I I 1 I I I I I I I I i I I I I I I I I I I I I I I I 10 01 ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I 166 i b 6.' 0. I 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 2.2 3.3 7.3 55.9 31.3 I Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.* Pass? Gray silty sand Size Finer (Percent) (X=Fail) .511 100.0 .375" 99.3 Atterbera Limits(_ASTM D 4318) #4 97.8 PL= LL= PI= 91.4 Classification #20 #40 91. USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #60 82.5 Coefficients #100 62.1 1390= 0.6909 D85= 0.2868 D60= 0.1435 #200 31.3 D50= 0.1151 D80= DI5= D10= Cu= Cc= Remarks As received MC=24.6% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-7 Depth:34-36' Date Sampled: 6/13/18 Samp_ le Number: S-12 CDM Smith r Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report C C C m CA C0 O O O O O O [Y O f0 Cl) N n Cl) 100 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ^y I I f 80 I I I I I I I I \ I I I I I I 70 ry I I I I I Z 60 I i i T",' r r I I I I tl. I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 I I I f r ! r W I I U I I I 40 WCL I I I I I I I I II I I I I 30I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20I I I i i i i I i I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 01 r I I I I I I I I I I I I I I I I I I I I I I I I I I I I 101� 16 0.' 0. U01, GRAIN SIZE-mm. ^/o+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 5.6 17.3 7.7 13.0 19.5 36.9 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.* Pass? Gray silty sand with gravel Size Finer (Percent) (X=Fail) 1" 100.0 .75" 94.4 Atterbera Limits(ASTM D 4318) .5" 87.0 PL= LL= PI= .375" 83.5 #4 77.1 Classification #10 69.4 USCS(D 2487)= SM AASHTO(M 145)= A-4(0) #20 62.5 Coefficients #40 56.4 D90= 15.1694 D85= 10.9366 D60= 0.6361 #60 51.2 D50= 0.2245 D30= D15= #100 45.1 D10= Cu= Cc= #200 36.9 Remarks As received MC=11.0% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By:MP Title: Laboratory Manager (no specification provided) Source of Sample:B-7 Depth:49-51' Date Sampled: 6/13/18 Sam_nle Number: S-15 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report o00 m o 000 0 oao 100 I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I I I I I I I I 70 W I I I ! I I I 1 Z 60 I I I I I i i I i I I I i I LL I I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 W I I I I I I I U I I I\ I I I cr_ 40 W \I 30 I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I J 10 I I I I I I I I I I I I Y I I I I I I I I I I I I 1 0 1 {; 0.- 0.1 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 22.0 11.7 7.6 25.4 24.8 8.5 Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec.* Pass? Brown poorly graded sand with silt and gravel Size Finer (Percent) (X=Fail) 1.5" 100.0 V. 86.9 Atterbera Limits (ASTM D 43181 .75" 78.0 PL= LL= PI= .5" 74.4 71.5 Classification .375" #4 71.3 USCS(D 2487)= SP-SM AASHTO(M 145)= A-1-b #10 58.7 Coefficients #20 47.9 D90= 27.8520 D85= 24.0532 D60= 2.2727 #40 33.3 D50= 0.9651 D30= 0.3690 D15= 0.1580 #60 21.7 D10= 0.0915 Cu= 24.84 Cc= 0.65 #100 14.4 Remarks #200 8.5 As received MC=2.9% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-8 Depth:4-6' Date Sampled: 6/21/18 Sama_ le Number: S-3 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 w Particle Size Distribution Report C C C C O O O O O O V O 100 J 90 80II I i 70 a tll Z 60 i I i i i I i I I i I i I Z 50 Lll � 40 30Ii i i i i i i I i i i i i i 1 20I r i I i i I i i i i i I i i i I I I I I I 1-0 10 oI ! ! I 0.