Loading...
HomeMy Public PortalAboutWatertown - Contract 2020-026 Rd Rehab final Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work Phase II Contract No.2020-026 TOWN OF WATERTOWN MASSACHUSETTS CONTRACT DOCUMENTS FOR 2020 ROADWAY REHABILITATION AND RELATED WORK PHASE II CONTRACT No. 2020-026 BID OPENING: Thursday, December 12, 2019, at 10:40 A.M. TOWN OF WATERTOWN PURCHASING DEPARTMENT 149 MAIN STREET WATERTOWN, MA, 02472 617-972-6414 rbandini@watertown-ma.gov Important Notice to Bidders: All bidders must be pre-qualified by the Massachusetts Department of Transportation (MassDOT) as follows. The MassDOT Prequalification Office will provide the Town with an official and a waiver contractor bid list for all contractors prequalified in the specified class of work within the parameters of this project. Only those bidders listed in the official or waiver contractor lists issued by the MassDOT Prequalification Office will be allowed to obtain an official proposal book. Contractors submitting bids must perform at least 50% of the work outlined in the bid documents. Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 TABLE OF CONTENTS Section Number Bidding and Contract Requirements 00020 - Invitation to Bid 00100 - Instructions to Bidders 00300 -Form of General Bid 00410 -Bid Bond 00420 -Notice of Award 00500 -Agreement - Certificate of Vote - EEO/AA Certificate - Certificate of Compliance with State Tax Laws and with Unemployment Compensation Contribution Requirements - Statement of Wage Compliance - Certificate of Tax Compliance -Non-Collusion -Public Contractor Debarment -Request for W-9 Form 00610 - Construction Performance Bond 00620 - Construction Payment Bond 00680 -Notice to Proceed 00700 - General Conditions 00800 - Supplemental General Conditions 00820a - Change Order Form 00820b - Certificate of Final Completion of work 00850 -Excerpts from Applicable State Law 00860 - Town of Watertown Noise Ordinance 00900 - Supplementary Specifications Attachment A -Wage Rates Attachment B -Construction Plans and Details Attachment C -Stormwater Tree Trench Details (prepared by Horsley Witten Group) Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00020 INVITATION FOR BIDS Sealed bids for furnishing the following ITEM will be received at the Office of the Purchasing Agent, 149 Main Street, Watertown, MA, 02472, until the time specified below at which time the bids will be publicly opened and read: ITEM BID OPENING Bid: 2020 Roadway Rehabilitation Thursday,December 12, 2019, at 10:40 A.M. and Related Work Phase II Contract No. 2020-026 In general, this contract consists of full depth reclamation, milling, hot mix asphalt paving, installation of new curbing, removing and resetting existing granite curbing, reconstruction of concrete sidewalks, ADA/AAB conforming wheelchair ramps and driveway aprons, minor drainage improvements, signing, pavement markings and related work as directed by the DPW Superintendent. Bidders submitting bids on this project shall be prepared to complete the work to be done under this contract within one year after the contract is signed. Any contract extensions shall be at the discretion of the DPW Superintendent only. Specifications and bid forms may be obtained at the Offices of Purchasing Agent, Watertown Town Hall, Monday through Friday between 8:30 a.m. — 5:00 p.m. or by emailing a request to rbandini@watertown-ma.gov starting November 20, 2019. Bids will be opened in the Office of the Purchasing Agent on Thursday, December 12, 2019, at 10:40 A.M. Town Hall, Lower Hearing Room, 149 Main Street, Watertown, MA, 02472. Each Bid must be accompanied by a bid security consisting of a BID BOND, CASH, or, CERTIFIED CHECK issued by a responsible bank or trust company in the amount of 5% of the bid price. All bidders must be pre-qualified by the Massachusetts Department of Transportation as follows. The MassDOT Prequalification Office will provide the Town with an official and a waiver contractor bid list for all contractors prequalified in the specified class of work within the parameters of this project. Only those bidders listed in the official or waiver contractor lists issued by the MassDOT Prequalification Office will be allowed to obtain an official proposal book. All bids for this project are subject to applicable public bidding laws of Massachusetts, including G.L. c.30, § 39M, as amended. Attention is directed to the minimum wage rates to be paid as determined by the Commissioner of Labor and Workforce Development and the weekly payroll record submittal requirements under the provisions of Massachusetts General Laws, Chapter 149, Section 26 through 27D inclusive. 00020-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 There will be no pre-bid meeting for this project. The successful bidder must furnish a 100% Performance Bond and a 100% Payment Bond in the contract sum with a corporate surety approved by the Owner(Town of Watertown). Selection of the contractor will be based upon bidder qualifications, including evidence of past performance in similar projects, and bid price. The contract will be awarded to the bidder deemed by the awarding authority to be the lowest responsible and eligible bidder. Contractors submitting bids must perform at least 50% of the work outlined in the bid documents. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of the bids. The Town reserves the right to waive any informalities, to accept or reject, in whole or in part any or all bids, or take whatever other action may be deemed to be in the best interest of the Town. Town of Watertown Raeleen Bandini, MCPPO Director of Purchasing 00020-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00100 INSTRUCTIONS TO BIDDERS 1. Receipt and Opening of Bids The Town of Watertown, Massachusetts herein called the Town, acting by and through its Town Manager, will receive sealed Bids for the project known as 2020 Roadway Rehabilitation and Related Work—Phase II Contract No. 2020-026. General bids shall be addressed to Purchasing Department, Office of the Director of Purchasing, Lower Level, 149 Main Street, Watertown, MA, 02472 (Address) and endorsed 'Bid for Construction of 2020 Roadway Rehabilitation and Related Work Phase II Contract No. 2020-026 will be received at the Office of the Director of Purchasing until 10:40 a.m. prevailing time, on Thursday, December 12, 2019, at which time and place said bids will be publicly opened and read aloud. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids. 2. Location and Work to be Done The work consists of pavement rehabilitation or pavement reconstruction and related work of specified sections of roadway within Watertown as directed by the DPW Superintendent. The street locations to be considered for rehabilitated are listed in Section 00900. The proposed treatment of the individual streets will be determined by the DPW Superintendent shall be as listed in the contract. The Town of Watertown has the right to add to or remove any of the streets listed in this contract without cause or change the method of rehabilitation as may be required. The general characteristics and details of the work to be performed under this contract are specified in the contract specifications provided herein. Additional drawings showing details in accordance with which the Work is to be done may be furnished by addendum from time to time during the bidding period by the Town or its Architect/Engineer, and shall then become a part of the Contract Documents. The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies, and all other things necessary to do all work required for the completion of each item of the Work and as herein specified. 00100-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 The Work to be done and paid for under any item shall not be limited to the exact extent mentioned or described but shall include all incidental work necessary or customarily done for the completion of that item. All quantities are approximate and do not expressly or by implication agree that the actual quantities will correspond therewith, but the Town reserves the right to increase or decrease the quantity. An increase or decrease in the quantity for any item shall not be regarded as cause for an increase or decrease in the unit prices. It is encouraged that bidders visit the site prior to submitting a bid. Bidders may contact the Owner at the following address and phone number in order to arrange date and time to visit project site: Town of Watertown Department of Public Works 124 Orchard Street Watertown,MA 02472 Attn: Gerald S. Mee, Jr. Tel: (617) 972-6420 3. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must filled in, in ink or typewritten, in both words and figures. Failure to complete the bid document adequately including the "Non-Collusion Affidavit", the "Certificate of Compliance with State Tax Laws and with Unemployment Compensation Contribution Requirements", and the "Certificate of Vote" may result in the disqualification of the bidder. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and endorsed with the name of the project as specified in Receipt and Opening of Bids, above. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in Receipt and Opening_ of Bids, above. All bids shall be accompanied by a bid deposit in the form of a Bid Bond, duly executed and acknowledged by the bidder, as Principal, and by a surety company qualified to do business in the Commonwealth of Massachusetts, or cash, or a certified check, treasurer's or cashier's check issued by a responsible bank or trust company to the Town of Watertown. The amount of such bid deposit shall be 5% of the value of the bid total or for each particular bid item where applicable and shall be enclosed in the sealed envelope containing the bid. Each such Bid Bond, cash or check may be held by the Town as security for the fulfillment of the bidder's agreements as herein above set forth and as set forth in the bid. Should the bidder fail to fulfill such agreements in his bid, the check or cash shall become the property of the Town, or if a Bid Bond was furnished, the Bid Bond shall become payable to the Town as liquidated damages, otherwise, the bid 00l 00-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 security shall be returned to the Bidder. Where applicable, all bid prices shall include the cost of mobilization of equipment and no extra payment will be made for such mobilization or movement of equipment from job to job site. Any qualifications or exceptions to the Specifications must be stated in the Proposal or in an accompanying letter with the Bid on the bidder's stationary. 4. Bid ODenin2 Procedure The following list of requirements shall apply to each filed bid. Bids not meeting all the requirements for timeliness and security will be rejected; bids not meeting signature and addenda requirements will be rejected prior to checking of bid amounts. Bids shall be filed at the place and before the time specified in ReceiD_t and ODenin2 of Bids, above. Properly executed bid security shall be placed in a sealed envelope and shall be attached to the outside of the envelope containing the bid. Bid signatures will be checked. All addenda will be sent certified mail, with return receipt requested, and/or facsimile or e-mail to all prospective bidders. All bidders shall include with their bids the written acknowledgment form provided in Section 00300, FORM OF GENERAL BID. The total dollar amount of each bid will be read, and the three apparent lowest bids will be selected for further consideration. These three apparent low bids will be read aloud for the benefit of the other bidders and the bid opening procedure will be closed. All those present at the bid opening may examine all bids after the bid opening and after the reading of the three apparent low bids. 5. Modification Any bidder may modify his bid by written communication at any time prior to the scheduled closing time for receipt of bids. Any telegraphic communication must be received by the Town prior to the closing time, and, provided further, the Town must be satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. If written confirmation is not received within two days from the closing time, no consideration will be given to a telegraphic communication. The communication shall not reveal the bid price but shall provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Town until the sealed bid is opened. 00100-3 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 6. Ability and Experience of Bidder No award will be made to any bidder who cannot satisfy the Town that he has sufficient ability and experience in this class of work and sufficient capital and plant to enable him to prosecute and complete the work successfully within the time named. The Town's decision or judgment on these matters will be final, conclusive, and binding. The Town may make such investigations as it deems necessary, and the bidder shall furnish to the Town, under oath if so required, all such information and data for this purpose as the Town may request. 7. Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 8. Addenda and Interpretations Addenda may be required during the bidding period to modify, clarify, or interpret the Specifications and Contract Documents. It is intended, but not guaranteed, that such Addenda shall be mailed by the Awarding Authority to all persons or parties to whom Bid and Contract Documents have been issued (Bidders of Record). Failure to receive such Addenda shall in no way relieve any bidder from the execution of its provisions. All bidders are cautioned to verify the number of Addenda that have been issued and to secure any needed copies from the DPW Superintendent before submitting a bid. No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. All information given to bidders other than by means of the plans, specifications, or by addenda, as described below, is given informally and shall not be used as the basis of a claim against the Town. Every request for such interpretation should be in writing addressed to Raeleen Bandini at rbandini(&watertown-ma.2ov and to be given consideration must be received at least seven days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, when issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective address furnished by them for such purposes), or sent via facsimile or email if time requires. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 00l 00-4 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 9. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor and materials under this contract as specified in Section 00700, GENERAL CONDITIONS included herein. The surety on such bond or bonds shall be a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Town. The bonds shall remain in force for one year after final acceptance of the work by the Town, unless the Town, in writing, releases the Contractor from the obligation sooner. 10. Power of Attornev Attorneys-in-fact who sign Contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 11. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances or bylaws, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the Contract the same as though written out in full. Attention is directed to Section 00850 and to other applicable sections of the Contract Documents. 12. Goals for Construction: Minority-owned Business Enterprise (MBE), Women-owned Business Enterprise (WBE) and Equal Opportunity policies of the Massachusetts Water Resources Authority (MWRA) are applicable to this Contract. The CONTRACTOR shall comply with all applicable laws and regulations pertaining to nondiscrimination, equal opportunity and affirmative action, including without limitation executive orders and rules and regulations of federal and state agencies of competent jurisdiction. The Bidder shall make positive efforts to achieve: (1) a minority employee work force hour goal of 10.00 percent, (2) a woman employee work force hour goal of 6.90 percent, (3) a goal of 7.24 percent participation of Minority-owned Business Enterprise(s), and (4) a goal of 3.60 percent participation of Woman-owned Business Enterprise(s) within project contracts. At a minimum the community should allow MBEs and WBEs the maximum feasible opportunity to compete for subagreements performed under the project. 13. Project Inspection: The CONTRACTOR shall make the project site and all project records available to Department of Public Works staff for review during the course of the project. DPW staff will periodically monitor the progress of work to insure that the project is: (1) proceeding substantially as defined in the Scope of Work/Project Schedule sections of the executed 00100-5 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Financial Assistance Agreement; and (2) proceeding in a manner which will produce the quantitative I/I reduction result which the community estimated would be achieved in the executed Financial Assistance Application. 14. Project Audit Provisions: The community, the community's engineer(s), and the community's contractor(s) shall maintain books, records, documents, and other evidence directly related to the performance on all work receiving funding under the executed Financial Assistance Agreement in accordance with generally accepted professional practice and appropriate accounting procedures and practices. The community, the community's engineer(s), and the community's contractor(s) shall also maintain the financial information and data used by the engineer(s), and the community's contractor(s) in the preparation or support of project invoices and associated progress reports. The community shall agree to include the wording of the above paragraph in all contracts and subcontracts with third party contractors, vendors and service providers related to this project. 15. Chapter 306 of the Acts of 2004: The Contractor shall comply with Chapter 306 of the Acts of 2004. AN ACT RELATIVE TO THE HEALTH AND SAFETY ON PUBLIC CONSTRUCTION PROJECTS. Be it enacted by the Senate and House of Representatives in General Court assembled, and by the authority of the same, as follows: SECTION 1. Section 39M of Chapter 30 of the General Laws, as appearing in the 2002 Official Edition, is hereby amended by striking out subsection (c) and inserting in place thereof the following subsection: (c) The term "lowest responsible and eligible bidder" shall mean the bidder: (1) whose bid is the lowest of those bidders possessing the skill, ability and integrity necessary for the faithful performance of the work; (2) who shall certify, that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (3) who shall certify that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; (4) who, where the provisions of section 8B of chapter 29 apply, shall have been determined to be qualified thereunder; and (5) who obtains within 10 days of the notification of contract award the security by bond required under section 29 of chapter 149; provided that for the purposes of this section the term "security by bond" shall mean 00100-6 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 the bond of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority. SECTION 2. Said chapter 30 is hereby amended by inserting after section 39R the following section: Section 395. (a) As used in this section the word "person" shall mean any natural person, joint venture, partnership corporation or other business or legal entity. Any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, alteration, remodeling or repair of any public work by the commonwealth, or political subdivision thereof, or by any county, city, town, district, or housing authority, and estimated by the awarding authority to cost more than $10,000, and any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, installation, demolition, maintenance or repair of any building by a public agency, estimated to cost more than $10,000, shall certify on the bid, or contract, under penalties of perjury, as follows: (1) that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. (b) Any employee found on a worksite subject to this section without documentation of successful completion of a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration shall be subject to immediate removal. (c) The attorney general, or his designee, shall have the power to enforce this section including the power to institute and prosecute proceedings in the superior court to restrain the award of contracts and the performance of contracts in all cases where, after investigation of the facts, he has made a finding that the award or performance has resulted in violation, directly or indirectly, of subsection (b), and he shall not be required to pay to the clerk of the court an entry fee in connection with the institution of the proceeding. SECTION 3. Paragraph E of subdivision (2) of section 44E of chapter 149 of the General Laws, as so appearing, is hereby amended by striking out the second paragraph and inserting in place thereof the following paragraph:- 00100-7 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. SECTION 4. Paragraph I of subdivision (2) of section 44F of said chapter 149, as so appearing, is hereby amended by striking out the first paragraph and inserting in place thereof the following paragraph: The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards of subcontracts subject to section 44F. SECTION 5. This act shall take effect on July 1, 2006. House of Representatives, July 30, 2004. This Bill having been returned by His Excellency the Governor with his objections thereto in writing (see House 5023) has been passed by the House of Representatives, notwithstanding said objections, two-thirds of the House (154 yeas to 0 nays) having agreed to pass the same. Sent to the Senate for its action. Thomas M. Finneran, Speaker. Steven T. James, Clerk. Senate, July 31, 2004. Passed by the Senate, notwithstanding the objections of His Excellency the Governor, two-thirds of the members present(37 yeas to 0 nays)having approved the same. Robert E. Travaglini, President. William F. Welch, Clerk. Office of the Secretary August 17, 2004. 16. Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 days after presentation thereof by the Town, shall forfeit to the Town, as liquidated damages for such failure or refusal, the security deposited with 00100-8 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 his/her bid, but the amount forfeited shall not exceed the difference between his/her bid price and the bid price of the next lowest responsible and eligible bidder. In case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other similar unforeseen circumstances affecting the bidder, his/her bid deposit will be returned. 17. Obligation of Bidder At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 18. Information Not Guaranteed All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Town. All such information is furnished only for the information and convenience of bidders and is not guaranteed. It is agreed and understood that the Town does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Documents. It is further agreed and understood that no bidder or Contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Town or the Architect/Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. 19. Bid Securitv Each bid and sub-bid must be accompanied by bid security in the form of a certified check, a bid bond, cash, or a treasurer's or cashier's check, payable to the Town, in the amount of five (5) percent of the value of the bid. Such security of general bidders will be returned to all except the three lowest responsible and eligible bidders within five days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids, and the remaining securities will be returned promptly after the Town and the accepted bidder have executed the Contract, or if no notice of intent to award has been presented to the selected contractor within 30 days, Saturdays, Sundays and holidays excluded, after the date of the opening of bids, upon demand of the bidder at any time thereafter. 00l 00-9 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 20. Riaht to Reiect Bid The Town reserves the right to waive any informalities in bids and to reject any and all bids, should the Town deem it to be in the public interest to do so. The Town may also reject bids which in its sole judgment are either incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities. 21. Time for Completion The successful general bidder must agree to commence work within ten (10) days of the date of the Notice to Proceed and to fully complete the project within the time limit stated in Section 00300, FORM OF GENERAL BID. 22. Comparison of Bids Bids will be compared on the basis of prices set forth in the bid forms. In the event that there is a discrepancy between the lump sum or unit prices written in words and figures, the prices written in words will govern. 23. Award of Contract The Contract will be awarded to "the lowest responsible and eligible bidder" pursuant to General Laws Chapter 30, Section 39M as amended. Such a bidder shall possess the skill, ability and integrity necessary for the faithful performance of the work, shall be able to furnish labor that can work in harmony with all other elements of labor employed, or to be employed, in the work, and shall otherwise comply with all applicable provisions of law. Contract award shall be subject to availability of an appropriation for funding. A Performance and Payment Bond in the amount of One Hundred (100%) percent of the annual contract price will be required for the faithful performance of the Contract. The Contractor shall obtain and submit the bonds within ten (10) days after notification of the bid award. The successful bidder's Bid Bond shall not be released until such time the Performance and Payment Bonds have been posted. Within seven (7) working days of receipt of acceptable Payment Bond and Agreement signed by the party to whom the Agreement was awarded, the Town shall sign the Agreement and return to such party an executed duplicate of the Agreement. 24. Statutes Rezulatin2 Competitive Biddiniz Any bid which does not comply with the provisions of Massachusetts General Laws Chapter 30 Section 39M, as amended, need not be accepted and the Town may reject every such bid. 00100-10 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 25. Waae Rates Prevailing Wage Rates as determined by the Commissioner of Department of Labor and Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this project. It is the responsibility of the bidder, before bid opening, to request any additional information on Prevailing Wage Rates for those tradespeople who may be employed for the proposed work under this contract. State schedules of Prevailing wage rates are included in "Attachment" A of the contract documents. 26. Contractor Records The Contractor shall comply with the provisions of Massachusetts General Laws, Chapter 30, Section 39R concerning Contractor records. 27. Insurance The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified in the General Conditions and in such form as shall protect him performing work covered by this Contract, and the Town of Watertown and its employees, agents, officials, and engineering consultant, from all claims an liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this Contract. The Town and WorldTech Engineering, LLC shall be named as an additional insured. The Contractor covenants and agrees to hold the Town and its employees, agents and officials harmless from loss or damage due to claims for bodily injury or death and/or property damage arising from, or in connection with, operations under this Contract. 28. Project Manager In addition to a project Architect/Engineer, the Town may utilize the services of a project manager, whose duties shall be as set forth in the Agreement for Project Manager Services. A contact person must be designated by the Contractor upon award of the Contract who will be accessible to the Town on a twenty-four hour per day basis for the duration of the construction period. 29. Payroll Payroll Records, Labor, Maximum Hours of Employment: Every employee in public work shall lodge, board and trade where and with whom he elects; and no persons or his agents or employees under Contract with the Commonwealth, a county, Town or with a department, board, commission or officer acting therefore, for the doing of public work, 00100-11 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 shall directly or indirectly require as a condition of employment therein, that the employee shall lodge, board or trade at a particular place or with a particular person (Chapter 149,Section 25 of the General Law). No laborer, workman, mechanic, foreman or inspector working within this Commonwealth, in the employee of the Contractor, Sub-contractor or other persons doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be required or permitted to work no more than eight (8) hours in any one day or no more than 48 hours in any one week, or no more than six (6) days in any one week, except in cases of emergency, or in case any Town subject to Section 149 of the General Laws is a party to such a Contract, more than eight (8) hours in any one day, except as aforesaid. The Owner or the Contractor or any Subcontractor may employ laborers, work-men, mechanics, foreman and inspectors for more than eight (8) hours in any one day in the work to be done or under Contract when in the opinion of the Commissioner of Labor and Industries, public necessity so require. (Chapter 149, Section 34 of the General Laws, as amended). Attention of Bidders is called to Section 148 of Chapter 149 of the General Laws and amendments thereof requiring the weekly payment of employees. Upon request of the Engineer of the Massachusetts Department of Labor and Industries, the Contractor shall furnish certified copies of any or all payrolls for the Contract, showing the name, address, and occupational classification of each employee on said works, and the hours worked by, and the wages paid each such employee. Such payroll shall also include the rates paid for rented trucks or rental equipment of any kind used on the work. This requirement shall also apply to the work of any Sub-contractor having a Subcontract for any of the work performed on the project. Such records shall be kept in such manner as the Commissioner of Labor and Industries shall prescribe, and shall be open to inspection by the DPW Superintendent or any authorized representative of the Department of Labor and Industries at any reasonable time and as often as may be necessary. 30. Buv American The Contractor agrees that preference will be given to domestic construction material by the Contractor, Subcontractor, material men, and suppliers in the performance of this Contract. 31. Compliance with Laws The Contractor shall keep himself fully informed of all existing and future Federal, State and Local Laws, ordinances, rules and regulations affecting those engaged or employed on the Work, the materials and equipment used in the Work or the conduct of the Work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, Specifications or other Contract Documents in relation to any such law, 00100-12 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ordinance, rule, regulation, order, decree or other requirement, the Contractor shall forthwith report to the Administrator in writing. The Contractor shall at all times observe and comply with, and cause all his agents, servants and employees to observe and comply with all such existing and future laws, ordinances, rules, regulations, orders, decrees and other requirements and he shall protect, indemnify and save harmless the Town, its officers, agents, servants, employees and the DPW Superintendent from and against any and all claims, demands, suits, liabilities,judgments, penalties, losses, damages, costs and expenses, including attorney's fee, arising from or based upon any violation or claimed violation of any such law, ordinance, rule regulation, order, decree or other requirements, whether committed by the Contractor or any of his agents, servants or employees. Applicable provisions of Massachusetts General Laws and Regulations and/or the United States Code and Code of Federal Regulations govern this contract and any provision in violation of the foregoing shall be deemed null, void and of no effect. Where conflict between Code of Federal Regulations and State Laws and Regulations exist, the more stringent requirement shall apply. This project is subject to the Safety and Health Regulations of the U.S. Department of Labor set forth in Title 29 CFR, Part 1926 and to all subsequent amendments, and to the Massachusetts Department of Labor and Industries, Division of Industrial Safety "Rules and Regulations for the Prevention of Accidents in Construction Operations" (Chapter 454 CMR 10.00 et seq.). Contractors shall be familiar with the requirements of these regulations. 32. Massachusetts Sales and Use Tax Materials and supplies to be used in the work of this contract are exempt from the Sales and Use Tax of the Commonwealth of Massachusetts to the extent provided by Chapter 64H, Section 6(f) of the General Laws. The Contractor shall obtain proper certificates, maintain the necessary records and otherwise comply with the requirements of Chapter 14 of the Acts of 1966 and any amendments thereto. Each Bidder shall take this exemption into account in calculating his Bid for the Work. 33. Method of Pavment to Contractor The Town, so long as the Contractor continues to carry on the Work, shall make monthly payments therefore as follows: Each month prior to the completion of the work done to date of the estimate and thereupon the Town shall deduct such estimate five percent (5%) thereof, and shall pay the balance of such estimate to the Contractor. Thirty (30) days after the satisfactory completion of the Work as determined by the DPW Superintendent, the Town shall pay the Contractor the final amount due and remaining to be paid under this Contract, deducting from said amount and keeping for its own, any expense incurred by the Town on account of defects, omissions or mistakes of the Contractor in his Work. Provided, however, that no final payment shall be made until all liens and claims against the Town and its officers, due to the work, are satisfied. 00100-13 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 34. Patented Devices,Materials and Processes It is mutually understood and agreed that, without exception, contract prices are to include all royalties and costs arising from patents, trademarks and copyrights in any way involved in the work. It is the intent that whenever the Contractor is required or desires to use any design, device, material or process covered by letters patent or copyright, the rights for such use shall be provided for by suitable legal agreement with the patentee or owners. 35. Utility Comi)anv Coordination Written notice shall be given by the Contractor to all public service corporations or officials owning or having charge of publicly or privately owned utilities of his intention to commence operations affecting such utilities at least one (1) month in advance of the commencement of such operations that may affect their utilities and the Contractor shall at the same time file a copy of such notice with the DPW Superintendent. 36. Contractor Parking The Project Area is highly commercial. Therefore, the Contractor and his employees and subcontractors and their employees shall not park personal vehicles within the Project Area. 37. Dig Safe The Contractor shall notify "Mass. Dig Safe" and procure a DIG SAFE number of each location in advance of starting any construction. "DIG SAFE" Call Center: Telephone 1-888-344-7233. 00100-l 4 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00300 FORM OF GENERAL BID Bid of (hereinafter called "Bidder")* ( ) a corporation, organized and existing under the laws of the state of ( ) a partnership O a joint venture ( ) an individual doing business as To the Town of Watertown , Massachusetts (hereinafter called "Town"). Gentlemen: A) The undersigned Bidder, in compliance with your invitation for bids for the project known as: 2020 Roadway Rehabilitation and Related Work Phase II- Contract No. 2020-026, having examined the plans and specifications and related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents and the plans and specifications within the time set forth below, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this bid is a part. The Bidder hereby agrees to commence work on or before the date to be specified in written "Notice to Proceed" of the Town, and to fully complete the project within the 2020 construction season but a contract extension shall be at the discretion of the DPW Superintendent. *Specify corporation, partnership or individual as applicable. 00300-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 B) Bidder acknowledges receipt of and this bid includes the following addenda: No. Dated: No. Dated: No. Dated: No. Dated: 00300-2 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents INDIVIDUAL TREE PROTECTION 102.51 45 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TREE REMOVED-DIAMETER UNDER 24 INCHES 103. 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TREE REMOVED-DIAMETER 24 INCHES AND OVER 104. 2 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STUMP REMOVED 105. 3 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- RODENT CONTROL 119. 1 AT................................................................................................................................................................................... LUMP SUM UNCLASSIFIED EXCAVATION 120.1 1,730 AT................................................................................................................................................................................... PER CUBIC YARD CLASS A ROCK EXCAVATION 121. 10 AT ................................................................................................................................................................................... PER CUBIC YARD PAVEMENT MILLING 129. 2,520 AT................................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TEST PIT FOR EXPLORATION 141.1 5 AT................................................................................................................................................................................... PER CUBIC YARD ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CLASS B TRENCH EXCAVATION 142. 5 AT................................................................................................................................................................................... PER CUBIC YARD ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CLASS B ROCK EXCAVATION 144. 5 AT PER CUBIC YARD 00300-3 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents GRAVEL BORROW 151. 2,275 AT PER CUBIC YARD CRUSHED STONE 156. 135 AT PER TON -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- FINE GRADING AND COMPACTING-SUBGRADE AREA 170. 16,295 AT................................................................................................................................................................................... PER SQUARE YARD -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CATCH BASIN 201. 13 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CATCH BASIN SPECIAL 201.3 1 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MANHOLE 202. 4 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- WYE CONNECTION TO EXISTING DRAIN 10 TO 12 INCH EXISTING PIPE SIZE 202.10 5 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- WYE CONNECTION TO EXISTING DRAIN 15 TO 18 INCH EXISTING PIPE SIZE 202.15 4 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GUTTER INLET 204. 3 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- DRAINAGE STRUCTURE ADJUSTED 220. 8 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- DRAINAGE STRUCTURE REBUILT 220.2 7 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -4 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents DRAINAGE STRUCTURE CHANGE IN TYPE 220.2 1 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- DRAINAGE STRUCTURE REMODELED 220.5 15 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SANITARY STRUCTURE REBUILT 220.6 3 AT................................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SANITARY STRUCTURE ADJUSTED 220.7 2 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SANITARY STRUCTURE REMODELED 220.8 13 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- FRAME AND GRATE(OR COVER)MUNICIPAL STANDARD 222.3 56 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- FRAME AND GRATE(OR COVER)REMOVED AND DISCARDED 223.2 56 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 12 INCH HOOD 224.12 14 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- REMOVAL OF DRAINAGE STRUCTURE SEDIMENT 227.3 32 AT................................................................................................................................................................................... PER CUBIC YARD REMOVAL OF DRAINAGE PIPE SEDIMENT 227.31 120 AT................................................................................................................................................................................... PER FOOT 12 INCH POLYVINYL-CHLORIDE-SDR 35 DRAIN PIPE 234.12 100 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -5 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 10 INCH DUCTILE IRON PIPE 238.1 35 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 12 INCH AND UNDER GATE BOX REMOVE AND RESET 354.12 10 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GATE BOX 357. 5 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GATE BOX ADJUSTED 358. 10 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SERVICE BOX 381. 34 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SERVICE BOX ADJUSTED 381.3 48 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- RECLAIMED PAVEMENT FOR BASE AND/OR SUB-BASE 403. 10,469 AT................................................................................................................................................................................... PER SQUARE YARD -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CALCIUM CHLORIDE FOR ROAD DUST CONTROL 440. 961 AT................................................................................................................................................................................... PER POUND -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- WATER FOR ROADWAY DUST CONTROL 443. 11 AT................................................................................................................................................................................... PER MEGA GALLON -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ASPHALT EMULSION FOR TACK COAT 452. 730 AT................................................................................................................................................................................... PER GALLON ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- HOT MIX ASPHALT 460. 2,782 AT................................................................................................................................................................................... PER TON -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -6 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents HOT POURED RUBBERIZED ASPHALT SEALER 464.5 3,905 AT................................................................................................................................................................................... PER FOOT HOT MIX ASPHALT FOR MISCELLANEOUS WORK 472. 35 AT................................................................................................................................................................................... PER TON ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SAW CUTTING ASPHALT PAVEMENT 482.3 2,760 AT................................................................................................................................................................................... PER FOOT SAW CUTTING PORTLAND CEMENT CONCRETE 482.4 585 AT................................................................................................................................................................................... PER FOOT GRANITE CURB TYPE VA4-STRAIGHT 504. 4,243 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GRANITE CURB TYPE VA4-CURVED 504.1 316 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS-STRAIGHT 509. 220 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GRANITE TRANSITION CURB FOR WHEELCHAIR RAMPS-CURVED 509.1 110 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- GRANITE CURB CORNER TYPE A 516. 162 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SPECIAL CONCRETE CURB-CAST IN PLACE 520.11 73 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- HOT MIX ASPHALT CURB TYPE 3 570.3 70 AT................................................................................................................................................................................... PER FOOT 00300 -7 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents CURB REMOVED AND RESET 580. 912 AT................................................................................................................................................................................... PER FOOT CURB CORNER REMOVED AND RESET 582. 12 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- FENCE REMOVED AND RESET 670. 25 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SILT SACK 697.1 31 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CEMENT CONCRETE SIDEWALK 701. 3,386 AT................................................................................................................................................................................... PER SQUARE YARD -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CEMENT CONCRETE SIDEWALK AT DRIVEWAYS 701.1 1,515 AT................................................................................................................................................................................... PER SQUARE YARD ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- CEMENT CONCRETE WHEELCHAIR RAMP 701.2 435 AT................................................................................................................................................................................... PER SQUARE YARD -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- DUCTILE IRON DETECTABLE WARNING PANEL-STRAIGHT 701.992 8 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- DUCTILE IRON DETECTABLE WARNING PANEL-RADIAL 701.993 8 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- HOT MIX ASPHALT WALK SURFACE 702. 30 AT................................................................................................................................................................................... PER TON -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- HOT MIX ASPHALT DRIVEWAY 703. 78 AT................................................................................................................................................................................... PER TON -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -8 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITFM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents BRICK WALK REMOVED AND RELAID 706.1 10 AT................................................................................................................................................................................... PER SQUARE YARD MOBILIZATION 748. 1 AT................................................................................................................................................................................... PER LUMP SUM LOAM BORROW 751. 547 AT................................................................................................................................................................................... PER CUBIC YARD NDPES STORMWATER POLLUTIONS PREVENTION PLAN 756. 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 1 757.01 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 2 757.02 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 3 757.03 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 4 757.04 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 5 757.05 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 6 757.06 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 7 757.07 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -9 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents STORMWATER TREE TRENCH-LOCATION 8 757.08 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 9 757.09 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- STORMWATER TREE TRENCH-LOCATION 10 757.10 1 AT................................................................................................................................................................................... PER LUMP SUM ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- SEEDING 765. 1,070 AT................................................................................................................................................................................... PER SQUARE YARD AGED PINE BARK MULCH 767.6 49 AT................................................................................................................................................................................... PER CUBIC YARD GINKGO BILOBA(MALE SELECTION)8-10 FEET 775.030 4 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- HOPHORNBEAN-AMERICAN 8-10 FEET 775.034 3 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MAPLE-RED-'ARMSTRONG'2-2.5 INCH CALIPER 776.523 5 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MAPLE-RED-'OCTOBER GLORY'2-2.5 INCH CALIPER 776.543 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- MAPLE-RED-'RED SUNSET'2-2.5 INCH CALIPER 776.557 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -10 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents OAK-SWAMP WHITE 1.5-2 INCH CALIPER 777.261 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- PLANETREE-LONDON 3-3.5 INCH CALIPER 777.546 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- PRUNUS SERRULATA'SNOWGOOSE'(CHERRY)1.5-2 INCH CALIPER 778.213 4 AT................................................................................................................................................................................... PER EACH CHERRY-SERGEANT 2.5-3 INCH CALIPER 778.377 1 AT ................................................................................................................................................................................... PER EACH PEAR CALLERY'ARISTOCRAT'2-2.5 INCH CALIPER 782.403 5 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- PEAR CALLERY BRADFORD'2.5-3 INCH CALIPER 782.413 3 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- LILAC TREE-JAPANESE 2-2.5 INCH CALIPER 782.579 4 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TUPELO 2-2.5 INCH CALIPER 783.467 2 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ZELKOVA'VILLAGE GREEN'2.5-3 INCH CALIPER 783.647 1 AT................................................................................................................................................................................... PER EACH ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- WARNING-REGULATORY AND ROUTE MARKER-ALUM.PANEL(TYPE A) 832. 