�i 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.0 0.2 16.4 58.8 24.6 Test Results(ASTM D6913&D7928& ASTM 131140) Material Description Opening Percent Spec." Pass? Brown silty clay with sand Size Finer (Percent) (X=Fail) #10 100.0 #20 99.9 Atterbera Limits!ASTM D 43181 #40 99.8 PL= 18 LL= 23 PI= 5 #60 99.7 #100 96.3 Classification #200 83.4 USCS(D 2487)= CL-ML AASHTO(M 145)= A-4(2) 0.0377 mm. 64.6 Coefficients 0.0278 mm. 58.3 D90= 0.1001 D85= 0.0798 D60= 0.0302 0.0188 mm. 47.7 D50= 0.0204 D30= 0.0078 D15= 0.0021 0.0116 mm. 35.7 D10= Cu= Cc= 0.0084 mm. 30.8 0.0060 mm. 27.4 Remarks 0.0044 mm. 22.4 As received MC=24.2% 0.0031 mm. 18.2 0.0014 mm. 13.0 Date Received: 6/28/18 Date Tested: 7/3/18 Tested By: MP/SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-8 Depth: 14-16' Date Sampled: 6/21/18 Sample Number: S-6 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 LIQUID AND PLASTIC LIMITS TEST REPORT 60 Dashed line indicates the approximate upper limit boundary for natural soils ' I 50 / 0 i ' O I G" 40 / X w Q , Z ' , U 30 ' to J . n i 20 0. i ' G 10 / /�C<)ML/f( ML or OL MH or OH i i 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT SOIL DATA NATURAL SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY USCS NO. CONTENT LIMIT LIMIT INDEX • B-8 S-6 14-16' 24.2 18 23 5 CL-ML CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No.: 56318-228241 Tested By: SB Checked By: MP A i Particle Size Distribution Report _ OOo C C E C C C O N (O'J 7 WO N co th N n \ h # # # # # # # # # 100 90 80 70 W Z 60 r r r ! Z 50 W W 40 W W 30 20 10 106 �b 0.1 o. I 0.001' GRAIN SIZE-mm. +3' %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 56.1 13.6 15.1 8.0 7.2 Test Results(ASTM D6913& ASTM 131140) Material Description i Opening Percent Spec.* Pass? Brown poorly graded gravel with silt and sand Size Finer (Percent) (X=Fail) .75" 100.0 .5" 76.3 Atterbera Limits (ASTM D 43181 .375" 65.9 PL= LL= PI= #4 43.9 3 Classification #10 30. #20 20.8USCS(D 2487)= GP-GM AASHTO(M 145)= A-1-a #40 15.2 Coefficients #60 12.4 1390= 16.3050 D85= 15.0101 D60= 7.9828 #100 9.8 D50= 5.8854 D30= 1.9415 D15= 0.4108 #200 7.2 D10= 0.1569 Cu= 50.87 Cc= 3.01 Remarks As received MC=10.3% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-8 Depth: 24-26' Date Sampled: 6/21/18 Sam_Dle Number: S-8 CDM Smith Client: TownofWatertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 8 Particle Size Distribution Report aoo o aao 100 90 .n i i i i i i i i i i i `ram i 80 \ 70 W Z 60 Z 50 W 0� 40 W 30 20 f 10 n ' 1 1 uu S 0.' 0. 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 3.1 5.0 8.3 66.4 17.2 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Gray-brown silty clay with sand Size Finer (Percent) (X=Fail) #4 100.0 #10 96.9 Atterbera Limits(_ASTM D 43181 #20 94.4 PL= LL= PI= #40 91.9 90.187.9 0.1 Classification #60 #100 90. USCS(D 2487)= CL-ML AASHTO(M 145)= A-4(0) #200 83.6 Coefficients 0.0355 mm. 66.7 D90= 0.2466 D85= 0.0868 D60= 0.0300 0.0273 mm. 56.4 D50= 0.0217 D80= 0.0108 D15= 0.0039 0.0186 mm. 46.0 1310= 0.0016 Cu= 18.47 Cc= 2.39 0.0117 mm. 31.7 0.0085 mm. 25.9 Remarks 0.0062 mm. 20.0 As received MC=16.3% 0.0045 mm. 16.1 0.0032 mm. 13.5 0.0014 mm. 9.4 Date Received: 6/28/18 Date Tested: 7/3/18 Tested By:MP/SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-9 Depth:4-6' Date Sampled: 6/21/18 Sample Number:S-3 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 Particle Size Distribution Report m 000 0 0 � 0 100 I I I 1 I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I 90 I I f r I I 1 I I I I 1 I I I I I I I I I I I I I I I I I 1 I I 80 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 ^' I I I I I I I \ I I I I I I I I I I I I I I w I I I I I I Z 60 ' I I I I I I I I I \ I I I I I I I I I I I I I I 1 I I I I I I z 50 ( r I LLI I \ I I I i 1 i i I I I I I I I I I I W 40 a I I I I I I I I I I I I I 1 30 i \ I I I I I I I I I I I I I 20 \ I I I I I I I I I I I I I 10 I I I I I I 1 I I I I I I - I I I I I I I I I I I I I I 0 15 5 Tb d. 0.)1 0.001 I GRAIN SIZE-mm. %Gravel %Sand %Fines + j 3" Coarse Fine Coarse Medium Fine Silt Clay 0.0 22.9 14.4 10.6 28.5 15.0 8.6 I Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec.* Pass? Brown poorly graded sand with silt and gravel Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 88.1 Atterbera Limits(ASTM D 4318)_ .75" 77.1 PL= LL= PI= .5" 74.4 .375" 70.6 Classification #4 62,7 USCS(D 2487)= SP-SM AASHTO(M 145)= A-1-b #10 52.1 Coefficients #20 39.2 1390= 26.7004 D85= 23.5654 D60= 3.7453 #40 23.6 D50= 1.6995 D30= 0.5653 D15= 0.2384 #60 15.5 D10= 0.1031 Cu= 36.31 Cc= 0.83 #100 11.8 Remarks #200 8.6 As received MC=9.9% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title:Laboratory Manager (no specification provided) Source of Sample:B-9 Depth: 14-16' Date Sampled: 6/21/18 Sam_ole Number: S-6 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 , I 1 Particle Size Distribution Report j M 't W N tp h N r 1 t+2 # # # # # # # # # 100 I I I I I I I I I I I I I I I I I I I I I I I I I I I 90II I I I I I I I I I I I I I I I I I I I I I I I I I 80I I I I \ I 70 I I I I I I I I I I I I I I I I I I I I I I \ I I I I I I W I I I I I Z 60 r r tL I I I I I I I I I I I I I I i I I I I I I I I I I I I I I Z 50 I I I I I I I I I I I I I I I I f I I I ( I W I I I I I I U I I I I I I I I i i i i i I i i i i i I W 40 W I I I I I I I I I I I I I I I I I T1 I I I I I 30II I I I I I I I I I I I I 20II I I I I I I 10 01 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 55 4b 6. 0.A 0.001 GRAIN SIZE-mm. %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 28.3 17.2 30.6 14.3 9.6 I Test Results(ASTM D6913& ASTM D1140) Material Description Opening Percent Spec." Pass? Brown well-graded sand with silt and gravel Size Finer (Percent) (X=Fail) .75" 100.0 I .5" 91.7 Atterbera Limits (ASTM D 43181 .375" 85.5 PL= LL= PI= #4 71.7 54.5 Classification #10 #20 54.2 USCS(D 2487)= SW-SM AASHTO(M 145)= A-1-b #40 23.9 Coefficients #60 18.0 D90= 11.7362 D85= 9.3187 D60= 2.6104 #100 13.6 D50= 1.6189 D30= 0.6189 D15= 0.1787 #200 9.6 D10= 0.0813 Cu= 32.12 Cc= 1.80 Remarks As received MC=11.4% I Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title:Laboratory Manager (no specification provided) Source of Sample:B-9 Date Sampled: 6/21/18 Sam_ole Number: S-7 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 R Particle Size Distribution Report 100II I I\ I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 80l I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 1 j N I I I I I I I I I I I I I LL I I I I I I I I I I I I 111 I I I I I I I I I Z 60 I I LL I I I I I I I I I I I I I I I I I I I I I I I I I I I Z 50 111 I I I I I I I U I I I I I I I Q� 40 I I I I I CL LL 30 I I I I I I I I I I I I I 20 ; r I I i i i i i I I i I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I 10 I I I I I I I f I ( f I f I I I I I I I I I I I I I I 0 i 10) �b 0. 0.31 0.001 GRAIN SIZE-mm. �/,+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 15.6 32.5 11.7 17.4 14.6 8.2 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec.` Pass? Brown poorly graded gravel with silt and sand Size Finer (Percent) (X=Fail) 1.5" 100.0 1" 90.1 Atterbera Limits(ASTM D 43181 .75" 84.4 PL= LL= PI= .5" 71.3 65.8 Classification .375" #4 65. USCS(D 2487)= GP-GM AASHTO(M 145)= A-1-a #10 40.2 Coefficients #20 30.4 D90= 25.2500 D85= 19.4709 D60= 7.0731 #40 22.8 D50= 4.2715 D30= 0.8206 D15= 0.2075 #60 16.9 D10= 0.1066 Cu= 66.38 Cc= 0.89 #100 12.2 #200 8.2 Remarks As received MC=6.1% j I Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-10 Depth:0-2' Date Sampled: 6/20/18 Sample Number:S-1 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Proiect No: 56318-228241 e Particle Size Distribution Report C C C C C C W N C] d' (O O N 100II I I I I I I I I I I I I I I I I I I I I I I I I I I 90I I I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I 1 I I I I I I I I I I I I I \ I I I I I I I I I I I I I I I I I I I 70 I I I I I I I I I I I I W Z 60 EL I I i l l i i I I l i l l I I I I I I I I I I I I I I Z 50 r l W U tY 40 W d 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I 7 I I I I I I I I I I I I I I I I I I I I I I I I I I 10II I I I I I I I I I I I I I I I I I I I I I I I I I 160 {) 0. 0A 1 0.001 GRAIN SIZE-mm. +3' %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 32.5 11.8 21.1 16.9 17.7 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec.* Pass? Gray-brown silty sand with gravel Size Finer (Percent) (X=Fail) .75" 100.0 .5" 87.1 Atterbera Limits (ASTM D 43181 .375" 82.3 PL= LL= PI= #4 67.5 Classification #10 55.7 I #20 55.7 USCS(D 2487)= SM AASHTO(M 145)= A-1-b #40 34.6 Coefficients #60 28.5 D90= 14.2068 D85= 11.3498 D60= 2.9177 #100 23.2 D50= 1.2522 D80= 0.2881 D15= #200 17.7 D10= Cu= cc= Remarks As received MC=5.1% Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-10 Depth: 6-8' Date Sampled: 6/20/18 Sam_ole Number: S-4 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 Particle Size Distribution Report _ aoo 100 90 80 70 i I 1 I 1 I I I 1 I I I I I I Z_ 60 t.L I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I Z 50 U W 40 30 i 20 X• --0 10 I I I I I I I I I I I I I 10� 0.); 0.001 GRAIN SIZE-mm. %+3'• %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 2.8 1.7 1.3 4.8 67.8 21.6 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec.` Pass? Brown lean clay Size Finer (Percent) (X=Fail) .375" 100.0 #4 97.2 Atterbera Limits(ASTM D 4318) #10 95.5 PL= 18 LL= 27 PI= 9 #20 94.6 #40 94.2 Classification #60 94.0 USCS(D 2487)= CL AASHTO(M 145)= A-4(7) #100 93.4 Coefficients #200 89.4 1390= 0.0775 D85= 0.0622 D60= 0.0286 0.0330 mm. 64.1 DSO= 0.0212 D30= 0.0099 D15= 0.0021 0.0254 mm. 56.4 1310= Cu= Cc= 0.0179 mm. 44.1 0.0113 mm. 32.5 Remarks 0.0083 mm. 26.8 As received MC=24.0% 0.0060 mm. 22.8 0.0043 mm. 20.6 0.0031 mm. 17.4 Date Received: 6/28/18 Date Tested: 7/6/18 0.0013 mm. 14.4 Tested By: MP/SB Checked By: MP Title:Laboratory Manager x (no specification provided) Source of Sample:B-10 Depth: 19-21' Date Sampled: 6/20/18 Sam_ole Number:S-7 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 I LIQUID AND PLASTIC LIMITS TEST REPORT 60 Dashed line indicates the approximate upper limit boundary for natural soils 50 Cr 0 G 40 X w o ' U 30 � 1= ' to J . CL 20 ' G ; I 10 / CL-ML ML or OL MH or OH i i 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT SOIL DATA NATURAL SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY USCS NO. CONTENT LIMIT LIMIT INDEX • B-10 S-7 19-21' 24.0 18 27 9 CL CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No.: 56318-228241 I Tested By: SB Checked By: MP Particle Size Distribution Report 100I ` i i I I I I I i i I I i I i I I I I I I i i I I i I 90Ii i I I I I I i i I I i I i 80I � 70I i I I i I i I I i i I I I i W Z 60 i I i i I i i i i i i I I i LL i I I i I i I I i i i I I i i I I i I i I I i i i I I i H i I I i I i i I i i i I I i Z 50 W i i I I i I i I i I i i I I i � 40 III W 30Ii I i i I i i i I i i I I i 20 10Ii I i i I i i i I i i I I i 10tf �b 1 0.1 0.)1 0.001 GRAIN SIZE-mm. +3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.0 0.0 0.1 5.2 83.7 11.0 Test Results(ASTM D6913&D7928& ASTM D1140) Material Description Opening Percent Spec." Pass? Brown silt Size Finer (Percent) (X=Fail) #10 100.0 #20 100.0 Atterbera Limits (ASTM D 43181 #40 99.9 PL= 23 LL= 24 P1= 1 #60 99.8 6 Classification #100 99. #200 94.7USCS(D 2487)= ML AASHTO(M 145)= A-4(0) 0.0362 mm. 67.2 Coe�F�¢,'$nts 0.0278 mm. 56.3 D90= 0.0639 D85= 0.05�$ D60= 0.0301 0.0197 mm. 37.4 D50= 0.0248 D30= 0.0157 D15= 0.0071 0.0121 mm. 25.2 D10= 0.0043 Cu= 6.93 Cc= 1.88 0.0089 mm. 18.4 0.0064 mm. 13.7 Remarks 0.0046 mm. 10.3 As received MC=19.2% 0.0033 mm. 9.1 0.0014 mm. 5.4 Date Received: 6/28/18 Date Tested: 7/3/18 Tested By: MP/SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-11 Depth: 2-4' Date Sampled: 6/20/18 Sam_Dle Number:S-2 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 7 LIQUID AND PLASTIC LIMITS TEST REPORT 60 Dashed line indicates the approximate upper limit boundary for natural soils 50 i ' O , G 40 w ; o z ' , U 30 cn ,' Q � i J � i , IL i i 20 10 ibis I /CyML ML or OL MH or OH i 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT i SOIL DATA NATURAL SYMBOL SOURCE SAMPLE DEPTH WATER PLASTIC LIQUID PLASTICITY USCS NO. CONTENT LIMIT LIMIT INDEX N (%) (%) (0/0) • B-11 S-2 2-4' 19.2 23 24 1 ML CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No.: 56318-228241 Tested By: SB Checked By: MP Particle Size Distribution Report 100 90 70 w Z 50 r w 1 U or_ 40 r w J J J J J 30 20 10 T i��T 0 -- 100 1 0. 