90 AT................................................................................................................................................................................... PER SQUARE FOOT 00300-11 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents SIGN SUP(N/GUIDE)+RTE MKR W/1 BRKWAY POST ASSEMBLY-STEEL 847.1 18 AT................................................................................................................................................................................... PER EACH SAFETY SIGNING FOR TRAFFIC MANAGEMENT 852. 243 AT................................................................................................................................................................................... PER SQUARE FOOT -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- PORTABLE BREAKAWAY BARRICADE TYPE III 853.1 15 AT................................................................................................................................................................................... PER EACH -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- TEMPORARY PAVEMENT MARKINGS-6 IN.(PAINTED) 854.016 400 AT................................................................................................................................................................................... PER FOOT -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- REFLECTORIZED DRUM 859. 6,353 AT................................................................................................................................................................................... PER DRUM DAY PAVEMENT ARROWS AND LEGENDS REFL.WHITE(THERMOPLASTIC) 864.04 80 AT................................................................................................................................................................................... PER SQUARE FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- RAISED PAVEMENT MARKER TWO-WAY BLUE/BLUE 864.26 3 AT................................................................................................................................................................................... PER EACH 6 INCH REFLECTORIZED WHITE LINE(THERMOPLASTIC) 866.106 400 AT................................................................................................................................................................................... PER FOOT 12 INCH REFLECTORIZED WHITE LINE(THERMOPLASTIC) 866.112 710 AT................................................................................................................................................................................... PER FOOT ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 00300 -12 Town of Watertown DPW 2020-ROADWAY REHABILITATION AND RELATED WORK- Department of Public Works PHASE II-BID TAB Contract No.2020-026 ITEM UNIT PRICE AMOUNT NO. QTY ITEM WITH UNIT BID PRICE WRITTEN IN WORDS Dollars Cents Dollars Cents 6 INCH REFLECTORIZED YELLOW LINE(THERMOPLASTIC) 867.106 400 AT................................................................................................................................................................................... PER FOOT STREET NAME SIGN 874. 13 AT................................................................................................................................................................................... PER EACH ----------------- ------------------------------ ---------------------------- ------------------------------ ------------------------------------ 4000 P.S.I.,1.5 IN.,565 CEMENT CONCRETE 901. 3 AT PER CUBIC YARD ----------------- ------------------------------ ---------------------------- ------------------------------ ------------------------------------ POLICE DETAIL 999. 1,656 AT Fifty Two dollars and no cents $52.00 $86,112.00 PER HOUR ----------------- ------------------------------ ---------------------------- ------------------------------ ------------------------------------ TOTAL $86,112.00 ------- ---------------------------- ------------------------------ ---------------------------- ---------------------------- 00300 -13 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 The Bidder agrees to perform the bid work described in the specifications and shown on the plans for the following contract price: $ The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The Bidder understands that all bids for this project are subject to the applicable bidding laws of the Commonwealth of Massachusetts, including General Laws Chapter 30, Section 39M, as amended. The Bidder understands that the Town reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of bids. Within 10 days of receipt of the written notice of acceptance of this bid, the Bidder will execute the formal Agreement set forth in Section 00500 CONTRACT. Bid security is attached in the sum of five percent (5%) of the total bid in accordance with the conditions of Section 00100 INSTRUCTIONS TO BIDDERS. The bid security may become the property of the Town in the event the contract and bond are not executed within the time set forth above. The selected Contractor shall furnish a performance bond and a payment bond in an amount at least equal to one hundred percent (100%) of the contract price in accordance with Section 00610 PERFORMANCE BOND, Section 00620 PAYMENT BOND, and as stipulated in Section 00700 GENERAL CONDITIONS and Section 00800 SUPPLEMENTAL CONDITIONS of the specifications. The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all the requirements of the plans and specifications. 1. Have been in business under present name for years. 2. The names and addresses of all persons interested in the bid(if made by a partnership or corporation) as principals, are as follows: (attach supplementary list if necessary) 00300-14 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 3. The bidder is requested to state below what work of a similar character to that included in the proposed contract he has done, and give references that will enable the Town to judge his experience, skill and business standing (add supplementary page if necessary). Completion Project Contract Design Reference Telephone Date Name Amount Engineer Name No. a. b C. d. e. f. 00300-15 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Bank reference (Name) (Bank) (Address) (Telephone No.) Pursuant to M.G.L. CH. 62C, Sec. 49A, I certify hereby in writing, under penalties of perjury, that the within named Bidder/Contractor has complied with all laws of the commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting of child support. The undersigned Bidder hereby certifies under penalties of perjury, as follows: (1) that he/she is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and(3) that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. The undersigned certifies under penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this paragraph the word "person" shall mean any natural person,joint venture, partnership, corporation or other business or legal entity. The undersigned bidder hereby certifies, under pains and penalties of perjury, that the foregoing bid is based upon the payment to laborers to be employed on the project of wages in an amount no less that the applicable prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development. The undersigned bidder agrees to indemnify the awarding authority for, from and against any loss, expense, damages, actions or claims, including any expense incurred in connection with any delay or stoppage of the project work arising out of or as a result of(1) the failure of the said bid to be based upon the payment of the said applicable prevailing wage rates or(2) the failure of the bidder, if selected as the contractor, to pay laborers employed on the project the said applicable prevailing wage rates. 00300-16 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Respectfully submitted: Date: By: (Signature) (Type Name of Bidder) (Title) (Business Address) (City and State) (Telephone Number) 00300-17 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the Department of Public Works, Town of Watertown, Massachusetts as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 The Condition of the above obligation is such that whereas the Principal has submitted to the Department of Public Works, Watertown, MA, a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for 2020 Roadway Rehabilitation and Related Work Phase II - Contract No. 2020-026, Watertown, Massachusetts. NOW, THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year set forth above. 00410-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 (L.S.) Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. END OF SECTION 00410-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00420 NOTICE OF AWARD To: PROJECT Description: 2020 Roadway Rehabilitation and Related Work—Phase II Contract No. 2020-026 DEPARTMENT OF PUBLIC WORKS WATERTOWN,MA The OWNER has considered the Bid submitted by you for the above described Work in response to its Advertisement for Bids dated , and Information for Bidders. You are hereby notified that your Bid has been accepted at the Base Bid Price of You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance Bond, Payment Bond and certificates of insurance within five (5) days, excluding Saturdays, Sundays and legal holidays from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within the five (5) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your Bid as abandoned and as a forfeiture of your Bid Security. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the OWNER. Dated this day of , 20_. Department of Public Works Watertown, Massachusetts (OWNER) 00420-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by. this the day of 20 . By Title END OF SECTION 00420-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00500 AGREEMENT THIS AGREEMENT, made this day of . 20_, by and between the parry of the first part, the Town of Watertown, hereinafter called "TOWN" or :"OWNER" acting herein through its Town Manager, and the party of the second part, doing business as *(an individual) (a partnership) (a joint venture) (a corporation) located in the *(City) (Town) of , County of , and State of hereinafter called "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the TOWN, the CONTRACTOR hereby agrees with the TOWN to commence and complete the project described as follows: 2020 Roadwav Rehabilitation and Related Work — Phase II - Contract No. 2020-026, hereinafter called the Project, for the sum of Dollars ($ 1 and all extra work in connection therewith, under the terms as stated in the Contract Documents; and at his (it's or their) own proper cost and expense to furnish all the materials, supplies, machinery equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in Section 00300 FORM OF GENERAL BID, Section 00700 GENERAL CONDITIONS, and Section 00800 SUPPLEMENTAL GENERAL CONDITIONS, the plans, which include all maps, plates, blue prints, and the specifications and Contract Documents as prepared by the Town. The CONTRACTOR hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" of the TOWN. The CONTRACTOR further agrees to complete the project within the 2019 construction season with a contract extension shall be at the discretion of the DPW Superintendent. The CONTRACTOR agrees not to discriminate against or exclude any person from participation herein on grounds of race, religion, color, sex, age or national origin; and that it shall take affirmative actions to ensure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age, handicapped status, or national origin. The CONTRACTOR agrees not to participate in or cooperate with an international boycott, as defined in Section 999 (b)(3) and (4) of the Internal Revenue Code of 1986, as amended, or engage in conduct declared to be unlawful by Section 2 of Chapter 151E of the Massachusetts General Laws. The TOWN agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions, as provided in Section 00700 GENERAL CONDITIONS, and to make payments on account thereof as provided in the Estimates and Pavments Paragraph of Article 9 of Section 00700 GENERAL CONDITIONS. 00500-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 IN WITNESS WHEREOF, the parties to these presents have executed this contract in two (2) counterparts, each of which shall be deemed an original, in the year and day first above mentioned. AGREED: TOWN OF WATERTOWN,MASSACHUSETTS (Town) By Michael J. Driscoll (Name) Town Manaizer (Title) CONTRACTOR: By (Name) (Title) (Address) (City and State) Approved as to Form: By Town Attorney In accordance with M.G.L. C.44, Section 31C, this is to certify that an appropriation in the amount of this contract is available therefore and that the has been authorized to execute the contract and approve all requisitions and change orders. By Auditor 00500-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 CERTIFICATE OF VOTE (to be filed if Contractor is a Corporation) hereby certify that I am the duly qualified (Secretary of the Corporation) and acting Secretary of and I further certify that a meeting of the (Name of Corporation) Directors of said Company, duly called and held on , at which (Date of Meeting) all Directors were present and voting, the following vote was unanimously passed: VOTED: To authorize and empower Anyone acting singly, to execute Forms of General Bid, Contracts or Bonds on behalf of the Corporation. I further certify that the above vote is still in effect and has not been changed or modified in any respect. By: (Secretary of Corporation) A True Copy: Attest: (Notary Public) My Commission Expires: (Date) 00500-3 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 EEO/AA CERTIFICATE The Bidder hereby certifies he/she shall comply with the minority manpower ratio and specific action steps contained in the Commonwealth of Massachusetts Equal Employment Opportunity/Affirmative Action Program (EEO/AA/WBE/MBE). The Contractor receiving the award of the Contract shall be required to obtain from each of its sub-contractors and submit to the contracting or administering agency prior to the performance of any work under said Contract a certification by said sub-contractor, regardless of tier, that it will comply with the minority manpower ration and specific affirmative steps contained in the EEO/AA Program. DATE: SIGNATURE: 00500-4 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 CERTIFICATE OF COMPLIANCE WITH STATE TAX LAWS AND WITH UNEMPLOYMENT COMPENSATION CONTRIBUTION REOUIREMENTS Pursuant to M.G.L., Ch. 62C, §49A and M.G.L. Ch. 151A, §19A, I, authorized signatory for whose principal place of business is at do hereby certify under penalties of perjury that has filed all state tax returns and paid all taxes as required by law and has complied with all state laws pertaining to contributions to the unemployment compensation fund and to payments in lieu of contributions. The Business Organization Social Security Number or Federal Identification Number is: Signed under the penalties of perjury the day of 20 Signature: Name and Title: 00500-5 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 If a corporation, complete below or attach to each signed copy of a contract a notarized copy of vote of corporation authorizing the signatory to sign this contract. If attesting clerk is same as individual executing contract,have signature notarized below. At a duly authorized meeting of the Board of Directors of the held on (Name of Corporation) (Date) at which all the Directors were present or waived notice, it was VOTED that, (Name) (Officer) of this company be and hereby is authorized to execute contract and bonds in the name and behalf of said company, and affix its corporate seal thereto, and such execution of any contract or obligation in this company's name on its behalf by such (Officer) of the company, shall be valid and binding upon this company. I hereby certify that I am the Clerk of the that is the duly elected of said company,and that the above vote has not been amended or rescinded and remains in full force and effect as of the date of this contract. a true copy, ATTEST Clerk Place of Business Corporate Seal SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF 20 NOTARY PUBLIC 00500-6 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 STATEMENT OF WAGE COMPLIANCE DATE: I, (Name of Signatory Party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor, sub-contractor of public body) Building Project, and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of Section Twenty-seven (27) and Twenty-seven A (27A) of Chapter One Hundred and Forty Nine (149) of the General Laws. Signature: Title: (Signed under penalties of perjury as provided for under Section 27B of Chapter 149, General Laws.) 00500-7 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 �r CERTIFICATIONS REQUIRED BY LAW FOR PUBLIC CONSTRUCTION CONTRACTS You must COMPLETE and SIGN the following certifications. You must also print,at the bottom of this page,the name of the contractor for whom these certifications are submitted. TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A(b),I,the undersigned,authorized signatory for the below named contractor,do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts relating to taxes,reporting of employees and contractors,and withholding and remitting child support. NON-COLLUSION The undersigned certifies under the penalties of perjury that this bid is in all respects bona fide,fair and made without collusion or fraud with any other person.As used in this subsection the word"person"shall mean any natural person,joint venture,partnership,corporation or other business or legal entity. PUBLIC CONTRACTOR DEBARMENT The undersigned certifies under penalty of perjury that the below named contractor is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine,or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. COMPLETE AND SIGN BELOW: Authorized Person's Signature Date Print Name&Title of Signatory Name of Contractor 00500-8 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 FORM W9 REQUEST FOR TAXPAYER IDENDIFICATION NUMBER AND CERTIFICATION 00500-9 Form Request for Taxpayer Give Form to the (Rev.October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ►Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. 2 Business name/disregarded entity name,if different from above a� 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions(codes apply only to following seven boxes. certain entities,not individuals;see Ca a instructions on page 3): o ElIndividual/sole proprietor or ElC Corporation ElS Corporation ElPartnership ❑ Trust/estate ai c single-member LLC Exempt payee code(if any) ao ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► o «�L Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting .9 H LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(if any) another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that a ° is disregarded from the owner should check the appropriate box for the tax classification of its owner. w d ❑ Other(see instructions)► (Applies to accounts maintained outside the U.S.) fn 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optional) m ro 6 City,state,and ZIP code 7 List account number(s)here(optional) JUM Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For individuals,this is generally your social security number(SSN).However,for a _m resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN, later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Employer identification number Number To Give the Requester for guidelines on whose number to enter. JIM Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person► Date No- General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise .Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments .Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/FormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest), 1098-E(student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption .Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.10-2018) Form W-9(Rev.10-2018) Page 2 By signing the filled-out form,you: Example.Article 20 of the U.S.-China income tax treaty allows an 1.Certify that the TIN you are giving is correct(or you are waiting for a exemption from tax for scholarship income received by a Chinese number to be issued), student temporarily present in the United States.Under U.S.law,this student will become a resident alien for tax purposes if his or her stay in 2.Certify that you are not subject to backup withholding,or the United States exceeds 5 calendar years.However,paragraph 2 of 3.Claim exemption from backup withholding if you are a U.S.exempt the first Protocol to the U.S.-China treaty(dated April 30,1984)allows payee. If applicable,you are also certifying that as a U.S.person,your the provisions of Article 20 to continue to apply even after the Chinese allocable share of any partnership income from a U.S.trade or business student becomes a resident alien of the United States.A Chinese is not subject to the withholding tax on foreign partners'share of student who qualifies for this exception(under paragraph 2 of the first effectively connected income,and protocol)and is relying on this exception to claim an exemption from tax 4.Certify that FATCA code(s)entered on this form(if any)indicating on his or her scholarship or fellowship income would attach to Form that you are exempt from the FATCA reporting,is correct.See What is W-9 a statement that includes the information described above to FATCA reporting, later,for further information. support that exemption. Note:If you are a U.S.person and a requester gives you a form other If you are a nonresident alien or a foreign entity,give the requester the than Form W-9 to request your TIN,you must use the requester's form if appropriate completed Form W-8 or Form 8233. it is substantially similar to this Form W-9. Backup Withholding Definition of a U.S.person.For federal tax purposes,you are considered a U.S.person if you are: What is backup withholding?Persons making certain payments to you •An individual who is a U.S.citizen or U.S.resident alien; must under certain conditions withhold and pay to the IRS 24%of such payments.This is called"backup withholding." Payments that may be •A partnership,corporation,company,or association created or subject to backup withholding include interest,tax-exempt interest, organized in the United States or under the laws of the United States; dividends,broker and barter exchange transactions,rents,royalties, •An estate(other than a foreign estate);or nonemployee pay,payments made in settlement of payment card and •A domestic trust(as defined in Regulations section 301.7701-7). third party network transactions,and certain payments from fishing boat operators. Real estate transactions are not subject to backup Special rules for partnerships.Partnerships that conduct a trade or withholding. business in the United States are generally required to pay a withholding You will not be subject to backup withholding on payments you tax under section 1446 on any foreign partners'share of effectively receive if you give the requester your correct TIN,make the proper connected taxable income from such business.Further,in certain cases certifications,and report all your taxable interest and dividends on your where a Form W-9 has not been received,the rules under section 1446 tax return. require a partnership to presume that a partner is a foreign person,and pay the section 1446 withholding tax.Therefore,if you are a U.S.person Payments you receive will be subject to backup withholding if: that is a partner in a partnership conducting a trade or business in the 1.You do not furnish your TIN to the requester, United States,provide Form W-9 to the partnership to establish your 2.You do not certify your TIN when required(see the instructions for U.S.status and avoid section 1446 withholding on your share of Part II for details), partnership income. In the cases below,the following person must give Form W-9 to the 3.The IRS tells the requester that you furnished an incorrect TIN, partnership for purposes of establishing its U.S.status and avoiding 4.The IRS tells you that you are subject to backup withholding withholding on its allocable share of net income from the partnership because you did not report all your interest and dividends on your tax conducting a trade or business in the United States. return(for reportable interest and dividends only),or •In the case of a disregarded entity with a U.S.owner,the U.S.owner 5.You do not certify to the requester that you are not subject to of the disregarded entity and not the entity; backup withholding under 4 above(for reportable interest and dividend •In the case of a grantor trust with a U.S.grantor or other U.S.owner, accounts opened after 1983 only). generally,the U.S.grantor or other U.S.owner of the grantor trust and Certain payees and payments are exempt from backup withholding. not the trust;and See Exempt payee code, later,and the separate Instructions for the •In the case of a U.S.trust(other than a grantor trust),the U.S.trust Requester of Form W-9 for more information. (other than a grantor trust)and not the beneficiaries of the trust. Also see Special rules for partnerships,earlier. Foreign person.If you are a foreign person or the U.S.branch of a What is FATCA Reporting? foreign bank that has elected to be treated as a U.S.person,do not use Form W-9.Instead,use the appropriate Form W-8 or Form 8233(see The Foreign Account Tax Compliance Act(FATCA)requires a Pub.515,Withholding of Tax on Nonresident Aliens and Foreign participating foreign financial institution to report all United States Entities). account holders that are specified United States persons.Certain Nonresident alien who becomes a resident alien.Generally,only a payees are exempt from FATCA reporting.See Exemption from FATCA nonresident alien individual may use the terms of a tax treaty to reduce reporting code, later,and the Instructions for the Requester of Form or eliminate U.S.tax on certain types of income.However,most tax W-9 for more information. treaties contain a provision known as a"saving clause."Exceptions Updating Your Information specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise You must provide updated information to any person to whom you become a U.S.resident alien for tax purposes. claimed to be an exempt payee if you are no longer an exempt payee If you are a U.S.resident alien who is relying on an exception and anticipate receiving reportable payments in the future from this contained in the saving clause of a tax treaty to claim an exemption person. For example,you may need to provide updated information if from U.S.tax on certain types of income,you must attach a statement you are a C corporation that elects to be an S corporation,or if you no to Form W-9 that specifies the following five items. longer are tax exempt.In addition,you must furnish a new Form W-9 if 1.The treaty country.Generally,this must be the same treaty under the name or TIN changes for the account;for example,if the grantor of a which you claimed exemption from tax as a nonresident alien. grantor trust dies. 2.The treaty article addressing the income. Penalties 3.The article number(or location)in the tax treaty that contains the saving clause and its exceptions. Failure to furnish TIN.If you fail to furnish your correct TIN to a 4.The type and amount of income that qualifies for the exemption requester,you are subject to a penalty of$50 for each such failure from tax. unless your failure is due to reasonable cause and not to willful neglect. 5.Sufficient facts to justify the exemption from tax under the terms of Civil penalty for false information with respect to withholding.If you the treaty article. make a false statement with no reasonable basis that results in no backup withholding,you are subject to a$500 penalty. Form W-9(Rev.10-2018) Page 3 Criminal penalty for falsifying information.Willfully falsifying IF the entity/person on line 1 is THEN check the box for... certifications or affirmations may subject you to criminal penalties a(n)... including fines and/or imprisonment. Misuse of TINS.If the requester discloses or uses TINS in violation of • Corporation Corporation federal law,the requester may be subject to civil and criminal penalties. • Individual Individual/sole proprietor or single- * Sole proprietorship,or member LLC Specific Instructions • Single-member limited liability company(LLC)owned by an Line 1 individual and disregarded for U.S. You must enter one of the following on this line;do not leave this line federal tax purposes. blank.The name should match the name on your tax return. . LLC treated as a partnership for Limited liability company and enter If this Form W-9 is for a joint account(other than an account U.S.federal tax purposes, the appropriate tax classification. maintained by a foreign financial institution(FFI)),list first,and then • LLC that has filed Form 8832 or (P=Partnership;C=C corporation; circle,the name of the person or entity whose number you entered in 2553 to be taxed as a corporation, or S=S corporation) Part I of Form W-9. If you are providing Form W-9 to an FFI to document or a joint account,each holder of the account that is a U.S.person must . LLC that is disregarded as an provide a Form W-9. entity separate from its owner but a. Individual.Generally,enter the name shown on your tax return.If the owner is another LLC that is you have changed your last name without informing the Social Security not disregarded for U.S.federal tax Administration(SSA)of the name change,enter your first name,the last purposes. name as shown on your social security card,and your new last name. Note:ITIN applicant:Enter your individual name as it was entered on • Partnership Partnership your Form W-7 application,line 1a.This should also be the same as the • Trust/estate Trust/estate name you entered on the Form 1040/1040A/1040EZ you filed with your Line 4, Exemptions application. b. Sole proprietor or single-member LLC.Enter your individual If you are exempt from backup withholding and/or FATCA reporting, name as shown on your 1040/1040A/1040EZ on line 1.You may enter enter in the appropriate space on line 4 any code(s)that may apply to your business,trade,or"doing business as"(DBA)name on line 2. you. c. Partnership,LLC that is not a single-member LLC,C Exempt payee code. corporation,or S corporation.Enter the entity's name as shown on the • Generally,individuals(including sole proprietors)are not exempt from entity's tax return on line 1 and any business,trade,or DBA name on backup withholding. line 2. • Except as provided below,corporations are exempt from backup d. Other entities.Enter your name as shown on required U.S.federal withholding for certain payments,including interest and dividends. tax documents on line 1.This name should match the name shown on the . Corporations are not exempt from backup withholding for payments charter or other legal document creating the entity.You may enter any made in settlement of payment card or third party network transactions. business,trade,or DBA name on line 2. • Corporations are not exempt from backup withholding with respect to e. Disregarded entity.For U.S.federal tax purposes,an entity that is attorneys'fees or gross proceeds paid to attorneys,and corporations disregarded as an entity separate from its owner is treated as a that provide medical or health care services are not exempt with respect "disregarded entity." See Regulations section 301.7701-2(c)(2)(iii).Enter to payments reportable on Form 1099-MISC. the owner's name on line 1.The name of the entity entered on line 1 should never be a disregarded entity.The name on line 1 should be the The following codes identify payees that are exempt from backup name shown on the income tax return on which the income should be withholding.Enter the appropriate code in the space in line 4. reported.For example,if a foreign LLC that is treated as a disregarded 1—An organization exempt from tax under section 501(a),any IRA,or entity for U.S.federal tax purposes has a single owner that is a U.S. a custodial account under section 403(b)(7)if the account satisfies the person,the U.S.owner's name is required to be provided on line 1. If requirements of section 401(f)(2) the direct owner of the entity is also a disregarded entity,enter the first 2—The United States or any of its agencies or instrumentalities owner that is not disregarded for federal tax purposes.Enter the disregarded entity's name on line 2,"Business name/disregarded entity 3—A state,the District of Columbia,a U.S.commonwealth or name."If the owner of the disregarded entity is a foreign person,the possession,or any of their political subdivisions or instrumentalities owner must complete an appropriate Form W-8 instead of a Form W-9. 4—A foreign government or any of its political subdivisions,agencies, This is the case even if the foreign person has a U.S.TIN. or instrumentalities Line 2 5—A corporation If you have a business name,trade name,DBA name,or disregarded 6—A dealer in securities or commodities required to register in the entity name,you may enter it on line 2. United States,the District of Columbia,or a U.S.commonwealth or possession Line 3 7—A futures commission merchant registered with the Commodity Check the appropriate box on line 3 for the U.S.federal tax Futures Trading Commission classification of the person whose name is entered on line 1.Check only 8—A real estate investment trust one box on line 3. 9—An entity registered at all times during the tax year under the Investment Company Act of 1940 10—A common trust fund operated by a bank under section 584(a) 11—A financial institution 12—A middleman known in the investment community as a nominee or custodian 13—A trust exempt from tax under section 664 or described in section 4947 Form W-9(Rev.10-2018) Page 4 The following chart shows types of payments that may be exempt M—A tax exempt trust under a section 403(b)plan or section 457(g) from backup withholding.The chart applies to the exempt payees listed plan above,1 through 13. Note:You may wish to consult with the financial institution requesting IF the payment is for... THEN the payment is exempt this form to determine whether the FATCA code and/or exempt payee for... code should be completed. Interest and dividend payments All exempt payees except Line 5 for 7 Enter your address(number,street,and apartment or suite number). Broker transactions Exempt payees 1 through 4 and 6 This is where the requester of this Form W-9 will mail your information through 11 and all C corporations. returns.If this address differs from the one the requester already has on S corporations must not enter an file,write NEW at the top.If a new address is provided,there is still a exempt payee code because they chance the old address will be used until the payor changes your are exempt only for sales of address in their records. noncovered securities acquired Line 6 prior to 2012. Barter exchange transactions and Exempt payees 1 through 4 Enter your city,state,and ZIP code. patronage dividends Part I. Taxpayer Identification Number (TIN) Payments over$600 required to be Generally,exempt payees Enter your TIN in the appropriate box.If you are a resident alien and reported and direct sales over 1 through 52 you do not have and are not eligible to get an SSN,your TIN is your IRS $5,0001 individual taxpayer identification number(ITIN).Enter it in the social security number box.If you do not have an ITIN,see How to get a TIN Payments made in settlement of Exempt payees 1 through 4 below. payment card or third party network If you are a sole proprietor and you have an EIN,you may enter either transactions your SSN or EIN. 1 See Form 1099-MISC,Miscellaneous Income,and its instructions. If you are a single-member LLC that is disregarded as an entity separate from its owner,enter the owner's SSN(or EIN,if the owner has z However,the following payments made to a corporation and one).Do not enter the disregarded entity's EIN. If the LLC is classified as reportable on Form 1099-MISC are not exempt from backup a corporation or partnership,enter the entity's EIN. withholding:medical and health care payments,attorneys'fees,gross Note:See What Name and Number To Give the Requester, later,for proceeds paid to an attorney reportable under section 6045(f),and payments for services paid by a federal executive agency. further clarification of name and TIN combinations. Exemption from FATCA reporting code.The following codes identify How to get a TIN.If you do not have a TIN,apply for one immediately. payees that are exempt from reporting under FATCA.These codes To apply for an SSN,get Form SS-5,Application for a Social Security apply to persons submitting this form for accounts maintained outside Card,from your local SSA office or get this form online at of the United States by certain foreign financial institutions.Therefore,if www.SSA.gov.You may also get this form by calling 1-800-772-1213. you are only submitting this form for an account you hold in the United Use Form W-7,Application for IRS Individual Taxpayer Identification States,you may leave this field blank.Consult with the person Number,to apply for an ITIN,or Form SS-4,Application for Employer requesting this form if you are uncertain if the financial institution is Identification Number,to apply for an EIN.You can apply for an EIN subject to these requirements.A requester may indicate that a code is online by accessing the IRS website at www.irs.gov/Businesses and not required by providing you with a Form W-9 with"Not Applicable"(or clicking on Employer Identification Number(EIN)under Starting a any similar indication)written or printed on the line for a FATCA Business.Go to www.irs.gov/Forms to view,download,or print Form exemption code. W-7 and/or Form SS-4. Or,you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or SS-4 mailed to you within 10 A—An organization exempt from tax under section 501(a)or any business days. individual retirement plan as defined in section 7701(a)(37) If you are asked to complete Form W-9 but do not have a TIN,apply B—The United States or any of its agencies or instrumentalities for a TIN and write"Applied For"in the space for the TIN,sign and date C—A state,the District of Columbia,a U.S.commonwealth or the form,and give it to the requester.For interest and dividend possession,or any of their political subdivisions or instrumentalities payments,and certain payments made with respect to readily tradable D—A corporation the stock of which is regularly traded on one or instruments,generally you will have 60 days to get a TIN and give it to more established securities markets,as described in Regulations the requester before you are subject to backup withholding on section 1.1472-1(c)(1)(i) payments.The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until E—A corporation that is a member of the same expanded affiliated you provide your TIN to the requester. group as a corporation described in Regulations section 1.1472-1(c)(1)(i) Note:Entering"Applied For"means that you have already applied for a F—A dealer in securities,commodities,or derivative financial TIN or that you intend to apply for one soon. instruments(including notional principal contracts,futures,forwards, and options)that is registered as such under the laws of the United Caution:A disregarded U.S.entity that has a foreign owner must use States or any state the appropriate Form W-8. G—A real estate investment trust Part 11. Certification H—A regulated investment company as defined in section 851 or an To establish to the withholding agent that you are a U.S.person,or entity registered at all times during the tax year under the Investment resident alien,sign Form W-9.You may be requested to sign by the Company Act of 1940 withholding agent even if item 1,4,or 5 below indicates otherwise. I—A common trust fund as defined in section 584(a) For a joint account,only the person whose TIN is shown in Part I J—A bank as defined in section 581 should sign(when required).In the case of a disregarded entity,the K—A broker person identified on line 1 must sign.Exempt payees,see Exempt payee L—A trust exempt from tax under section 664 or described in section code,earlier. 4947(a)(1) Signature requirements.Complete the certification as indicated in items 1 through 5 below. Form W-9(Rev.10-2018) Pager) 1.Interest,dividend,and barter exchange accounts opened For this type of account: Give name and EIN of: before 1984 and broker accounts considered active during 1983. 14.Account with the Department of The public entity You must give your correct TIN,but you do not have to sign the certification. Agriculture in the name of a public entity(such as a state or local 2.Interest,dividend,broker,and barter exchange accounts government,school district,or opened after 1983 and broker accounts considered inactive during prison)that receives agricultural 1983.You must sign the certification or backup withholding will apply.If program payments you are subject to backup withholding and you are merely providing your correct TIN to the requester,you must cross out item 2 in the 15.Grantor trust filing under the Form The trust certification before signing the form. 1041 Filing Method or the Optional 3.Real estate transactions.You must sign the certification.You may Form 1099 Filing Method 2(see cross out item 2 of the certification. Regulations section 1.671-4(b)(2)(i)(B)) 4.Other payments.You must give your correct TIN,but you do not List first and circle the name of the person whose number you furnish. have to sign the certification unless you have been notified that you If only one person on a joint account has an SSN,that person's number have previously given an incorrect TIN."Other payments"include must be furnished. payments made in the course of the requester's trade or business for 2 Circle the minor's name and furnish the minor's SSN. rents,royalties,goods(other than bills for merchandise),medical and health care services(including payments to corporations),payments to 3 You must show your individual name and you may also enter your a nonemployee for services,payments made in settlement of payment business or DBA name on the"Business name/disregarded entity" card and third party network transactions,payments to certain fishing name line.You may use either your SSN or EIN(if you have one),but the boat crew members and fishermen,and gross proceeds paid to IRS encourages you to use your SSN. attorneys(including payments to corporations). ^List first and circle the name of the trust,estate,or pension trust.(Do 5.Mortgage interest paid by you,acquisition or abandonment of not furnish the TIN of the personal representative or trustee unless the secured property,cancellation of debt,qualified tuition program legal entity itself is not designated in the account title.)Also see Special payments(under section 529),ABLE accounts(under section 529A), rules for partnerships,earlier. IRA,Coverdell ESA,Archer MSA or HSA contributions or *Note:The grantor also must provide a Form W-9 to trustee of trust. distributions,and pension distributions.You must give your correct Note:If no name is circled when more than one name is listed,the TIN,but you do not have to sign the certification. number will be considered to be that of the first name listed. What Name and Number To Give the Requester Secure Your Tax Records From Identity Theft For this type of account: Give name and SSN of: Identity theft occurs when someone uses your personal information 1.Individual The individual such as your name,SSN,or other identifying information,without your 2.Two or more individuals(joint The actual owner of the account or,if permission,to commit fraud or other crimes.An identity thief may use account)other than an account combined funds,the first individual on your SSN to get a job or may file a tax return using your SSN to receive maintained by an FFI the account' a refund. 3.Two or more U.S.persons Each holder of the account To reduce your risk: (joint account maintained by an FFI) •Protect your SSN, 4.Custodial account of a minor The minor' •Ensure your employer is protecting your SSN,and (Uniform Gift to Minors Act) •Be careful when choosing a tax preparer. 5.a.The usual revocable savings trust The grantor-trustee If your tax records are affected by identity theft and you receive a (grantor is also trustee) notice from the IRS,respond right away to the name and phone number b.So-called trust account that is not The actual owner printed on the IRS notice or letter. a legal or valid trust under state law If your tax records are not currently affected by identity theft but you 6.Sole proprietorship or disregarded The owner3 think you are at risk due to a lost or stolen purse or wallet,questionable entity owned by an individual credit card activity or credit report,contact the IRS Identity Theft Hotline 7.Grantor trust filing under Optional The grantor* at 1-800-908-4490 or submit Form 14039. Form 1099 Filing Method 1 (see For more information,see Pub.5027,Identity Theft Information for Regulations section 1.671-4(b)(2)(i) Taxpayers. (A)) Victims of identity theft who are experiencing economic harm or a For this type of account: Give name and EIN of: systemic problem,or are seeking help in resolving tax problems that 8.Disregarded entity not owned by an The owner have not been resolved through normal channels,may be eligible for individual Taxpayer Advocate Service(TAS)assistance.You can reach TAS by 9.A valid trust,estate,or pension trust Legal entity° calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 1-800-829-4059. 10.Corporation or LLC electing The corporation Protect yourself from suspicious emails or phishing schemes. corporate status on Form 8832 or Phishing is the creation and use of email and websites designed to Form 2553 mimic legitimate business emails and websites.The most common act 11.Association,club,religious, The organization is sending an email to a user falsely claiming to be an established charitable,educational,or other tax- legitimate enterprise in an attempt to scam the user into surrendering exempt organization private information that will be used for identity theft. 12.Partnership or multi-member LLC The partnership 13.A broker or registered nominee The broker or nominee Form W-9(Rev.10-2018) Page 6 The IRS does not initiate contacts with taxpayers via emails.Also,the privacy Act Notice IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers,passwords,or similar secret access Section 6109 of the Internal Revenue Code requires you to provide your information for their credit card,bank,or other financial accounts. correct TIN to persons(including federal agencies)who are required to If you receive an unsolicited email claiming to be from the IRS, file information returns with the IRS to report interest,dividends,or forward this message to phishing@irs.gov.You may also report misuse certain other income paid to you;mortgage interest you paid;the of the IRS name,logo,or other IRS property to the Treasury Inspector acquisition or abandonment of secured property;the cancellation of General for Tax Administration(TIGTA)at 1-800-366-4484.You can debt;n contributions you made to i IRA,Archer the for to The forward suspicious emails to the Federal Trade Commission at person collecting this form uses the information o the form to file spam@uce.gov or report them at www.ftc.gov/complaint.You can information returns with the IRS,reporting the above information. contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT(877-438-4338). Routine uses of this information include giving it to the Department of If you have been the victim of identity theft,see www.ldentityTheft.gov Justice for civil and criminal litigation and to cities,states,the District of and Pub.5027. Columbia,and U.S.commonwealths and possessions for use in administering their laws.The information also may be disclosed to other Visit www.irs.govIldentityTheft to learn more about identity theft and countries under a treaty,to federal and state agencies to enforce civil how to reduce your risk. and criminal laws,or to federal law enforcement and intelligence agencies to combat terrorism.You must provide your TIN whether or not you are required to file a tax return.Under section 3406,payers must generally withhold a percentage of taxable interest,dividend,and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00610 CONSTRUCTION PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) a hereinafter called"Principal" and (Corporation, Partnership, Joint Venture or Individual) of , State of (Surety) (City & State) hereinafter called the "Surety" and licensed by the State Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of Watertown, Massachusetts, hereinafter called "Town", in the sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of , 20 (the "Construction Contract"), for the construction described as follows: 2020 Roadwav Rehabilitation and Related Work—Phase II- Contract No. 2020-026. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of the Construction Contract during the original term thereof, and any extensions thereof which may be granted by the Town, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under the Construction Contract, and shall fully indemnify and save harmless the Town from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Town all outlay and expense which the Town may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the Surety's obligation under this Bond shall arise after(1) the Town has declared the Principal in default of the Construction Contract or any provision thereof or (2) has declared that the Principal has failed, or is otherwise unable or unwilling, to execute the work consistent with, and in conformance to, the Construction Contract (collectively referred to as a "Contractor Default"). The determination of a Contractor Default shall be made solely by the Town. The Town need not terminate the Construction Contract to declare a Contractor Default or to invoke its rights under this Bond. 00610-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 When the Surety's obligation under this Bond arises, the Surety, at its sole expense and at the consent and election of the Town, shall promptly take one of the following steps: (1) arrange for the Principal to perform and complete the work of the Construction Contract: (2) arrange for a contractor other than the Principal to perform and complete the work of the Construction Contract; (3) reimburse the Town, in a manner and at such time as the Town shall decide, for all costs and expenses incurred by the Town in performing and completing the work of the Construction Contract. Surety will keep Town reasonably informed of the progress, status and results of any investigation of any claim of the Town. If the Surety does not proceed as provided in this Bond with due diligence and all deliberate speed, the Surety shall be deemed to be in default of this Bond, and the Town shall be entitled to enforce any remedy available to the Town. After the Surety's obligation under this Bond arises, the Surety is obligated, to the limit of the amounts of this Bond, for (1) the correction of defective work and completion of the Construction Contract; (2) additional design, professional services, and legal costs, including attorneys' fees, resulting from the Contractor Default or from the default of the Surety under this Bond; (3) any additional work beyond the Construction Contract made necessary by the Contractor Default or default of the Surety under this Bond; (4) indemnification obligation of the Principal, if any, as provided in the Construction Contract; and (5) liquidated damages as provided in the Construction Contract, or if none are so specified, actual and foreseeable consequential damages resulting from the Contractor Default or default of the Surety under this Bond. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction in the Commonwealth of Massachusetts. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Construction Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Construction Contract or to the work or to the specifications. 00610-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 IN WITNESS WHEREOF, this instrument is executed in O counterparts, each one of which shall be deemed an original, this the day of 20 ATTEST: Principal By (Principal Secretary) (Address-Zip Code) (SEAL) Witness as to Principal (Address-Zip Code) ATTEST: Surety By (Attorney-in-Fact) (Address-Zip Code) (SEAL) Witness as to Surety (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. 00610-3 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00620 CONSTRUCTION PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we a (Name of Contractor) (Corporation, Partnership, Joint Venture or Individual) hereinafter called "Principal" and of , (Surety) State of hereinafter called the "Surety" and licensed by the State (City and State) Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of , Massachusetts, hereinafter called "Town", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of , 20 , for the construction described as follows: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the work or to the specifications. 00620-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 PROVIDED, FURTHER, that no final settlement between the Town and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in O counterparts, each one of which shall be deemed an original, this the day of , 20 ATTEST: Surety By (Attorney-in-Fact) (Address-Zip Code) (SEAL) Witness as to Surety (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. 00620-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00680 NOTICE TO PROCEED To: Date: Project: 2020 Roadway Rehabilitation and Related Work-Phase II CONTRACT 2020-026 WATERTOWN, MA You are hereby notified to commence Work in accordance with the Agreement dated , 2020 on or before , 2020 and you have fully completed the Work within the 2020 construction season but a contract extension shall be at the discretion of the DPW Superintendent. Department of Public Works Watertown, Massachusetts ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged By: this the day of 2020 By: Title: 00680-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00700 GENERAL CONDITIONS ARTICLE 1- GENERAL PROVISIONS ARTICLE 2- ADMINISTRATION OF THE CONTRACT ARTICLE 3- TOWN ARTICLE 4- CONTRACTOR ARTICLE 5- SUBCONTRACTORS ARTICLE 6- CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS ARTICLE 7- CHANGES IN THE WORK/CLAIMS FOR ADDITIONAL COSTS ARTICLE 8- TIME ARTICLE 9- PAYMENTS AND COMPLETION ARTICLE 10- PROTECTION OF PERSONS AND PROPERTY ARTICLE I I- INSURANCE AND BONDS ARTICLE 12- UNCOVERING AND CORRECTION OF WORK ARTICLE 13- MISCELLANEOUS PROVISIONS ARTICLE 14- TERMINATION OR SUSPENSION OF THE CONTRACT 00700-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ARTICLE 1 - GENERAL PROVISIONS § 1.1 DEFINITIONS § 1.1.1 THE CONTRACT DOCUMENTS The Contract Documents consist of the Town-Contractor Agreement, the Conditions of the Contract (General, Supplemental and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after execution of the Contract, and all applicable laws, ordinances and regulations. A Modification is (1) a written amendment to the contract signed by both parties, (2) a Change Order, (3) a written interpretation issued by the Town or (4) a written order for a minor change in the Work issued pursuant to Paragraph 7.4. The Contract Documents include Bidding Documents such as the Advertisement or Invitation to Bid, the Instructions to Bidders, sample forms, the Contractor's Bid or portions of Addenda relating to any of these, or any other documents, specifically enumerated in the Town-Contractor Agreement. In the event of a conflict among the Contract Documents, they shall be construed according to the following priorities: first — Modifications; second — Agreement; third — Addenda; fourth—General Conditions; fifth—specifications; sixth—Drawings. § 1.1.2 THE CONTRACT The Contract Documents from the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. All Work mentioned or indicated in the Contract Documents shall be performed by the Contractor as part of this Contract unless it is specifically indicated in the Contract Documents that such Work is to be done by others. Should the Drawings or the Specifications disagree in themselves or with each other, the Contractor shall provide the better quality or greater quantity of Work unless otherwise directed by written addendum to the Contract. § 1.1.3 THE WORK The Work comprises the completed construction required by the Contract Documents and includes all labor necessary to produce such construction, and all materials and equipment incorporated or to be incorporated in such construction. § 1.1.4 THE PROJECT The project is the total construction of which the Work performed under the Contract Documents may be the whole or a part. § 1.1.5 OR EQUAL The use of the words "Or Equal" following the name of any manufacturer, vendor or proprietary product shall be understood to mean that articles or materials may be substituted which, in the opinion of the Town, are equal in quality, durability, appearance, strength, design and performance to the articles or materials named or described and will perform adequately in providing a first-class facility. 00700-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 When submitting shop drawing information on articles or materials which are being proposed as substitutes for specified items, the Contractor shall clearly identify them as such. If the articles or materials are accepted as equal to those on which dimensions on the drawings are based, any dimensional variance from those shown and/or specified shall be shown on the shop drawings prepared by the Contractor, illustrating the manner in which conformity to dimensions and design is to be obtained. All such drawings shall be subject to the approval of the Town and the installation of the article shall not proceed without first obtaining said approval. § 1.2 EXECUTION, CORRELATION AND INTENT § 1.2.1 The Contract Documents shall be signed in not less than quadruplicate by the Town and Contractor. §1.2.2 By executing the Contract, the Contractor represents that he has visited the site, familiarized himself with the local conditions under which the Work is to be performed, and correlated his observations with the requirements of the Contract Documents. §1.2.3 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Work not covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferable therefrom as being necessary to produce the intended results. Words and abbreviations which have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. §1.2.4 The organization of the Specifications into divisions, sections and articles, and the arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. § 1.2.5 Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. § 1.2.6 All indications or notations which apply to one of a number of similar situations, materials or processes shall be deemed to apply to all such situations, materials or processes wherever they appear in the Work, except where a contrary result is clearly indicated by the Contract Documents. § 1.2.7 Where codes, standards, requirements and publications of public and private bodies are referred to in the Specifications, references shall be understood to be to the latest revision prior to the date of receiving bids, except where otherwise indicated. § 1.2.8 Where no explicit quality or standards for materials or workmanship are established for Work, such Work is to be of good quality for the intended use and consistent with the quality of the surrounding Work and of the construction of the Project generally. 00700-3 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 1.2.9 All manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the manufacturer's written or printed directions and instructions unless otherwise indicated in the Contract Documents. § 1.2.10 Test boring or soil test information included with the Contract Documents or otherwise made available to the Contractor was obtained by the Town for use by the Architect/Engineers in the design of the Project or Work. The Town does not hold out such information to the Contractor as a completely accurate indication of subsurface conditions, and no claim for extra cost or extension of time resulting from a reliance by the Contractor on such information shall be allowed except as provided by Chapter 30, Section 39N of the General Laws of the Commonwealth of Massachusetts. § 1.2.11 Where the Work is to fit with existing conditions or work to be performed by others, the Contractor shall fully and completely join the Work with such conditions or work, unless otherwise specified. §1.3 OWNERSHIP AND USE OF DOCUMENTS §1.3.1 All Drawings, Specifications and copies thereof furnished by the Town are and shall remain the Town's property. They are to be used only with respect to this Project and are not to be used on any other project without the prior written consent of the Town. With the exception of one contract set for each party to the Contract, such documents are to be returned or suitably accounted for to the Town at the completion of the Work. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of any reserved rights. ARTICLE 2 -ADMINISTRATION OF THE CONTRACT § 2.1 TOWN'S REPRESENTATIVE § 2.1.1 The designated representative of the Town ("Architect/Engineer") will administer the Contract and visit the site at intervals appropriate to the stage of construction to familiarize himself generally with the progress and quality of the Work and to determine in general if the Work is proceeding in accordance with the Contract Documents. However, the Architect/Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Town may also retain a separate Project Manager, who shall work with the Architect/Engineer in the administration of the Contract §2.1.2 The Architect/Engineer and Project Manager shall at all times have access to the Work wherever it is in preparation and progress. The Contractor shall provide facilities for such access so the Town may perform its functions under the Contract Documents. §2.1.3 Based on his observations and an evaluation of the Contractor's Applications for Payment, the Architect/Engineer will determine the amounts owing to the Contractor and will issue Certificates for Payment in such amounts, as provided in Article 9. 00700-4 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 §2.1.4 The Architect/Engineer will render information necessary for the proper execution or progress of the Work within twenty (20) days of any request by the contractor or in accordance with any time limit agreed upon. §2.1.5 The Architect/Engineer will have authority to reject Work which does not conform to the Contract Documents. Whenever, in his opinion, he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will have authority to require special inspection or testing of the Work in accordance with Section 13.5.2 whether or not such Work be then fabricated, installed or completed. Any such rejection of work shall not relieve the Contractor of the responsibility for maintaining protection of the Work and the Town's property. §2.1.6 The Architect/Engineer will review and approve or take other appropriate action upon Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for conformance with the design concept of the Work and with the information given in the Contract Documents. The approval of a specific item shall not indicate approval of an assembly of which the item is a component. § 2.1.7 The Architect/Engineer will prepare Change Orders in accordance with Section 7.1 herein, and will have authority to order minor changes in the Work as provided in Section 7.3. § 2.1.8 The Architect/Engineer will conduct inspections to determine the date of Substantial Completion and Final Completion, will review written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of Section 9.9. ARTICLE 3 - TOWN § 3.1 DEFINITION § 3.1.1 The Town is the person or entity identified as such in the Town-Contractor Agreement and is referred to throughout the Contract Documents as if singular in number. The term Town means the Town or, as applicable, the Town's authorized representative ("Architect/Engineer"), which for this Project shall be the Resident/Project Reuresentative. The Town may also retain a separate Project Manager, who shall work with the Architect/Engineer in the administration of the Contract. The form of agreement between the Town and the Architect/Engineer and/or the Project Manager shall be made available to the Contractor upon request. § 3.2 INFORMATION AND SERVICES REQUIRED OF THE TOWN § 3.2.1 The Town shall, at the written request of the Contractor, prior to commencement of the Work and thereafter, furnish to the Contractor reasonable evidence that financial arrangements have been made to fulfill the Town's obligations under the Contract. § 3.2.2 The Town shall furnish available surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a legal description of the site. Except as otherwise stated in the Contract Documents, the Contractor shall be entitled to reasonably rely on the accuracy of information furnished by the Town except to the extent that the Contractor's review thereof reveals, or in the exercise of reasonable diligence should have 00700-5 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 revealed, any inaccuracy or incompleteness therein. The Contractor shall exercise proper precautions relating to the safe performance of the Work. § 3.2.3 Information or services required of the Town by the Contract Documents shall be furnished by the Town with reasonable promptness. § 3.2.4 Unless otherwise provided in the Contract Documents, the Contractor will be furnished, free of charge, Electronic conies of Drawings and Project Manuals as are reasonably necessary for execution of the Work, Any additional hard copies will be furnished upon request at the cost of reproduction. § 3.3 TOWN'S RIGHT TO STOP THE WORK § 3.3.1 If the Contractor fails to correct Work which is not in accordance with the requirements of the Contract Documents as required by Section 12.2 or persistently fails to carry out Work in accordance with the Contract Documents, the Town may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, the right of the Town to stop the Work shall not give rise to a duty on the part of the Town to exercise this right for the benefit of the Contractor or any other person or entity. The Contractor shall resume the Work after such stoppage promptly upon written notice to do so from the Town. § 3.4 TOWN'S RIGHT TO CARRY OUT THE WORK § 3.4.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Town to commence and continue correction of such default or neglect with diligence and promptness, the Town may, without prejudice to other remedies the Town may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Town's expenses and compensation for the Architect/Engineer's additional services made necessary by such default, neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Town. ARTICLE 4—CONTRACTOR § 4.1 GENERAL § 4.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor or the Contractor's authorized representative. § 4.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. § 4.1.3 The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Town in the administration of 00700-6 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 the Contract, or by tests, inspections or approvals required or performed by persons other than the Contractor. § 4.2 REVIEW OF CONTRACT DOCUMENTS BY CONTRACTOR § 4.2.1 The Contractor shall carefully study and compare the Contract Documents and shall at once report to the Town any error, inconsistency or omission he may discover. If the Contractor performs any construction activity it knows or reasonably should know involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Town, the Contractor shall assume appropriate responsibility for such performance and shall bear an appropriate amount of the attributable costs for such correction. § 4.2.2 Any claim by the Contractor or Subcontractors that, in submitting their respective bids, they did not include all items as shown in the Contract Documents, will be given no consideration for an adjustment of any kind. If any item is specified in a Section which would not normally furnish this item it shall be the responsibility of the Contractor to coordinate the situation with the Subcontractor, and if the item under consideration is not to be provided by the Subcontractor it shall be the responsibility of the Contractor to provide the work in question, without any additional cost to the Town. § 4.3 SUPERVISION AND CONSTRUCTION PROCEDURES § 4.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention which shall not be less than such state of skill and attention generally rendered by the contracting profession for projects similar to the Project in scope, difficulty and location. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Town and Architect/Engineer and shall not proceed with that portion of the Work without further written instructions from the Architect/Engineer. § 4.3.2 The Contractor shall be responsible to the Town for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for or on behalf of the Contractor or any of its Subcontractors this obligation shall also extend to the presence on the Site of suppliers of materials or equipment, their employees, contractors, and agents engaged in the Work. § 4.3.3 The Contractor shall not be relieved from his obligations to perform the Work in accordance with the Contract Documents either by the activities or duties of the Town in its administration of the Contract, or by inspection, tests or approvals required or performed under Section 13.5 by persons other than the Contractor. 00700-7 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.3.4 The Contractor shall retain a registered professional engineer or registered land surveyor, acceptable to the Architect/Engineer, to establish the exterior lines and required elevations for all buildings and structures to be erected, and to establish lines and grades for associated roads, utilities and grading. The engineer or surveyor shall certify the actual location of constructed elements of the Work. § 4.4 LABOR AND MATERIALS § 4.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 4.4.2 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them. § 4.5 WARRANTY § 4.5.1 The Contractor warrants to the Town that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract Documents and, promptly after written notification of non-conformance, shall be repaired or replaced by the Contractor with Work conforming to such requirements. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Town, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. § 4.5.2 The Contractor shall be responsible for determining that all materials furnished for the Work meet all requirements of the Contract Documents. The Town may require the Contractor to produce reasonable evidence that a material meets such requirements, such as certified reports of past tests by qualified testing laboratories, reports of studies by qualified experts, or other evidence which, in the opinion of the Town, would lead to a reasonable certainty that any material used, or proposed to be used, in the Work meets the requirements of the Contract Documents. All such data shall be furnished at the Contractor's expense. § 4.5.3 If the Contractor proposes to use a material which, while suitable for the intended use, deviates in any way from the detailed requirements of the Contract Documents, the Contractor shall inform the Town in writing of the nature of such deviations at the time the material is submitted for approval. 00700-8 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.5.4 In informing the Town of deviations or substitutions, the Contractor shall provide, upon request, evidence leading to a reasonable certainty that the proposed substitution or deviation will provide a quality of result at least equal to that otherwise attainable. If, in the opinion of the Town, the evidence presented by the Contractor does not provide a sufficient basis for such reasonable certainty, the Town may reject such substitution or deviation without further investigation. § 4.5.5 Any additional cost, or any loss or damage arising from the substitution of any material or any method for those originally specified shall be borne by the Contractor, notwithstanding approval or acceptance of such substitution by the Town, unless such substitution was made at the written request or direction of the Town. § 4.5.6 The warranty provided in this Section 4.5 shall be in addition to and not in limitation of any other warranty required by the Contract Documents or otherwise prescribed by law. § 4.5.7 The Contractor shall procure and deliver to the Town, no later than the date claimed by the Contractor as the date of Substantial Completion, all special warranties required by the Contract Documents. Delivery by the Contractor shall constitute the Contractor's guarantee to the Town that the warranty will be performed in accordance with its terms and conditions. § 4.5.8 The Contractor shall guarantee all Work for a period of one year after Date of Substantial Completion, or by the terms of any special guarantee required by the Contract Documents. The Contractor shall, upon written notice from the Town, promptly correct defective Work or Work not in accordance with the Contract Documents. § 4.6 TAXES § 4.6.1 The Contractor shall pay applicable sales, consumer, use and similar taxes for the Work provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. The project is exempt from the Massachusetts Sales Tax to the extent permitted by G.L. c.64H, §6(f). The exemption number can be obtained from the Town upon request by the successful bidder. § 4.7 PERMITS, FEES AND NOTICES § 4.7.1 Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for all permits and fees, licenses and inspections necessary for proper execution and completion of the Work which are customarily secured after execution of the Contract and which are legally required when bids are received or negotiations concluded. § 4.7.2 The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to performance of the Work. § 4.7.3 If the Contractor observes that portions of the Contract Documents are at variance therewith, the Contractor shall promptly notify the Town in writing, and necessary changes shall be accomplished by appropriate Modification. 00700-9 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.7.4 If the Contractor performs Work it knows or should know to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Architect/Engineer and Town, the Contractor shall assume appropriate responsibility for such Work and shall bear the costs attributable to correction. § 4.8 SUPERINTENDENT § 4.8.1 The Contractor shall employ a competent full time superintendent and necessary assistants who shall be in attendance at the Project site at all times during the progress of the Work. The superintendent shall represent the Contractor and all communications given to the superintendent shall be as binding as if given to the Contractor. Important communications shall be confirmed in writing. Other communications shall be so confirmed on written request in each case. The Contractor shall remove the superintendent if requested to do so by the Town and shall replace him with a competent person acceptable to the Town. § 4.8.2 The Contractor shall coordinate and supervise the Work performed by Subcontractors to the end that the Work is carried out without conflict between trades and so that no trade, at any time, causes delay to the general progress of the Work. The Contractor and all Subcontractors shall at all times afford each trade, any separate contractor, or the Town, every reasonable opportunity for the installation of Work and the storage of materials. § 4.8.3 The Contractor shall arrange for and attend job meetings with the Town and such other persons as the Town may from time to time wish to have present. The Contractor shall be represented by a principal, project manager, general superintendent or other authorized main office representative, as well as by the Contractor's own superintendent. An authorized representative of any Subcontractor or Sub-subcontractor shall attend such meetings if the representative's presence is requested by the Architect/Engineer. Such representatives shall be empowered to make binding commitments on all matters to be discussed at such meetings, including costs, payments, change orders, time schedules and manpower. Any notices required under the Contract may be served on such representatives. § 4.9 CONTRACTOR'S CONSTRUCTION SCHEDULES § 4.9.1 The Contractor, within twenty (20) calendar days after being awarded the Contract, shall prepare and submit for the Town's information and approval a Contractor's construction schedule for the Work. The schedule shall not exceed time limits current under the Contract Documents, shall be revised, subject to the Town's approval, at appropriate intervals as required by the conditions of the Work and Project, shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. The construction schedule shall be in such form and contain such information as the Town requires. The construction schedule shall be resource loaded for the Contractor and all subcontractors, with each resource identified by name, description, unit of measure, and calendar assignment. For each class of work included in the Contractor's schedule of values, the construction schedule shall show the percentage of completion to be obtained and the total dollar value of the work to be completed as of the first of each month until Substantial Completion. All calculations shall be on the basis of work in place, but not including the value of materials delivered but not in place. 00700-10 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.10 DOCUMENTS AND SAMPLES AT THE SITE § 4.10.1 The Contractor shall maintain at the site for the Town one record copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record field changes and selections made during construction, and one record copy of approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Architect/Engineer and shall be delivered to the Architect/Engineer for submittal to the Town upon completion of the Work. § 4.11 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES § 4.11.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work. § 4.11.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work. § 4.11.3 Samples are physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. § 4.11.4 The Contractor shall review for compliance with the Contract Documents, approve and submit to the Architect/Engineer Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Town or of separate contractors. § 4.11.5 By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. By approving and submitting Shop Drawings, Product Data, Samples, and similar submittals the Contractor thereby represents that the Contractor has determined and verified all dimensions, quantities, field dimensions, relations to existing work, coordination with work to be installed later, coordination with information on previously accepted Shop Drawings, Product Data, Samples, or similar submittals and verification of compliance with all the requirements of the Contract Documents. The accuracy of all such information is the responsibility of the Contractor. § 4.11.6 The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Town's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Town in writing of such deviation at the time of submittal and(1)the Town has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Town's approval thereof. 00700-11 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.12 USE OF SITE § 4.12.1 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. § 4.13 CUTTING AND PATCHING § 4.13.1 The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. § 4.13.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Town or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Town or a separate contractor except with written consent of the Town and of such separate contractor; such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the Town or a separate contractor the Contractor's consent to cutting or otherwise altering the Work. § 4.14 CLEANING UP § 4.14.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials. § 4.14.2 If the Contractor fails to clean up as provided in the Contract Documents, the Town may do so and the cost thereof shall be charged to the Contractor. § 4.15 ACCESS TO WORK § 4.15.1 The Contractor shall at all times provide the Town access to the Work in preparation and progress wherever located. § 4.16 ROYALTIES, PATENTS AND COPYRIGHTS § 4.16.1 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Town harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Town. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Town. 00700-12 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.17 INDEMNIFICATION § 4.17.1 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Town and agents and employees from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work by the Contractor or Subcontractor(s). Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Section 4.17. § 4.17.2 In claims against any person or entity indemnified under this Section 4.17 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 4.17.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. ARTICLE 5—SUBCONTRACTORS § 5.1 DEFINITIONS § 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor. § 5.1.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub- subcontractor or an authorized representative of the Sub-subcontractor. § 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS § 5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Town the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect/Engineer will promptly reply to the Contractor in writing stating whether or not the Town or the Architect/Engineer, after due investigation, has reasonable objection to any such proposed person or entity. § 5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Town has made reasonable and legally permissible and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Town has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Town has no reasonable objection 00700-13 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 5.2.4 The Contractor shall not change a Subcontractor, person or entity previously selected if the Town makes reasonable objection to such substitute. § 5.3 SUBCONTRACTUAL RELATIONS § 5.3.1 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Town and Architect/Engineer. Each subcontract agreement shall preserve and protect the rights of the Town and Architect/Engineer under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Town. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. ARTICLE 6 - CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS § 6.1 TOWN'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS § 6.1.1 The Town reserves the right to perform construction or operations related to the Project with the Town's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these. § 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Town-Contractor Agreement. § 6.1.3 The Town shall provide for coordination of the activities of the Town's own forces and of each separate contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with other separate contractors and the Town in reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Town until subsequently revised. 00700-14 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 6.2 MUTUAL RESPONSIBILITY § 6.2.1 The Contractor shall afford the Town and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Town or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect/Engineer apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Town's or separate contractor's completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable. § 6.2.3 The Town shall be reimbursed by the Contractor for costs incurred by the Town which are payable to a separate contractor because of delays, improperly timed activities or defective construction of the Contractor. § 6.2.4 The Contractor shall promptly remedy damage wrongfully caused by the Contractor to completed or partially completed construction or to property of the Town or separate contractors as provided in Section 10.2.5. ARTICLE 7- CHANGES IN THE WORK/CLAIMS FOR ADDITIONAL COSTS § 7.1 CHANGE ORDER § 7.1.1 A Change Order is a written order to the Contractor signed by the Town, issued after execution of the Contract, authorizing a change in the Work or an adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. § 7.1.2 The Town, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All such changes in the Work shall be authorized by Change Order, and shall be performed under the applicable conditions of the Contract Documents and applicable General Laws. 00700-15 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 7.1.3 Upon request of the Town or the Architect/Engineer, the Contractor shall without cost to the Town submit to the Architect/Engineer, in such form as the Architect/Engineer may require, an accurate written estimate of the cost of any proposed extra Work or change. The estimate shall indicate the quantity and unit cost of each item of materials, and the number of hours of work and hourly rate for each class of labor, as well as the description and amounts of all other costs chargeable under the terms of this Article. Unit labor costs for the installation of each item of materials shall be shown if required by the Architect/Engineer. The Contractor shall promptly revise and resubmit each estimate if the Architect/Engineer determines that it is not in compliance with the requirements of this Article, or that it contains errors of fact or mathematical errors. If required by the Architect/Engineer, in order to establish the exact cost of new Work added or of previously required Work omitted, the Contractor shall obtain and furnish to the Architect/Engineer bona fide proposals from recognized suppliers for furnishing any material included in such Work. Such estimates shall be furnished promptly so as to occasion no delay in the Work, and shall be furnished at the Contractor's expense. The Contractor shall state in the estimate any extension of time required for the completion of the Work if the change or extra work is ordered. § 7.1.4 The cost or credit to the Town resulting from a change in the Work shall be determined in one or more of the following ways: 1. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; 2. by unit prices stated in the Contract Documents or subsequently agreed upon; 3. by cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; or 4. by the method provided in Section 7.1.5. § 7.1.5 If none of the methods set forth in Section 7.1.4 is agreed upon, the Contractor, provided he receives a written order signed by the Town, shall promptly proceed with the Work involved. The cost of such Work shall then be determined by the Town on the basis of the reasonable expenditures and savings of those performing the Work attributable to the change, including, in the case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such case, and also under Section 7.1.4 above, the Contractor shall keep and present an itemized accounting together with appropriate supporting data for inclusion in a Change Order. Unless otherwise provided in the Contract Documents, cost shall be limited to the following: actual cost of materials, including sales tax and cost of delivery; labor, including social security, old age and unemployment insurance, and fringe benefits required by agreement or custom; workers' or workmen's compensation insurance; bond premiums, and rental value of equipment and machinery. Pending final determination of cost to the Town, payments on account shall be made on the Town's Certificate for Payment. The amount of credit to be allowed by the Contractor to the Town for any deletion or change which results in a net decrease in the Contract Sum will be the amount of the actual net cost. When both additions and credits covering related Work or substitutions are involved in any one change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any, with respect to that change. 00700-16 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 7.1.6 Unit prices shall be as stated in the Bid Form and the Contract shall include all costs of the Contractor to the Town as listed in Section 7.1.5. No additional charges shall be allowed for these items under any circumstances. § 7.2 CONCEALED CONDITIONS § 7.2.1 Should concealed conditions encountered in the performance of the Work below the surface of the ground or should concealed or unknown conditions in an existing structure be at variance with the conditions indicated by the Contract Documents, or should unknown physical conditions below the surface of the ground or should concealed or unknown conditions in an existing structure of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract, be encountered, the Contract Sum shall be equitably adjusted by Change Order upon claim by either parry made within twenty days after the first observance of the conditions. § 7.3 MINOR CHANGES IN THE WORK § 7.3.1 The Town will have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by written order, and shall be binding on the Town and the Contractor. The Contractor shall carry out such written orders promptly, regardless of whether it objects to an absence of adjustment in the Contract Time or Contract Sum. § 7.4 CLAIMS FOR ADDITIONAL COSTS § 7.4.1 Definition. The word "Claim" shall mean a written demand by the Contractor for an increase in the Contract Time or the Contract Sum. The Contractor is responsible for substantiating its Claims. The word "Claim" shall not include claims by the Town. The Town may withhold from the Contractor the value of any claims against the Contractor in accordance with Massachusetts General Laws, including, but not limited to, Sections 39G and 39K of Chapter 30. § 7.4.2 Time Limits on Claims. Contractor must initiate Claims within fourteen (14) calendar days after occurrence of the event giving rise to such Claim by written notice to the Architect/Engineer and the Town. Such written notice must (1) be signed by the Contractor; (2) conspicuously identify on its face that the notice serves as a notice of claim; (3) explain in sufficient detail the basis of the Claim; (4) identify the date of the event giving rise to such Claim; and (5) state the exact dollar amount of the increase in the Contract Sum being requested, if any, and the number of days extension to the Contract Time sought, if any. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property. No such claim shall be valid unless so made. § 7.4.3 If the Contractor claims that additional cost is involved because of, but not limited to, (1) any written interpretation by the Town, (2) any order by the Town to stop the Work where the Contractor was not at fault, (3) any written order for a minor change in the Work issued or (4) failure of payment by the Town, the Contractor shall make such claim as provided in this Section 7.4. 00700-17 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ARTICLE 8—TIME § 8.1 DEFINITIONS § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. § 8.1.2 The date of commencement of the Work is the date established in a notice to proceed. If there is no notice to proceed, it shall be the date of the Town-Contractor Agreement or such other date as may be established therein. § 8.1.3 The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Town when construction is substantially complete, in accordance with the Contract Documents, other than only customary punch list items, the lack of or completion of which will not interfere with the Town's use, so the Town can lawfully occupy and utilize the Work or designated portion thereof for the use for which it is intended. The Date of Final Completion of the Work is the date on which the Town issues its final Certificate for Payment in accordance with Section 9.9 hereof. § 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. § 8.2 PROGRESS AND COMPLETION § 8.2.1 All time limits stated in the Contract Documents are of the essence of the Contract. § 8.2.2 The Contractor shall begin the Work on the date of commencement as defined in Section 8.1.2. He shall carry the Work forward expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time, and Final Completion thereafter in accordance with the provisions of the Contract Documents. If the Contractor fails to keep pace with the construction schedule prepared pursuant to Section 4.9, as measured by the certificates for payment issued by the Architect/Engineer, the Town may require the Contractor, at the Contractor's sole cost, to accelerate the progress of the work by adding personnel or increasing the hours of work or by other means acceptable to the Town. § 8.3 DELAYS AND EXTENSIONS OF TIME § 8.3.1 If the Contractor claims that he is delayed at any time in the progress of the Work by any act or neglect of the Town or by any employee of the Town, or by any separate contractor employed by the Town, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, or any causes beyond the Contractor's or its Subcontractor's control, or by delay authorized by the Town, then, provided such delay in no way results from the act or neglect of the Contractor or any of its Subcontractors, the Contract Time may be extended by Change Order for such reasonable time as the Town may determine. 00700-18 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 8.3.2 Any claim for extension of time shall be made in writing to the Town not more than seven (7) days after the commencement of the delay; otherwise it shall be waived. In the case of a continuing delay only one claim is necessary. The Contractor shall provide an estimate of the probable effect of such delay on the progress of the Work. § 8.3.3 If no agreement is made stating the dates upon which interpretations of the Contract Documents by the Architect/Engineer shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after written request is made for them, and not then unless such claim is reasonable. § 8.3.4 The Contractor hereby agrees that the Contractor shall have no claim for damages of any kind against the Town on account of any delay in the commencement or performance of the Work and/or any hindrance, delay or suspension of any portion of the Work, whether such delay is caused by the Town, or otherwise, except as and to the extent expressly provided under M.G.L. c.30, §390 in the case of written orders by the Town. The Contractor acknowledges that the Contractor's sole remedy for any such delay and/or suspension will be an extension of time as provided in this Article. § 8.4 LIQUIDATED DAMAGES § 8.4.1 It is expressly understood and agreed, by and between the Contractor and Town, that the time for the completion of the Work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial and/or residential conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to substantially complete the Work within the times herein specified, or any proper extension thereof granted by the Town, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Town the amount specified in the Agreement not as a penalty but as liquidated damages for such breach of contract, for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Town because of the impracticability of fixing and ascertaining the actual damages the Town would in such event sustain, and said amount is agreed to be the amount of damages which the Town would sustain and said amount shall be deducted by the Town from periodic payments. ARTICLE 9 -PAYMENTS AND COMPLETION § 9.1 CONTRACT SUM § 9.1.1 The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Town to the Contractor for performance of the Work under the Contract Documents. 00700-19 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 9.2 SCHEDULE OF VALUES § 9.2.1 Before the first Application for Payment, the Contractor shall submit to the Architect/Engineer a schedule of values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as the Architect/Engineer may require. This schedule, unless objected to by the Architect/Engineer, in which case it shall be revised until acceptable to the Architect/Engineer shall be used as a basis for reviewing the Contractor's Applications for Payment. § 9.3 APPLICATIONS FOR PAYMENT § 9.3.1 The Contractor shall submit to the Town an itemized Application for Payment supported by such data substantiating the Contractor's right to payment as provided elsewhere in the Contract Documents for the period ending the last day of each month within the Contract period. The Application shall contain a separate line item or section for each subtrade category and a listing of the amount paid to each subcontractor as of the date of the Application § 9.3.1.1 Such applications may not include requests for payment for portions of the Work for which the Contractor does not intend to pay to a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay. § 9.3.2 Unless otherwise provided in the Contract Documents, payments may be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site and, if approved in advance by the Town, payments may similarly be made for materials or equipment suitably stored at some other location agreed upon in writing. Payments for materials or equipment stored on or off the site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Town to establish the Town's title to such materials or equipment or otherwise protect the Town's interest, including applicable insurance and transportation to the site for those materials and equipment stored off the site. The Contractor shall assume responsibility to protect all such materials from loss or damage at no cost to the Town, until they are finally incorporated into the Work, whether or not they have been paid for by the Town. § 9.3.3 The Contractor warrants that title to all Work, materials and equipment covered by an Application for Payment will pass to the Town either by incorporation in the construction or upon the receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, claims, security interests or encumbrances, hereinafter referred to in this Article 9 as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person performing Work at the site or furnishing materials and equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. 00700-20 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 9.4 CERTIFICATES FOR PAYMENT § 9.4.1 The Architect/Engineer will, within ten days after receipt of the Contractor's properly completed and supported Application for Payment, either issue to the Town a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect/Engineer determines is properly due, or notify the Contractor and Town in writing of the Architect/Engineer's reasons for withholding certification in whole or in part as provided in Section 9.5.1. § 9.4.2 The issuance of a Certificate for Payment by the Architect/Engineer shall not be deemed to represent that he has made exhaustive or continuous on-site inspections to check the quality or quantity of the Work or that he has reviewed the construction means, methods, techniques, sequences or procedures, or that he has made any examination to ascertain how or for what purpose the Contractor has used the moneys previously paid on account of the Contract Sum. § 9.5 DECISIONS TO WITHHOLD CERTIFICATION § 9.5.1 The Town shall withhold its Payment in whole or in part, to the extent necessary reasonably to protect itself. If the Town is unable to make payment in the amount of the Application, he will notify the Contractor as provided in Section 9.4.1. If the Contractor and the Town cannot agree on a revised amount, the Town will issue a Certificate for Payment for the amount for which it determines is properly due. The Town may also decline to make payment and the Architect/Engineer because of subsequently discovered evidence or subsequent observations, may nullify the whole or any part of any Certificate for Payment previously issued, to such extent as may be necessary in its opinion to the Town from loss because of- .I defective work not remedied, .2 third party claims filed or reasonable evidence indicating probable filing of such claims, .3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment, .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum, .5 damage to the Town or another Contractor, .6 reasonable evidence that the Work will not be completed within the Contract Time, or .7 material failure to carry out the Work in accordance with the Contract Documents. § 9.5.2 When the above grounds in Section 9.5.1 are removed, payment shall be made for amounts withheld because of them. § 9.6 PROGRESS PAYMENTS § 9.6.1 After the Architect/Engineer has issued a Certificate for Payment, the Town shall make payment in the manner and within the time provided in General Laws Chapter 30, Section 39, and the Contract Documents. The Town reserves the right to a 5% general retainage from each progress payment, which retainage shall be released to the Contractor upon substantial completion, less amounts properly allocated to punch list work and potential claims of the Town. 00700-21 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 9.6.2 The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Town, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the Work. § 9.6.3 The Town shall not have any obligation to pay or to see to the payment of any moneys to any Subcontractor except as may otherwise be required by law. § 9.6.4 No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Town, shall constitute an acceptance of any Work not in accordance with the Contract Documents. § 9.6.5 Notwithstanding the provisions of Section 9.6 all progress payments shall be made in accordance with Chapter 30, Sections 39F, 39G and 39K(as appropriate) of the General Laws of the Commonwealth of Massachusetts, as amended. § 9.7 SUBSTANTIAL COMPLETION § 9.7.1 When the Contractor considers that the Work, or a designated portion thereof which is acceptable to the Town, is substantially complete as defined in Section 8.1.3, the Contractor shall prepare for submission to the Town a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. When the Town on the basis of an inspection determines that the Work or designated portion thereof is substantially complete, he will then prepare a Certificate of Substantial Completion which shall establish the Date of Substantial Completion, shall state the responsibilities of the Town and the Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein. Warranties required by the Contract Documents shall commence on the Date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to the Town and the Contractor for their written acceptance of the responsibility assigned to them in such Certificate. § 9.7.2 Upon Substantial Completion of the Work or designated portion thereof and upon application by the Contractor and Certification by the Architect/Engineer, the Town shall make payment, reflecting adjustment in retainage, if any, for such Work or portion thereof as provided in the Contract Documents. § 9.7.3 The Contractor shall complete and correct any incomplete or defective work within forty- five (45) calendar days from the date of Substantial Completion. 