67 0.001 GRAIN SIZE-mm. %+3„ %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.6 0.7 9.3 71.3 18.1 Test Results(ASTM D6913& ASTM 131140) Material Description Opening Percent Spec." Pass? Brown silty sand Size Finer (Percent) (X=Fail) .375" 100.0 #4 99.4 Atterbera Limits (ASTM D 4318) #10 98.7 PL= LL= PI= #20 97.5 #40 89.4 Classification #60 65.8 USCS(D 2487)= SM AASHTO(M 145)= A-2-4(0) #100 39.7 Coefficients #200 18.1 1390= 0.4338 DS5= 0.3737 D60= 0.2244 D50= 0.1860 D30= 0.1158 D15= 1310= Cu= Cc= Remarks As received MC=20.5%n Date Received: 6/28/18 Date Tested: 6/29/18 Tested By: SB Checked By: MP Title: Laboratory Manager (no specification provided) Source of Sample:B-11 Depth: 24-26' Date Sampled: 6/20/18 Sample Number: S-8 CDM Smith Client: Town of Watertown Project: Filippello Park Lighting Watertown,MA Boston, Massachusetts Project No: 56318-228241 A Commonwealth of Massachusetts Executive Office of Energy &Environmental Affairs Department of Environmental Protection Northeast Regional Office•205B Lowell Street, Wilmington MA 01887.978-694-3200 Charles D.Baker Matthew A.Beaton Governor Secretary Karyn E.Polito Martin Suuberg Lieutenant Governor Commissioner March 5,2019 Matthew Shuman RE: WATERTOWN—Solid Waste Management Department of Public Works Watertown Landfill/Filippello Park Town of Watertown 166 Grove Street 149 Main Street FMF#: 39850 Watertown,MA 02472 BWP SW36/Post-Closure Uso--Major Application Number: 19-SW36-000001-APP Authorization Number: SW36-0000012 Filippello Park:Sports Lighting Upgrade Project Conditional Approval I Dear Mr. Shuman: The Massachusetts Department of Environmental Protection,Northeast Regional Office,Bureau of Air and Waste, Solid Waste Management Section(MassDEP)has received your application,category BWP SW36,Post-Closure Use-Major, Application Number: 19-SW36-000001-APP(the Application),to construct certain sports lighting improvements at the Town of Watertown's Filippello Park. Filippello Park is located on the closed Watertown Grove Street Landfill(the Landfill)located at 166 Grove Street in Watertown,Massachusetts. The Application was prepared and submitted to MassDEP on behalf of the Town of Watertown(the Town)by CDM Smith,Inc. of Boston,Massachusetts. DISCUSSION The Landfill is owned by the Town and began accepting waste circa 1961 and continued until 1975. The Landfill was graded and covered with a minimum two-foot thick soil layer cap. In the early 1980's, Filippello Park was established and the Town constructed playing fields and a paved court surface over portions of the Landfill. The Watertown municipal solid waste incinerator was formerly located along the eastern side of the site,near the park entrance at Grove Street. The incinerator operated from circa 1961 to 1975 and was demolished in 2004. I �I This Information is available In alternate format.Contact Michelle Waters-Ekanem,Director of Diversity/Civil Rights at 617-292-5761. TTY#MassRelay Service 1.800.439-2370 MassDEP Website:www.mass.gov/dep Printed on Recycled Paper WATERTOWN—Grove Street Landfill/Filippello Park Page 2 of 5 Sports Field Lighting Upgrade Project Conditional Approval(BWP SW36/Authorization Number: SW36-0000012) Park Improvement Project On May 23,2018,MassDEP issued a Conditional Approval of the Filippello Park Improvement Project (Transmittal Number: X277774). Park improvements are substantially complete, including relocation of the park access road,resurfacing the court areas at the center of the site, construction of two fenced dog park areas along the southern side of the site, and installation of ten solar-powered light features. The former incinerator site will be graded and a six-inch topsoil layer will be installed and seeded. Associated walking paths, landscaping, benches and gazebo structures will also be installed throughout the site. All excess construction soils generated by the project will be placed in the proposed Soil Handling Bern located on the former incinerator site. Current.Application(Sports Field Lighting Upgrade Project) As discussed in the Application,the Sports Field Lighting Upgrade Project proposes the replacement of existing sports lighting with a new lighting system consisting of eleven new light poles.The existing light pole concrete foundations at the park will be cut down to 12 inches below grade. In June 2018,eleven exploratory test borings were completed at the Landfill to obtain subsurface geotechnical information to support the foundation design of the proposed light poles.' Seven new light poles will be located within the landfill limits and four light poles will be located outside the limits of the landfill. All excess construction soils generated by the project(estimated to be approximately 300 cubic yards)will be placed in the proposed excavate storage area located at the western end of the site as shown on the site plans included with the Application. The excavated soils will be covered with two and one half feet of clean fill and a six-inch layer of topsoil and seeded. No construction soils associated with the project will be removed from the site. DECISION MassDEP has reviewed the Application pursuant to 310 CMR 19.000,the Solid Waste Management Regulations and approves the Application subject to the Town's compliance with the conditions of this decision imposed by MassDEP pursuant to 310 CMR 19.043(1),Items Subject to Conditions. This decision is issued by MassDEP pursuant to M.G.L. Chapter l 11, § 150A and the implementing regulations thereunder at 310 CMR 19.000,the Solid Waste Management Regulations. This decision does not relieve the Town, or any other person,of the responsibility to comply with all other applicable federal, state and local statutes,regulations and requirements. CONDITIONS 1. The Town shall-comply with this permit and the requirements of 310 CMR 19.000, including, but not limited to,the requirements established at 310 CMR 19.043(5)Standard Conditions. 2. The Town shall comply with 310 CMR 40.0000,the Massachusetts Contingency Plan,including, but not limited to,section 310 CMR 40.0114: Solid Waste Management Facilities. On May 17,2018,MassDEP issued a Conditional Approval of the Exploratory Boring Program,Transmittal Number:X280447. 3/5/19 1 WATERTOWN—Grove Street Landfill/Filippello Park Page 3 of 5 Spoils Field Lighting Upgrade Project Conditional Approval(BWP SW36/Authorization Number: SW36-0000012) 3. The Town shall ensure persons conducting activities at the Landfill are familiar with the applicable provisions of this permit and the approved plans,and that all work performed at the Landfill complies with 310 CMR 19.000 and the applicable requirements of this permit. 4. All work.under this decision shall be completed and conducted under the supervision of an independent Massachusetts Registered Professional Engineer(Engineer of Record)who shall have sufficient qualified staff on-site to provide field supervision and quality assurance/quality control for all construction activities. 5. Required Submittals: a. Notification of Construction Schedule: Not less than seven(7)days prior to commencing work pursuant to the Application and this decision,the Town shall notify MassDEP and the Watertown Board of Health(the Board of Health) in writing of the scheduled date of the commencement of work at the Landfill. In addition,the Town shall provide to MassDEP and the Board of Health the following: i. The projected schedule for completion of the major construction milestones; ii. The name and contact information of the Engineer of Record for the project; iii. The name and contact information of an on-site contact for the project;and iv. A Health and Safety Plan for the project.