00700-22 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 9.8 PARTIAL OCCUPANCY OR USE § 9.8.1 The Contractor agrees to the use and occupancy of the Project or any portion thereof before Substantial Completion of the Work. The Town will cooperate with the Contractor with respect to the completion of the Work by taking such reasonable steps as may be possible to avoid interference with the Contractor's Work provided that they do not interfere with the proper functioning of the facility. The Contractor shall not be responsible for wear and tear or damage resulting solely from temporary occupancy. Use and occupancy of any part of the Work prior to Substantial Completion shall not relieve the Contractor from maintaining the required payment and performance bonds and insurance required by this Contract. § 9.9 FINAL COMPLETION AND FINAL PAYMENT § 9.9.1 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect/Engineer will make such inspection and, when it finds the Work acceptable under the Contract Documents and the Contract fully performed, it will issue a final Certificate for Payment stating that to the best of its knowledge, information and belief, and on the basis of its observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said final Certificate, is due and payable. . § 9.9.2 Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the Town (1) an affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Town or his property might in any way be responsible, have been fully paid or otherwise satisfied, (2) consent of surety, if any, to final payment and (3), if required by the Town, other data establishing payment or satisfaction of all such obligations, receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Town. If any Subcontractor refuses to furnish a release or waiver required by the Town, the Contractor may furnish a bond satisfactory to the Town to indemnify him against any such lien. If any such lien remains unsatisfied after all payments are made, the Contractor shall refund to the Town all moneys that the latter may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees. § 9.9.3 Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. § 9.9.4 Notwithstanding anything in the Contract Documents to the contrary, final payment shall be made in accordance with the requirements of G.L.c.30, §39K (building projects) or §39G (public works projects), as amended. 00700-23 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY § 10.1 SAFETY PRECAUTIONS AND PROGRAMS § 10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. § 10.2 SAFETY OF PERSONS AND PROPERTY § 10.2.1 The Contractor shall take all reasonable precautions for safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: .1 all employees on the Work and other persons who may be affected thereby; .2 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and .3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. § 10.2.2 The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. § 10.2.3 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying Towns and users of adjacent sites and utilities. § 10.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. § 10.2.5 The Contractor shall promptly remedy all damage or loss to any property referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and for which the Contractor is responsible under Sections 10.2.1.2 and 10.2.1.3., except damage or loss solely attributable to the acts or omissions of the Town, the Engineer or anyone directly or indirectly employed by the Town or Engineer, or by anyone for whose acts the Town or Engineer may be liable, and not attributable to the acts or omissions of the Town, the Engineer or anyone directly or indirectly employed by them, or by anyone for whose acts it may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to his obligation under Section 4.13. § 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Town and Architect/Engineer. 00700-24 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 10.2.7 The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety. §10.2.8 The Contractor shall at all times protect excavations, trenches, buildings and materials from rain water, groundwater, backup or leakage of sewers, drains and other piping, and from water of any other origin and shall remove promptly any accumulation of water. The Contractor shall provide and operate all pumps, piping and other equipment necessary to this end. § 10.2.9 The Contractor shall remove snow and ice which might result in damage or delay. § 10.2.10 During the progress of the Work and at all times prior to the date of Substantial Completion or occupancy of the Work by the Town, whichever is earlier, the Contractor shall provide temporary heat, ventilation, and enclosure, adequate to permit the Work to proceed in a timely fashion, and to prevent damage to completed Work or Work in progress, or to materials stored on the premises. § 10.3 HAZARDOUS MATERIALS § 10.3.1 If the Contractor encounters or recognizes on the site any material known or reasonably believed to be hazardous, including but not limited to asbestos or polychlorinated biphenyl (PCB), the Contractor shall immediately stop Work in the area affected and report the condition to the Town and Architect/Engineer in writing. The Contractor and the Town shall cooperate in implementing measures to remove or contain said material and the Contractor shall comply with all directions of the Architect/Engineer in the implementation of such removal or containment. § 10.4 EMERGENCIES § 10.4.1 In any emergency affecting the safety of persons or property, the Contractor shall act, at his discretion, to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Article 7 for Changes in the Work. ARTICLE 11 -INSURANCE AND BONDS § 11.1 CONTRACTOR'S LIABILITY INSURANCE § 11.1.1 The Contractor shall purchase and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 00700-25 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 4. claims for damages insured by usual personal injury liability coverage; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; 6. claims for damages because of bodily injury, death of a person or property damage arising out of Township, maintenance or use of a motor vehicle; 7. claims for bodily injury or property damage arising out of completed operations; and § 11.1.2 The insurance required by Section 11.1.1 shall include all major divisions of coverage, and shall be on a comprehensive general basis including Premises and Operations (including X- C-U), Town's and Contractor's Protective, Products and Completed Operations, and Owned, Non-owned, and Hired Motor Vehicles. Such insurance shall be written for not less than any limits of liability required by law or those set forth in the Contract Documents, whichever is greater. All insurance shall be written on an occurrence basis, unless the Town approves in writing coverage on a claims-made basis. Coverage's, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of commencement of the Work until date of final payment and termination of any coverage required to be maintained after final payment. The Town shall be added as an Additional Insured on all policies. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and authorized to do business in Massachusetts. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits certificates of insurance. § 11.1.3 Certificates of insurance acceptable to the Town shall be filed with the Town prior to commencement of the Work. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverage's afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Town. If any of the foregoing insurance coverage's are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment as required by Section 9.10.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. These certificates shall set forth evidence of all coverage required by Section 11.1.1 and 11.1.2. The Contractor shall furnish to the Town copies of any endorsements that are subsequently issued amending limits of coverage. § 11.2 TOWN'S LIABILITY INSURANCE § 11.2.1 The Contractor shall procure and pay for an Town's policy of Town's protective liability insurance insuring the Town and its officers, employees and agents against claims which may arise from operations under the Contract or relating thereto. 00700-26 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 11.3 PROPERTY INSURANCE § 11.3.1 The Contractor shall purchase and maintain property insurance upon the entire Work at the site to the full insurable value thereof. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and which have, and shall maintain throughout the pendency of this contract, a minimum financial rating of not less than A+ according to A.M. Best or AAA according to Moody's. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits the Certificate of Insurance. Such insurance shall include the interests of the Town, the Contractor, Subcontractors and Sub-subcontractors in the work and shall insure against the perils of fire and extended coverage and shall include "all risks" insurance for physical loss or damage including without duplication, theft, vandalism and malicious mischief. This insurance shall also cover portions of the Work stored off the site or in transit. If this insurance is written with stipulated amounts deductible, the Town shall not be responsible for any difference between the payments made by the insurance carrier and the claim. The policy shall contain a provision that coverage's afforded under policies will not be canceled or allowed to expire until at least 30 days' written notice has been given to the Town. The Town shall be named insured within the policy. § 11.3.2 The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require Subcontractors to make payments to their Sub-subcontractors in similar manner. § 11.3.3 The Town shall have the power to adjust and settle with its insurers any loss for which it has obtained insurance. § 11.3.4 Upon the occurrence of an insured loss, the Town and the Contractor shall cooperate with each other and with each other's insurer in the submission of claims and related information and the distribution of any insurance proceeds. If after such a loss no other special agreement is made, replacement of damaged work shall be covered by an appropriate change order. § 11.4 MINIMUM AMOUNT OF INSURANCE § 11.4.1 In no case shall the limits of liability for the insurance required by this section be less than specified in the Supplemental General Conditions. § 11.5 PERFORMANCE BOND AND PAYMENT BOND § 11.5.1 The Contractor shall furnish a Performance Bond in an amount at least equal to one hundred percent (100%) of the Contract price as security for the faithful performance of this Contract and also a Payment Bond in an amount not less than one hundred percent (100%) of the Contract price as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract. The Performance Bond and the Payment Bond may be in one or in separate instruments in accordance with local law, and in a form acceptable to the Town, and shall remain in effect through the one-year warranty period. 00700-27 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 ARTICLE 12 -UNCOVERING AND CORRECTION OF WORK § 12.1 UNCOVERING OF WORK § 12.1.1 If any portion of the work should be covered contrary to the request of the Town or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Town,be uncovered for his observation and shall be replaced at the Contractor's expense. § 12.1.2 If any other portion of the Work has been covered which the Town has not specifically requested to observe prior to being covered, the Town may request to see such Work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Contract Documents, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Town. If such Work be found not in accordance with the Contract Documents, the Contractor shall pay such costs unless it be found that this condition was caused by the Town or a separate contractor as provided in Article 6, in which event the Town shall be responsible for the payment of such costs. The Contractor shall bear the cost of any loss, or damages to the Town resulting from such failure or defect. § 12.2 CORRECTION OF WORK § 12.2.1 The Contractor shall promptly correct all Work rejected by the Town as defective or as failing to conform to the Contract Documents whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including compensation for the Town's additional services made necessary thereby. § 12.2.2 The Contractor shall provide a document to the Town certifying that if within one year after the Date of Substantial Completion of the Work or designated portion thereof or within one year after acceptance by the Town of designated equipment or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or requiring excessive service or maintenance or not in accordance with the Contract Documents, the Contractor shall correct it within seven (7) days after receipt of a written notice from the Town to do so unless the Town has previously given the Contractor a written acceptance of such approval, which written acceptance shall specifically refer to such defect. This obligation shall survive termination of the Contract. The Town shall give such notice reasonably promptly after discovery of the condition. The provisions of this paragraph are in addition to, and not in limitation of, the Town's other rights and remedies hereunder and in law and equity. § 12.2.3 The Contractor shall remove from the site all portions of the Work which are defective or non-conforming and which have not been corrected under Sections 4.5.1, 12.2.1 and 12.2.2, unless removal is waived by the Town in writing. § 12.2.4 If the Contractor fails to correct defective or nonconforming Work as provided in Sections 4.5.1, 12.2.1 and 12.2.2 the Town may correct it in accordance with Section 3.4. 00700-28 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 12.2.5 If the Contractor does not proceed with the correction of defective or non-conforming Work within a reasonable time fixed by written notice from the Town, the Town may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Town may upon ten additional days' written notice sell such Work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor, including compensation for the Town's additional services made necessary thereby. If such proceeds of sale do not cover all costs which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Town. § 12.2.6 The Contractor shall bear the cost of making good all work of the Town or separate contractors destroyed or damaged by such correction or removal. § 12.2.7 Nothing contained in this Section 12.2 shall be construed to establish a period of limitation with respect to any other obligation which the Contractor might have under the Contract Documents, including Section 4.5 hereof. The establishment of the time period of one year after the Date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which his obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to his obligation other than specifically to correct the Work. § 12.3 ACCEPTANCE OF NONCONFORMING WORK § 12.3.1 If the Town prefers to accept defective or nonconforming Work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect a reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. ARTICLE 13 -MISCELLANEOUS PROVISIONS § 13.1 GOVERNING LAW § 13.1.1 The Contract shall be governed by the law of the Commonwealth of Massachusetts. All applicable provisions of Federal, state, or local laws, by-laws, rules, or regulations are incorporated into the Contract as if fully set forth herein. 00700-29 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 13.2 SUCCESSORS AND ASSIGNS § 13.2.1 The Town and the Contractor each bind himself, his partners, successors, assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of such other party in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign the Contract or sublet it as a whole without the written consent of the Town, nor shall the Contractor assign any moneys due or to become due to him hereunder, without the previous written consent of the Town. § 13.3 WRITTEN NOTICE § 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice. § 13.4 RIGHTS AND REMEDIES § 13.4.1 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law. § 13.4.2 No action or failure to act by the Town or Architect/Engineer shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed in writing. § 13.5 TESTS AND INSPECTIONS § 13.5.1 If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any portion of the Work to be inspected, tested or approved, the Contractor shall give the Town timely notice of its readiness so the Town may observe such inspection, testing or approval. The Contractor shall bear all costs of such inspections, tests or approvals conducted by public authorities which are normal and customary for the type of work required by the Contract. Unless otherwise provided, the Town shall bear all costs of other inspections, tests or approvals. All testing methods, organizations, and personnel shall be approved by the Town before the start of testing Work, without regard to what party will ultimately pay for such Work. § 13.5.2 If the Town determines that any Work requires special inspection, testing, or approval which Section 13.5.1 does not include, it will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as provided in Section 13.5.1. If such special inspection or testing reveals a failure of the Work to comply with the requirements of the Contract Documents, the Contractor shall bear all costs thereof, including compensation for the Town's additional services made necessary by such failure; otherwise the Town shall bear such costs, and an appropriate Change Order shall be issued. 00700-30 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 13.5.3 Required certificates of inspection, testing or approval shall be secured by the Contractor and promptly delivered by him to the Town. § 13.5.4 The Contractor shall obtain and deliver promptly to the Architect/Engineer any occupancy permit and any certificates of final inspection of any part of the Contractor's work and operating permits for any mechanical apparatus, such as elevators, escalators, boilers, air compressors, etc., which may be required by law to permit full use and occupancy of the premises by the Town. Receipt of such permits or certificates by the Architect/Engineer shall be a condition precedent to Substantial Completion of the Work. § 13.5.5 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. § 13.6 LIMITATION OF LIABILITY § 13.6.1 The Town shall be liable, if ever, only to the extent of its interest in the Project; and no officer, director, partner, agent or employee of the Town shall ever be personally or individually liable with respect to this Contract or the Work. Each Subcontract shall include the foregoing limitation, which shall be effective if the Town ever succeeds to the Contractor's rights and obligations under a Subcontract. § 13.7 DEFENSE OF SUITS § 13.7.1 The Contractor shall be responsible for, and shall defend and pay all costs, attorneys' fees and liabilities, both direct and indirect, as a result of litigation arising out of this Contract. § 13.7.2 Neither final acceptance nor occupation of the premises by the Town shall relieve the Contractor of responsibility for all claims for labor, materials, and equipment arising out of this Contract. § 13.7.3 The Contractor shall indemnify and hold harmless the Town and the Architect/Engineer and their agents and employees from and against all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work. ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 TERMINATION BY THE CONTRACTOR § 14.1.1 The Contractor may terminate the Contract if the Work is stopped for a period of 30 consecutive days through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for the following reason: 1. because the Architect/Engineer has not issued a Certificate for Payment and has not notified the Contractor of the reason for withholding certification as provided in Section 9.4.1, or because the Town has not made payment on a Certificate for Payment properly issued within the time stated in the Contract Documents 00700-31 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 14.1.2 If one the above reason exists, the Contractor may, upon seven additional days written notice to the Town and Architect/Engineer, terminate the Contract and recover from the Town payment for the Work executed and for all materials or equipment not incorporated in the Work, but delivered and suitably stored at the site. The payment for materials or equipment stored at the site shall be conditioned upon submission by the Contractor of bills of sale or such other evidence as is satisfactory to the Town to establish the Town's title to such material or equipment or otherwise protect the Town's interest. § 14.2 TERMINATION BY THE TOWN FOR CAUSE § 14.2.1 The Town may without prejudice to any other right or remedy deem this Contract terminated for cause if any of the following defaults shall occur and not be cured within ten (10) days after the giving of notice thereof by the Town to the Contractor and any surety that has given bonds in connection with this Contract: 1. The Contractor has filed a petition, or a petition has been filed against the Contractor with its consent, under any federal or state law concerning bankruptcy, reorganization, insolvency or relief from creditors, or if such a petition is filed against the Contractor without its consent and is not dismissed within sixty (60) days; or if the Contractor is generally not paying its debts as they become due; or if the Contractor becomes insolvent; or if the Contractor consents to the appointment of a receiver, trustee, liquidator, custodian or the like of the Contractor or of all or any substantial portion of its assets and such appointment or possession is not terminated within sixty (60) days; or if the Contractor makes an assignment for the benefit of creditors; 2. The Contractor refuses or fails, except in cases for which extension of time is provided under this Contract's express terms, to supply enough properly skilled workers or proper materials to perform its obligations under this Contract, or the Architect/Engineer has determined that the rate of progress required for the timely completion of the Work is not being met; 3. The Contractor fails to make prompt payment to Subcontractors or for materials, equipment, or labor; 4. All or a part of the Work has been abandoned; 5. The Contractor has sublet or assigned all or any portion of the Work, the Contract, or claims thereunder, without the prior written consent of the Town, except as expressly permitted in this Contract; 6. The Contractor has failed to comply with any applicable Laws, regulations or government orders; 7. The Contractor fails to maintain, or provide to the Town evidence of the insurance or bonds required by this Contract, or 8. The Contractor has failed to prosecute the Work or any portion thereof to the standards required under this Contract or has otherwise breached any material provision of this Contract. 00700-32 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 14.2.2 The Town shall give the Contractor and any surety notice of such termination for cause, but the giving of notice of such termination shall not be a condition precedent or subsequent to the termination's effectiveness. In the event of such termination, and without limiting any other available remedies, the Town may, at its option: 1. hold the Contractor and its sureties liable in damages for a breach of Contract; 2. notify the Contractor to discontinue all work, or any part thereof, and the Contractor shall discontinue all work, or any part thereof, as the Town may designate; 3. complete the Work, or any part thereof, and charge the expense of completing the Work or part thereof, to the Contractor; 4. require the surety or sureties to complete the Work and perform all of the Contractor's obligations under this Contract. § 14.2.3 If the Town elects to complete all or any portion of the Work as specified in Section 14.2.2.3 above, it may take possession of all materials, equipment, tools, machinery, implements at or near the Site owned by the Contractor and finish the Work at the Contractor's expense by whatever means the Town may deem expedient; and the Contractor shall cooperate at its expense in the orderly transfer of the same to a new contractor or to the Town as directed by the Town. In such case the Town shall not make any further payments to the Contractor until the Work is completely finished. The Town shall not be liable for any depreciation, loss or damage to said materials, machinery, implements or tools during said use and the Contractor shall be solely responsible for their removal from the site of the Work after the Town has no further use for them. Unless so removed within fifteen days after notice to the Contractor to do so, they may be sold at public auction, and the proceeds credited to the Contractor's account; or they may, at the option of the Town, be stored at the Contractor's expense subject to a lien for the storage charges. § 14.2.4 Damages and expenses incurred under Section 14.2.2 above shall include, but not be limited to, costs for the design or extra engineering services and Project Manager services required, in the opinion of the Town, to successfully inspect and administer the construction contract through final completion of the Work § 14.2.5 Expenses charged under Section 14.2.2 above may be deducted and paid by the Town out of any moneys then due or to become due the Contractor under this Contract. § 14.2.6 All sums damages, and expenses incurred by the Town to complete the Work shall be charged to the Contractor. In case the damages and expenses charged are less than the sum that would have been payable under this Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference. In case such expenses shall exceed the said sum, the Contractor shall pay the amount of the excess to the Town. § 14.3 TERMINATION BY THE TOWN FOR CONVENIENCE § 14.3.1 The Town may terminate this Contract for convenience even though the Contractor is not in default by giving notice to the Contractor specifying in said notice the date of termination. 00700-33 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 14.3.2 In the event that the Contract is terminated pursuant to Section 14.1, the Contractor shall be reimbursed in accordance with the Contract Documents for all Work performed up to the termination date, and for all materials or equipment not incorporated in the Work, but delivered and suitably stored at the site. Payment for materials or equipment stored at the site shall be conditioned upon submission by the Contractor of bills of sale or such other evidence as is satisfactory to the Town to establish the Town's title to such material or equipment or otherwise protect the Town's interest. The payment provided in this section shall be considered to fully compensate the Contractor for all claims and expenses and those of any consultants, Subcontractors, and suppliers, directly or indirectly attributable to the termination, including any claims for lost profits. § 14.3.3 Upon termination of this Contract for convenience as provided in Section 14.3.1 of this Article, the Contractor shall: (1) stop the Work; (2) stop placing orders and Subcontracts in connection with this Contract; (3) cancel all existing orders and Subcontracts; (4) surrender the site to the Town in a safe condition; (5) transfer to the Town all materials, supplies, work in process, appliances, facilities, equipment and machinery of this Contract, and all plans, Drawings, specifications and other information and documents used in connection with this Contract. 00700-34 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work Phase II Contract No.2020-026 SECTION 00800 SUPPLEMENTAL GENERAL CONDITIONS Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SUPPLEMENTAL CONDITIONS INTRODUCTION The following Supplementary General Conditions shall modify, change, delete from or add to Section 00700 GENERAL CONDITIONS. Where any Subsection of the General Conditions is modified or any Article Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplemental General Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. The General Conditions, Supplementary General Conditions and Special Conditions are complementary and shall be read together. Insofar as these Sections cannot be reconciled, the Special Conditions take precedence over all other conditions, and the Supplementary General Conditions take precedence over the General Conditions. SUPPLEMENTAL CONDITIONS TO ARTICLE 1 Add the following Sub-Sections to§L I DEFINITIONS: § SC 1.1.6 OWNER - The Town of Watertown and all Departments responsible for the execution of this contract. § SC 1.1.7 AWARDING AUTHORITY- same definition as OWNER. § SC 1.1.8 BIDDER-Any person, firm or corporation submitting a BID for the work. § SC 1.1.9 FINAL COMPLETION - The work has been fully completed and ready for its intended use as required by Contract Documents and to the satisfaction of ENGINEER and OWNER, and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. If a tentative list of items to be completed or corrected was issued with a certificate by Substantial Completion or issued subsequent thereto, such items shall be completed or corrected before work is considered fully completed." § SC 1.1.10 STANDARD SPECIFICATION - Massachusetts Department of Transportation Standard Specifications for Highways and Bridges, latest edition and all addendums, supplemental specifications and errata. § SC 1.1.11 STANDARD DETAILS - Massachusetts Department of Transportation Standard Construction Details, Mast Arm Details Standard Drawings, Standard Drawings for Traffic Signals and Highway Lighting latest edition and all addendums, supplemental specifications and errata. § SC 1.1.12 MUTCD - Manual on Uniform Traffic Control Devices 2012. § SC 1.1.13 ENGINEER- Town of Watertown, Department of Public Works Superintendent or his authorized agent, representative, Resident Project Representative (RPR) inspector or resident engineer. 00800-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § SC 1.1.14 DESIGNER-WorldTech Engineering, LLC. § SC 1.1.15 WORK WEEK - The CONTRACTOR shall work during a normal eight (8) hour day, five (5) day week (Monday through Friday) excluding holidays as defined in the wage rate decision. Work at other times, including nights and weekends, shall be at the option of, and only with written approval of, the OWNER. § SC 1.1.16 SUBSTANTIAL COMPLETION - The CONTRACTOR shall not be given phased or staged substantial completion as equipment is started up and operated. All new equipment which is installed under this Contract, whether operating or not, shall remain in the full control and responsibility of the CONTRACTOR until the entire project reaches substantial completion. SUPPLEMENTAL CONDITIONS TO ARTICLE 3 Add the following Sub-Sections to§3.1 DEFINITION.• § SC 3.1.1 SUBSTANTIAL COMPLETION ENGINEER shall furnish a Resident Project Representative (RPR), assistants and other field staff to assist ENGINEER in observing performance of the Work of the CONTRACTOR. Through more extensive on-site observations of the Work in progress and field checks of materials and equipment by the RPR and assistants, ENGINEER shall endeavor to provide further protection for the OWNER against defects and deficiencies in the Work; but, the furnishing of such services will not make the ENGINEER responsible for or give ENGINEER control over construction means, methods, techniques, sequences or procedures or for safety precautions or programs, or responsibility for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER'S agreement with the OWNER and in the construction Contract Documents, and are further limited and described as follows: 1. General RPR is ENGINEER'S agent at the site, will act as directed by and under the supervision of the ENGINEER and will confer with ENGINEER regarding RPR'S actions. RPR'S dealings in matters pertaining to the on-site Work shall in general be with ENGINEER and CONTRACTOR, keeping OWNER advised as necessary. RPR'S dealings with subcontractors shall only be through or with the full knowledge and approval of the CONTRACTOR. RPR shall generally communicate with OWNER with the knowledge of and under the direction of the ENGINEER. 00800-3 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 2. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work in general is proceeding in accordance with the Contract Documents. b. Report to ENGINEER whenever RPR believes that any work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. e. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. f. Conduct final inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected. g. Observe that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance. SUPPLEMENTAL CONDITIONS TO ARTICLE 4 Add the following paragraph to Section 4.3.1: This Project is subject to the Contract Work Hours and Safety Standards Act. The Contract Work Hours and Safety Standards Act (40 USC 327 et seq) and the regulations of the Department of Labor under 29 CFR Part 5 require contractors and subcontractors to pay wages to laborers and mechanics on the basis of an eight hour work day and 40 hour work week and to pay at least time and a half for work performed in excess of these time limitations. Also, the Act prohibits contractors and subcontractors from requiring laborers and mechanics to work in hazardous, unsanitary or dangerous conditions (see 29 CFR Part 1926). 00800-4 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Add the following paragraph to Section 4.S.4: Wherever it may be written that an equipment manufacturer must have a specified period of experience with his product, equipment which does not meet the specified experience period can be considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit for the duration of the specified time period which will guarantee replacement of that equipment in the event of failure. Add the following sub paragraph to Section 4.8: § 4.8.4 The Contractor shall provide the Town with the name and telephone number of the project superintendent and an emergency telephone number where he can be reached 24 hours per day for the duration of the construction period. The designated and approved superintendent shall be on site daily during any time that the contractor or any of the contractor's sub-contractors are working and shall be authorized to instruct all personnel working on the project. Change the first sentence of section 4.9.1 to the following sentences: The Contractor shall within 10 days after receipt of Notice to Proceed, submit to the DPW Superintendent for approval a submittals schedule for all materials and equipment required for this Project. The Contractor shall review the construction schedule with the DPW weekly on Fridays and any updates or modifications to the schedule shall be submitted by noon the next Monday. The approved project schedule shall be submitted with the periodic payment requests. Payment requests will not be processed without this schedule. The contractor shall provide notice via email at least 24 hours in advance, to the Resident Project Representative and Watertown Highway Superintendent of any cancellations expected or emergency alterations made in the schedule provided. Add the following paragraph to paragraph 4.11.5: It is the CONTRACTOR'S responsibility to prepare, coordinate and review all submittals prior to delivery to the ENGINEER. The ENGINEER will review each submittal and the first resubmittal without cost to the CONTRACTOR. The CONTRACTOR, however, shall reimburse the OWNER for all reasonable costs associated with the ENGINEER'S and his consultant's review of each subsequent resubmittal. For the purpose of this paragraph only, submittals include, Product Data Catalog Cuts and Samples. Add the following Sections to Article 4: § 4.18 TRAFFIC MANAGEMENT The Contractor shall follow approved traffic management procedures. All proposed work zones shall be delineated with temporary traffic signs and channelization devices provided and installed in accordance with the Massachusetts Department of Transportation Standards for Work Zone Safety Guidelines for Municipalities and Contractors. Unless traffic management plans are outlined in this contract. If specific traffic management plans are provided the contract set and the Contractor proposes deviates from any traffic management plan contained herein, the 00800-5 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Contractor shall submit his revised traffic management plans to the DPW Superintendent for approval. The Contractor shall give notice to the DPW Superintendent at least 48 hours in advance of beginning any work affecting the maintenance of traffic and shall not proceed with surfacing operations without specific notice to, and the approval of,the DPW Superintendent. Any traffic detours proposed by the Contractor shall be subject to approval by the DPW Superintendent. All proposed traffic detours shall be submitted 2 weeks before the intended implementation date. Any detours or changes in normal traffic patterns or road closures shall be coordinated by the contractor with the Town of Watertown Fire Department and Police Department. The Contractor shall provide a detour map indicated the proposed route of the detoured traffic, all proposed signs, the proposed hours of operation, the proposed location of detail officers and barricades. Traffic police for use under this contract shall be paid for by the Contractor on an hourly basis and shall be reimbursable by the Owner. § 4.19 DRAINAGE/WATERWORK Any work needed to resolve a conflict of existing Town owned drainage or water systems shall not be performed without approval of the DPW Superintendent. All proposed drainage or water work shall be performed only as noted on the plans or approved by the DPW Superintendent during construction. No separate payment will be made for the maintenance of the existing drainage system by diversion or pumping or for plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.20 WATER FOR CONSTRUCTION PURPOSES Temporary water connections for construction purposes shall be done in accordance with the rules and regulations of the Massachusetts Department of Environmental Protection and the Town of Watertown Department of Public Works. The Contractor is required to provide a backflow preventer meeting the Town of Watertown standards and obtain a permit from the Department of Public Works before tapping into any hydrant within the Town. The Town will provide water for construction purposes when water restrictions are not in force. If water restrictions are in force the Contractor, at his own expense, shall supply his own source of water for construction purposes. The approval of the Department of Public Works shall be obtained before water from the Town's water distribution system is used. Waste of water by the Contractor shall be sufficient cause for withdrawing the privilege of use. The Town will suspend the work for any violation of this provision. It shall be the Contractor's responsibility to ensure that all subcontractors likewise understand and comply with this provision. 00800-6 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 The Contractor shall be provided with water for flushing, testing and chlorinating water mains, at no cost, but only once for each section of pipe. Any water required for additional flushing, testing and rechlorination shall be billed to the Contractor at the prevailing rates, and this sum of money shall be paid by the Contractor upon receipt of a billing by the Owner. The Owner may at his option deduct such amounts of money from periodic estimates for payment. § 4.21 ENVIRONMENTAL PROTECTION It shall be the Contractor's responsibility to comply with all environmental policies. The Contractor shall be responsible for obtaining any necessary permits in relation thereto. The Contractor shall operate only in those areas approved by the DPW Superintendent and shall provide protective measures called for in various contract items or at the direction of the DPW Superintendent. All protective measures shall be maintained by the Contractor until removal is approved by the DPW Superintendent or at the end of the Project. The Contractor shall maintain all construction and storage areas free of debris and trash. The Contractor shall be responsible for restoration of disturbed areas as provided for in the various Items. Any damage to areas not approved by the DPW Superintendent shall be restored at the Contractor's expense. Should the Contractor fail to make the necessary repairs the Town may make such repairs and backcharge them against the Contractor. Daily maintenance and fueling of equipment shall be conducted awav from all wetlands resource areas. The Contractor shall have sufficient materials on hand to control and clean uv any spillage. In the event of an accidental spillage within any wetland area, the Contractor shall take immediate action to prevent contamination of wetland areas; he shall cease operations and notify the DPW Superintendent. The cost of cleanup of any contamination shall be the responsibility of the Contractor. Maintenance and repair other than daily requirement shall be done off-site at the Contractor's own facility or service yard. From time to time the site may be visited or inspected by Local, State or Federal agencies responsible for protection of the environment. The Contractor shall cooperate with the representatives and shall not hinder or impede their work. All protective measures shall be paid for in the costs of the various items. The Contractor shall provide for removal of dirt spilled from his trucks on existing pavement over which it is hauled or otherwise deposited whenever in the judgment of the DPW Superintendent the accumulation is sufficient to cause the formation of mud or dust or interfere with drainage. The Contractor shall provide positive methods and apply dust control materials to minimize raising dust from construction operations. The Contractor shall provide positive means to prevent air-borne dust from dispersing into the atmosphere. No separate payment will be made for this work, but all costs in connection therewith shall be included in the prices bid for various contract items. 00800-7 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 The Contractor shall provide weekly power-sweeping of streets and gutters and daily sweeping of sidewalks within Limits of Work. No separate payment will be made for this work, but all costs in connection therewith shall be included in the prices bid for various contract items. The Contractor shall provide sanitary facilities for the use of workers at the site and shall insure that they are maintained in a clean condition. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The sanitary conveniences shall be the obligation and responsibility of the Contractor. § 4.22 MAINTAINING DRAINAGE SYSTEMS The Contractor shall maintain the drainage system in the project areas to provide continual drainage of the traveled ways and construction area. All pipes and structures installed as part of this Contract shall be left in a clean and operable condition at the completion of the work. No separate payment will be made for the maintenance of the existing drainage system for diverting or pumping or for plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.23 SITE INVESTIGATION The Contractor shall satisfy him/herself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and/or Specifications. Any failure of the Contractor to acquaint himself with the available information will not relieve him/her from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Town assumes no responsibility for any conclusions or interpretation made by the Contractor on the basis of the information made available by the Town. § 4.24 SURVEY,LINES, GRADES AND MEASUREMENTS The Contractor shall employ a competent surveyor or civil engineer, registered within the Commonwealth of Massachusetts to establish all lines, elevations, reference marks, batter boards, etc., needed by the Contractor during the progress of the Work and from time to time to verify such marks by instrument or other appropriate means. The DPW Superintendent shall be permitted at all times to check the lines, elevations, reference marks, batter boards, etc., set by the Contractor, who shall correct any errors in lines, elevations, reference marks, batter boards, etc., disclosed by such check. Such a check shall not be construed to be an approval of the Contractor's work and shall not relieve or diminish in any way the responsibility of the Contractor for the accurate and satisfactory construction and completion of the entire Work. The Contractor shall make, check, and be responsible for all measurements and dimensions necessary for the proper construction of and the prevention of misfittings in the Work. 00800-8 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.25 PROPERTY BOUNDS The Contractor shall exercise due care when working around all property bounds which are to remain. Should any damage to a bound result from the actions of the Contractor, the bound shall be replaced and certified as to the correct location by a Massachusetts registered professional land surveyor as directed by the DPW Superintendent and at no cost to the Owner. § 4.26 CONSTRUCTION IN STREETS The Contractor shall note that no construction in streets is permitted after the asphalt plants have closed for the season. The Contractor's work shall be scheduled accordingly. § 4.27 INTERFERENCE WITH AND PROTECTION OF STREETS The Contractor shall not close or obstruct any portion of a street, road, or private way without obtaining permits therefore from the proper authorities. If any street, road or private way shall be rendered unsafe by the Contractor's operations, he shall make such repairs or provide such temporary ways or guards without delay that are acceptable to the DPW Superintendent. Streets, roads, private ways, and walks under construction and not closed shall be maintained passable and safe at all times by the Contractor, who shall assume and have full responsibility for the adequacy and safety of provisions made therefore. The Contractor shall, at least 24 hours in advance, notify the DPW Superintendent and the Police and Fire Departments in writing if the closure of a street or road is necessary. The Contractor shall cooperate with the DPW Superintendent in the establishment of alternate routes and shall provide adequate detour signs, plainly marked and well lighted, in order to minimize confusion. At the end of each work day the Contractor shall fill in or cover with steel plates of adequate strength to carry traffic all open trenches, test pits or other excavations determined by the DPW Superintendent to be unsafe. The roadway shall be free of construction debris and excavated material and shall be relatively smooth to provide safe passage. The Contractor shall erect substantial barriers at the ends of open ditches; stockpiled construction materials or other obstructions and shall erect warning signs and provide adequate lights or flares to guard the barriers, trenches, and excavation. § 4.28 TEMPORARY ACCESS Access to businesses and residences must be maintained at all times. The Contractor shall provide safe and ready means of ingress and egress to all stores and shops, public and private and professional offices and any other businesses or residences in the project area, both day and night, for the duration of the project. 00800-9 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.29 COORDINATION WITH TOWN AGENCIES The Contractor shall supply the Police Department, Fire Department and Department of Public Works with the following information: 1. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the DPW Superintendent. 2. Immediate notification of any utility breaks. § 4.30 TREE REMOVAL AND CUTTING OF BRANCHES In the event that tree removal or branch cutting is required for the prosecution of the work, any tree removals and all cutting of tree branches shall be approved in advance by the Town of Watertown Tree Warden and the Department of Public Works. § 4.31 TREE PROTECTION The Contractor shall exercise special care when excavating near trees. The provisions outlined in the specification for Item 102.51 (INDIVIDUAL TREE PROTECTION) shall be carefully followed. § 4.32 CONSTRUCTION IN STREETS RESTRICTION The Contractor should be aware of and become familiar with any construction in streets restrictions mandated by the Owner, which may prohibit construction in the streets between certain periods. The Contractor shall not have any claim for the extension of the time for the completion of the work under this contract as a result of this restriction. While working in any of the conditions noted herein the contractor shall be required to provide access to local abutters and emergency vehicles at all times. HOURS OF OPERATION Daily restricted hours of operation shall be between 9:00 am and 3:30 pm Work restrictions shall be as follows: ONE LANE OPERATION Along each roadway, one lane shall remain open for vehicle traffic and one sidewalk shall remain open at all times during operations that can be performed with one lane open, such as pipe installations, manhole and utility work, sidewalk and curbing installation, etc. DETOURS All Detours shall be approved by Watertown DPW Superintendent and coordinated with the Watertown Police and Watertown Fire Department at least one week prior to implementation. Approved Detours are allowed between 9:00 am and 3:30 pm ONLY. Detours shall be allowed for construction activities that, in the opinion of the DPW Superintendent, will require the closure of both lanes of traffic. Operations such as existing 00800-10 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 pavement reconstruction or full width paving are examples of operations that may require a road closure. The contractor is required to provide the proper amount of equipment and manpower to perform these operations in an efficient manner. § 4.33 USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (1) Take every precaution against injuries to persons or damage to property; (2) Store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not duly interfere with the progress of his work or the work of any other contractors; (3) Place upon the work or any part thereof only such loads as are consistent with the safety of the portion of the work; (4) Clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that all times the site of the work shall present a neat, orderly and workmanlike appearance. (5) Before final payment, remove all surplus material, falsework, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; (6) Effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifications and, except with the consent of the DPW Superintendent, not to cut or otherwise alter the work of any other Contractor. § 4.34 NOTICE TO OWNERS OF UTILITIES Written notice shall be given by the Contractor to all public service corporations or officials, owning or having charge of publicly or privately owned utilities, of his intention to commence operations affecting such utilities, at least one month in advance of the commencement of such operations, and the Contractor shall at the same time file a copy of such notice with the DPW Superintendent. Before the Contractor begins any work or operations which might damage any subsurface structures, he shall carefully locate all such structures and conduct his operations so as to avoid any damage to them. The contractor shall prepare a list of the names and addresses of the utilities owners that have utility services in the Town and within the project limits. The list shall include all relevant contact information including the name of the utility owner,the contact person,the address, and emergency phone numbers and cell phone numbers. The list shall include the contact information for the Watertown Fire Department, Police Department, Department of Public Works and Conservation 00800-11 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Commission. The contractor shall provide a copy of the list to the DPW Superintendent and maintain the list,making needed updates as required. The contractor shall mark out limits and request a dig safe of the project areas as needed and in advance of his/her operations. The contractor shall review the project area after the dig safe is complete to review the information marked for potential conflicts with the proposed work. Dig Safe Center 1-888-DIG-SAFE (1-888-344-7233) Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in protecting or repairing property as specified in this section shall be considered as included in the prices paid for the various contract items of work and no additional compensation will be allowed therefore. The Contractor shall be required to furnish all labor, materials, and equipment necessary to protect underground structures and electrical vaults within the project site from construction debris and water penetration. When underground structures or electrical vault roofs are excavated, the Contractor shall be responsible for maintaining security of these structures or electrical vaults against unauthorized access. The Contractor shall be responsible for leaving the structures and vaults in a state of water tightness equal to that existing at the commencement of the contract. § 4.35 COMPLIANCE WITH NOISE ORDINANCE The Contractor shall adhere to the Town of Watertown Noise Ordinance, as amended. § 4.36 OPEN EXCAVATIONS All open excavations shall be adequately safe guarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Town. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, special construction procedures shall be taken, such as limiting the length of open trench or requiring that the trench shall not remain open overnight. § 4.37 OCCUPYING PRIVATE PROPERTY The Contractor shall not enter upon or occupy with men, tools, equipment or materials any property outside the rights-of-way or property of the Owner, except after the consent of the Owners or their agents. § 4.38 PUBLIC SAFETY AND CONVENIENCE The Contractor shall, without additional compensation, take every measure necessary for the protection of personnel and property, including the employment of necessary warning devices, barricades, signs, special apparel, etc., in the performance of the work. The Contractor, shall, without additional compensation,be required to provide safe and convenient access to all abutters at all times, except as may be authorized in writing by the DPW Superintendent. The Contractor shall provide necessary access for fire apparatus and other emergency vehicles through the work zones to all streets and all abutting properties at all times. Unless otherwise approved by the DPW Superintendent, one lane shall be open to through traffic at all times 00800-12 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 during the execution of the work. The Contractor shall at all times provide access to public and private lots and alleys in the work area or arrange 24 hours in advance for disruption in access. Sweeping and cleaning of surfaces beyond the limits of the project to clean up material caused by spillage or vehicular tracking during the various phases of the work shall be considered as incidental to the work being performed under the Contract and there will be no additional compensation. Before the start of work, the Contractor shall post all locations in compliance with the Manual of Uniform Traffic Control Devices (MUTCD) latest edition. The Contractor shall familiarize himself with the provisions of the MUTCD Part VI Construction and Maintenance. During construction, the Contractor shall provide traffic warning devices that conform to the MUTCD and Town of Watertown Traffic Regulations in order to properly protect traffic and pedestrians from the Work. The Contractor shall be responsible for providing, positioning, repositioning, maintaining and removing signs through the course of the project as deemed necessary by the DPW Superintendent. When it is deemed necessary by the DPW Superintendent or the Chief of Police that detail Police Officers are needed they will be provided by the Contractor. The Town shall reimburse the Contractor for the cost of the Police Detail upon presentation of the cancelled check. It is the Contractor's responsibility to cancel a Police Detail at a minimum of four hours in advance of the start of the shift if conditions so warrant. The Contractor shall not be reimbursed for Police Details if the Contractor fails to show for the job or if the Contractor fails to cancel the detail with adequate advance notice. This provision of Police Details shall not relieve the Contractor of the responsibility of providing proper traffic control devices when operating adjacent to the roadway while it is open to the public. Any costs associated with these devices are the responsibility of the Contractor and shall be accounted for in the Unit Costs unless otherwise provided for. The Contractor shall provide sufficient fencing, barricades and signage and otherwise provide for security around all excavations and stockpiles. Cost for these items shall be included in the Unit Costs for the Items of Work. The above provisions represent minimal requirements for maintenance of traffic and safety and may be modified at the discretion of the DPW Superintendent. § 4.39 PROTECTION OF UTILITIES AND PROPERTY The Contractor, in constructing or installing facilities alongside or near sanitary sewers, storm drains, water or gas pipes, electric or telephone conduits, poles, sidewalks, walls, vaults or other structures, trees, shrubs, grass and landscaping shall, at his expense, sustain them securely in place, cooperating with the officers and agents of the various utility companies and municipal departments which control them, so that the services of these structures shall be maintained. The Contractor shall also be responsible for the repair or replacement, at his own expense, of any damage to such structures caused by his acts or neglect, and shall leave them in the same condition as they existed prior to commencement of the work. In case of damage to utilities, the Contractor shall promptly notify the utility owner and shall, if requested by the DPW 00800-13 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 Superintendent, furnish labor and equipment to work temporarily under the utility owner's direction in providing access to the utility. Pipes or other structures damaged by the operation of the Contractor may be repaired by the Department or by the utility owner that suffers the loss. The cost of such repairs shall be borne by the Contractor, without compensation therefore. The Contractor's attention is directed to the necessity of making his own investigation in order to assure that no damage to existing structures, drainage lines, traffic signal conduits, etc. will occur. The contract drawings indicate the approximate location in plan of know subsurface and overhead utilities. The Contractor shall satisfy himself to the exact location of subsurface and overhead utilities through his own research. If, as the work progresses, it is found that any of the utility structures are so placed as to render it impracticable, in the judgment of the DPW Superintendent, to do the work called for under this Contract, the Contractor shall protect and maintain the services in such utilities and structures and the DPW Superintendent will, as soon thereafter as reasonable, cause the position of the utilities to be changed or take such other actions deemed suitable and proper. If live service connections are to be interrupted by excavations of any kind, the Contractor shall not break the service until new services are provided. Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the work involved in protecting or repairing property as specified in this section, shall be considered included in the prices paid for the various Contract items of work and no additional compensation will be allowed therefore. In case of damage to utilities, the Contractor shall promptly notify the owner and shall, if requested, furnish manpower under the owner's direction in getting access to the utility. Pipes or other structures damaged by the operation of the Contractor may be repaired by the utility company. The cost of such repairs shall be borne by the Contractor without compensation therefore. The work to be done under this contract may necessitate changes in properties of utility companies listed elsewhere in this document. Immediately after executing the contract the Contractor shall confer with the owners of all utilities in order that relocations may be made at times consistent with operation of this contract. The Contractor shall notify utility companies in writing at least 72 hours (excluding Saturdays, Sundays and legal holidays) before excavating in any public way and shall notify the Dig Safe Center 1-888-DIG-SAFE (1-888-344-7233) § 4.40 SAFETY AND HEALTH REGULATIONS This project is subject to all of the Safety and Health Regulations (CFR 29 Part 1926 as amended) as promulgated by the U.S. Department of Labor on June 24, 1974. Contractors are urged to make themselves familiar with the requirements of these regulations. 00800-14 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.41 OCCUPYING PRIVATE PROPERTY The Contractor shall not enter upon or occupy with men, tools, equipment or materials any property outside the rights-of-way or property of the Owner, except after the consent of the Owners or their agents. § 4.42 CARE AND PROTECTION OF PROPERTY The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in other manner acceptable to the DPW Superintendent. § 4.43 PRECAUTIONS UNDER ELECTRIC LINES The Contractor's attention is directed to OSHA 1926.1408(a)29 CFR relating to construction equipment clearances and procedures when working at or around overhead electric lines, which states in part "...the minimum clearance between the lines and any part of the crane or load must be at least 10 feet from lines rated 50 KV or below." Refer to Table A of this regulation for addition clearance requirements based on voltage encountered. Consult the power company owner to confirm line voltage to establish safe clearance requirements. For the protection of personnel and equipment, the Contractor should be aware of this regulation especially during paving operations using large semi-trailer vehicles. § 4.44 WORK DONE BY OTHERS Relocation of all private utilities made necessary by the construction of this project, will be accomplished by the respective utility companies, at their expense. § 4.45 DRAINAGE The Contractor shall maintain the drainage system in the project areas to provide continual drainage of the travelways and construction area. All pipes and structures installed as part of this Contract shall be left in a clean and operable condition at the completion of the work. No separate payment will be made for the maintenance of the existing drainage system or for diverting flow or pumping or plugging of pipes, but all costs in connection therewith shall be included in the unit prices bid for the various Contract items. § 4.46 CONSTRUCTION IN STREETS The Contractor should note that no construction in streets is permitted after the asphalt plants have closed for the season. The Contractor's work should be scheduled accordingly. 00800-15 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 4.47 WORK DURING INCLEMENT WEATHER No work shall be done under these Specifications except by permission of the DPW Superintendent when the weather is unfit for good and careful work to be performed. Should the severity of the weather continue, the Contractor upon the direction of the Owner, shall suspend all work until instructed to resume operations by the Owner and the Contractor Time shall be extended to cover the duration of the order. Work damaged during periods of suspension due to inclement weather shall be repaired and/or replaced by the Contractor. No earth fill or embankment shall be placed upon frozen material. If there is a delay in the Work due to the weather conditions, the necessary precautions must be taken to bond new Work to old § 4.48 INTOXICATING CHEMICALS The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating chemicals upon or about the work. § 4.49 GUARANTEE The Contractor guarantees that the work and services to be performed under the Contract, and all workmanship, materials and equipment performed, furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, Specifications and other Contract Documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the work as stated in the final estimate. If at any time within the said period of guarantee, any part of the work requires repairing, correction or replacement, the Owner may notify the Contractor in writing to make the required repairs, correction or replacements. If the Contractor neglects to commence making such repairs, corrections or replacements to the satisfaction of the Owner within 10 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, including compensation for additional professional services, shall be paid by the Contractor. Nothing contained in the Section shall be construed as a limitation as to any and all rights the Owner may have against the Contractor for any neglect or for any breach of this Provision § 4.50 INSUFFICIENCY OF SAFETY PRECAUTIONS If, at any time, in the judgment of the DPW Superintendent, the Work is not properly made safe in regard to public travel, persons on or about the Work, or public or private property, the DPW Superintendent shall have the right to order such safeguards to be erected and such precautions to be taken as he deems advisable, and the Contractor shall comply promptly with such orders. If, under such circumstances, the Contractor does not or cannot immediately put the work and the safeguard into proper and approved condition or if the Contractor or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the DPW Superintendent may put the work into such condition that it shall be in his opinion, in all respects safe. The Contractor shall pay all costs and expenses incurred by the DPW Superintendent or Owner in so doing. Such action of the DPW Superintendent or failure to take such action, shall in no way relieve or diminish the responsibility of the Contractor for any and 00800-16 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 all costs, expenses, losses, liability, claims, suits, proceedings, judgments, awards, or damages resulting from by reason of, or in connection with the failure to take precautions or the insufficiency of the safety precautions taken by him or by the DPW Superintendent acting under authority of this section § 4.51 CONTRACTOR'S RESPONSIBILITY FOR THE WORK The Contractor shall supervise and direct the Work, using his best skills and attention which shall not be less than such state of skill and attention generally rendered by the contracting profession for projects similar to the Project in scope, difficulty and location. The Contractor shall maintain adequate supervisory personnel at the project site during the performance of the Work. He shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Agreement. The Contractor shall be responsible to the Owner for the acts and omissions of his employees, Subcontractors and their agents and employees, and other persons performing any of the Work under a contract with the Contractor. This obligation shall also extend to the presence on the Site of suppliers of materials or equipment, their employees, contractors, and agents engaged in the work. The Contractor shall not be relieved from his obligations to perform the Work in accordance with the Contract Documents either by the activities or duties of the Owner in its administration of the Agreement, or by inspections, tests or approvals required or performed by persons other than the Contractor. § 4.52 SITE INFORMATION NOT GUARANTEED All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Owner. All such information is furnished only for the information and convenience of the Contractor and is not guaranteed. It is agreed and understood that the Owner does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Documents. It is further agreed and understood that the Contractor shall not use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Owner, arising from or by reason of any variance which may exist between the information made available and the actual subsurface conditions or other conditions or structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. 00800-17 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SUPPLEMENTAL CONDITIONS TO ARTICLE 5 Add the following paragraph to Section 5.1.2: The CONTRACTOR shall submit one copy of each of his subcontracts to the ENGINEER and demonstrate the subcontractor's ability to complete the portion of the work he/she is charged with. This shall include compliance with contract requirements. SUPPLEMENTAL CONDITION TO ARTICLE 7 Add the following to paragraph 7.2.1: There have been no reports of explorations and tests of subsurface conditions utilized by the ENGINEER in preparation of the Contract Documents. All existing structures and subsurface structures identified by the ENGINEER were based on the best information available. Revise paragraph 7.2.4: Paragraph 7.1.4 is changed by deleting the phrase "mutually acceptable fixed or percentage fee" and replacing with"fifteen percent fee for overhead and profit." Add the following Paragraph to§7.3 MINOR CHANGES IN THE WORK.- The Town reserves the right to increase or decrease quantities as directed by the Superintendent of Public Works. The Town also reserves the right to change locations of the work as directed by the Superintendent of Public Works. Change Paragraph 7.4.2: Paragraph 7.4.2 is changed by deleting the phrase "Contractor must initiate claims within fourteen (14) calendar days after occurrence" and replacing with "Contractor must initiate claims within seven(7) calendar days after occurrence". SUPPLEMENTAL CONDITIONS TO ARTICLE 8 Add the following Sub-Sections to Section 8.3 § 8.3.5 The ENGINEER shall evaluate CONTRACTOR's request for extension of Contract Time as follows: a. The ENGINEER will determine whether the amount of labor (man-hours) reasonably correlates to the magnitude of the addition or reduction of the work. b. If the labor requested is determined reasonable, the ENGINEER shall evaluate the impact the additional labor has on the rate of the entire crew. This evaluation will consider 00800-18 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 whether the addition in work is critical to the CONTRACTOR's schedule and, if critical, to what extent the progress of the CONTRACTOR's overall crew is affected. c. The CONTRACTOR shall provide the ENGINEER with all information necessary for ENGINEER to make this analysis. § 8.3.6 The CONTRACTOR is not entitled to any time extension until the CONTRACTOR's scheduled completion date exceeds the contract completion date." § 8.3.7 No Damages for Delay: The CONTRACTOR shall not be entitled to damages for any delay regardless of the cause of the same. The CONTRACTOR's only remedy in the event of a delay shall be an extension of the Contract Time and only to the extent allowed in the Contract documents." § Section 8.4 Delete the entire section of§Section 8.4 LIQUIDATED DAMAGES SUPPLEMENTAL CONDITIONS TO ARTICLE 9 Substitute the second sentence of section 9.6.1 with the following paragraph: The owner shall withhold a retainage equal to five (5) percent of each partial payment. This will be reduced to the amount determined by the Owner and DPW Superintendent to be necessary to assure completion of the work, or cover claims against the Contractor, after the date of Substantial completion. SUPPLEMENTAL CONDITIONS TO ARTICLE 11 Add the following Sub-Section: § SC 11.4.2 CONTRACTOR'S LIABILITY INSURANCE AMOUNTS REQUIRED In no case shall the limits of liability be less than the following: 1. Contractor's Liability Insurance a. Workers Compensation, etc. under the General Conditions: State: Statutory Applicable Federal Statutory Employer's Liability: $1,000,000. b. Comprehensive General Liability(including Premises-Operations; Independent Contractor's Protection; Products Liability and Completed Operations; Broad Form Property Damage); Bodily Injury (including 00800-19 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 completed operations and products liability for up to 3 years after the completion of the project): $ 1,000,000 Each Occurrence $3,000,000 Annual Aggregate Property Damage: $ 1,000,000 Each Occurrence $3,000,000 Annual Aggregate or a combined single limit of$2,000,000. Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverages. Personal Injury, with employment exclusion deleted $ 3,000,000 . Annual Aggregate c. Comprehensive Automobile Liability: Bodily Injury: $1,000,000 Each Person $1,000,000 Each Occurrence Property Damage: $1,000,000 Each Occurrence or a combined single limit of$ 2,000,000 d. Contractual Liability: Bodily Injury: $1,000,000 Each Occurrence Property Damage: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate 00800-20 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 e. Umbrella Liability, Body Injury+Property Damage combined including completed operations $5,000,000 Add the following at the end of Paragraph 11.1.3: Certificates from the insurance carrier shall be filed in triplicate with the OWNER and shall state the type of coverage, limits of liability and the expiration date on each certificate. With respect to insurance identified in paragraphs: 11.1.3, 11.1.4, 11.1.5, and 11.1.7 (Comprehensive General Liability), such insurance shall name the TOWN OF WATERTOWN and WORLDTECH ENGINEERING,LLC as additional named insured. SUPPLEMENTAL CONDITIONS TO ARTICLE 12 Add the following Sections to Article 12: § 12.4 DIMENSIONS AND LOCATIONS Where the dimensions and locations of existing structures are of importance in the installation or connection of any part of the Work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information. SUPPLEMENTAL CONDITIONS TO ARTICLE 13 Add the following Sections to Article 13: § 13.8 MATERIALS REMOVED AND STACKED The Contractor shall carefully remove and store these materials at a site designated on the project by the DPW Superintendent for their subsequent removal by the Owner, or transported to a location within the Town specified by the DPW Superintendent, or legally disposed of as directed by the DPW Superintendent. The Contractor furnishes any necessary equipment and labor for loading the material on the Owner's trucks. Payment for this work shall be included in respective bid items. § 13.9 STORAGE OF MATERIALS AND EQUIPMENT All excavated materials and equipment to be incorporated in the Work shall be placed so as not to injure any part of the Work or existing facilities and so that free access can be had at all times to all parts of the Work and to all public utility installation in the vicinity of the Work. Materials and equipment shall be kept neatly piled and compactly stored in such locations as will cause a minimum of inconvenience to public travel and adjoining owners, tenants and occupants. 00800-21 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 § 13.10 DISPOSAL OF SURPLUS MATERIALS All existing and other materials not required or needed for use on the project, and not required to be removed and stacked by the DPW Superintendent, shall become the property of the Contractor and shall be removed from the site during the construction period and disposed of legally. No separate payment will be made for this work, but all costs in connection therewith shall be included in the prices bid for various contract items. § 13.11 PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in the Contract shall be deemed to be inserted herein, the Contract shall be read and enforced as though they were included herein and such provision shall prevail over any inconsistent language herein. If through mistake or otherwise any such provision is not inserted then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. §13.12 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY Discriminatory employment practices by contractors, subcontractors and suppliers of goods and services based on race, color, religion, national origin, ancestry, age or sex are prohibited. Contractors and suppliers of goods and services shall give written notice of their commitment to non-discrimination to any labor union, association or brotherhood with which they have a collective bargaining or other agreement. The Contractor shall not discriminate against or exclude any person from participation herein on grounds of race, religion, color, sex, age or national origin, and that it shall take affirmative actions to insure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age, handicapped status or national origin. § 13.13 LIENS If at any time any notices of lien are filed for labor performed or materials or equipment manufactured, furnished or delivered to or for the work, the Contractor shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition, the Owner shall have the right to retain from any monies payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof. § 13.14 NOTICES, COMPLIANCE WITH LAWS The Contractor shall give all notices and comply with all federal, state and local laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the Work. The Contractor shall provide the Owner with reproductions of all permits, licenses and receipts for any fees paid. The Owner represents that it has disclosed to the Contractor all orders and requirements known to the Owner of any public authority particular to this Agreement. If the Contractor observes that any of the Contract Documents are at variance with applicable laws, statutes, codes and regulations in any respect, he shall promptly notify the Owner in writing, and any necessary changes shall be accomplished by appropriate modification. 00800-22 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 If the Contractor performs any Work which he knows or should know is contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner, he shall assume full responsibility therefore and shall bear all costs attributable thereto. In the performance of the Work, the Contractor shall comply with all applicable federal, state and local laws and regulations including those relating to workplace and employee safety. The Contractor shall notify the Owner immediately of any conditions at the place of the work which violate said laws and regulations and shall take prompt action to correct and eliminate any such violations. § 13.15 PRICE ADJUSTMENT Notwithstanding any general or special law to the contrary, this contract shall be subject to the provisions stated in Chapter 303 Section 60 and Chapter 86 of the Acts of 2008 relative to energy escalation. A price adjustment for liquid asphalt and Portland Cement shall be made on a monthly basis when the monthly change exceeds +/- 5 percent. Base prices for this contract shall be the New Method period prices posted on the MassDOT website, http://www.massdot.state.ma.us/hiahwav/DoinaBusinessWithUs/Construction/PriceAd_justments .aspx, for the month of the Contract bid opening. § 13.16 PREVAILING WAGE In accordance with General Laws Chapter 149, Section 26 through 27D, the Contractor is obligated to comply with the prevailing wage rates established by the Commissioner of the Department of Labor and Workforce Development for mechanics, apprentices, chauffeurs, teamsters and laborers employed on the Project. The schedule of applicable prevailing wage rates for the Project, together with a Certificate of Compliance therewith, are set forth in Attachment A herein. 00800-23 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 THIS PAGE IS LEFT INTENTIONALLY BLANK Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00820a CHANGE ORDER FORM Page 1 of 2 Project Number Change Order Number_ Contract Amount(As Bid)........................................................$ Net Chanize in Contract Price (this Chanize Order)..................$ Net Chance in Contract Price (all other Chance Orders).........$ Total Adjusted Contract Price..................................................$ This Change Order extends the time to complete the Work by calendar days. The extended completion date is This Change Order checked by: (Chief) Resident Engineer Date This Change Order is requested by: This Change Order is recommended by Consultant Engineer P.E. # Date The undersigned agree to the terms of the Change Order and certifies that such Change Order is in conformance with M. G. L. C.30, Section 39I. Contractor Date Owner Date Certification of Appropriation under M. G. L. C.44, Section 31C: Adequate funding in an amount sufficient to cover the total cost of this Change Order is available. By: Certification Officer Date 00820a-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 CHANGE ORDER FORM Page 2 of 2 Public Entity Project Number Contract Number Change Order Number Contract Title Owner's Name Owner's Address Contractor's Name: Contractor's Address: Description of Change Reason for Change 00820a-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00820b CERTIFICATE OF FINAL COMPLETION OF WORK CONTRACT NO. AGREEMENT DATE CONTRACT DESCRIPTION: COMPLETION DATE PER AGREEMENT AND CHANGE ORDERS FINAL CERTIFICATION OF CONTRACTOR I hereby certify that the Work as identified in the Final Payment Request for construction Contract Work dated , represents full compensation for the actual value of Work completed. All Work completed conforms to the terms of the Agreement and authorized changes. Date CONTRACTOR Signature Title FINAL CERTIFICATION OF ENGINEER I have reviewed the CONTRACTOR'S Final Payment Request dated and hereby certify that to the best of my knowledge, the cost of the Work identified on the Final Estimate represents full compensation for the actual value of Work completed and that the Work has been completed in accordance with the terms of the Agreement and authorized changes. This certification is provided in accord with the terms of General Condition Article 14. WORLDTECH ENGINEERING, LCC. Date Signature Title 00820b-1 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 FINAL ACCEPTANCE OF OWNER I, as representative of the OWNER, accept the above Final Certifications and authorize Final Payment in the amount of$ and direct the Contractor's attention to the General Conditions -Article 14. The guaranty for all Work completed subsequent to the date of Substantial Completion, expires one (1) year from the date of this Final Acceptance. DEPARTMENT OF PUBLIC WORKS WATERTOWN, MASSACHUSETTS Date Authorized Representative Signature END OF SECTION 00820b-2 Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00850 Incorporation of Applicable Provisions of the Massachusetts General Laws Certain provisions of the Massachusetts General Laws are applicable to Construction contracts including,but not limited to, those contained in Chapter 30 and Chapter 149. All applicable provisions of the Massachusetts General Laws are incorporated into the Contract as if fully set forth herein, and shall prevail over any conflicting provisions of the General or Supplemental General Conditions. Town of Watertown Department of Public Works 2020 Roadway Rehabilitation and Related Work-Phase II Contract No.2020-026 SECTION 00860 Town of Watertown Noise Ordinance 5/10/2019 CHAPTER 95: NOISE REGULATIONS xx Print Watertown, MA Code of Ordinances CHAPTER 95: NOISE REGULATIONS Section 95.01 Prohibition of noise emissions 95.02 Definitions and measurements of noise 95.03 Duties and responsibilities of town departments 95.04 Exceptions 95.05 Enforcement 95.99 Penalty § 95.01 PROHIBITION OF NOISE EMISSIONS. (A) No person owning, leasing or controlling a source of sound shall willfully, negligently, or through failure to provide necessary equipment, service, or maintenance or to take necessary precautions cause, suffer, allow or permit unnecessary emissions from said source of sound that may cause noise. (B) Division(A) of this section shall pertain to, but shall not be limited to, prolonged unattended sounding of burglar alarms, construction and demolition equipment which characteristically emit sound but which may be fitted and accommodated with equipment such as enclosures to suppress sound or may be operated in a manner so as to suppress sound, suppressible and preventable industrial and commercial sources of sound, and other man-made sounds that cause noise. (C) All devices employed in construction or demolition shall be prohibited from use during the hours of- (1) 7:00 p.m. to 7:00 a.m. from Monday through Friday; (2) 7:00 p.m. on Fridays through 8:00 a.m. on Saturdays; and (3) 7:00 p.m. on Saturdays through 8:00 a.m. on Sundays. (Ord. 6,passed 9-13-1983; Am. Ord. 14,passed 3-12-1996) Penalty, see § 95.99 § 95.02 DEFINITIONS AND MEASUREMENTS OF NOISE. (A) The town hereby incorporates into and makes apart of this chapter the provisions of Chapter 310 Code of Massachusetts Regulations, Section 7.00 entitled Air Pollution Control Regulations. (B) These regulations shall govern the definitions, measurement and restriction of sources of noise emission. (C) For the purposes of this chapter, a CONDITION OF NOISE POLLUTION shall be a noise source which increases noise levels 10 dB or more above the background noise level. If the noise level is judged by ear to have a tonal sound, an increase of 5 dB above background noise level is sufficient to cause noise pollution. library.amlegal.com/alpscripts/get-content.aspx 1/2 5/10/2019 CHAPTER 95: NOISE REGULATIONS xx (Ord. 6,passed 9-13-1983) § 95.03 DUTIES AND RESPONSIBILITIES OF TOWN DEPARTMENTS. (A) All town departments and agencies shall, to the fullest extent consistent with other laws, carry out their programs in such a manner as to further the policy of this chapter. (B) All town departments and agencies shall comply with Federal and State laws and regulations and the provisions and intent of this ordinance respecting the control and abatement of noise to the same extent that any person is subject to such laws and regulations. (Ord. 6,passed 9-13-1983) § 95.04 EXCEPTIONS. This chapter shall apply to the control of all sound originating within the limits of the Town of Watertown except the following: (A) The emission of sound for the purpose of alerting persons to the existence of an emergency or to the emission of sound in the performance of emergency work or in training exercises related to emergency activities. (B) Noncommercial public speaking and public assembly activities as guaranteed by state and federal constitutions. (C) Domestic equipment such as lawn mowers and power saws between the hours of 7:00 a.m. and 9:00 p.m. (Ord. 6,passed 9-13-1983) § 95.05 ENFORCEMENT. The Board of Health shall be the primary enforcement agency of the terms of this chapter. In addition, any Police Department or Fire Department official or building inspector or their designee, acting within their jurisdictional area, is authorized to enforce this chapter. (Ord. 6,passed 9-13-1983) § 95.99 PENALTY. (A) Any person who violates any provision of this chapter, if convicted, shall be fined no less than $50 nor more than $100 for the first offense and not less than $200 nor more than$500 for each succeeding offense. (B) Each subsequent day or part thereof of violation of this chapter, whether the violation be continuous or intermittent, shall be construed as a separate and succeeding offense. (Ord. 6, passed 9-13-1983) 1ibrary.amlegal.com/alpscripts/get-content.aspx 2/2 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 SECTION 00900 Subblementary Specifications 00900-1 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 SCOPE OF WORK General The work to be done under this contract shall be in accordance with these specifications and includes the reconstruction and rehabilitation of existing streets and sidewalks throughout the Town of Watertown. The street locations proposed are listed in this Supplementary Specification. Roadway Rehabilitation Work Required The proposed treatment work to be done to these streets varies based on the location and condition of the street as directed by the DPW Superintendent. The proposed work under this contract will include full depth pavement reclamation, pavement milling, overlaying, excavating existing pavement and fine grading and compacting, hot mix asphalt paving, removing and resetting existing granite curbing, and installing of new granite curbing as requested, constructing new cement concrete sidewalks and driveway aprons to meet ADA/AAB requirements, constructing ADA/AAB conforming wheelchair ramps, minor drainage and sanitary sewer structure improvements including rebuilding or adjusting drainage and sanitary manholes and rebuilding catch basins or replacing catch basins as directed, removing and resetting or replacing roadway signing as directed, pavement markings and the provision of safety controls and signing for construction operations and other incidental items. All work shall be performed in accordance with the relevant provisions of the Standard Specifications of the MassDOT and these Specifications and completed within the identified bid items. Other Work Required In addition to the roadway rehabilitation work proposed, the contractor shall replace catch basin frame and grates or manhole frames and covers either sewer or drain as directed by the DPW Superintendent. The contractor shall also remove and reset, adjust or replace gate valves and water shut off boxes as directed by the DPW Superintendent. If the Town determines that drainage structures, including catch basins and drain manholes are in need of replacement or need to be added the contractor shall install new structures at the locations and replace sections of drain piping as directed. The contractor shall note that the Watertown DPW may request that new trees be installed by the contractor and that the construction of trees trenches may be requested in areas note on the plan. Preconstruction PhotographsNideo Required The contractor shall provide digital photographs or a digital video of all streets prior to the commencement of the work. The photographs and or video shall be taken in detail at the back of sidewalk, walks, walls and driveways so as to assess the condition of the abutting property before construction begins. The contractor shall provide a digital copy of the preconstruction photographs and/or video to the Watertown DPW in either compact disk or USB device for download. 00900-2 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 List of Proposed Streets and Rehabilitation Required The list of proposed streets is included in this scope of work. These streets are anticipated to be included in the contract work, but the final locations and limits are subject to change at the direction of the DPW Superintendent. The DPW Superintendent reserves the right to change, modify, increase or decrease the limits of work or types of treatment on any of the listed roadways or add or delete roadways at its discretion. For bidding purposes, the streets listed herein and the proposed treatments shall be considered. Finished Grades and Pre-construction Surveys and Approvals Required In general, the final grades of the proposed roadways being reconstructed as part of this contract, shall be consistent with the proposed typical roadway cross section provided herein or consistent with the plans provided. In order to obtain the correct roadway section, the contractor shall remove an adequate volume of surplus reclaimed pavement material such that the proposed roadway section can be installed. This means that the completed roadway shall have the correct thickness of hot mixed asphalt pavement as noted in the pavement notes, the completed curbing shall have a finished reveal of 6 inches, and that the grass strips and sidewalks are pitched toward the gutter as per the typical section provided. The contractor shall set grade stakes at 50 foot station intervals for review and approval of the Town of Watertown DPW. The contractor shall provide survey to establish the grading of the base course such that the final typical roadway section will be obtained and the back of sidewalk grades blend into the existing grades. Final sidewalk and wheel chair ramps shall comply with all ADA and AAB regulations for cross slopes and ramps slopes. The proposed horizontal alignment of all roadways included in this contract is anticipated to be similar to existing alignment with only slight modifications to the driveways and sidewalks as directed by the Town. The contractor shall meet all existing grades at driveways, walks and walls, etc. If the back of proposed sidewalk grade does not meet an existing walk or driveway the contractor shall inform the Town and the Town will give direction as to how the grades will be matched in and establish the limits of the tie-in at drives and walks. The contractor shall use caution when working along the front of existing retaining walls so as not to undermine the wall; any patching required on the face of abutting walls shall be considered incidental to the sidewalk work. 00900-3 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Bidders shall be aware that at the Town's discretion any item listed in the Bid Form may be used at the Contractor bid price regardless of whether it is shown on plans, details, or listed in these specifications. Items not listed in these specifications shall be in conformance with the Massachusetts Department of Transportation - Highway Division latest editions of the STANDARD SPECIFICATIONS FOR HIGHWAYS AND BRIDGES, and all SUPPLEMENTAL SPECIFICATIONS and as directed by the DPW Superintendent. Unless otherwise specified herein, all work done under this contract shall be in conformance with the Massachusetts Department of Transportation latest editions of the STANDARD SPECIFICATIONS FOR HIGHWAYS AND BRIDGES, the SUPPLEMENTAL SPECIFICATIONS, MASSDOT ENGINEERING DIRECTIVES, CONSTRUCTION AND TRAFFIC STANDARD DETAILS, STANDARD DRAWINGS FOR SIGNS AND SUPPORTS, ENGLISH SUPPLEMENTAL DRAWINGS, the MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, the STANDARD DRAWINGS FOR TRAFFIC SIGNALS AND HIGHWAY LIGHTING, the PLANS, and these SPECIFICATIONS. Note: All work in this contract shall conform to all the rules and regulations of the ARCHITECTURAL ACCESS BOARD (521 CMR 1.00 et. seq.) and MassDOT's October 2017 Construction Standard Details - Wheelchair Ramp Standards, and all relevant Engineering Directives. TOWN OF WATERTOWN 2020 ROADWAY REHABILITATION PROJECT PHASE II-CONTRACT #2020-026 LIST OF PROPOSED STREETS Full depth roadway reclamation, sidewalk replacement, and curbing installation is proposed along the following roadways as per the plans and typical sections provided (but not necessarily limited to): • Downey Street, (from Waverley Ave. to Westminster Ave.) • Frank Street, (from Beechwood Ave. to Louise Street) • Louise Street, (from No. Beacon Street to Arsenal Street) • Kimball Road(from Maplewood Street to Mt. Auburn Street) • Piermont Street(from Belmont Street to Tappan Ave.) • Tappan Ave. (from Nyack Street to Sparkill Street) • Wheeler Lane (from Riverside Street to Charles River Road) Exact work limits will be marked in the field by the Watertown DPW prior to the start of construction. The limits of work on Wheeler Lane shall be in accordance with the plan provide or as directed by the DPW. Infiltration trenches shall be constructed at locations noted on the plans provided in Appendix B. 00900-4 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 ITEM 102.51 INDIVIDUAL TREE PROTECTION EACH The work under this item shall conform to the relevant provisions of Sections 101 and 771 and the following: GENERAL The work shall consist of protecting existing individual tree located with the sidewalk repair areas, as directed by the DPW Superintendent, to prevent damage to branches, stems and root systems of existing individual trees to remain and to ensure their survival. Provisions under this item include steps to minimize soil and root disturbance and to construct protection measures for trees close to construction areas. EXAMINATION OF CONDITIONS The Contractor shall be solely responsible for judging the full extent of the work requirements, including, but not necessarily limited to any equipment and materials necessary for providing tree protection. Prior to any construction activities, the Contractor and Arborist shall walk the site with the Superintendent and Town Tree Warden to identify which trees will require protection and to determine approved measures. The Arborist shall make recommendations as to appropriate methods to trees. The Superintendent will have final decision as to trees and methods. The Contractor is responsible for the protection of all existing trees and plants within and immediately adjacent to the construction area that are not designated to be removed for the length of the construction period. Incidental to the cost of this item, the Contractor shall retain the services of a certified arborist, who shall make recommendations as to the specific appropriate treatment of trees within or near the work zone. SUBMITTALS Incidental to this item, the Contractor shall provide to the Superintendent one (1) copy each of "Standards for Pruning Shade Trees" of the National Arborist Association, 174 Route 101, Bedford, New Hampshire, 03102, and American National Standards Institute (ANSI) Standard Z-133.1 and A300 Standard Practices for Tree, Shrub, and Other Woody Plant Maintenance, Part 1: Pruning. These references shall be kept by the Superintendent at his office for the length of the Contract. Prior to start of work, the Contractor shall submit to the Superintendent the name and certification number of the Massachusetts Certified Arborist referenced herein. Cost for Certified Arborist for all activities pertaining to this Item shall be incidental to this item. MATERIALS Note: The use of piping of any type as a protective material shall not be approved for this use. The contractor shall use only the materials listed herein. 