(Also refer to Condition 6,below.) b. Construction Certification Report: On or before sixty(60)days after the date of completion of the project,the Town shall submit to MassDEP a construction certification report. The certification report shall include,but is not limited to: i. A site-plan showing the constructed park improvements,prepared by a Massachusetts Registered Professional Engineer; ii. A report,prepared by the Engineer of Record,that provides,in part,the results of the construction,and discusses any modifications made to the approved project; and. iii. Certifications by the Town and the Engineer of Record pursuant to 310 CMR 19.011. 6. The Town shall ensure that all necessary actions are taken to protect the health and safety of workers and the general public during the construction of the proposed park improvements. The ambient air above excavations shall be monitored for volatile organic compounds(VOCs)and methane, and the observations of said monitoring shall be documented. A Health and Safety Plan for the project shall be developed and submitted to MassDEP,for the facility file that includes, but is not limited to,protocols for monitoring of landfill gas(methane,hydrogen sulfide,etc.). 7. The Town shall limit all disturbance of the Landfill to the proposed improvements as depicted and described in the Application,Application Number: 19-SW36-000001-APP,and this decision. Any additional activities or modifications not described in the Application may require notification of MassDEP,and the preparation and submittal of a separate application for permit modification. 8. The Town and any other contractors performing work at the Landfill shall without delay notify the Engineer of Record or his/her on-site representative upon encountering or disturbing waste below the soil layer of the landfill cap. In the event that waste is encountered,the Town shall notify MassDEP without delay and in no case later than the close of business of the next business day. This notification requirement is in addition to any other notifications required by statute or regulation including,but not limited to,310 CMR 19.000 and 310 CMR 40.0000. 3/5/19 WATERTOWN—Grove Street Landfill/Filippello Park Page 4 of 5 Sports Field Lighting Upgrade Project Conditional Approval(BWP SW36/Authorization Number: SW36-0000012) 9. All waste materials not returned to the excavation shall be managed pursuant to applicable state, and federal regulations including,but not limited to the management of solid waste pursuant to 310 CMR 19.000. In the event that the waste materials cannot be immediately transported off site for disposal,the waste materials shall be placed in a secure container lined with a 6-mil polyethylene liner and covered for temporary storage. The Engineer of Record shall monitor the temporary containers to ensure they are properly maintained until the material can be transported for off-site disposal. 10. All excess construction soils generated by the project(estimated to be approximately 300 cubic yards)shall be placed in the excavate storage area located at the western end of the site as shown in the Application. At the conclusion of each day,the excess construction soils shall be covered with a tarp. Upson completion of the placement of excess construction soils in the designated excavate storage area,final cover of the excavate storage area shall be constructed that consists of two and one half feet of clean fill and a six-inch layer of topsoil. The excavate storage area and.all areas disturbed during construction shall be stabilized and seeded. 11. The activities subject to this decision shall be carried out in a sanitary,orderly and dependable manner. 12. MassDEP reserves the right to rescind,suspend or modify this approval based upon a determination that the project causes or contributes to the development of nuisance conditions, is not being operated safely or in accordance with this approval, or results in a threat to the public health, safety or the environment. NOTICE OF RIGHT TO APPEAL The Town of Watertown(the Town)is hereby notified that it may within twenty-one(21)days file a request that this decision be deemed a provisional decision under 310 CMR 19.033(4)(b), by submitting a written statement of the basis on which the Town believes it is aggrieved,together with any supporting materials. Upon timely filing of such a request,the decision shall be deemed a provisional decision with an effective date twenty-one(21)days after the Department's receipt of the request. Such a request shall reopen the administrative record,and the Department may rescind, supplement,modify,or reaffirm its decision. Failure by the Town to exercise the right provided in this section shall constitute a waiver of the Town's right to appeal. Anneal. Any person aggrieved by the issuance of this decision, except as provided for under 310 CMR 19.033(4)(b), may file an appeal for judicial review of said decision in accordance with the provisions of M.G.L.c. 111, s. 150A,and M.G.L. c. 30A,not later-than thirty(30)days following the receipt of the final decision.The standing of a person to file an appeal and the procedures for filing such appeal shall be governed by the provisions of M.G.L.,c.30A.Unless the person requesting an appeal requests and is granted a stay of the terms and conditions of the decision by a court of competent jurisdiction,the decision shall remain effective. Notice of Action. Any aggrieved person intending to appeal this decision to the Superior Court shall first provide notice to the Department of their intention to commence such action. Said notice of intention shall include the Department file number and shall identify with particularity the issues and reasons why it is believed the decision was not proper. Such notice shall be provided to the Office of General Counsel of the Department and the Regional Director for the regional office which processed the application. The appropriate addresses to which to send,such notices are: 3/5/19 WATERTOWN—Grove Street Landfill/Filippello Park Page 5 of 5 Spoils Field Lighting Upgrade Project Conditional Approval(BWP SW36/Authorization Number: SW36-0000012) General Counsel Department of Environmental Protection One Winter Street-3rd Floor Boston,MA 02108 and Eric Worrall,Regional Director Department of Environmental Protection 205B Lowell Street Wilmington, MA 01887 No allegation shall be made in any judicial appeal of this decision unless the matter complained of was raised at the appropriate point in the administrative review procedures established in those regulations, provided that a matter may be raised upon a showing that it is material and that it was not reasonably possible with due diligence to have been raised during such procedures or that matter sought to be raised is of critical importance to the environmental impact of the permitted activity. If you have any questions in regards to this matter,please contact Richard Spieler at telephone number 978-694-3317. Sincerely, Mark G.Fairbrother PRicharder Section Chief Environmental Engineer Solid Waste Management Solid Waste Management MGF/RJS/rjs Enclosure: Communication for Non-English Speaking Parties cc: Susan Ruch,Deputy Regional Director,MassDEP-HERO,Bureau of Air and Waste Email: susan.ruch astate.ma.us Watertown Board of Health . Administration Building 149 Main Street Watertown,MA 02472 Mary Mancini,P.E.(CDM Smith,Inc.) Email: mancinimcna.cdmsmith.com Glenn Howard(CDM Smith,Inc.) Email: liowardgd(@cdmsmith.com 3/5/19