00900-5 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Fence and temporary fence posts shall be subject to the approval of the Superintendent. Fencing for individual plants shall be polyethylene fencing or chain link fence (new or used). Staking for individual tree protection fencing shall be 2x4 inch stock as directed and approved by the Superintendent. Wood chips or mulch shall conform to provisions under Materials Sections M6.04.0 through M6.04.5 depending on the material selected by the Certified Arborist and the Tree Warden. Trunk protection shall be 2x4 inch cladding, at least 8 feet in length, clad together with wire. Trunk protection shall include burlap. Temporary Tree Protection Fence shall be brightly colored Polypropylene barricade or wooden snow fencing for tree protection or safety fencing as shown on the Contract drawings or as directed by the Superintendent. Fencing shall be a minimum of 4 feet high and supported by steel or hardwood stakes spaced at a maximum of 8 feet on center or by other means acceptable to the Superintendent. Incidental to this item, the Contractor shall provide water for maintaining plants in the construction area that will have exposed root systems for any period during construction. CONSTRUCTION METHODS To the extent possible, to avoid soil compaction within the root zone, construction activities including, but not limited to, vehicle movement, excavation, embankment, staging and storage of materials or equipment shall not occur underneath the canopy (drip line) of trees to remain. Where these activities will occur within 10 feet of the canopy of trees, the Contractor shall provide Individual Tree Protection as specified herein. Tree Fencing and Armoring For individual tree protection, the Contractor shall set posts and fencing at the limits of the tree canopy. Where construction activities closer to the trees is unavoidable, the contractor shall tie branches out of the way and place wood chips or mulch as selected by the Certified Arborist and the Tree Warden to a depth of 6 inches on the ground to protect the root systems. The Contractor shall wrap the area of the trunk of the tree with burlap prior to armoring with 2x4 inch cladding. Cladding for tree trunks shall extend from the base of the tree to at least 8 feet from the base. To the extent possible, temporary landscaped fencing shall be installed at the limit of tree canopy and shall be staked and maintained vertical for the length of the contract. Where excavation within canopy is unavoidable, the Contractor shall use equipment and methods that shall minimize damage to the tree roots, per recommendations of the Certified Arborist and Tree Warden. Such methods may require root pruning prior to, as well as during, any excavation activities and may, at the discretion of the Certified Arborist and the Tree Warden, include coating faces with an emulsified asphalt or other acceptable coating. The removal of roots I inch or larger will require approval by the Tree Warden or his designee prior 00900-6 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 to their removal and procedures for their removal will be as directed by the Tree Warden. All roots less than I" that must be removed shall be removed using a sharp instrument to insure a clean, sharp cut is made. The tearing of roots shall be considered a wound to the tree. The incorrect removal of roots can lead to the death of a street tree. At the discretion of the Certified Arborist and the Tree Warden, wood chips or mulch may be required in all excavations adjacent to tree routes will be filled with mulch. All fencing, trunk protection, branch protection, and woodchips or mulch shall be maintained throughout the duration of the contract. Protective fencing shall be repaired and woodchips or mulch replaced as necessary during the duration of the contract at no additional cost. Cutting and Pruning Some pruning of roots and branches may be a necessary part of construction. Pruning will be performed on the same side of the tree that roots have been severed. The Contractor shall retain the services of a Massachusetts State Certified Arborist to oversee any cutting of limbs, stem or roots of existing trees. All cuts shall be clean and executed with an approved tool. Under no circumstances shall excavation in the tree protection area be made with mechanical equipment that might damage the existing root systems. Any tree root area exposed by construction shall be covered and watered immediately. Exposed tree roots shall be protected by dampened burlap at all times until they can be covered with soil. Watering Water each tree within the construction area where work is in progress twice per week until the surrounding soil of each tree is saturated for the duration of construction activities. Removal of Protection After all other construction activities are complete, but prior to final seeding, wood chips or mulch (at the discretion of the Certified Arborist and the Tree Warden), temporary fencing, branch protection, and trunk protection materials shall be removed and disposed off site by the Contractor at no additional cost. Tree Damage The Contractor shall be held responsible for the health and survival of the existing trees in the immediate vicinity of the of the construction area. Damage includes, but shall not be limited to, injury to the bark, branches, cambium, or removal of roots, which is not carried out in accordance with the guidelines set forth in this document. Damage that, in the Superintendent's opinion, can be remedied by corrective measures shall be repaired immediately. If damage is done to a tree during the installation work, the supervisor on the job shall immediately notify the DPW of the location of the tree and the type of injury. The Contractor shall be required to use proper arboricultural practices to repair any damage caused to trees. If the repair of damage to trees is not performed in a timely and proper arboricultural manner, the Town reserves the right to have the damage corrected by a Massachusetts Certified Arborist. The Contractor shall be responsible for the costs of any repairs. Broken limbs shall be pruned according to industry standards. Wounds shall not be painted unless directed by the Certified Arborist and the Tree Warden. Trees or shrubs that are damaged irreparably shall, at the Superintendent's discretion, 00900-7 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 be replaced at a 1:1 caliper inch ratio. Cost of replacement trees shall be borne by the Contractor. Where individual trees are to remain where grading, construction or other disturbance will take place within the parameters specified above; or where the Superintendent determines that an individual tree must be protected, these trees shall be protected and paid for under ITEM 102.51, INDIVIDUAL TREE PROTECTION. Item payment shall be scheduled throughout the length of contract: 30 percent of value shall be paid upon installation, 30 percent approximately halfway through the contract, and the remainder to be paid at the end of the contract after completion of construction operations that would disturb plants and after the protection materials have been removed and properly disposed of off- site by the Contractor. BASIS OF PAYMENT Work under this item shall be paid at the Contractor bid price per Each under Item 102.51 which payment shall include full compensation for all labor, equipment, materials, and incidentals for the satisfactory completion of the work, including the services of a certified arborist, water and fertilizer, the subsequent removal and satisfactory disposal of the protective materials upon completion of the contract, and all incidental items involved in tree protection. Cost of wood chips or mulch, as required, shall be incidental to this item. ITEM 119. RODENT CONTROL LUMP SUM The work under these items shall conform to the relevant provisions of Sections 119 and the following: The work under this item shall include all work necessary to provide rodent control in the areas of proposed construction. Such rodent control shall include a pre-construction survey of surface rodent activity and sanitation deficiencies in and bordering the proposed work area. The Contractor is required to make all efforts to reduce the activity of rodents within the proposed work area prior, during and after construction has ceased, within the limits of work for the duration of this project to the satisfaction of the Engineer. CONSTRUCTION METHODS & SUBMITTALS Baiting will include a pre-construction baiting program at each street location followed by a maintenance-baiting program that lasts throughout the construction period. All baiting will be done according to the rodenticide labeling as approved by the U.S. EPA and the Massachusetts Department of Food and Agriculture. All bait applications will be made by licensed pest control operators and based upon activity levels and distribution of rodent control populations. Records shall be maintained on baiting and survey results. A summary of determinable results of the control program must be submitted to the Engineer on a weekly basis. The summary must include the types of bait used, baiting locations, a description of rodent activity and sanitation conditions, and recommendations. Control shall include baiting of active rat burrows and the use of tamper-resistant bait stations, as appropriate. Control shall also be applied at all manholes 00900-8 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 and/or catch basins within the immediate contract area and to all catch basins and sewer manholes on adjoining streets within 300 feet of the Project Limits as defined by this Contract. The pest control operator must provide adequate liability insurance and be prepared to respond to changes in rodent populations and any rodent related complaints associated with construction activities. Initial submittals (at the Pre-Construction Conference): 1. Name and qualifications of the pest control operator that will implement the Rodent Control Program. 2. Description of the Rodent Control Program. METHOD OF MEASUREMENT AND PAYMENT Item 119. Will be measured and paid for at the Contract price per Lump Sum. The lump sum unit price paid for under this item shall constitute full compensation for all activities required to accomplish the control of rodent populations during construction of this project within the limits specified. A payment in the amount of 50% of the price bid shall be made after the pre- construction survey has been completed and the necessary steps for the duration of the project have been initiated. The remaining 50% of each Item will be paid for at the conclusion of the work as specified above or at a prior date as directed by the Engineer. The lump sum unit price paid for under this Item shall also include full compensation for furnishing all materials, labor, tools, equipment and all other incidentals necessary to complete the work under this Item to the satisfaction of the Engineer. ITEM 120.1 UNCLASSIFIED EXCAVATION CUBIC YARD The work to be performed under this item shall conform to the relevant provisions of Section 120 of the Standard Specifications and the following: GENERAL The work under this Item shall include the removal of excavated earth or reclaimed base course material and disposal of all types of existing curbs, all types of existing pavements, iron castings not designated to be reused or reset, edging, fences of all types, signs, sign post, and foundation not designated for reuse as determined by the DPW Superintendent, and all other materials not classified and paid for under other items. CONSTRUCTION METHODS Edges of excavations made in existing pavements shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining new pavement. Ragged, uneven edges shall not be acceptable. Pavement areas which have been broken or undermined shall be edged neatly with minimum disturbance to remaining pavement. Before starting excavation, the Contractor shall field check and verify all the vaults, septic systems, sprinkler systems, and all other structures in the project area and make sure that the contractors excavation work will not disturb or damage such structures. 00900-9 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 The Contractor shall exercise extreme caution not to disturb privately or public owned features that abut the work when working next to existing retaining walls, landscaped features, shrubs and hedges, walkways, driveways, buildings and fences of all types. If existing walls are disturbed, they shall be reconstructed at the Contractor's expense to thoroughly match the existing wall in color, texture, material and workmanship. The contractor will coordinate construction activities with the owners of such structures and obtain approval or permits, if necessary, prior to starting the excavation. Any damage done to structures of any kind as a result of the excavation, installation of materials or backfilling and compaction process will be the responsibility of the Contractor and will be repaired by the Contractor at his own expense. The Property Owner or Utility Owner has the right to repair any structure or feature damaged by the contractor at expense, using his/her contractor or forces and bill the Contractor for all expenses incurred. COMPENSATION Compensation for salvaging any materials, including stacking, unless specifically paid for and/or included under another specific item, will be included in the contract unit bid price for unclassified excavation and no separate payments will be made. BASIS OF PAYMENT Work under this item shall be paid at the Contract bid price per Cubic Yard for Item 120.1 which payment shall include full compensation for all material, labor, tools, equipment, disposal of all unsuitable material, and any incidentals necessary for the satisfactory completion of the work as specified herein. Payment for saw cutting shall be based on the contract unit price for Item 482.3 Sawing Asphalt Pavement per Foot or 482.4 Sawing Portland Cement Concrete per Foot based on the actual material saw cut. ITEM 129. PAVEMENT MILLING SOUARE YARD The work to be performed under this item shall conform to the relevant provisions of Section 120 of the Standard Specifications and the following: GENERAL This work shall consist of removal of a variable depth of existing asphaltic concrete pavement by milling in accordance with these specifications and in reasonably close conformity with the lines, grades, and cross-sections as designated by the DPW Superintendent and shall conform particularly to the relevant provisions of the Massachusetts Department of Transportation Standard Specifications Subsection 120.66. The work shall include the sawcutting of existing pavements which are to remain at limits of milling and as directed by the DPW Superintendent. Sawcutting equipment shall be approved by the DPW Superintendent prior to commencing work. Payment for sawcutting relative to milling shall be paid separately under Item 482.5. 00900-10 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 The locations were pavement milling is required may vary from the list of streets. For Bidding Purposes: The minimum size of the milled area at any one location will be 300 feet based on a typical width of 24 to 26 feet. CONSTRUCTION METHODS All edges of excavations made in existing pavements, driveways, and sidewalks which will not be overlaid and which will be visible shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining new pavement and sidewalks as directed by the DPW Superintendent. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement or sidewalks. Sawcut surfaces in roadway areas shall be treated with a hot poured rubberized asphalt sealer as specified in accordance with Subsection 460.65 of the Standard Specifications, as amended, or as directed by the DPW Superintendent. Sawcut surfaces shall be sprayed or painted with a uniform thin tack coat of RS-I asphalt emulsion immediately before placement of hot mix asphalt material against the surface. Hot Poured Rubberized Asphalt Sealer shall be used on the longitudinal joint between two pavement sections. Before the surface course is installed, existing pavement shall be milled in areas deemed necessary by the DPW Superintendent to return a crown to the street and restore curbs at edge of street. The milled surface shall conform generally to the grades and cross slope required, shall be characterized by uniform, discontinuous longitudinal striations or other uniform pattern, and shall be free from tears, gouging, broken or excessively grooved pavement. Planed surfaces shall be free from imperfection that might hinder the application of new surfacing following this operation. If a milled pavement surface will be used by traffic, the Contractor shall install a warning sign with the legend "GROOVED PAVEMENT AHEAD" (SP-1) and a supplemental panel with the legend "MOTORCYCLES USE CAUTION" (SP-2), approximately 500 feet in advance of the milled surface, facing incoming traffic. The signs will be required shall be paid separately under Item 852. If a milled pavement surface will be used by traffic, the Contractor shall mill the full width of roadway each day so as not to leave a hazardous longitudinal pavement drop between lane passes of the miller. The DPW Superintendent may allow the Contractor to construct a transition taper at the longitudinal pavement drop so as not to leave a vertical face. The transition taper shall be along the lane line and shall produce a wedge with a maximum slope of 6:1. Milled areas shall be squared off for the full width of cut at the end of each working day and temporary adjustments shall be made at driveways and intersecting streets for the convenience of vehicular traffic. Transverse faces existing at the end of a work period should be tapered in a manner approved by the DPW Superintendent to avoid a hazard for traffic. Pavement surfaces that cannot be removed by milling equipment because of physical or geometrical restraints should be removed by other methods acceptable to the DPW Superintendent. 00900-11 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Milling shall not be done prior to three calendar days before the placement of the final top course. Scheduling the Work Pavement milling shall be scheduled such that the work is performed in close proximity to the contractor's scheduled final paving date. The contractor shall schedule all other surface preparation activities such as full depth patching, crack sealing, adjustments to manholes catch basins and water boxes and as directed to follow the milling operations within a few days and the final pavement overlay shall be scheduled within one week of the milling. The Contractor shall vacuum sweep milled areas immediately after milling. No asphalt cuttings or dust shall remain on site at the end of each work day. The asphalt cutting shall be removed and become the property of the Contractor and shall be disposed of by the Contractor. The Contractor shall vacuum sweep the cold planed pavement immediately before placement of the final top course. BASIS OF PAYMENT Work under this Item shall be paid at the Contractor bid price for Item 129. Pavement Milling per Square Yard. Such payment shall be considered full compensation for labor, materials, equipment, tools, vacuum sweeping, and other incidentals necessary to satisfactorily complete the work. Payment for temporary pavement wedges or full depth patches shall be made at the contract unit price for Item 472. Hot Mix Asphalt for Miscellaneous Work per Ton. Payment for RS-1 tack coat shall be paid separately under Item 452 Emulsion for Tack Coat per Gallon. Payment for sawcutting shall be paid separately under Item 482.3 Sawing Asphalt Pavement per Foot. Safety signing shall be paid separately under Item 852 Safety Signing for Traffic Management per Square Foot. ITEM 151. GRAVEL BORROW CUBIC YARD The work to be performed under this item shall conform to the relevant provisions of Section 150 of the Standard Specifications, as directed by the DPW Superintendent and the following: GENERAL This work shall consist of furnishing and placing Gravel Borrow shall be supplied by the contractor where necessary for replacing unsuitable material encountered during all aspects of construction. Gravel Borrow used to replace unsuitable material shall be paid for only as requested and directed by the DPW Superintendent prior to installation. Existing gravel borrow shall be left in place unless the DPW Superintendent directs the contractor to replace all or part of it. MATERIALS The gravel borrow shall conform to the Standard Specifications Section M1.03.0 Type c. Reclaimed Pavement Borrow used under sidewalks and pavement shall conform to the Standard Specification Section M1.09.0. Borrow material shall be comprised of either reclaimed asphalt or 00900-12 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 crushed concrete. The borrow material shall be plant mixed with crushed stone as needed to meet grading requirements for Type c borrow. Borrow material shall be free of all material fibers such as wood or insulations, the borrow material shall also be free of any brick chips or pieces. Borrow material shall also be free of any metal reinforcement, mesh or fastens. Demolished building materials are not acceptable as borrow material. The contractor shall supply a standard gradation list prepared by the borrow material supplier that indicates the material borrow composition and gradation percentages. CONSTRUCTION METHODS The Town shall visually inspect and reject any and all gravel used for sidewalk and roadway base material. The Town also reserves the right to test borrow material for conformance to the specifications and the Contractor shall assist as required to obtain the information. Compaction testing will be performed by the Town or by an inspection laboratory designated by the Town, engaged and paid for by the Owner. If test results indicate that the borrow material does not conform to specification requirements, the Contractor will be directed by the DPW Superintendent to remove the defective material and replace with the correct and approved material at no additional cost to the Town. If the defective work by requires re-compacting no additional payment will be made for additional compaction required. The Contractor shall replace as necessary all sub-standard borrow material as directed by the Engineer Any additional costs incurred by the contractor to bring the work into compliance will be done at no additional cost to the Town. All borrow materials under structures and buildings shall be field tested for compliance with the requirements of this specification. BASIS OF PAYMENT Work under this item shall be paid at the Contractor bid price per Cubic Yard for Item 151 Gravel Borrow. Such payment shall include full compensation for all material, labor, tools, equipment, materials and any incidentals necessary for the satisfactory completion of the work as described above. ITEM 201. CATCH BASIN EACH ITEM 201.3 CATCH BASIN SPECIAL EACH ITEM 202. MANHOLE EACH ITEM 204 GUTTER INLET EACH ITEM 234.12 12 INCH POLYVINYL CHLORIDE- FOOT SDR 35 DRAIN PIPE Work to be done under this item shall conform to the relevant provisions of the 1988 Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Section 120, 140, 150, 170, 200 and the following: GENERAL The work shall consist of the replacement of existing drainage structures and piping required to accomplish a structurally sound wearing surface at the direction of the DPW Superintendent. The Contractor shall furnish all labor, materials, tools and equipment necessary to perform all operations in connection with excavating bedding, placing and backfilling drainage structures 00900-13 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 and piping. Payment for sawcutting relative to each item shall be considered incidental to the respective item. No separate payment will be made for sawcutting. The work shall conform to the relevant provision of Section 120 of the Standard Specifications and the following. The work shall include the sawcutting of existing pavements required for installation or as directed by the DPW Superintendent. Sawcutting equipment shall be approved by the DPW Superintendent prior to commencing work. All edges of excavations made in existing pavements, driveways, and sidewalks shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining existing pavement and sidewalks. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement or sidewalks. Sawcut surfaces in roadway areas shall be treated with a hot poured rubberized asphalt sealer as specified in accordance with Subsection 460.65 of the Standard Specifications, as amended, or as directed by the Superintendent of Public Works and is considered incidental to this item. Sawcut surfaces shall be sprayed or painted with a uniform thin coat of RS-1 asphalt emulsion immediately before placement of hot mix asphalt material against the surface. Any drainage structures directed to be abandon, as directed by the Superintendent, shall be abandon in accordance with Section 140 of the Standard Specifications, the cost of which shall be considered incidental to the work. Pre-cast concrete units use for drainage structures including catch basins and drain manholes shall conform to the Standard Specification Section M4.02.14. All catch basins will be provided with a 4 foot (minimum) sump which shall be considered incidental to Item 201 and 201.3 respectively. The outlet pipe of all catch basins shall include a Town of Watertown approved oil hood, LeBaron Foundry, Inc. Catch Basin Trap Cat. No. L201-Mass. Standard 12 inch or Engineer approved equal. All other aspects of these structures shall conform to Massachusetts Department of Transportation Standard Construction Detail of the pre-cast concrete catch basin. Pre-Cast Concrete for Special Catch Basins Catch basins labeled on the plans as "double inlet" shall be pre-cast units supplied in accordance with the same catch basin structure, sump and hood requirements as noted in this specification, except that the basin shall have an inside diameter of 5'-0" and be supplied with a flat top with a 24 inch x 48 inch opening to allow the installation of a double frame grate. Joints shall be wetted and completely mortared immediately prior to setting a section. Contractor shall be responsible for cutting through the precast structure for installation of all pipe connections. Pipe used for storm drains shall be 12" diameter PVC (polyvinylchloride) pipe -type SDR 35 manufactured in accordance with ASTM D3034. 00900-14 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Cement mortar used for storm drainage systems shall conform to Section M4.02.15 of the Standard Specifications. All new drainage structures including Catch Basins Special Catch Basins and Manholes shall be backfill with control density fill conforming to the following: Control Density Fill shall be in accordance with the Supplemental Specifications dated June 15, 2012, Subsection M4.08.0 for Type IE Very Flowable (Excavatable). Control Density Fill shall be considered incidental to the respective cost of the catch basins and manholes installed. Clay brick used for Drain manhole invert construction and adjusting frames to finished grade shall conform to M4.05.2 of the Standard Specifications. All bricks shall be soaked in water before laying. All joints shall be thoroughly flushed full of mortar and no joint on the inside face shall be greater than 1/8 inch. The joints shall be pointed on the outside wall and the outside of the brick work shall be parged with a 1/2 thick mortar coat. Crushed stone bedding for drainage structures and pipes shall be at least 6 inches in thickness and shall conform to section M2.01.1 of the Standard Specifications. Gravel borrow for replacing unsuitable material shall consist of inert material that is hard, durable stone and course sand, free from loam and clay, surface coatings, and deleterious materials and shall conform to M1.03.0 of the Standard Specifications. Material around the structure shall be compacted and a six inch thick high early strength concrete collar shall be placed around the castings as directed by the DPW Superintendent. High early strength concrete shall be 4000 psi at 28 day test, 3/4 inch aggregate, 5% air entrained, and have a minimum 2 slump. All drain manholes shall be built with brick table and brick inverts. Contractor's attention is drawn to the fact that he is required to maintain street drainage as well as dewater all trenches and excavations for structures as specified in Section 140 of the Standard Specifications. Disposal of all surplus material, associated arrangement, and expenses are consider incidental to these respective items. The contractor shall reset the existing frame and grate or manhole frame and cover or provide a new frame and grate or frame and cover as directed by the engineer. Frames and grates or covers shall be supplied and installed in accordance with these specifications. BASIS OF PAYMENT Payment for work under these items shall be at the contract unit price for Item 201. Catch Basin per Each, and Item 202. Manhole per Each based on the structure installed. Special Catch Basins shall be paid for at the contract unit price for Item 201.3 Special Catch Basin per Each. Such 00900-15 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 payment shall be considered full compensation for furnishing the catch basins, manholes, gutter inlets including excavation and bracing, dewatering as required, pre-cast concrete drainage structures, pipe connections are included in the cost of the structure and new pipe sections shall be connected to existing piping as required and in the correct size, backfill, compaction, incidental cement concrete, cement mortar, and any incidentals needed to complete the structure as specified. Crushed stone bedding shall be paid for at the contract unit price for Item 156 Crushed Stone per Ton. Drainage pipes needed to replace sections of existing drains shall be paid for at the contract unit price for Item 234.12, 12 Inch PVC SDR 35 per Foot. Such payment shall be considered full compensation for all materials, excavation and backfill, labor and equipment needed to install drains as specified herein. The cost of couplings is considered incidental to the cost of the pipe, no separate payment will be made for couplings used to connect proposed pipe to existing pipe. Connections to existing or proposed structures shall be considered incidental to the work, no separate payment will be made for connecting pipes to structures. Note: existing drain pipes vary in size from location to location. The contractor shall provide PVC drain pipe in the size to match the existing pipe. Smaller diameter catch basin and gutter inlet leaders may be replaced completely based on inspection and approval of the DPW Superintendent. ITEM 202.10 WYE CONNECTION TO EXISTING DRAIN EACH 10 TO 12 INCH EXISTING PIPE SIZE ITEM 202.15 WYE CONNECTION TO EXISTING DRAIN EACH 15 TO 18 INCH EXISTING PIPE SIZE GENERAL Work under this item shall conform to the relevant provisions of the Standard Specifications Section 201 and the following: Where horizontal separation between utilities would preclude the installation of a drain/sewer manhole and as directed by the DPW Superintendent or his authorized representative, proposed catch basins shall be connected to the existing system of gravity street drains by installing wye connections to the existing drainage/sewer trunk line. This work includes locating, excavating and installing PVC wye connections to existing drainage/sewer lines as specified herein. MATERIALS Drainage Piping Refer to drain/sewer pipe payment items for new drainages/sewer pipe requirements. Drainage/Sewer Connection Fittings Saddle style fittings with strap connections that require a side cut into the existing pipe shall not be approved for use on this project.All wye connections shall be as specified herein. 00900-16 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Drain fittings shall be the same as those used in sanitary sewer installations. Fittings shall be molded or fabricated in accordance with ASTM D-3034, and F-1336. Fittings shall be manufactured of polyvinyl chloride meeting ASTM D1784 with a wall thickness meeting SDR-35 requirements. All fittings shall be gasket type for connecting PVC pipe to PVC pipe. Gaskets for sewer fittings shall meet ASTM F-477. All wye connectors shall have a 45 branch connections 90 degree or tee fittings are not approved. When connecting to an existing drain/sewer of dissimilar material the fitting shall be supplied with straight ends and be connected with the appropriate sized banded rubber coupling with stainless steel straps. If fittings with straight ends are not available, the contractor shall supply a bell end fitting and use 2 spool pipes and rubber connectors to attach the fitting to the existing pipe. Spool pipes shall not be less than 2 (two) feet in length. Bedding and Backfill All drain/sewer connections shall be bedded with 1/4" crushed stone in compliance with MASSDOT M2.01.4 The Contractor shall use only suitable granular material over the crushed stone bedding. Trench backfill shall be class I type only and shall not include alluvial materials, clays of any kind, loamy or organic materials, silts or fine sands. Any materials considered unsuitable by the Engineer shall be removed by the Contractor and shall be replace with suitable granular material such as processed gravel or bank-run meeting the standard specification for gravel borrow type c. CONSTRUCTION METHODS When a wye connection is approved by the DPW to be installed, the contractor shall confirm the existing pipe size and material, layout the location of the proposed connection, and locate the proposed catch basins on the paved surface for approval by the DPW. The contractor shall insure that the proposed connection aligns with the existing pipe invert and the proposed structure. The contractor shall excavate to the existing pipe and dig around the pipe by hand if necessary without breaking or dislocating the existing drain/sewer pipe. Once the existing connection point has been excavated the contractor will mark and cut the pipe making note of the location of pipe bells. Short pieces of existing pipe that are less than 18 inches shall be removed and the connection shall be made to the next section of existing pipe. The Contractor shall provide three ties between the drain/sewer wye. One to the downstream drain/sewer manhole and two shall be made to permanent physical features. The ties shall be taken such that the angle formed over the pipe line is not more than 60 degrees. The contractor shall provide the DPW Superintendent with legible sketches of all ties taken. The sketches shall include the tie distances, locations, date and the features that the connection is tied to. All pipe connections between existing drain/sewer and new drain/sewer shall match the slopes and sizes of the existing drain/sewer. The existing pipes shall be cut by power saws only and cuts shall be clean and square to the line of the pipe. The lateral pipe to the new catch basin shall be sloped 00900-17 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 away from the catch basin at not less than 1% (.01 feet per foot) and the branch of the Wye connection shall be rotated such that the bottom of the lateral is at or higher than the spring line of the pipe. If new sections of drain/sewer pipe are needed for connections, the sections shall be cut to size and shall be fitted to the existing pipe with a banded rubber coupling. The new pipe shall be cut square and pipe ends shall be flush with existing pipe or to the inside of the manhole. All connectors shall have stainless steel bands tightened and the final connections shall be watertight. When connections are made to existing manholes, the Contractor shall use hydraulic cement to provide a water tight seal. Gasket joints shall be coated with a manufacturer approved lubricant. The bell gasket shall be thoroughly coated with lubricant and the pipe sections shall be connected by inserting the upper section of pipe to a depth meeting the inside of the bell and the manufactures mark. If cuts are needed the Contractor shall pre-mark the pipe end to the manufacturers recommended depth before assembly. The Contractor shall cut all drain/sewer pipes with power driven saws only. All edges shall be square and the outside of the newly cut end shall be beveled so as not to roll the gasket during installation. The inside of the cut section shall be filed smooth, leaving no burrs on the inside edge of the pipe. The Contractor shall take care when assembling all pipe joints and fittings so as not to crack fitting or pipe bells, warp pipes, roll the gaskets out of the molded grove in the pipe bell or in any way distort the work. The Contractor shall note that the items include all required excavation and backfill needed to properly install the wye connection and properly compact backfill using an approved method. Wye connections shall be bedded on at least 6 inches of crushed stone. The stone shall carry up the sides of the pipe to at least 6 inches above the pipe crown. The crushed stone around all connections and pipe shall be installed below the pipe invert and both sides by hand using a shovel to insure that the stone completely surrounds the pipe invert and sides. The Contractor shall backfill the remaining excavation with suitable material as specified to a 95% compaction by proctor method in 12"lifts. BASIS OF PAYMENT Payment for work under these items shall be made at the respective contract unit price. Wye connections made to existing 10 or 12 inch drains will be paid for at the contract unit price for Item 202.10 Wye connection to Existing Drain 10 to 12 Inch Existing Pipe Size per Each. Wye connections made to existing 15 or 18 inch drains will be paid for at the contract unit price for Item 202.15 Wye connection to Existing Drain 15 to 18 Inch Existing Pipe Size per Each. Based on the number of wye connections installed and approved. The Contractor shall note that no separate payment shall be made for the maintenance of drainage/sewer flow during the construction, connection or modifications of the drain/sewer system. The costs of maintaining drain/sewer flow, including by-pass piping,pumping and any temporary connections shall be considered incidental to these items. Such payment shall be considered full compensation for all measurement tie sketches and layout time, payment includes all excavation, existing and proposed pipe cutting, fittings, miscellaneous materials,labor, equipment, spool pipes sections to match existing pipes as needed,rubber 00900-18 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 couplings, crushed stone and backfill and compaction needed to install the wye connection to the depth required to meet existing or proposed inverts. All lateral pipes shall be paid for at the contract unit price for Item 234.12 12 Inch Polyvinyl Chloride Drain Pipe per foot the actual pipe installed and measured from the inside wall of the structure to the side of the existing pipe. Spool sections needed to connect the wye fitting to the existing pipe shall be included in the cost of the fitting. All excavation and backfill needed to install pipes to the depth required to meet inverts as shown on any proposed plans or record plans and as directed by the Engineer. ITEM 220. DRAINAGE STRUCTURE ADJUSTED EACH ITEM 220.2 DRAINAGE STRUCTURE REBUILT FOOT ITEM 220.6 SANITARY STRUCTURE REBUILT FOOT ITEM 220.7 SANITARY STRUCTURE ADJUSTED EACH GENERAL The work under these items shall conform to the relevant provisions of Section 220 of the Standard Specifications and the following: The contractor shall inspect the bases of all existing drainage and sanitary structures in the contract area. If any of the structures are clogged with debris, broken masonry or rubble the contractor shall notify the DPW Superintendent and make arrangements to have the structure cleaned by the DPW. A minimum of 48 hours of notice is required. If the contractor does not provide notice as specified herein, then the contractor shall be responsible for removing such debris as requested by the DPW Superintendent during final inspection of the structure. BASIS OF PAYMENT All manholes in full depth reclaimed areas shall be remodeled in accordance with the standard specifications which shall include breaking down the top of the structure to a depth 6 inches below the bottom of the roadways proposed base course installing a steel plate to cover the manhole opening during reclamation, backfill with gravel borrow top. Catch basins shall not be lowered unless directed by the DPW. After the road is reclaimed and binder course has been placed the contractor shall locate and excavate to the structure and bring the top of the structure up to the finished elevation of the top pavement course prior to the installation of the top course paving unless directed otherwise. For all structures lowered in reclaimed areas, the adjustment of the manhole frame and cover for the structure shall be consider incident to Items 220.5 Drainage Structure Remodeled and 220.8 Sanitary Structure Remodeled respectively. Partial payment for lowering the structure will not be made for either of these items. Where drainage structures or sanitary structures are to be set flush with the binder course as directed by the DPW due to seasonal work stoppage. The manhole frames and covers shall be readjusted in the spring of the following year and shall be adjusted to the final top course at that 00900-19 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 time. The second adjustment made to a structure shall be paid for at the contract unit price for Items 220 Drainage Structure Adjusted and 220.7 Sanitary Structure Adjusted respectively. All structures directed to receive a new frame and grate or cover, the cost of the frame and grate or cover shall include final adjustments to finished grade as directed. The cost of the adjustment is included in the contract bid price for Item 222.3 Frame and Grate or Cover (Municipal Standard)per each. If a frame and grate or frame and cover is reused on a structure that was adjusted or rebuilt the cost of removing and resetting shall be paid for at the contract unit price for Item 220 Drainage Structure Adjusted or Item 220.8 Sanitary Structure adjusted, which shall include resetting and adjusting the frame and grate or cover to finished grade. The castings of all structures located in areas to be milled and overlaid shall be adjusted to finished grade or shall have new castings installed as directed by the DPW Superintendent. ITEM 222.3 FRAME AND GRATE (OR COVER) MUNICIPAL STANDARD EACH Work to be done under this item shall conform to the relevant provisions of the 1988 MassDOT Standard Specifications for Highways and Bridges Sections 201, 220, and the following: GENERAL This work shall consist of existing frame and grate or covers to be replaced in locations directed by the DPW Superintendent. Frame and grates or covers shall be municipal standard manufactured by East Jordon Iron Works (EJIW), a.k.a. LeBaron Foundry, Inc.; Neenah Foundry, Inc.; E. J. Prescott, Inc. and the following: MATERIALS All Manhole Cover Frames shall be as manufactured by EJ a.k.a. East Jordon Iron Works meeting the following: EJIW product#00211011 (LK110A, 8 inch deep) Drain Manhole Covers shall be EJIW product#00211025 (The word DRAIN in 3 inch letters shall be cast into the cover) Sewer Manhole Covers shall be EJIW product#00211023 (The word SEWER in 3 inch letters shall be cast into the cover) Catch Basin Grates shall be EJIW product#00552060 Catch Basin Frames with 3 flanged sides shall be EJIW product#00552311 Catch Basin Frames with 4 flanged sides shall be EJIW product#00552411 00900-20 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Special catch basins shall be supplied with standard catch basin grates as specified herein, except that the frames shall be comprised of 2 EJ#5236Z frames bolted together with 4-5/8" diameter, 316 grade stainless steel bolts with nuts and lock washers installed in the predrilled holes in the flat side of the frame. CONSTRUCTION METHOD Castings shall be set, as directed by the DPW Superintendent, so that final grade of the manhole cover or catch basin grate is flush with the final course of hot mix asphalt pavement. Material around the structure shall be compacted and high early strength concrete collars shall be placed around the castings. High early strength concrete shall be 4,000 PSI at 28 day test, 3/4" aggregate, 5% air entrained, and have a maximum 4" slump. BASIS OF PAYMENT Work under this Item shall be paid at the Contract bid price per each under Item 222.3 Frame and Grate or Cover Municipal Standard for the number of frames and grates or covers actually supplied by the contractor. Which shall include full compensation for labor, equipment, tools, disposal of existing covers and grates as directed by the DPW Superintendent, and any incidentals necessary for the satisfactory completion of the work as specified. Should the DPW Superintendent or his representative request certain castings be delivered to and stacked at the Town DPW facility located at 124 Orchard Street, the cost shall be paid for under Item 223.2. Frames and Grates or Covers supplied by the Watertown DPW will be installed as directed and no payment will be made for this item. Payment for the double inlet frames and grates shall be considered as 2 Item 222.3 Frames and Grates, 2 frames bolted together with a grate installed in each frame. The cost of assembling the frames as well as all bolts, nuts and washers shall be considered incidental to the item. ITEM 223.2 FRAME AND GRATE (OR COVER) EACH REMOVED AND DISCARD GENERAL Work to be done under this item shall conform to the relevant provisions of the 1988 Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Sections 201, 220 and the following: The work shall include catch basins, drain manhole, sanitary manhole and other Town owned structures. Existing frames and grates/covers that are broken or odd sized and are not considered reusable by the DPW Superintendent for continued use shall be replaced with new castings and shall be paid under Item 222.3. The Contractor shall be responsible for the removal of the unfit castings, transportation to the DPW facility located at 124 Orchard Street or disposal (as directed by the DPW Superintendent) and the installation of the new castings. The Contractor shall be held responsible for the protection of the castings. Any frames, grates, or covers damaged or lost in any manner during the progress of the construction shall be replaced with new castings as specified by the Superintendent at the Contractor's expense. 00900-21 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 BASIS OF PAYMENT Work under this item shall be at the Contractor bid price for Item 223. Frame and Grate (or Cover) Removed and Discard per each. Such payment shall be considered full compensation for all excavation, removal or transporting and any other incidentals necessary for the satisfactory completion of this work as specified. Should the DPW Superintendent or his representative request certain castings be delivered to and stacked at the Town DPW facility located at 124 Orchard Street, the cost shall be considered incidental to this item. ITEM 403. RECLAIMED PAVEMENT FOR BASE SOUARE YARD COURSE AND/OR SUB-BASE Work under this item shall conform to the relevant provisions of Section 403 and the following: GENERAL The limits of the proposed roadway to be reclaimed shall be marked out by the town or their representative prior to the start of work. All manholes, gates and other structures that are to be lowered shall be done in accordance with the Standard Specifications. The contractor shall take field ties "measurements" and prepare legible field tie sketches of the structure locations. All completed sketches shall be copied and provided to the DPW before the roadway is reclaimed. The contractor shall coordinate his/her binder paving operations such that the reclaimed and graded roadway surface be paved within 48 hours of the grading being completed. Before paving operations commence the contractor shall scrape and recompact the top of the base course so as to eliminate any ruts or unevenness in the surface. The contractor shall have experienced personnel or a registered surveyor, establish the roadway location and record the existing roadway grades and sections along the roadway. The contractor shall tie the existing information to a series of temporary bench marks in frequency suitable for the contractor to reestablish the final grades of the completed roadway. The proposed roadway base course will be staked at intervals of not more than 25 feet at the center and both gutters and the base course shall be final graded based on the grades with modifications as needed to establish positive drainage to the existing drainage system. The contractor shall provide a finished and compacted base course graded to provide enough depth so as to allow the proposed typical roadway section complete with curbing to be installed with the proper curb reveal as noted on the sections with the grass strip and the sidewalk sloping toward the street, and meeting all existing back of sidewalk grades and driveway grades without excessive modifications to abutter's property. The minimum depth of reclaimed base course shall be as noted in the roadway sections provided. The contractor shall remove excess reclaimed base course material in accordance with Section 120 of the Standard Specifications. 00900-22 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 The rehabilitation and reclamation of the existing pavement shall be done in such areas and such sequence as to cause a minimum interruption to traffic and pedestrians. The DPW Superintendent, has the right to modify the construction sequence as conditions warrant. Suitable ramping with processed gravel shall be in place at the beginning and end of each work zone and at all driveways to allow for smooth and safe travel and access to abutters. ITEM 472. HOT MIX ASPHALT FOR MISCELLANEOUS WORK TON Work to be done under this item shall conform to the relevant provisions of Section 142 of the Standard Specifications and the following: GENERAL This item shall be used as directed by the engineer or DPW superintendent to provide temporary and permanent patches over existing utility trenches, sidewalk abutting tree roots, catch basins and manholes as follows: FOR TEMPORARY PATCHES IN ROADWAY AREAS TO BE RECONSTRUCTED All temporary patches shall be HMA binder course material placed in one layer 2 inches thick. FOR PERMANENT PATCHES IN ROADWAY Permanent patches shall be the same finished thickness as the existing pavement. Permanent patches shall be placed in multiple layers of HMA binder material not more that 2 inches thick. The top course material for all permanent patches shall be 2 inches of HMA top course material for roadway patches and for driveways placed not less than 1" thick. The edges of the permanent patch shall be treated with RS-1 emulsion and cut-back. FOR PERMANENT PATCHES IN MILLED PAVEMENT AREAS Patches in milled pavement areas shall be the same thickness as the existing pavement. Except that the patch thickness shall be 1 inch below the existing grade or even with the milled depth and placed in multiple layers of HMA binder material not more that 2 inches thick. FOR TRANSITIONS AT MILLED PAVEMENT AREA LIMITS As directed, the contractor shall install temporary transitions not less than 2 feet long between milled and existing pavement joints to smooth transitions. Transition will be removed by the contractor before final pavement is placed. MATERIAL The Contractor shall use Class I Type I-1 hot mix asphalt, top course, for permanent patching asphalt pavements in lifts not to exceed 2 inches in thickness. The thickness of the patch shall match the existing pavement thickness or be a minimum of 5 inches in roadways. Areas to be patched shall be saw cut back 12" in order to provide straight lines for bonding and a neat, clean edge for joining new pavement and sidewalks through the pavement thickness. Sawcutting equipment shall be approved by the DPW Superintendent prior to commencing work. Ragged, 00900-23 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement. CONSTRUCTION METHOD Sawcut surfaces in roadway areas shall be treated with a RS-1 emulsion or as directed by the DPW Superintendent. Sawn edges shall be sprayed or painted with a uniform thin coat of RS-1 asphalt emulsion immediately before placement of hot mix asphalt material against the surface. Excess debris shall be disposed of. Emulsion shall be applied on all sidewalls prior to placement of hot mix asphalt. Joints shall be sealed with emulsion and sanded after hot mix asphalt is in place. The contact surfaces of manholes, catch basins or other appurtenant structures in pavement shall be painted thoroughly with a thin uniform coating of bitumen ("Standard Specification"RS-I)just before any mixture is placed against them. Care is to be used in the excavation so as not to disturb the adjacent surface. The bottom of the excavation is to be machine compacted. Each lift shall be machine tamped to achieve maximum density immediately. Final rolling of the finish course surface shall be performed by a steel wheel roller at a mix temperature and at a time sufficient to allow for final smoothing of the surface, removal of roller marks and thorough compaction. Edges of the final area and the entire perimeter of the newly repaired area shall be sealed with a suitable asphalt emulsion RS-1. The top lift shall consist of one and a half(1'/2) inches of top course which shall be properly compacted to level adjacent areas. The work shall include the excavation and satisfactory disposal, as directed by the Superintendent, of all materials encountered within the limits of the contract beyond those materials specifically classified and paid for under other items of this contract. The Contractor performing work under this Contract shall purchase and haul hot mix asphalt from an approved asphalt production plant located within a radius of 30 road miles from the Town of Watertown. Hot mix asphalt shall be maintained at temperatures as specified in the Massachusetts Department of Transportation Specification for Highways and Bridges, 1988, Section 460.61, Transportation and Delivery of Mixtures. Disposal of all surplus material, associated arrangement and expenses are the responsibilities of the Contractor. No vehicular traffic or loads shall be permitted on newly completed pavement until adequate stability has been attained and the material has cooled sufficiently to prevent distortion or loss of fines. The period of time before opening the new pavement to traffic due to weather or other conditions may be extended at the discretion of the Superintendent. If at any time before the final acceptance of the work, any soft, imperfect places or spots shall develop in the surface, all such places shall be removed and replaced with new materials and 00900-24 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 then compacted until the edges at which the new work connect with the old becomes invisible, at no additional cost. During the one year guarantee period, the Contractor shall maintain the surfacing and shall promptly fill with similar material any depressions and holes that may occur so as to keep the surfacing in a safe and satisfactory condition for traffic. It is the Contractor's responsibility to ensure that construction not result in debris entering drainage structures and pipes. The Contractor is responsible for cleaning all drainage structures and pipes impacted by construction at no additional compensation. The Contractor shall maintain traffic flow during construction in conformance with details and specifications of the latest version of the Manual on Uniform Traffic Control Devices. The cost for the maintenance of traffic shall be considered incidental to this item. BASIS OF PAYMENT Work under this Item shall be paid at the Contract bid price for Item 472. Hot Mix Asphalt for Miscellaneous Work per Ton, such payment shall include full compensation for hand spreading, grading and compaction, preparation of sub-base, sealing and sanding joints, sweeping adjacent areas and any other incidentals not covered under other items. Additional gravel borrow needed to fill deep areas shall be paid for at the contract unit price for Item 151. Gravel Borrow per cubic yard. Adjustment of public utility structures including water service boxes, gate boxes sanitary manholes, catch basins and drain manhole structures to finished grade and replacement of frame and grates or covers (as directed) shall be paid for under the respective adjustment items. ITEM 482.3 SAWING ASPHALT PAVEMENT FOOT The work under this item shall consist of sawcutting the existing asphalt pavement with power driven tools to provide a neat, clean edge for joining new pavement as shown on the plans or as directed by the DPW Superintendent. Ragged, uneven edges shall not be accepted. GENERAL Sawcuts shall be made in existing pavement at the interface of existing hot mix asphalt walks and driveways with proposed sidewalk and driveway, limits of paving, limits of raised crosswalk transition areas, and as directed by the DPW Superintendent. At no time will feathering of pavement to meet existing conditions be permitted. The full depth of the existing pavement shall be cut along a uniform line with an approved power-driven saw. Sawcut equipment shall be approved by the DPW Superintendent prior to commencing work. Areas which have been broken or undermined shall be edged neatly with minimum disturbance to remaining pavement or sidewalks. 00900-25 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 METHOD OF MEASUREMENT AND BASIS OF PAYMENT Measurement and Payment under this item will be made at the contract bid price per Foot of sawcut completed at locations specified above, which price shall constitute full compensation for all labor, tools, equipment, materials, transportation and other incidentals necessary to complete the work. ITEM 504. GRANITE CURB TYPE VA-4 STRAIGHT FOOT ITEM 504.1 GRANITE CURB TYPE VA-4 CURVED FOOT ITEM 509 GRANITE TRANSITION CURB FOR WHEEL CHAIR RAMPS FOOT STRAIGHT ITEM 509.1 GRANITE TRANSITION CURB FOR WHEEL CHAIR RAMPS FOOT CURVED ITEM 516. GRANITE CURB CORNER—TYPE A EACH Work to be done under these items shall conform to the relevant provisions of the 1988 Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Sections 501 and 580, Town of Watertown Sidewalk and Curbing Ordinance latest revision, and the following: CONSTRUCTION METHODS The Contractor shall excavate a trench for the curb that is eighteen (18) inches wide and as deep as required to allow the sub-grade to be 6 inches below the bottom of the curbing section. The finished curb reveal shall be 6 inches unless approved otherwise by the DPW Superintendent. All edges of excavations for curbing that are made in existing pavements to remain, driveways, and sidewalks which will not be overlaid and which will be visible shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining new pavement and sidewalks as shown on the Plans. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement or sidewalks. Excavations for curbing installed adjacent to new binder surfaces shall be cut with a jack hammer to break the binder course no more than 6 inches in front of the finished curb face. The back side (sidewalk side) of the curb shall be filled with existing material to the elevation of the sub-base of the sidewalk. If the material is deemed unsuitable by the DPW Superintendent, the back side shall be backfilled with gravel borrow as specified. The front side (street side) of the curb shall be filled with not less than 4" of high early strength cement concrete. Cement concrete shall be 3000 PSI at 28 day Test, 3/4" aggregate, 5% air entrainment, and maximum 4" slump. As directed by the DPW Superintendent, the pavement shall be cut back and patched with hot mix asphalt. The joints shall be pointed with mortar conforming to MassDOT Standard Specification Subsections M4.02.15 of the 1988 MassDOT Standard Specifications. 00900-26 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Any work requiring chamfering or cutting of curb shall be incidental to these items. If curbing ends need to be tapered for the installation of wheel chair ramps. The contractor shall cut the ends of curbing so as to provide a smooth transition and a uniformed joint between all curbing sections. All curbing shall be cut using power driven saws only. All curbing unsuitable for continued use shall be disposed of by the Contractor as directed by the DPW Superintendent. BASIS OF PAYMENT The work under these items shall be paid for at the Contract bid price for Item 504. Granite Curb Type VA4 Straight per foot., 504.1 Granite Curb Type VA-4 Curved per foot, respectively for the actual feet of curbing installed. Tapered curbing for wheel chair ramps shall be paid for a the respective unit price for Items 509 and 509.1. Curb Corners for driveways shall be paid for at the contract unit price for Item 516. Curb Corner Type A per each. Such payment shall be considered full compensation for furnishing, all materials, tools, equipment, labor, and cutting needed to install the curbing as specified. Excavation and removal of excavated material shall be paid for under Item 120.1 Unclassified Excavation per Cubic Yard. Gravel borrow for curb foundation and setting shall be paid for at the contract unit price for Item 151. Gravel Borrow per Cubic Yard. When saw cutting an existing pavement surface to remain, the pavement cutting shall be paid for at the contract unit price for Item 482.3 Saw Cutting Asphalt Pavement and Item 482.4 Saw Cutting Portland Cement Concrete per foot. Hot mix asphalt patching in areas meeting existing surfaces to remain shall be paid for at the contract unit price for Item 472. Hot Mix Asphalt for Miscellaneous Work per Ton. Cutting in new binder to install curbing shall be considered incidental to the cost of the curbing installation. High early strength concrete for setting curbing shall be included in the cost of the curbing item installed no separate payment will be made for this item. ITEM 520.11 SPECIAL CONCRETE CURB-CAST IN PLACE FOOT Work to be done under this item shall conform to the relevant provisions of the 1988 Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Section 120, Section 501 and Section 901 and the following: GENERAL The work under this item shall include excavating, forming and casting cement concrete curbing at areas where the proposed sidewalk grade will be lower than the existing grade and an abutting structure may be undermined as a result of the grade change. The locations and lengths of special concrete curb-cast in place shall be determined by the Watertown DPW Superintendent or his representative. MATERIAL Special concrete curb cast in place shall be formed using smooth plywood either straight or curved as required to meet field conditions. The form work shall be consistent with forming materials used to form cast in place concrete walls and shall conform to the Standard Specifications Section 901 Cement Concrete Masonry. Cement concrete used to cast Special 00900-27 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 concrete curb cast in place shall be 4000 p.s.i, 610, 3/4" high early strength cement concrete with a maximum slump of 4 inches. CONSTRUCTION METHODS The contractor shall take care and use caution when excavating next to walls or fences so as to not damage these structures. The grade below the proposed curbing shall be even, smooth and compacted. The contractor shall form the proposed curbing to the lengths and elevations as determined by the DPW Superintendent or his representative. The forms for curbing shall be set to grade and braced properly with stakes and braces to insure that the form will not rise or tip when the concrete is placed. The joints between sections of forming shall be smooth so as to leave a smooth face when the forms are removed. The forms shall be sprayed with a release to insure that the formwork will pull away freely. Once the concrete is placed the contractor shall vibrate the fresh concrete to insure that the face of the curbing will be free of air voids and other imperfections. The top edge of the curb shall be troweled with the same concrete edging tool used to edge concrete sidewalks. The contractor shall strip the forms based on the weather conditions and placement time. At a minimum the cubing shall be allowed to cure for at least 48 hours. In conditions where the temperature is lower than 45 degrees the curing shall be at least 72 hours. Once cured and stripped the contractor shall inspect the surface of the curbing for inperfections and repair any voids with a cement and sand paste mixture. METHOD OF MEASURMENT Special concrete curb cast in place whether straight or curved shall be measured by the linear foot along the top of the completed curbing. BASIS OF PAYMENT Special concrete curb cast in place shall be paid for at the contract unit price for Item 706. 11 Special Concrete Curb Cast in Place per Foot. Such payment shall be considered full compensation for all sawcutting, excavation, compaction, forming installation, removal and disposal, all labor, equipment, tools, materials including completed formwork and cement concrete, release agents, needed to install special concrete curbing as specified herein. ITEM 570.3 HOT MIX ASPHALT CURB TYPE 3 FOOT Work to be done under this item shall conform to the relevant provisions of the Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Section 501, Town of Watertown Sidewalk and Curbing Ordinance latest revision, and the following: GENERAL The work under this item shall include constructing hot mix asphalt curb Type 3 as directed by the DPW Superintendent. 00900-28 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 MATERIALS Hot mix asphalt curb shall be Type 3 as shown on the 2017 MassDOT Standard Construction Detail E 106.2.0 and as specified in Subsection M3.12.0 of the Standard Specifications. CONSTRUCTION METHODS The existing curbing that abuts new curb shall be treated with RS-1 emulsion before the new curbing is placed. In areas were the proposed curbing is to be placed on a milled surface or on a newly paved surface the surface beneath the curbing shall be treated with RS-1 emulsion. Hot mix asphalt mixture shall be placed and compacted with a machine acceptable and approved by the DPW Superintendant. The machine shall be capable of forming the hot mix asphalt true to line and grade and to the shape stipulated. The hot mix asphalt curb shall be formed as shown in the 2017 MassDOT Standard Construction Details. If any time before the acceptance of the work any soft or imperfect spots develop in the exposed surface of the curb, the curbing shall be removed and replaced, as directed by the DPW Superintendent, with new curbing, without additional compensation. BASIS OF PAYMENT Work under this item shall be paid at the contract unit price for Item 570.3 Hot Mix Asphalt Curb Type 3 per foot. Such payment shall be considered full compensation for all materials, tools and equipment needed install the curbing as specified. Sawcutting the existing curbing and providing RS-1 emulsion shall be considered incidental to the cost of this item. The cost of removing and disposing of the existing curbing shall be paid for under Item 120.1 Unclassified Excavation. ITEM 580. CURB REMOVED AND RESET FOOT ITEM 582. CURB CORNER REMOVED AND RESET EACH The work under this item shall conform to the relevant provisions of Section 580 of the Standard Specifications and the following: GENERAL The work under this item shall be removed and resetting the existing granite curbing and curb corners deemed in acceptable condition as identified by the DPW Superintendent. The curb to be reset will be removed and reset in new gravel bedding to meet the final grades. MATERIALS Gravel Borrow for setting curbing shall be in accordance with Item 151. Gravel Borrow as specified herein. Cement concrete used in front of curbing shall be 3000 p.s.i., 3/4", 520 high early strength cement concrete. The curbing joints shall be pointed with mortar conforming to M4.02.15 of the Standard Specifications. 00900-29 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 CONSTRUCTION METHODS If the proposed work requires that the existing curbing be used for the construction of wheelchair ramps, or driveway opening transition, or if the top line of the curbing must be tapered then the contractor shall cut the curbing as needed to make the appropriate transition and keep a uniformed vertical joint. When curbing is proposed to be removed and reset in areas were the roadway is being milled and overlaid the contractor shall saw cut at least 6" in front of the curb. All material excavated during curbing removal that is considered by the engineer to be adequate for resetting the curbing shall be stacked behind the curb line for reuse. If the engineer determines that the material is not adequate then the contractor shall remove the material and replace with gravel borrow as directed. If the curbing is to be placed against a solid edge of either new or existing pavement the pavement shall be cut 6 inches in front of the proposed curb line and the void shall be filled with cement concrete as specified. The Contractor shall excavate a trench for the curb that is eighteen (18) inches wide and as deep as required to allow the curbing to be set on a minimum of 6 inches of gravel. The finished curb reveal may vary based on the location, the final curb reveal shall be as directed by the DPW Superintendent. All excavation work shall be in accordance with Section 120 of the Standard Specifications. The contractor shall excavate all curbing trenches square and to the depth required to set the curbing. All edges of excavations made in existing pavements, driveways, and sidewalks which will not be overlaid and which will be visible shall be squared by sawcutting with power-driven tools to provide a neat, clean edge for joining new pavement and sidewalks. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining pavement or sidewalks. Existing curbing shall not be relocated or cut unless the contractor is directed by the DPW Superintendent to do so. If cutting is required the curbing shall be cut to length using power driven saws or by hydraulic breakers. The contractor shall cut curbing cleanly. Any ragged edges shall be hammered or saw cut clean and the resulting curbing shall fix together with uniformed straight joints. The minimum length of any piece of curbing shall not be less than 2 feet and only one short section of curbing shall be allowed in a string of curbing. The contractor may use straight or curved sections of curbing to install tapered sections provided that the visible portions of the curbing are straight and the joints between the curbing sections is even. Curbing shall be set by skilled workers to lines and grades established using steel pins and taut lines set at the correct reveal height. The curbing shall be placed on gravel borrow as specified using methods that will not damage the curbing face. The contractor shall use bars to move the curbing into place and set the curbing by tamping the ends into place. Gravel shall be tamped under and around the curbing to insure that the curb sections remain straight, plumb and true to grade. 00900-30 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Cement concrete as specified shall be placed in front of the set curbing and against existing pavement. The concrete shall be placed and leveled off with shovels or brooms used to compact the concrete and fill all voids in the face of the excavation. If the curbing is being set in a location that will not be finished paved, then the concrete shall be left at 2 inches below the finished street grade to allow for hot mix asphalt to be placed. If the curbing is installed in new binder to be overlaid then the concrete shall be set to the top of the binder course. The contractor shall clean any concrete stained pavement or curbing face with water during the placement of the concrete. Stained surface shall not be allowed to dry. All curbing joints shall be mortared solid using mortar as specified. BASIS OF PAYMENT Existing straight or curved curbing removed and reset shall be paid at the Contract unit bid price for Item 580. Curb Removed and Reset per foot. Existing curb corners removed and reset shall be paid for at the contract unit bid price for Item 582. Curb Corner Removed and Reset per Each. Such payment shall be considered full compensation for excavation, removal, cleaning, tools, equipment, labor, high early strength concrete and any other incidentals necessary for the satisfactory completion of this work as specified. Saw cuts at the front of the existing curbing being reset against an existing pavement surface to remain shall be paid for at the contract unit price for Item 485.5 Sawing Asphalt and Sidewalk Joints. No separate payment shall be made for cutting new pavement base to remove and reset curbing. Gravel borrow for setting curbing shall be paid for at the contract unit price for Item 151. Gravel Borrow per Cubic Yard. Cement concrete for curbing installation shall be considered incidental to the curbing item, no separate payment will be made for cement concrete used to set curbing. ITEM 697.1 SILT SACK EACH The work under this item shall conform to the Standard Specifications Section 670, as directed by the Town, and the following: GENERAL Contractor shall provide and maintain silt sack at all existing catch basins within the project limits and as directed by the DPW Superintendent. MATERIALS The silt sack shall be manufactured from a woven polypropylene fabric with an oil-absorbent pillow insert or made completely from an oil-absorbent fabric with a woven pillow insert that meets or exceeds the following specifications. PROPERTIES TEST METHOD UNITS Grab Tensile Strength ASTM D-4632 265 LBS Grab Tensile Elongation ASTM D-4632 20% Puncture ASTM D-4833 135 LBS 00900-31 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Mullen Burst ASTM D-3786 420 PS Trapezoid Tear ASTM D-4533 45 LBS UV Resistance ASTM D-4355 90% Apparent Opening Size ASTM D-4751 20 US SIEVE Flow Rate ASTM D-4491 200GAL/MIN/SQ FT Permittivity ASTM D-4491 1.5 SEC-1 CONSTRUCTION METHODS The work under this item shall include the periodic maintenance of the sacks that have become clogged with debris. The contractor shall keep silt sacks clear during construction and shall not remove them until pavement is in place and the seeded areas have taken root. The cost of replacing the silk sack shall be incidental to this item. No separate payment shall be for additional silt sacks used at a single location. The Contractor shall be responsible for field measuring all existing and new drainage structures to ensure that the proper size sediment collection sack is provided for each structure. Disposal of Accumulated Material All material removed from the silt sacks shall be properly handled and disposed of by the Contractor in accordance with all Massachusetts Department of Environmental Protection (DEP) regulations,policies and guidelines. Material removed shall be transported immediately to the place of disposal in machines or trucks that will not spill the material along the roadway. Any material falling on the roadway shall be removed at the Contractor's own expense. NOTE: The Contractor should be aware that many landfills may require testing and analysis of the material prior to accepting it for disposal at the facility. The Contractor shall be aware that in the event that the test results indicate a hazardous waste that cannot be land filled. The Contractor shall be responsible for all costs associated with adhering to special regulations regarding disposal of waste materials removed from silt sacks. BASIS OF PAYMENT Payment for this item shall be at the contract unit price for Item 697.1 Silt Sack per Each. Such payment shall be considered full compensation for providing and installing, maintaining and removing silt sacks in locations as requested by the DPW Superintendent. Such payment shall constitute full compensation for installing and maintaining silt sack for the duration of the project. ITEM 704 CEMENT CONCRETE SIDEWALKS SOUARE YARD ITEM 701.1 CEMENT CONCRETE SIDEWALKS AT DRIVEWAYS SOUARE YARD ITEM 704.2 CEMENT CONCRETE WHEEL CHAIR RAMP SOUARE YARD GENERAL The work to be done under these items shall conform to the relevant provisions of Section 701 of the Standard Specifications, current Americans with Disabilities Act (ADA) regulations, as directed by the DPW Superintendent, with the pertinent details contained in Massachusetts 00900-32 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Department of Transportation Standard Details for Sidewalk, Driveway and Wheelchair Ramp construction, and the following: This work shall include the excavation and disposal of the existing sidewalk material of any type. The existing gravel base material beneath the sidewalk shall be removed by the contractor or retained based on the actual material encountered. Unsuitable material encountered below existing sidewalks shall be replaced by the contractor as directed by the DPW Superintendent. The work under this item shall also include forming, placing and finishing new sidewalks in locations as directed by the DPW Superintendent, and as specified. SCHEDULING AND NOTIFICATIONS The contractor shall notify the DPW at least 48 hours in advance of a planned sidewalk pour. The DPW has the option of hiring an independent testing company to sample the concrete for testing at their expense. If the contractor cancels the sidewalk pour he/she shall notify the DPW at least 24 hours in advance, allowing them to cancel any planned testing. If the contractor falls to notify the DPW of the cancellation in the time specified, the cost of the testing company's trip and time lost will be paid for by the contractor. CONCRETE SURFACE SEALING REQUIREMENTS The finished concrete surface of all sidewalks, driveway aprons and wheel chair ramps shall be sealed by the contractor with an approved concrete surface sealant as specified herein. MATERIALS If the contractor is directed to remove the existing gravel below the sidewalk the replacement material shall be Item 151. Gravel Borrow Type B as specified herein. Concrete for sidewalks shall conform to the Standard Specifications, M4.02.00 through M4.02.12. and be 4000 PSI at 28-day test, 3/4-inch coarse aggregate, 610 pounds cement per cubic yard, 6% air entrained (AASHTO - M154), Type A water reducing admixture (AASHTO - M 194), 3 to 4-inch slump. All cement concrete for sidewalks, driveways and wheel chair ramps shall be dark-colored to meet Town of Watertown Standards by adding 2 and 1/2 lbs. of lamp black per cubic yard shall be added at the plant. SEALANT REQUIREMENTS All completed and finished cement concrete sidewalks, driveways and wheel chair ramps shall be surface coated with an approved, non-staining or discoloring silane or siloxane (or hybrid) based sealer designed for finish concrete surfaces. The product used shall be included on the MassDOT approved materials list for this type of sealing application. The product must have demonstrated the ability to significantly reduce water and salt intrusion or absorption reduction by at least 80% and be VOC compliant. The product shall be designed to absorb into the concrete face. Paraffin based coatings or latex based surface coatings, or curing agents shall not be used or approved for this application. 00900-33 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Approved products include: BARRICADE WB 2449, manufactured by Euclid Chemical Weather Worker 100% J29AV, manufactured by Dayton Superior SIL-ACT ATS-100 LV®, manufactured by Advanced Chemical Technologies Expansion joint material shall be standard asphalt impregnated strips 4 inches wide and 1/2" thick. Detectable warning panels shall be located at all wheelchair ramp / bike ramp openings in locations as requested by the DPW Superintendent or his designated representative. The warning panels face pattern and minimum width shall conform to Drawing Number E 107.6.5 in the 2017 MassDOT Construction Standard Details. Panel color shall be brick red and approved by the DPW Superintendent prior to ordering. Detectable warning panels shall have anchors that are permanently attached to the panels and permanently embedded into the fresh concrete. Detectable panels shall be used on all wheel chair ramps. The minimum size of the panel shall be 2 feet x 5 feet. The contractor shall provide a sample of the panels to the DPW Superintendent for approval. Ductile Iron Detectable Warning Panels (shall be used in locations as requested by the Watertown DPW Superintendent or his designated representative). Ductile iron detectable warning panels shall have backs that anchor the panels permanently when the panel is embedded into the fresh concrete. Detectable panels shall be used on all wheel chair ramps. The minimum size of the finished detectable panel shall be 2 feet x 5 feet. The two panels used to form a finished 5 foot wide detectable panel shall be bolted together with hand tightened 3/8 inch stainless steel bolts The contractor shall provide a sample of the panels to the DPW Superintendent for approval. The detectable panels shall be colored brick red. The panels shall be as manufactured by EJ Company DURALASTO or equal CONSTRUCTION METHODS All edges of excavations made in existing driveways, and sidewalks which will be visible shall be squared by saw cutting with power driven tools to provide a neat, clean edge for joining new sidewalks as directed by the DPW Superintendent. Ragged, uneven edges shall not be accepted. Areas which have been broken or undetermined shall be edged neatly with a minimum disturbance to remaining sidewalks. Sawcut asphalt surfaces shall be sprayed or painted with a uniform thin coat of RS 1 asphalt emulsion immediately before placement of hot mix asphalt material against the surface. The existing sidewalk within the limits specified by the DPW Superintendent shall be removed completely and disposed of. If the adjacent curbing is to be remove and reset or new, the contractor shall have all curbing installed and approved before starting the form work or pouring the sidewalks. The Contractor shall exercise special care when excavating near trees. When major roots are in the way, the Contractor shall go under or between them. In no case shall the Contractor disturb the root structure of the trees without direction from the DPW Superintendent. 00900-34 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Exposed roots shall be covered with mulch promptly. Excavation of all tree wells shall be done entirely by hand. In areas where tree roots have elevated existing sidewalk panels, hot mix asphalt (not cement concrete) shall be installed for a length of sidewalk as directed by the DPW Superintendent. Payment for this hot mix asphalt sidewalk shall be paid for under Item 472. Hot Mix Asphalt for Miscellaneous Work. The sub-base shall be prepared at the appropriate elevation for the depth of concrete to be installed. The sub-base shall be graded to allow for sidewalks to be sloped from the Town right of way towards the street at not more than 1.5 percent cross slope on the sidewalk and a 5 to 15 percent slope on driveway aprons, or as directed by the DPW Superintendent. The wood forms used for forming sidewalk, drives and wheel chair ramps shall be undressed true 1-inch stock at least 4 inches wide or 2 inch nominal dressed stock. Strapping is not approved for sidewalk forming. Strapping stock is only allowed to be used for forming stacks. Additional forms shall be installed to form tree pits and grass strips as directed. The DPW or their designated Representative shall inspect sidewalk, driveway and wheel chair ramp forms prior to concrete placement. The contractor shall notify the DPW when the formwork is completed and suitable for final inspection. The sidewalks shall not be poured until the forms are inspected. The gravel base material shall be fine graded and compacted before the sidewalks are poured. Proper compaction shall be obtained by means of plate-type mechanical compactors and the final sub grade surface shall be smooth and even. The material shall be compacted to ninety-five percent (95%) of the maximum dry density at optimum moisture content as determined by the AASHTO Standard Method of Test T99 Method C. The Contractor shall raise all water service boxes to final grade and coordinate raising of other utility boxes prior to pouring of concrete. The contractor shall remove material from water service boxes after raising is complete and prior to pouring of concrete with compressed air to insure that the water stop valve is accessible. Water service boxes that are chipped, cracked or missing parts shall be removed and replaced with a new top as directed by the DPW Superintendent. Signs located within the area of the sidewalk pour shall be stacked on site or reset immediately based on the nature of the sign and the condition of the pole. The DPW Superintendent may require that the contractor set the sign on a new post as specified. Any new posts shall be driven into the ground before the sidewalk is poured. Concrete shall be installed to a depth of 6" at driveway locations, and at street intersection corners (5' beyond the point of tangent on either side of the corner curve), and at other locations as directed by the Engineer. At all other locations, concrete shall be installed at a finished depth of 4 inches. The transition of grade between a sidewalk at the front of a residence and the sidewalk across a driveway shall be kept to a minimum. 00900-35 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Cement concrete shall be broom finished as specified in Subsection 701.61B of the Standard Specifications. Expansion joints shall be placed every 25 to 30 feet to the full depth of concrete. Expansion joints shall also be placed around all appurtenances such as utility poles, hydrants, and other obstructions extending into and through the sidewalk. Expansion joints shall be placed at all locations where six-inch concrete corner slabs or driveways meet four-inch concrete walks. Expansion material protruding above the finished sidewalk shall be trimmed flush with a sharp instrument as soon as the concrete has set. Control or (Score)joints shall be formed into the wet concrete between the expansion joints, the sidewalk shall be divided at 4 to 5-foot intervals with score joints, made with creasing tools having a penetration depth of minimum V. All joints shall be placed 90 degrees to the curb face and shall be straight within a tolerance of 1/4 inch of a straight edge laid along the joint. Longitudinal joints shall be installed, at the direction of the DPW Superintendent, when the sidewalk is greater than 8 feet wide. When sidewalk is constructed against a building, retaining wall, or other structure, expansion joint material shall be placed longitudinally for the length of the respective structure as directed by the DPW Superintendent to provide separation. Wheel Chair Ramps Prior to excavation and forming for a wheelchair ramp, the Contractor shall review the wheel chair ramp location with the DPW Superintendent to determine what is necessary to allow for the installation to be compliant with ADA. Fixed objects such as utility poles and fire hydrants must be considered in location of the wheel chair ramps. The type of wheel chair ramp may vary based on sidewalk width and slope and the location of adjacent street and cross walks. The contractor shall refer to the Massachusetts Department of Transportation Standards for Wheelchair Ramps, for further requirements. The contractor is responsible for ensuring that all wheelchair ramps are designed to conform to AAB/ADA and are approved by the DPW Superintendent prior to pouring. All wheel chair ramps shall have detectable warning panels permanently embedded into the concrete at the bottom of the ramp. CONCRETE SEALANT APPLICATION All cement concrete sidewalk, driveway, and wheel chair ramps shall be coated with an approved sealant as specified. The existing concrete surface shall be fully cured for at least 48 hours and the surface shall be dry and free of standing water at the time of application. Test the surface by using drops of the sealant or water, the liquid should be immediately absorbed. The contractor shall plan the application time based on weather conditions. The sealant must dry at least 3 hours after application before any rain or water gets on the surface. Concrete surfaces shall be free of all dirt, debris and any foreign matter, surface shall be broom swept or blown off and free of all lose material. 00900-36 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 The contractor shall use the sealant on a test panel before applying to an entire section of concrete. The test panel may appear wet but not discolored when compared to the remaining panels. The contractor shall notify the DPW 24 hours in advance of the panel test application for approval of the sealant application. Sealer shall be applied in accordance with the manufacture's specifications. Low pressure spraying, roller, brush or squeegee application methods can be used provided the sealant is being allowed to absorb into the cement concrete finish evenly. The application shall leave no puddling sealant on the surface of the concrete. METHOD OF MEASUREMENT The cement concrete sidewalk area shall be paid for per Square Yard and shall be based on the actual length of each sidewalk segment as measure along the curb from end of curb to end of curb and multiplied by the average measured width of each segment measured from the back of sidewalk to the back of curb. The cement concrete driveway area shall be paid for per Square Yard and shall be based on the actual length of each driveway measured from the end of the curbing on one side of the driveway to the end of curbing on the other side of the driveway and multiplied by the average measured width of the driveway. The wheel chair ramp area shall be paid for per Square Yard and shall be based on the actual length of the ramp shall be measured along the face of curb starting from the top or beginning of one ramp taper, through the ramp and ending at the top of the other ramp taper and multiplying by the average width. BASIS OF PAYMENT Work under these items shall be paid at the Contract unit prices for Item 701. Cement Concrete Sidewalk per Square Yard, Item 701.1 Cement Concrete Sidewalk at Driveways per Square Yard and 701.2 Cement Concrete Wheelchair Ramp per Square Yard based on the measure quantity actually installed and approved for each respective item. Such payment shall be considered full compensation for all labor, materials, equipment, and form work needed to form grade and install cement concrete sidewalks as specified herein. The cost of furnishing and installing approved plastic detectable warning panels is included in the contract unit price for Item 701.2. At locations were ductile iron panels are requested by the DPW, the cost of the ductile iron detectable warning panels furnished and installed in wheel chair ramps shall be paid for at the contract unit price for Item 701.992 or Item 701.993 respectively for the type of panel installed per each. The cost of the preformed expansion joint filler shall be considered incidental to these items. The cost of patching with mortar under walls and repairing other minor defects that result from removing the existing sidewalk or walk shall be considered incidental to these items. 00900-37 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Payment for sawcutting relative to sidewalk, driveway and wheel chair ramp construction shall be considered incidental to the respective item. No separate payment for sawcutting will be made. The cost of supplying the sealant, preparing the surface and applying the sealant to cement concrete sidewalks, driveway aprons and wheel chair ramps shall be included in the respective pay items. No separate payment will be made for the sealant application. The work under these items shall include all labor, materials, equipment, sawcutting, excavation, disposal, grading and compacting subbase, furnishing and placing concrete, and any other incidentals necessary for the satisfactory completion of this work as specified. Additional gravel borrow, removal and resetting of traffic signs, and adjustment of public utility structures including water service boxes, gate boxes and drainage structures to finished grade and replacement of frame and grates or covers at the direction of the DPW Superintendent are not included in these items and shall be included under the respective items. Sawcut surfaces in roadway areas shall be treated with a hot poured rubberized asphalt sealer as specified in accordance with Subsection 460.65 of the Standard Specifications, as amended, or as directed by the DPW Superintendent and is considered incidental to this item. Sawcut surfaces shall be sprayed or painted with a uniform thin coat of RS-1 asphalt emulsion immediately before placement of hot mix asphalt material against the surface. Existing transition curbs in adequate condition and size shall be removed and reset under Item 580. (Curb Removed and Reset). New transition curbs where required shall be provided and paid for under Item 504. (Granite Curb Type VA-4). ITEM 701.992 DUCTILE IRON EACH DETECTABLE WARNING PANEL STRAIGHTSECTION ITEM 701.993 DUCTILE IRON EACH DETECTABLE WARNING PANEL RADIAL SECTION The work under this Item shall conform to the relevant provisions of Section 701 and to the following: GENERAL Detectable warning panels shall be located at all wheelchair ramp / bike ramp openings in locations as requested by the DPW Superintendent or his designated representative. The warning panels face pattern and minimum width shall conform to Drawing Number E 107.6.5 in the 2017 MassDOT Construction Standard Details. Panel color shall be brick red and approved by the DPW Superintendent prior to ordering. Ductile Iron warning panels shall be used in locations as requested by the DPW Superintendent or his designated representative only. 00900-38 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 MATERIALS Detectable warning panels shall be ductile iron sections as manufactured by EJ Company DURULASTV or approved equal. Panels shall all be 24" wide and the length of the individual sections used shall vary base on the overall length of the finished panel. The minimum finished length of a wheel chair ramp detectable panel shall be not less than 5 feet. 5 foot long panesl shall be comprised of two 24"width by 30" long panels. Panels can be bolted together with 3/8" stainless steel bolts and nuts but must be only(hand tightened). Radial panels shall be ordered and supplied with a radius to meet the curb radius and shall be trimmed to length with abrasive saws as required to meet field conditions. Radial panels can be bolted together in two panel sections with 3/8 inch stainless steel bolts and nuts (hand tightened). METHOD OF MEASUREMENT AND BASIS OF PAYMENT Item 701.992 or Item 701.993 will be measured and paid for at the Contract unit price per Each for the respective item actually installed, complete in place, such unit price shall include all labor, materials, equipment and incidental costs required to complete the work. Such payments shall include full compensation for all labor, materials, equipment, and other incidentals including for the satisfactory completion of this work as specified. ITEM 706.1 BRICK WALK REMOVED AND RELAID SOUARE YARD GENERAL The work to be done under these items shall conform to the relevant provisions of Section 700 of the Standard Specifications and the following: This item shall be used only if the proposed sidewalk grades cannot meet an intersecting walkway or sidewalk and shall be used as authorized by the Town only. Brick, cobble or paver walkways will be relaid to match existing patterns as directed by the Town, and shall meet the following requirements. CONSTRUCTION METHODS Brick walks that required adjustment to final grade due to the regarding of adjacent sidewalk areas shall be removed and stockpiled for reuse. The subbase shall be adjusted to subgrade with materials as shown on details with the existing subgrade, and the brick walks reset to finish grade as directed. Do not use brick with chips, cracks, or other visible defects. Individual bricks that are in poor condition will be replaced with new bricks of similar color and style and considered incidental to this item. Make any corrections necessary to gravel fill furnished and installed under Section 150 Embankment, to bring gravel to proper elevations. BASIS OF PAYMENT Work under this item shall be paid at the Contract unit bid price for Item 706.1 Brick Walk Removed and Relaid per Square Yard. Such payment shall constitute full compensation for all equipment, tools, materials, removal of existing brick, grading, compaction and labor to perform the work described above including the replacement of individual bricks or cobbles or pavers in poor condition. 00900-39 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 ITEM 754. LOAM BORROW CUBIC YARD ITEM 765. SEEDING SOUARE YARD ITEM 767.6 AGED PINE BARK MULCH CUBIC YARD Work to be done under these items shall conform to the relevant provisions of the Standard Specifications for Highways and Bridges Sections 751, 765, 767 as directed by the DPW Superintendent, and the following: GENERAL Loam shall be spread to the required depths at locations shown on the typical sections and as directed by the DPW Superintendent. The Contractor shall take care to deposit the loam only in the areas directed and sweep up any additional material on the sidewalk or roadway. The loam shall be uniformly spread at the time of installation. Subsequently, these areas shall be fertilized and seeded per the Manufacturer's recommendations. BASIS OF PAYMENT Work under these Items shall be paid at the Contract unit bid prices for Item 751. Loam Borrow per Cubic Yard, Item 767.6 Aged Pine Bark Mulch per Cubic Yard seeding shall be paid for at the contract unit price for Item 765. Seeding per Square Yard. Such payments shall include full compensation for all labor, materials, equipment, and other incidentals including fertilization, necessary for the satisfactory completion of this work as specified. ITEM 756. NPDES STORM WATER POLLUTION PREVENTION PLAN LUMP SUM GENERAL This Item addresses the preparation and implementation of a Storm Water Pollution Prevention Plan required by the National Pollutant Discharge Elimination System (NPDES) and applicable Construction General Permit. Pursuant to the Federal Clean Water Act, effective March 10, 2003, construction activities which disturb 1 acre or more are required to apply to the U.S. Environmental Protection Agency (EPA) for coverage under the NPDES General Permit for Storm Water Discharges From Construction Activities. The roadway drainage system connected to this project discharges into the Charles River Basin. The contractor shall conduct all operations pursuant to the construction of this project such that pollutants including sediment and debris are minimized. All work within the drainage system shall be performed in a manner that will minimize sediment and other debris from being discharged into the drainage system. Drainage manhole remodels, adjustments and rebuilds shall be done in the dry and the inverts shall be cleaned out before water is allowed to pass through the system. Cement materials shall also be removed from the inverts after the work is complete or before a major storm event which would require that the system be used. 00900-40 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 MATERIALS The contractor shall have on site at all times a separate container or tool box which shall have a minimum of two oil spill kits on site at all times consisting of the following items: 20 Pads, Heavy Wt. 4 Socks, 3"x48" 2 Socks, 3"x8' 2 Pillows, 18"x18" 2 Bag Ultrasorb, 5 lbs. • 6 Temp Disposal Bags • 6 Plastic Zip Ties • 6 Pr Nitrile Gloves • 6 Pr Safety Goggles • Instruction Sheets and personnel trained in the use of the equipment. Provide additional socks as needed to mitigate silts from pumping operations The box shall be visible and locked and labeled with the contractor's name and "Emergency Spill Kit". The contractor shall have a key to the box on site at all times and a second key shall be provided to the DPW Superintendent. CONSTRUCTION METHODS The equipment box or container shall be mobile and shall be kept within 300 feet of any heavy equipment activities. The contractor shall make all sub-contractors aware of the location of the box on site. Concrete or Controlled Density Fill cleanouts shall be done in utility and or earth trenches to prevent cement residues from entering the drainage system. Pumping systems designed and established by the contractor for the purposes of by-pass pumping drainage shall be subject to these requirements. The contractor shall provide siltation control devices to mitigate silts that may be developed by the pumping operations. Silt sacks shall be installed as specified in Item 697.1 Silt Sacks The Town of Watertown DPW Superintendent may inspect the container for compliance with these specifications at any time during the construction of this project. METHOD OF MEASUREMENT Payment for this item shall be as follows. An initial payment equal to 50% of the Contract Lump Sum price shall be paid only after the container and materials have been delivered to the site and approved by the DPW Superintendent or his representative. The remaining 50% of the Lump Sum shall be paid at the contract close-out. BASIS OF PAYMENT The work under this item shall be paid for at the Contract unit bid price for Item 756. NPDES Storm Water Pollution Plan per Lump Sum. Such payment shall be considered full compensation for all materials, tools and equipment needed to provide the materials noted herein. Any oil, chemical or petroleum spills on site shall be cleaned up by the contractor as 00900-41 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 required and the material used shall be disposed of in accordance with MassDEP requirements for disposal. All materials used shall be replaced immediately. All costs associated with cleaning up oil, chemical or petroleum spills and maintaining all materials shall be considered part of the cost of this item. ITEM 757.01 STORMWATER TRENCH—LOCATION No. 1 LUMP SUM ITEM 757.02 STORMWATER TRENCH—LOCATION No. 2 LUMP SUM TEM 757.03 STORMWATER TRENCH—LOCATION No. 3 LUMP SUM ITEM 757.04 STORMWATER TRENCH—LOCATION No. 4 LUMP SUM TEM 757.05 STORMWATER TRENCH—LOCATION No. 5 LUMP SUM ITEM 757.06 STORMWATER TRENCH—LOCATION No. 6 LUMP SUM TEM 757.07 STORMWATER TRENCH—LOCATION No. 7 LUMP SUM ITEM 757.08 STORMWATER TRENCH—LOCATION No. 8 LUMP SUM ITEM 757.09 STORMWATER TRENCH—LOCATION No. 9 LUMP SUM TEM 757.10 STORMWATER TRENCH—LOCATION No. 10 LUMP SUM The work under these items shall conform to the Standard Specifications Sections 260, 401, 402, and 751, as directed by the town, and the following: GENERAL Contractor shall provide all materials, labor, equipment and other incidental items required to furnish, install and stabilize the stormwater trench area. Complete work in conjunction with connection to drainage structures as required in other sections of the specifications, as directed by the DPW superintendent. All Stormwater Tree Trenches contain a tree with the exception of Tree Trench 5. All tree trenches include replacing the existing catch basin with a new 4-diameter precast concrete catch basin. Existing frame and grate to be reused on new structure. 00900-42 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 MATERIALS The acceptable materials to be used in stormwater trench area are outlined in the following table. Table 1. Materials Specifications for Trench Parameter Specification Notes Tree Planting Soil 85-88% medium sand USDA soil types loamy sand. Volume /Planting Soil 8-12% soil fines (>2% clay) of filter media based on 110% of plan 3-5% organic matter volume to account for settling or compaction. Organic matter shall be well aged (6-12 months), well aerated, leaf compost, or approved equivalent. Provide Engineer with 1 gallon sample prior to ordering. Clean Crushed M2.01.3 Crushed gravel to be washed stone, Washed free of shale, clay, friable material and Aggregate debris. Filter Fabric- M9.50.0 - Type III Use as shown on Drawings. geotextile Non-woven geotextile fabric with flow rate> 110 gallon/minutes/square foot. Pea gravel M2.01.6 Free of fines for use below the uniformly graded, clean crushed washed aggregate, as shown on the detail. Inlet Pipe M5.03.10 Fitting as required for the inlet pipe configuration indicated on the Drawings. 8"PVC with 1/4" perforations (cry, 6" O.C. Schedule 40. Cleanouts M5.03.7 Extend cleanout pipes to surface and provide cast iron curb box as shown on detail. Non perforated Schedule 40 PVC pipe, PVC elbow, cap, and all associated fittings. CONSTRUCTION METHODS All items listed below to be constructed as indicated on the drawings and details and as further described below. Installation Schedule Conduct operations not to interfere with, interrupt, damage, destroy, or endanger integrity of surface structures or utilities, in immediate or adjacent areas. 00900-43 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Weather limitations: Proceed with stormwater trench installation only when existing and forecasted weather conditions permit. Do not plant trees or shrubs during inclement weather including but not limited to heavy rain, high winds, frost and similar conditions. Installation to occur during one of the following periods. Coordinate stormwater trench installation periods with planting periods and initial maintenance periods to provide required maintenance from date of Substantial Completion. Spring Planting: April 1 to June 1 Fall Planting: August 15 to October 15 Tree Planting Soil /Planting Soil The soil should be a uniform mix, free of stones, stumps, roots or other similar objects larger than 3/4 inches in diameter. No other materials or substances should be mixed or dumped within the tree trench area that may be harmful to plant growth or prove a hindrance to the planting or maintenance or operations. The planting soil shall be free of noxious weeds. A textural analysis is required for conformance to the soil composition criteria listed in the material specifications table below. The planting soil also shall be tested for conformance to the following criteria upon request from the DPW superintendent: pH range 5.2 - 7.0 Phosphorus P2O5 not to exceed 69 ppm Potassium K2O not to be less than 78 ppm Soluble Salts not to exceed 500 ppm If the soil pH should fall out of the acceptable range, it may be amended with lime to raise the pH or with iron sulfate to lower the pH, as necessary. All testing should be performed by the same testing facility to maintain consistent results. The soil sample results along with a material sample must be submitted and approved by the Engineer prior to delivery to the Project site. Compaction It is very important to minimize compaction of the planting soil area and the required backfill. When possible, use excavation hoes to remove original soil. If the tree/shrub trench area is excavated using a loader, the Contractor should use wide track or marsh track equipment, or light equipment with turf type tires. Use of equipment with narrow tracks or narrow tires, rubber tires with large lugs, or high pressure tires will cause excessive compaction resulting in reduced infiltration rates and storage volumes and is not acceptable. Compaction will significantly contribute to design failure. When backfilling the tree/shrub trenches, place soil in lifts 12" or greater. Do not use heavy equipment within the stormwater trench. Heavy equipment can be used around the perimeter of the basin to supply soils and sand. Grade the tree/shrub trench materials with light equipment such as a compact loader or a dozer/loader with marsh tracks. 00900-44 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 Piping Material The underdrain shall be 8-inch perforated Polyvinyl Chloride (PVC) Pipe. The cleanout shall be a non-perforated 8-inch PVC pipe, and 8-inch PVC elbow, a cap, and all associated fittings. Pipe and fittings shall comply with the requirements of MassDOT material M5.03.10, rated SDR 40. Pipe shall be continually marked with manufacturer's name, pipe size, cell classification, SDR rating, and ASTM D3034 classification. Pea Gravel Natural stone; washed, free of clay, shale, organic matter; graded in accordance with subsection M2.01.6; to the following limits. A minimum size of 1/8 inch and a maximum size of 3/8 inch. Clean Crushed Washed Aggregate Aggregate should conform with section M2.01.1/M2.01.2 and any other relevant sections of the MassDOT Specifications. A minimum size of 3/4 inch and maximum size of 1 '/2". Non-woven Geotextile Non-woven geotextile installation should conform with Section 698.3 and any other relevant sections of the MassDOT Specifications. M9.50.0—Type III Trees Trees should conform with Section 771 and any other relevant sections of the MassDOT Specifications. BASIS OF PAYMENT Payment for this item shall be at the contract unit price for Item 757.X Stormwater Trench per Location per Lump Sum. Such payment shall be considered full compensation for providing and installing, stormwater trenches in locations as indicated on the Drawings. Such payment shall constitute full compensation for installing trenches, including all necessary excavation and backfill. ITEM 847.1 SIGN SUPPORT (NOT GUIDE)+RTE MARKER EACH W/1 BREAKAWAY POST ASSEMMBLY-STEEL GENERAL Work to be done under this item shall conform to the relevant provisions Section 828 "Traffic Signs" as directed by the DPW Superintendent, and the following: 00900-45 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 MATERIALS Supports for signs shall be 2 lb. per foot hot dipped galvanized C-channel type. The posts shall include a base section cast into the sidewalk or driven into grade and an upper section attached to the base section with 2 galvanized bolts. CONSTRUCTION METHODS The contractor shall replace the existing sign posts as directed, with new c-channel posts. The new posts shall be set in the same location as it was prior to construction and the existing sign shall be reset or as directed the sign shall be replaced with a new sign and the old sign discarded. BASIS OF PAYMENT The work under this item shall be paid for at the contract unit price for Item 847.1 Sign Support (Not Guide)+Rte Marker W/1 Breakaway Post Assembly—Steel per Each. Such payment shall be considered full compensation for all labor, equipment and materials needed to install sign supports as specified. The cost of removing and resetting the existing sign on the new post is considered incidental to this item. The cost of new signs to be installed as directed shall be paid for at the contract unit price for Item 832. Warning Regulatory and Route Marker Aluminum Panel Type A per Square Foot. ITEM 864.26 RAISED PAVEMENT MARKER TWO-WAY BLUE/BLUE EACH Work to be done under this item shall conform to the relevant provisions of the Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Sections 120, 400, 860, and to the following: GENERAL Work shall consist of the furnishing and installation of snowplowable raised pavement marker for fire hydrant markings, white lane line makings at various locations throughout the Town of Watertown at the direction of the Superintendent of Public Works or his representative. The work will include the sawcutting of existing asphalt pavement, installing raised pavement marker. SHOP DRAWING Contractor shall provide the raised pavement marker and reflector lenses samples and submittals to the DPW Superintendent for review and approval. Contractor shall not order materials until DPW Superintendent approved. MATERIAL Raised pavement marker base shall be manufactured by Hallen Products H960, low profile, two way snowplowable, Iron casting. Reflector lenses shall be manufactured by 3M reflector lens Series 190 as followings or approved equals. Model H9603M2B for two way blue reflectors(fire hydrant marking) LAYOUT AND SURFACE PREPARATION The Contractor shall accurately mark the location for the markers at the direction of the Superintendent of Public Works or his representative. The Contractor shall clean and repair surfaces to receive markings. Remove loose material, dust, contaminants such as oil and curing membrane, and polished aggregates. 00900-46 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 CONSTRUCTION METHODS Marker castings shall be bonded to the pavement with epoxy adhesive. Epoxy adhesives shall be installed as required by the manufacturer's specifications. The markers shall be placed immediately after the adhesive has been mixed and dispensed. The marker castings shall be installed within a week after saw cutting slots in the pavement. The slots shall be brushed or blown clean of loose material and shall be dry prior to applying the epoxy adhesive. The cleaned slots shall be totally filled with epoxy adhesive flush with the surface of the existing pavement. The keels of the pavement marker casting shall be hand placed into the slots in such a manner as to assure that the tips of the marker's snowplow deflecting surfaces are below the pavement surface. The 4 lugs on the keels of the raised snowplowable pavement marker casting shall be in contact with the pavement surface. The Contractor shall be responsible for maintenance of the snowplowable raised pavement markers prior to acceptance. In the event that a reflector is damaged, the Contractor shall replace the damaged reflector by using adhesives and methods recommended by the manufacturer of the markers and approved by the DPW Superintendent. This work is considered incidental to the contract. BASIS OF PAYMENT Work under this item shall be paid for at the Contractor bid price per each under item 864.26 respectively which payment shall be considered full compensation for materials, labor, equipment, tools, sawcuting the existing pavement slot, and any incidental work necessary for the satisfactory completion of the work as specified herein. 00900-47 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 ITEM 864.04 PAVEMENT ARROWS AND LEDGEND SOUARE FOOT REFLECTORIZED WHITE (THERMOPLASTIC) ITEM 866.106 6" REFLECT. WHITE LINES (THERMOPLASTIC) FOOT ITEM 866.12 12" REFLECT. WHITE LINES (THERMOPLASTIC) FOOT ITEM 867.106 6" REFLECT.YELLOW LINES (THERMOPLASTIC) FOOT Work to be done under these items shall conform to the relevant provisions of the 1988 Massachusetts Department of Transportation Standard Specifications for Highways and Bridges Section 860 and the following: GENERAL All striping shall be laid out in accordance with the Manual on Traffic Control Devices and as directed by the DPW Superintendent. Before applying any striping the Contractor shall layout the proposed striping locations with temporary lines to assure proper alignment, which will be subject to approval of the DPW Superintendent prior to the commencement of the work. BASIS OF PAYMENT Work under these Items shall be paid at the respective Contractor bid prices for Items Pavement arrows and Legends Reflectorized White (Thermoplastic) per Square Foot, Item 866.106 6" and Item 866.12 Reflectorized White Lines (Thermoplastic) per foot, and Item 867.106 6" Reflectorized Yellow Lines (Thermoplastic) per foot for the actual pavement marking installed. Such payment shall be considered full compensation for all labor, materials, equipment, and other incidentals necessary for the satisfactory completion of this work as specified. ITEM 874. STREET NAME SIGN EACH Work to be done under this item shall conform to the relevant provisions Section 828 "Traffic Signs" as directed by the DPW Superintendent, and the following: GENERAL The work under this item consider of removing, disposal and replacing existing street name sign as directed by the DPW Superintendent which shall include all materials, labor and equipment necessary to complete the design, construction, and erection of the signs. Work shall also include, without additional compensation, all hardware,brackets,bolts, labor, etc.,required to attach panels. MATERIALS Street sign sizes,background color,border and legend size and color, shall be as noted on the plans, and as noted in the 2012 Manual of Uniform Traffic Control Devices. Legend shall be FHWA Series D 2000. Street name legends shall consist of 6 inch uppercase letters with 4.5 inch lowercase letters. The Town Seal shall be provided on all street name signs and signs shall be double sided. Signs shall be fabricated consistent with a Type A aluminum sign material with reflectorized background sheeting. All mounting hardware shall be consistent with the Standard Specifications. 00900-48 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 BASIS OF PAYMENT The work under this item shall be paid for at the contract unit price for Item 874. Street Name Sign per Each. Such the payment shall be considered full compensation for all tools, equipment, labor and materials including mounting hardware and top bracket. Payment for street sign supports shall be paid for at the contract unit price for Item 847.1 Sign Support (Not Guide) + Rte Marker W/1 Breakaway Post Assembly—Steel per Each. ITEM 999. POLICE DETAIL HOUR GENERAL Work under this item shall consist of the furnishing of Police Details at project locations as directed by the DPW Superintendent. The decision to use a police detail at a specific project location shall be based upon the Town's review of the Contractor's traffic plan for the location. It is the Contractor's responsibility to cancel a Police Detail in a timely fashion. The Town will not reimburse the Contractor for a Police Detail when the cancellation notice is not given in a timely fashion. Lateness or failure to show on the part of the Contractor or inclement weather shall not excuse the Contractor from the obligation to give adequate notice to the Police Department. Payment for Police Details not cancelled as required will be the responsibility of the Contractor. BASIS OF PAYMENT Work under this Item shall be paid at the Contractor bid price per hour under Item 999. as stated in the bid documents and shall be based on reimbursement of cancelled checks from the Contractor for Police Details used on the project. 00900-49 ATTACHMENT A WAGE RATES THE COMMONWEALTH OF MASSACHUSETTS ' EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates CHARLES D.BAKER As determined by the Director under the provisions of the ROSALIN ACOSTA Governor Secretary Massachusetts General Laws,Chapter 149,Sections 26 to 27H WILLIAM D McxINNEY KARYN E.POLITO Director Lt.Governor Awarding Authority: Town of Watertown Contract Number: 2020-026 City/Town: WATERTOWN Description of Work: Roadway Rehabilitation Phase II-Full depth reclamation,milling,hot mix asphalt paving,installation of new curbing,removing and resetting existing granite curbing, reconstruction of concrete Job Location: Various locations Information about Prevailing Wage Schedules for Awarding Authorities and Contractors • This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the "Wage Request Number"on all pages of this schedule. • An Awarding Authority must request an updated wage schedule from the Department of Labor Standards("DLS")if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects(bid pursuant to G.L.c.149A),the earlier of. (a)the execution date of the GMP Amendment,or(b)the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. • The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L.c. 149, §27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L.c. 149§27. The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor,a filed sub-bidder,or any sub-contractor. • All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards,Division of Apprentice Standards(DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal,state,local,or private agency must be paid the journeyworker's rate for the trade. • The wage rates will remain in effect for the duration of the project,except in the case of multi-year public construction projects. For construction projects lasting longer than one year,awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor.For multi-year CM AT RISK projects,awarding authority must request an annual update no later than two weeks before the anniversary date,determined as the earlier of. (a) the execution date of the GMP Amendment,or(b)the execution date of the first amendment to permit procurement of construction services.Contractors are required to obtain the wage schedules from awarding authorities,and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F"rental of equipment"contracts. • Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years. Each weekly payroll report must contain: the employee's name,address,occupational classification,hours worked,and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/Pw. • Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at(617)626-6953. • Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at(617)727-3465. • Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and Issue Date: 11/08/2019 Wage Request Number: 20191108-016 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 TEAMSTERS JOINT COUNCIL NO.10 ZONE A 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: 11/08/2019 Wage Request Number: 20191108-016 Page 2 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 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" BACKHOE/FRONT-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 S64.10 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 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 S66.57 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: 11/08/2019 Wage Request Number: 20191108-016 Page 3 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I - - - - - - - - - - - - - - - - - - - - - - J 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) 02/01/2020 $55.04 $10.75 $21.30 $0.00 $87.09 BRICKLAYERS LOCAL 3(WALTHAM) 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: 11/08/2019 Wage Request Number: 20191108-016 Page 4 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- BRICK/PLASTERICEMENT 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - - - - - - - - - - - - - - - - - - - - - j Apprentice to Journeyworker Ratio:1:5 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: 11/08/2019 Wage Request Number: 20191108-016 Page 5 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 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" 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: 11/08/2019 Wage Request Number: 20191108-016 Page 6 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I %Indentured After 10/l/I7;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 Frame Work Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 7 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 rNotes:- - - - - - - - - - - - - - - - - - - - - - - - - - - %Indentured After 10/1/17;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 BRICKLAYERS LOCAL 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: Steps 3,4 are 500 hrs.All other steps are 1,000 hrs. - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 8 of 42 Supplemental Total Rate Classification Effective Date Base Wage Health Pension Unemployment CHAIN SAW 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" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 06/01/2019 $49.18 $12.00 $15.60 $0.00 $76.78 OPERA TING 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 $80.19 06/01/2021 $53.68 $12.00 $15.60 $0.00 $81.29 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 OPERA TING 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" DELEADER(BRIDGE) 07/01/2019 $50.66 $8.20 $21.45 $0.00 $90.31 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: 11/08/2019 Wage Request Number: 20191108-016 Page 9 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER Local 35 -BRIDGES/TANKS 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:1:1 DEMO:ADZEMAN 06/01/2019 $39.30 $7.85 $15.85 $0.00 $63.00 LABORERS-ZONE] 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] 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] 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: 11/08/2019 Wage Request Number: 20191108-016 Page 10 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 ELECTRICIANS LOCAL 103 For apprentice rates see"Apprentice-ELECTRICIAN' ELECTRICIAN 03/01/2019 $51.10 $13.00 $18.88 $0.00 $82.98 ELECTRICIANS LOCAL 103 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I App Prior l/l/03;30/35/40/45/50/55/65/70/75/80 - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR 01/01/2019 $59.47 $15.58 $17.51 $0.00 $92.56 ELEVATOR CONSTRUCTORSLOCAL 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: 11/08/2019 Wage Request Number: 20191108-016 Page 11 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: 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 CONSTRUCTORSLOCAL 4 01/01/2020 $42.99 $15.73 $18.41 $0.00 $77.13 01/01/2021 $44.43 $15.88 $19.31 $0.00 $79.62 01/01/2022 $45.93 $16.03 $20.21 $0.00 $82.17 For apprentice rates see"Apprentice-ELEVATOR CONSTRUCTOR" FENCE&GUARD RAIL ERECTOR 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" 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: 11/08/2019 Wage Request Number: 20191108-016 Page 12 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemvlovment 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 l COMMISSIONINGELECTwcmNs 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 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] 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 FLOORCOVERERS 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: 11/08/2019 Wage Request Number: 20191108-016 Page 13 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 FORKLIFT/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 PLANT/HEATERS 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 BARRIER/INTERIOR 07/01/2019 $40.16 $8.20 $21.45 $0.00 $69.81 SYSTEMS) 01/01/2020 $40.46 $8.20 $22.10 $0.00 $70.76 GLAZIERS LOCAL 35(ZONE 2) 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: 11/08/2019 Wage Request Number: 20191108-016 Page 14 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J 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: 11/08/2019 Wage Request Number: 20191108-016 Page 15 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I - - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:1:6 HVAC(DUCTWORK) 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 SHEETMETAL WORKERS LOCAL 17-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 17-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: 11/08/2019 Wage Request Number: 20191108-016 Page 16 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemvlovment 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] 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - Notes: Steps are 1 year - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER 03/16/2019 $46.66 $8.00 $23.50 $0.00 $78.16 IRONWORKERSLOCAL 7(BOSTONAREA) Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 17 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I **Structural 1:6;Ornamental 1:4 - - - - - - - - - - - - - - - - - - - - - J 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: 11/08/2019 Wage Request Number: 20191108-016 Page 18 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I - - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:1:5 LABORER:CARPENTER TENDER 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 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] 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 1 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] 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: 11/08/2019 Wage Request Number: 20191108-016 Page 19 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemi)lovment LABORER:MULTI-TRADE TENDER 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 For apprentice rates see"Apprentice-LABORER" LABORER:TREE REMOVER 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 This classification applies to all tree work associated with the removal of standing trees,and trimming and removal of branches and limbs when the work is not done for a utility company for the purpose of operation,maintenance or repair of utility company equipment.For apprentice rates see"Apprentice-LABORER" LASER BEAM OPERATOR 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: 11/08/2019 Wage Request Number: 20191108-016 Page 20 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - - - - - - - - - - - - - - - - - - - - - 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 Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 21 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - - - - - - - - - - - - - - - - - - - - - j 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: 11/08/2019 Wage Request Number: 20191108-016 Page 22 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- MILLWRIGHT-Local 1121 Zone I Effective Date- 04/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $23.22 $9.90 $5.31 $0.00 $38.43 2 65 $27.44 $9.90 $15.13 $0.00 $52.47 3 75 $31.67 $9.90 $16.10 $0.00 $57.67 4 85 $35.89 $9.90 $17.06 $0.00 $62.85 rNotes:- - - - - - - - - - - - - - - - - - - - - - - - - - - - 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 12/01/2021 $25.93 $12.00 $15.60 $0.00 $53.53 For apprentice rates see"Apprentice-OPERATING ENGINEERS" 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 11 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" 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: 11/08/2019 Wage Request Number: 20191108-016 Page 23 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER Local 35 -BRIDGES/TANKS 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - J 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: 11/08/2019 Wage Request Number: 20191108-016 Page 24 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PAINTER SIGN-Local 35 Zone 2 Effective Date- 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 $0.00 $0.00 $19.98 2 55 $14.20 $7.07 $2.45 $0.00 $23.72 3 60 $15.49 $7.07 $2.45 $0.00 $25.01 4 65 $16.78 $7.07 $2.45 $0.00 $26.30 5 70 $18.07 $7.07 $7.05 $0.00 $32.19 6 75 $19.36 $7.07 $7.05 $0.00 $33.48 7 80 $20.65 $7.07 $7.05 $0.00 $34.77 8 85 $21.94 $7.07 $7.05 $0.00 $36.06 9 90 $23.23 $7.07 $7.05 $0.00 $37.35 rNotes:- - - - - - - - - - - - - - - - - - - - - - - - - - - Steps are 4 mos. - - - - - - - - - - - - - - - - - - - - - - J 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.PAINTERS LOCAL 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 Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 25 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J 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: 11/08/2019 Wage Request Number: 20191108-016 Page 26 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:1:1 PAINTER(TRAFFIC MARKINGS) 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 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.PAZNTERSLOCAL 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: 11/08/2019 Wage Request Number: 20191108-016 Page 27 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J 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 O1/01/2020 $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: 11/08/2019 Wage Request Number: 20191108-016 Page 28 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - I Steps are 750 hrs. - - - - - - - - - - - - - - - - - - - - - - J 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: 11/08/2019 Wage Request Number: 20191108-016 Page 29 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- PILEDRIVER-Local 56 Zone 1 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 - - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - - - - - - - - - - - - - - - - - - - - - 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: - - - - - - - - - - - - - - - - - - - - - - - - - ** 1:3;3:15; 1:10 thereafter/Steps are 1 yr. Refrig/AC Mechanic**1:1;1:2;2:4;3:6;4:855:10;6:12;7:14;8:17;920;10:23(Max)- - - - - _ - J Apprentice to Journeyworker Ratio:** Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 30 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemplovment PIPELAYER 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" PLUMBERS&GASFITTERS 09/01/2019 $57.69 $11.82 $17.01 $0.00 $86.52 PLUMBERS&GASFITTERS LOCAL 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- PLUMBERIGASFITTER-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 s:- - - - - - - - - - - - - - - - - - - - - - - - - - - rNote ** 1:2;2:6;3:10;4:14;5:19/Steps are 1 yr - Step4 with lic$64.20,Step5 with lic$71.67- - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:** PNEUMATIC CONTROLS(TEMP.) 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 $59.17 $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: 11/08/2019 Wage Request Number: 20191108-016 Page 31 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment POWDERMAN&BLASTER 06/01/2019 $40.15 $7.85 $15.85 $0.00 $63.85 LABORERS-ZONE 1 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/TRENCHING MACHINE 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 4/30/20 10)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: 11/08/2019 Wage Request Number: 20191108-016 Page 32 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment ROLLER/SPREADER/MULCHING MACHINE 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" ROOFER(Inc.Roofer Waterproofng&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 hr.above ROOFER) - - - - - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:** ROOFER SLATE/TILE/PRECAST CONCRETE 08/01/2019 $44.89 $11.50 $15.90 $0.00 $72.29 ROOFERS LOCAL 33 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: 11/08/2019 Wage Request Number: 20191108-016 Page 33 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment SHEETMETAL WORKER 08/01/2019 $48.10 $13.20 $24.12 $2.56 $87.98 SHEETMETAL WORKERS LOCAL 17-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 rNotes:- - - - - - - - - - - - - - - - - - - - - - - - - - - I Steps are 6 mos. - - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:4 Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 34 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemi)lovment 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 A 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 1 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: 11/08/2019 Wage Request Number: 20191108-016 Page 35 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment Apprentice- SPRINKLER FITTER-Local 550(Section A)Zone I Effective Date- 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 7 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- 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.69 $9.47 $11.15 $0.00 $42.31 2 40 $24.79 $9.47 $11.80 $0.00 $46.06 3 45 $27.89 $9.47 $12.45 $0.00 $49.81 4 50 $30.99 $9.47 $13.10 $0.00 $53.56 5 55 $34.09 $9.47 $13.75 $0.00 $57.31 6 60 $37.19 $9.47 $14.40 $0.00 $61.06 7 65 $40.29 $9.47 $15.05 $0.00 $64.81 8 70 $43.39 $9.47 $15.70 $0.00 $68.56 9 75 $46.49 $9.47 $16.35 $0.00 $72.31 10 80 $49.58 $9.47 $17.00 $0.00 $76.05 - - - - - - - - - - - - - - - - - - - - - - - - - - Notes:Apprentice entered prior 9/30/10: 40/45/50/55/60/65/70/75/80/85 - -Steps are 850 hours J - - - - - - - - - - - - - - - - - - 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: 11/08/2019 Wage Request Number: 20191108-016 Page 36 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment TELECOMMUNICATION TECHNICIAN 03/01/2019 $38.33 $13.00 $16.82 $0.00 $68.15 ELECTRICIANS LOCAL 103 Apprentice- TELECOMMUNICATION TECHNICIAN-Local 103 Effective Date- 03/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $15.33 $13.00 $0.46 $0.00 $28.79 2 40 $15.33 $13.00 $0.46 $0.00 $28.79 3 45 $17.25 $13.00 $13.42 $0.00 $43.67 4 45 $17.25 $13.00 $13.42 $0.00 $43.67 5 50 $19.17 $13.00 $13.73 $0.00 $45.90 6 55 $21.08 $13.00 $14.03 $0.00 $48.11 7 60 $23.00 $13.00 $14.34 $0.00 $50.34 8 65 $24.91 $13.00 $14.66 $0.00 $52.57 9 70 $26.83 $13.00 $14.96 $0.00 $54.79 10 75 $28.75 $13.00 $15.27 $0.00 $57.02 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: 11/08/2019 Wage Request Number: 20191108-016 Page 37 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment 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 - - - - - - - - - - - - - - - - - - - - - - - - - - rNotes: - - - - - - - - - - - - - - - - - - - - - Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER 06/01/2019 $40.50 $7.85 $16.05 $0.00 $64.40 LABORERS-FOUNDATION AND 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-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: 11/08/2019 Wage Request Number: 20191108-016 Page 38 of 42 Supplemental Total Rate Classification Effective Date Base Wage Health Pension Unemployment TRACTORS/PORTABLE STEAM GENERATORS 06/01/2019 $47.69 $12.00 $15.60 $0.00 $75.29 OPERA TING ENGINEERS LOCAL 4 12/01/2019 $49.93 $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.10 ZONE A 12/01/2019 $36.22 $12.41 $13.72 $0.00 $62.35 06/01/2020 $37.12 $12.41 $13.72 $0.00 $63.25 08/01/2020 $37.12 $12.91 $13.72 $0.00 $63.75 12/01/2020 $37.12 $12.91 $14.92 $0.00 $64.95 06/01/2021 $37.92 $12.91 $14.82 $0.00 $65.65 08/01/2021 $37.92 $13.41 $14.82 $0.00 $66.15 12/01/2021 $37.92 $13.41 $16.01 $0.00 $67.34 TUNNEL WORK-COMPRESSED AIR 06/01/2019 $51.38 $7.85 $16.45 $0.00 $75.68 LABORERS(COMPRESSED AIR) 12/0t/2019 $52.38 $7.85 $16.45 $0.00 $76.68 06/01/2020 $53.37 $7.95 $16.45 $0.00 $77.67 12/01/2020 $54.35 $7.85 $16.45 $0.00 $78.65 06/01/2021 $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 06/01/2020 $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 $58.39 $7.85 $16.45 $0.00 $92.69 For apprentice rates see"Apprentice-LABORER" TUNNEL WORK-FREE AIR 06/01/2019 $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 06/01/2020 $45.44 $7.85 $16.45 $0.00 $69.74 12/01/2020 $46.42 $7.85 $16.45 $0.00 $70.72 06/01/2021 $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) 06/01/2019 $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 06/01/2020 $47.44 $7.85 $16.45 $0.00 $71.74 12/01/2020 $48.42 $7.85 $16.45 $0.00 $72.72 06/01/2021 $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: 11/08/2019 Wage Request Number: 20191108-016 Page 39 of 42 Supplemental Total Rate Classification Effective Date Base Wage Health Pension Unemulovment VAC-HAUL 09/01/2019 $35.64 $12.41 $12.70 $0.00 $60.75 TEAMSTERSJOINT COUNCIL NO.10ZONEA 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 OpERA TING 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 $79.19 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 PL UMBERS&GASFITTERS LOCAL 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 For apprentice rates see"Apprentice-PLUMBERTIPEFITTER"or"PLLTMBER/GASFITTER" Outside Electrical-East CABLE TECHNICIAN(Power Zone) 09/01/2019 $28.83 $8.75 $1.86 $0.00 $39.44 OUTSIDE ELECTRICAL WORKERS-EASTLOCAL104 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-EASTLOCAL104 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 $9.96 $0.00 $52.25 0 UTSIDE ELECTRICAL WORKERS-EAST LOCAL 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-EAST LOCAL104 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 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL104 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-EASTLOCAL104 08/30/2020 $37.09 $9.25 $10.87 $0.00 $57.21 For apprentice rates see"Apprentice-LINEMAN" Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 40 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemi)lovment 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 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 - - - - - - - - - - - - - - - - - - - - - - - rNotes: I - - - - - - - - - - - - - - - - - - - - - J Apprentice to Journeyworker Ratio:1:2 TELEDATA CABLE SPLICER 02/04/2019 $30.73 $4.70 $3.17 $0.00 $38.60 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TELEDATA LINEMAN/EQUIPMENT OPERATOR 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TELEDATA WIREMAN/INSTALLER/TECHNICIAN 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 TREE TRIMMER 01/31/2016 $18.51 $3.55 $0.00 $0.00 $22.06 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 This classification applies only to tree work done:(a)for a utility company,R.E.A.cooperative,or railroad or coal mining company,and(b)for the purpose of operating,maintaining,or repairing the utility company's equipment,and(c)by a person who is using hand or mechanical cutting methods and is not on the ground. This classification does not apply to wholesale tree removal. TREE TRIMMER GROUNDMAN 01/31/2016 $16.32 $3.55 $0.00 $0.00 $19.87 OUTSIDE ELECTRICAL WORKERS-EAST LOCAL 104 Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 41 of 42 Classification Effective Date Base Wage Health Pension Supplemental Total Rate Unemulovment This classification applies only to tree work done:(a)for a utility company,R.E.A.cooperative,or railroad or coal mining company,and(b)for the purpose of operating,maintaining,or repairing the utility company's equipment,and(c)by a person who is using hand or mechanical cutting methods and is on the ground. This classification does not apply to wholesale tree removal. Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L.c.149,ss.26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c.23,ss.I I&I IL. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L.c.23,ss.I IE-I IL. All steps are six months(1000 hours.) Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof,unless otherwise specified. ** Multiple ratios are listed in the comment field. *** APP to JM;1:1,2:2,2:3,3:4,4:4,4:5,4:6,5:7,6:7,6:8,6:9,7:10,8:10,8:11,8:12,9:13,10:13,10:14,etc. **** APP to JM;1:1,1:2,2:3,2:4,3:5,4:6,4:7,5:8,6:9,6:10,7:11,8:12,8:13,9:14,10:15,10:16,etc. Issue Date: 11/08/2019 Wage Request Number: 20191108-016 Page 42 of 42 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 ATTACHMENT B CONSTRUCTION PLANS AND DETAILS PROPOSED MICROMILLING AND OVERLAY: =O 30'LAYOUT 1 1/2"HOT MIX ASPHALT TOP COURSE MATERIAL OVER 1 1/2"PAVEMENT MILLING J z Z 0 o PROPOSED FULL DEPTH RECONSTRUCTION: WIDTH 1 1/2"HOT MIX ASPHALT TOP COURSE MATERIAL OVER 5'-6" 15'-0" T-0" VARIES 2 1/2"HOT MIX ASPHALT BINDER COURSE MATERIAL OVER CEM.CONC. TRAVEL LANE CONST. PARKING SEE GENERAL PLAN 12"GRAVEL BORROW TYPE b SIDEWALK � FOR TREATMENT PROPOSED CEMENT CONCRETE SIDEWALK/WALKS/WHEELCHAIR RAMP: EXIST. �_ I 4"CEMENT CONCRETE CLF(RET.) PROP.GRAN.CURB ' 6"REVEAL MEET TYPE VA-4(TYP.) I (TYPO —� EXIST. AIR ENTRAINED 4000 PSI,3/4"610 OVER 1,5%* PGL 8"GRAVEL BORROW TYPE b EXIST.GROUND (TYP.) — — — �2 0%(TYP.) 2.0%(TYP.) �5 PROPOSED HMA WALKS/DRIVEWAYS: MEET EXIST. ) 1 1/2"HOT MIX ASPHALT FOR WALK SURFACE OVER LLI PROP.4"LOAM PROP.4"LOAM &SEED &SEED 2"HOT MIX ASPHALT BINDER COURSE OVER PROP.CEM. PROP.FULL DEPTH 8"GRAVEL BORROW TYPE b CONC.SIDEWALK RECONSTRUCTION TYPICAL SECTION WHEELER LANE GENERAL NOTES: STA. 10+15f TO STA. 14+50t APPROX. NOT TO SCALE APPROX. 1. ALL GRAVEL BORROW TO BE TYPE b,UNLESS OTHERWISE CITY L.O. CITY L.O. SPECIFIED. 2. PREPARATION OF UNDERLYING SURFACE,ASPHALT EMULSION CONST. FOR TACK COAT,HMA FOR PATCHING,AND HMA JOINT SEALANT a SHALL BE IN ACCORDANCE WITH SECTION 450. 5'-0" T-0" 12'-0" 12'-0" 3 0 5,o" SIDEWALK GRASS TRAVEL LANE TRAVEL LANE GRASS SIDEWALK 3. GRAVEL SUBBASE SHALL ONLY BE USED WHEN EXISTING STRIP STRIP SUBBASE IS DETERMINED TO BE UNSUITABLE PER THE REQUIREMENTS OF M2.01.7 AND M1.03.0 AND AS DIRECTED BY THE ENGINEER. EXIST.GROUND 6"REVEAL(TYP.) EXIST.GROUND ASPHALT EMULSION FOR TACK COAT,GRADE RS-1 SHALL BE PLACED 2.0%(TYP.) 2.0%(TYP.) 1f5 AT THE APPLICATION RATES OUTLINES IN THE MOST RECENT — — —� MASSDOT SUPPLEMENTAL SPECIFICATIONS. PROP.CEM.CONC.SIDEWALK PROP.CEM.CONC.SIDEWALK 8 FULL DEPTH RECONSTRUCTION GRAN.CURB TYPE VA4 GRAN.CURB TYPE VA4 e TYPICAL SECTION FULL DEPTH RECONSTRUCTION FOR DOWNEY STREET. 2 FRANK STREET. LOUISE STREET. KIMBALL ROAD. PIERMONT STREET. AND TAPPAN AVENUE NOT TO SCALE * - TOLERANCE FOR CONSTRUCTION ±0.5% T s 3 8 m PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1636 W �RLDTCCI� 1 1 /20/201 9 CONTRACT NO. 2020-026 ENGINEERING 1 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 TYPICAL SECTIONS PHONE: 781.933.4800 N TS FAX: 781.933.4801 E 4 CEM. \ \ \ CONC.\VVALK — PROP. HMA \ \ PROP. LOAM �:>EED P\ROP. BRICK �(VALK (i YP.) \ PROP. HMA WALK �� \ CONC. WALK `� PROP. HMA STEPS \ WOOD \ PROP. CEM. D IV AY C.RET.W. \ PS CONC. DRIVEW Y \ R.W. PRC P.,LQM TE RET.W. OPM. �GM GRASS & SEED - & SEED PRO DRAINAGE SYSTEM BIT. s\ GRASS 24" Y (SEE UTILITY PLANS SHEETS 6 - 7) F. R T. +04 DRIVE BIT. o • GRASS 6, LIMIT OF FDC �E �? +79 DRIVE 4'—W w +— R T. i �I I I I I 4 F. _ F STA 10 50 s 18' >' • N2957340.9650 +67 +51 +20 +95 N +47 +36 RET./ 22 � V C REM. ) ONC. E741972.3506 3" REVEAL 12 3" REVEAL N WHEELER LAVE PROP. CEM. �0+81 1957 CITDY LAYOUT (PUBLIC — VARIABLE WIDTH) CONC. WALK PRORjNDIV. TREE 0 +60 GRAV PRTION (TYP.) U U LT 3 _ v.B.c.REM. uPL 277-4 PROP. FULL DEPTH PR P. RANOUT-T` ) � ) S� / �� O G 5 C (N.F.) 6 I�R . LOA RECONSTRUCTION i CURB TYPE RET. PROP. LOAM / +37 IEEE D- om 5.5, W/ VA-4 (TYP.) trED / WOODS CURB +25 �� OP IDE "CKP. (TYP.) • 0 \ \OW PROP. LOAM Co 24" • ED D-3 REM. EXIST. • T SW. PAVEMENT 24 30" • 24" _ o LIMIT OF WORK L PROP. WCR STA 10+09.65 Q c (TYP.) o • 30" PROP. N2957303.9689 RIVER ROAD SAWCUT E741957.7772 3 CHARGES VARIABLE WIDTH) (TYP.) MEET EXISTING V.G.C. (PUBLIC — PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: 1A1 /20/201 g SHEET: 3 1630 W RLDTCC I-+ CONTRACT NO. 2020-026 ENGINEERING 2 OF 18 4 . 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 3 CONSTRUCTION PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 = LIMIT OF WORK STA 3+00 N2957738.4890 - E741902.6582 MEET EXISTING PROP. MILLING & OVERLAY PROP. SAWCUT AT L.O.W. (TYP.) PROP. TRANSITION TO MEET EXIST. REVEAL AT L.O.W. \ SAWCUT (TYP.) PROP. HMA SIDEWALK RET. UP (TYP.) ���� PROP. LOAM \ \ SEED PROP. 15+00 / LIMIT OF FDC WCR YP.) C\ // �- _ i L REM. TREE STA 14+88.95 \ / N2957746.5602 // \ E741865.3342 � '� PROP. HMA iZ C0 I / ��`� \ PROP. GRAN. CURB TYPE VA-4 (TYP.) \ ALK (TYP.) PROP. HMA DRIVEWAY \ \ - PROP. HMA CB & SEED \ \ \ RET. EXIST. PROP. HMA WALK -"PROP. LOAM � DRIVEWAY \ \ \ PROP. FULL (TYP.) REM. (TYI=.) PROP. LIMIT OF GRADING R7-1 14" DEPTH \ PROP. LOAM D RIT & SEE RECONSTRUCTION ��T � R T. + �12 - -2+00 PROP. LIMIT OF , L +51 � +86 1957 CITY LAYOUT REM. +87 +67 GRADING (TYP.) �� PROP. CEM. N PROP. CEM. CONC. I'o _ N CONC. WALK +71 LIMIT OF WORK `-' 2 STA 2+30 SIDEWALK (TYP.) 14 WHEELER LANE 13 3" REVEAL - N2957772.3485 - STONE Iy (PUBLIC — VARIABLE WIDTH) E741841.4000 VONUr PROP. DRAINAGE SYSTEM - - U ULT 3 MEET EXISTING (SEE UTILITY PLANS SHEETS 6 - 7) \ - ��� \ \ � r 1957 CITY LAYOUT PROP. INDIV. TREE i RET. PROTECTION (TYP.) PROP. LOAM 5.5' W/ ur /-17-2 WOODS & SEED CURB WOODS PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1630 W �RLDTCCI� 1 1 /20/2019 s �� CONTRACT NO. 2020-026 ENGINEERING 3 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CONSTRUCTION PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 WHEELER LANE i PROPOSED MILLING PROPOSED FULL DEPTH RECONSTRUCTION = & OVERLAY LIMIT OF WORK ` LIMIT OF FDC STA. 10+09.65 STA. 10+50.00 N: 2957303.9689 N: 2957340.9650 0 E: 741957.7772 E: 741972.3506 0 Lo o + z o O + II p Un uj 20 20 D w II (n z w Z � c~ w CC) ° Q M m � PROPOSED GRADE w M w II m > Lu UJ Q > C� w r 0.77% (D w o � a 1.70% 10 J EXISTING GRADE 10 g w W o W w U) % z O NAVD 88 BASE ELEV w a 5 2 5.00 to � M �O .00 NN �tD �r -� C-IN C-1N z 11+00 12+00 FOR CONSTRUCTION PLANS: s 3 g SEE SHEET NOS. 2 - 3 PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1630 W )RLDTECI� 1 1 /20/201 9 CONTRACT NO. 2020-026 ENGINEERING 4 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBUPHONE:SSACHUSETTS 781 933.480001801 H: 1 " _ 20' PROFILE - WHEELER LANE FAX: 781.933.4801 I V: 1 „ — 4' E 4 WHEELER LANE PROPOSED MILLING & OVERLAY CONTROLLED BY RIVERSIDE STREET —� PROPOSED FULL DEPTH RECONSTRUCTION LIMIT OF FDC 30 LOW POINT ELEV = 13.89 STA. 14+88.95 30 LOW POINT STA = 13+55 N: 2957746.5602 PVI STA = 14+00.00 E: 741865.3342 PVI ELEV = 14.29 p A.D. = 7.03% o � o K = 12.80 uj 0 z w o 90' VC �z � s z O c co Q + 3 69% U 20 Y Co a w g2°�° 20 w � T PROPOSED coT- > -i GRADE p " a w Q > W w w GRADE BREAK STA = 14+88.95 w ELEV = 21.34 w s 0. O � 0.77% 89% GRADE BREAK STA = 15+00.00 w Lu ELEV = 21 .75J O EXISTING GRADE p NAVD 88 BASE ELEV `'i a 10 2 10.00 cV o�� I- ro N I�r- r�M r�M -tui coC6 N� z 13+00 - 15+00 FOR CONSTRUCTION PLANS: 14+00 r 15+00.00 WHEELER LANE T 3 2+60.80 RIVERSIDE STREET g SEE SHEET NOS. 2 - 3 L - - - - - - - - - - - - - J PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1630 WA RLpTECI-i 1 1 /20/201 9 s CONTRACT NO. 2020-026 ENGINEERING 5 OF 18026 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBUPHONE:SSACHUSETTS 781 933.480001801 H: 1 " _ 20' PROFILE - WHEELER LANE FAX: 781.933.4801 I V: 1 „ — 4' E 4 B SMH _ CB DV CB R-12.61 ' R=13.26' R=11 .76' 1 3.19' 11 = 81 ' 1 1 .56' R1 1 .84 (UNKOWN) 11 -6.66' (12"DIP) )TTOM) (H00 BOTTeV) C) P 11 =7.6 _ g SMH % R=11 .75' 1 =10.45' (8"PV// 12=10.45' (8" VC)/ CONC. G�j STEPS WOOD �� A �/ C.R ET.W. C.R.W. STEPS C I�ET.W. OM I GRASS 1 — PDJ. ADJ. /�'i<- R11 . E•D.P _ 6 Pvc < -� — — — — ADJ. BIT. — — — S� GRASS 24" (B'O') � � 11 =7.91 ` (HOOD BOTTOM) I� B RA S RET. C) F. �? DRIVE ( BIT. z / I (B.O.) I � o GRASS�/E �? DRIVES / 6 � I I R T. i I i I� 4 F. 4 'N.F-- F �-1 8/��� 22„ - - ®---- REIV�OIDEL� - / V.�EM0DK 4" Cl GAS - \ - - 6" PL GAS WHEELER LANE l 4„ Cl GA_ ) , CONC _ - - - PROP GI #3 - - - T - - 1 1\ - � - - DI waTFR / +75 END OF 4I REM. 12„plPy - _ _ REM. _ _ _ �g D / \'9 ` 1957 CITY LAYOUT - EJF/IOD � - BIT. _ _ _ s" wAi�R �AeANooNE�� \, S 2\�'= GRAVEL DRIVE EMENT) ULT�3 — 10" ;� V B.0 UPL 277-4 24" REMODEL 9�7 CITY LAYOUT , • ) � ) REM. -� S M RET. �� �� PROP. TREE PROTECTION (TYP.) N. � D1P� �6 R=12.92' 1 =1 09 2, (8„PVC) I1 =8.65' (HOOD B�REMODEL STRUCTURE WOODS 0. 2' (8„PVC) \-o W - DMH - R&S EXIST. F&G - / - - - D IT _ R=12.86' R=13.03' (TYP.) PROP F&C #4 +77 CO�C 0� ADJ. - 1 =9.36' (BURIED) 11 -8.83, (10"PVC) • i 1' - 12" P 12=PIPE NOT FOUND 12=10.93' (12"DIP) 18 Fl z 13=9.36' (BURIED) 24" • \ 14=PIPE NOTOFOUND PROP. 12" WYE 24" - CONNECTION (2) C LIMIT OF WORK NOTE: DMH - ADJ. \p R_ .98' STA 10+09.65 R=1 1 .22' 11 .28' (12"RC N2957303.9689 IN LOCATIONS WHERE PROPOSED STRUCTURES 11 =6.82' (12"PVC) 12- 5.28' (12"DT E741957.7772 ARE IN SAME LOCATION AS EXISTING, REMOVE ���� RAVER RpgD 12=7.72' (1 2"DIP) _ 10+00- s AND DISPOSE EXISTING STRUCTURES AND PIPES CHq 13=6.82' (1 2"PVC) 3 AS NEEDED. 14=7.1 2' (1 2"DIP) "s PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: WA RLDTCCH 1 1 /20/201 9 s 1630 ENGINEERING CONTRACT NO. 2020-026 ( OF 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 DRAINAGE & UTILITY PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 NOTE: co, 0�\eG1 G �/ G� IN LOCATIONS WHERE PROPOSED STRUCTURES ARE IN SAME LOCATION AS EXISTING, REMOVE AND DISPOSE EXISTING STRUCTURES AND PIPES AS NEEDED. / - CB V1 RET. ///�� ADJ: 1 =10.98'�' / �. / ADJ._ / /y/ / �. LIMIT OF WORK 12B"DIP) / / / / / - STA 3+00 G B WGi / 6 N2957738.4890 R=13.19' R-1 11 - \61 ' / E741902.6582 11 -9.79' HOOD BOTTOM UPL RETYP ) / WG i DJ. 1 6 5 - - ( ) (H00 BOTT�M; \� 3 \154,00 PROP. TREE PROTECTION (TYP.) GRASS CB 4" R=1 4.77' \ 11 =1 0.2 7' (1 2"DIP) �`�r��.\ C B REN EL R=15.28' 11 =1 2.28' (UNKNOWN) GM �1 �� - �- \ E. P• R7-1 1 wooDs �F� 3 v SET. ADJ. (B.0 ) BIT. ADJ. GRASS z BIT. c� O DRIVE —2+00 s M H R T.� 1957 CITY LAYOUT ICI �� R17.71 ' ,�� _ LA�VEADJ. B.O. 4„ Cl GAS I REMOQEL off- LIMIT OF WORK LT 277 \` \` ' j4 — _2»olP_� + — _ _ _I_ \— _ — - �I� 4 REM. STA2+30 2 N2957772.3485 — — —_— — —_ _— — -- — — — — — ��ODEIL DBCB #1 � E741841.4000 +21 J REMODEL R-EMOD L o" 8��� 10 w1DE SEWER EASEVENT , 2— u�T 3 18' - 10" PVC X � 5' C.OF. 1957 CITY LAYOUT REM EL REMODEL STRUCTURE SMH DMH UPL 277-2 R&S EXIST. F&G R1 4.95' R=1 4.1 5' 3 PROP F&C #2 +06 1 -9.45 (8"PVC) PIPES BURIED DEPTH=9.75' W00\ \ s PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: WA RLDTCCH 1 1 /20/201 9 s 1630 ENGINEERING CONTRACT NO. 2020-026 '] OF 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 DRAINAGE & UTILITY PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 DRAINAGE STRUCTURE DATA STRUCT STATION/ # TYPE BASELINE OFFSET RIM ELEV. INV. (IN) INV. (OUT) REMARKS (FT) 1 DOUBLE WHEELER 14+21.2 15.99 - 12.24 (CIT#2) CB LANE 10.0' LT 2 CIT WHEELER 14+06.6 15.35 12.02 (CB #1) 10.27 DMH OUTLETS TO EXIST. LANE 2.1' LT (EXIST PIPE) PIPE 3 GI WHEELER 10+75.0 11.24 - 8.74 (CIT#4) LANE 10.0' LT 8.71 PROP PIPE CONNECTS VIA 4 CIT WHEELER 10+77.2 11.82 8.71 (GI #3) (TO PROP WYE CONNECTION TO LANE 15.4' LT WYE) EXIST. PIPE o' s 3 a 2 T s 3 8 m PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1630 W RLpTECI� 1 1 /20/201 9 s �� � CONTRACT NO. 2020-026 ENGINEERING 8 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 DRAINAGE TABLES PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 BENCHMARK: BONNETBOLT 183 EL=15.36' N: 2957415.283' - E: 741950.960' --EL--. -1 2.444 � 1 6 WHEELER LANE MAGNAIL\ �\ \ 12 WHEELER LANE ANTHONY & MARIAN FERRARA \ \ \\ \ N/F BK. 61034, PG. 552 \ 20 WHEELER LANE \ 0 CHARLES RIVER ROAD \ WILLIAM 0 HAMBY MAP 916, LOT 20B 0 N/F \ \ BK. 26100, PG. 347 \ CRISTINA PLAZA \ N/F MAP 916, LOT 11A CONC. \ �� \ BK. 44746, PG. 180 \,- ��1 RAYMOND K KARIO \ WOOD - MAP 916, LOT 19B 2 \ BK. 39586, PG. 281 STEPS / MAP 916, LOT 12 1 \ STEPS - \ / C.R ET.W. �CR_W. ET.W CR . \ I GRASS C. E.O.P. \ / - d GRASS 24 Z BIT. GRASS F, c? DRIVE BIT. z o • GR �S m 163 VE I R T. I I DRIVE 1, F. a 4' ��1:03 6 N: 2957287.591 �� y ' �-ITY LH�uU �12.47 18 �� 22" • r E: 741974.660' 12.85 13.29� �13.24 CHARLES RIVER ROAD C18 CONIC. EL: 10.869' 1�13.02 12.25-\ PT +07.00� 11 .86 SPIKE L4 12.63-(PUBLIC - VARIABLE WIDTH) _ � ) 11.60 END OF 12.93 ® 12 11 1957 CITY LAYOUT 11.4 BIT. J �12.80 12.41-\ 12.03- \ y 021 PC +76. 1 GRAVEL DRIVE EMENT)12.86�n U ULT 3 r V.B.C. UPL 277-4 U-� 11 .64 �� T R " • � 13.37 � ,� n Ynl1T T• � ' 1 �" _� • J 24 E -� X • S.B.P.C� 11. GRASS C.L.F. (N.F.) - 36" g 11.82 11 .01, g WOODS 10.79 24-. +39.70 WOODS 1 G CONC. O co PT +35.40�G`e 18"• C) Q D-3 C � +16.37 2 24" • 30.4' +10.68 • BIT SW. 6 22.5' 24 ' 30" - • 24" LIMIT OF WORK 0 GRASS +o� STA 10+09.65 • 30" N2957303.9689 v.G E741957.7772 3 V.G.C. MEET EXISTING 8 PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: WA RLDTCCH 1 1 /20/201 9 s 1630 ENGINEERING CONTRACT NO. 2020-026 9 OF 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CURB TIE AND GRADING PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 BENCHMARK: BONNETBOLT LIMIT OF WORK EL=24.49' STA 3+00 N2957738.4890- Q N: 2957774.1148 E741902.6582 , ` / 37 RIVERSIDE STREET MEET EXISTING G 5� N/F E. 741864.548 ANTINARELLI WATERTOWN LLC EL. 21 .60E Q BK. 46802, PG. 151 DRILLHOLE ,�/� ��" MAP 916, LOT 1 1 181 / P +81.25 � N: 2957683.922' 6" - E: 741972.695' EL:10" << 1 15+00 WHEELER LANE= MA 26.319' UPL 4-4 0��� / Q� 2+60.80 RIVERSIDE STREW MAGNAIL P � - �j �,`� 15+00 �) b-1 L 4 WHEELER LANE 10 WHE�L�R' LANE \ \ \ \ \ \ \ / �'� ' D-3 \ \ \ \ \ \ \ \ \ \ N/F N/F \ 12 WHEELER L 44.74 Q R� 19.82 JULIE L WHITE SHEILA M & CHARLES PEARSON \ N/F BK. 70548, PG. 475 BK. 53788, PG. 520 'S�� Q� C2p►�'` +79.54 MAP 916, LOT 22 1 MAP 916, LOT 21 2 \ WIL 61 0 HA. G. S. � 4" \ BK. 26100, PG. 19.60 18.47 \ \ MAP 916, LOT 1 \ c -+82.01 \ \ \ \ �0 18.25 -PT )9.17 E.O.P. a R7-1 1 4„ WOODS 19.38 P BIT. z BIT. c? + 18.03 s 15.30 14.07�\� 13.62- DRIVE u R - 2 00 , rn 1508 Cl;;' _ ' 1957 CITY LAYOUT _ " �13.24 WHEELER LANE 13.29 ' J PC +90.01 13.02 15. \5 �' ' LIMIT OF WORK ULT 277-\� 14 C1 �13.85 13.4 _ 12 93 L4 13 2 STA 2+30 15.99- ��� 1 3 �9 N2957772.3485 - STONE 18„� /-13.63 13.18� /-12.80 E741841.4000 MONUMENT + �s - (� 14.8E - 1- 0" (10' WIDE EWER EASEMENT;12.86 ULT 3 MEET EXISTING 182 12 X 5' C'?F. -� 1957 CITY LAYOUT 13.37 lo N: 2957672.627' 20" E: 741831 .297' `n UPL 277-2 s ' COMMONWEALTH OF MASSACHUSETTS EL: 15.458 3 MAGNAIL WOODS PARK DIVISION _ WOODS s ' PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: WA �RLDTCCH 1 1 /20/2019 s 1630 ENGINEERING CONTRACT NO. 2020-026 10 of 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CURB TIE AND GRADING PLANS PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 RIVERSIDE STREET CONSTRUCTION BASELINE DATA CURVE TABLE NUMBER STARTING NORTHING EASTING CURVE DATA LINE DATA ENDING NORTHING EASTING CURVE# DELTA RADIUS TANGENT LENGTH STATION STATION C13 134029'16" 10.00 23.84 23.47 L7 2+00.00 2957788.064 741815.846 S58024'30"E 2+33.78 2957770.3677 741844.6209 33.78' C14 68059'03" 15.00 10.31 18.06 S60054'1 FE C15 21°48'35" 61.00 11.75 23.22 47.46' L8 2+33.78 2957770.368 741844.621 2+81.25 2957747.2871 741886.0956 C16 103054'30" 5.00 6.39 9.07 L9 2+81.25 2957747.287 741886.096 S62001'22"E 3+50.00 2957715.0329 741946.8149 C17 41'15'11" 29.50 11.10 21.24 68.75' C18 38°10'39" 57.50 19.90 38.31 WHEELER LANE CONSTRUCTION BASELINE DATA C 19 41°15'11" 51.50 19.38 37.08 C20 76°05'30" 10.00 7.83 13.28 NUMBER STARTING NORTHING EASTING CURVE DATA LINE DATA ENDING NORTHING EASTING STATION STATION C21 38°10'39" 35.50 12.29 23.65 C3 10+00.00 2957297.419 741950.716 R 50.00 A=40°33'47" 10+35.40 2957326.6880 741969.2867 L=35.40' T=18.48' L5 10+35.40 2957326.688 741969.287 N12°06'44"E 10+76.01 2957366.4007 741977.8092 40.62' C2 10+76.01 2957366.401 741977.809 R46.50 0=38010'39" 11+07.00 2957396.5894 741974.1150 L=30.98' T=16.09' a L4 11+07.00 2957396.589 741974.115 N26°03'55"W 13+90.01 2957650.8191 741849.7598 283.01' s Cl 13+90.01 2957650.819 741849.760 R 40.50 A=41'15'11" 14+19.17 2957679.2249 741847.0552 s L=29.16' T=15.24' N15°11'15"E I SURVEY TRAVERSE DATA 15+00.00 2957757.2290 741868.2304 I POINT ELEVATION NORTHING EASTING DESCRIPTION L3 14+19.17 2957679.225 741847.055 80 83 BENCHMARK 24.489 2957767.678 741872.705 BONNETBOLT IN HYD 2 I TRAV.#180 21.606 2957774.148 741864.578 DRILLHOLE TRAV.#181 26.319 2957683.922 741972.695 MAGNAIL TRAV.#182 15.458 2957672.627 741831.297 MAGNAIL BENCHMARK 15.356 2957489.7360 741910.4240 BONNETBOLT TRAV.#183 12.444 7957415.283 741950.960 MAGNAIL TRAV.#163 10.869 2957287.591 741974.660 SPIKE T s 3 8 m PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1630 W �RLDTCCI� 1 1 /20/201 9 g �a a' CONTRACT NO. 2020-026 ENGINEERING 11 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CURVE TABLES / CONSTRUCTION BASELINE DATA PHONE: 781.933.4800 1 " = 20' FAX: 781.933.4801 E 4 NOTE: CROSSWALK DIMENSIONS SHOWN ARE TO EDGE OF THE INNER MARKINGS EL J IL - O / '• Z5 PROJECT END 55 F► 5�' �p�5 y� STA 3+00 X, N2957738.4890 E741902.6582 MEET EXISTING PI +81.25 / / MA-D3-100�- / MA-D3-101 \ (RET.) / R5-1 R6-1 R I , 15+0 �,��� R6-1 L - - �� R6-1R -4 81 _ F - % R6-1 L I (R&D) PI +33.78 G� — --LMA-D3_101 1 (R&D) \ R5-1�(R&D) CONC. ` — — — STEPS WOOD R1-1 C.R SW' C.R.W STEPS C.RET.W. / k R7- 4 WHEELER LAN ���—a P BIT. GRASS 24 Y / P •` W00 Z BIT. A� DRIVE GRASS BIT. �z o • GRASS m DRIVE—II�? _ IfIRNF 6' I-T J, L.� w o 4'_ 4 W� 1 8 ' "F 5 1 1957 CITY LAYOUT .B.C. V.B.C. 'Z'2 R7-1 A CONC. \\ \ / —O� END OF ULT 277-1 1957 CITY LAYOUT STONE 14----- 13 12 11 _ _________ BIT. �(1"" I 5 L yBc UPI 777-4 I/ '" o MONUMENT 18" � - � GRAVEL DRIVE 24„• 22' g PROJECT BEGIN 12 20�- 5 C.L.F. — Y 957 CIY XLAvour • �. B.P.C. • GRASS 3 STA 2+30 ( UPL 277-2 G.L.F. (N F 36 Br WO DS W OD I I/IA-p3,1 I N2957772.3485 - 7- _� ;I�2- 2z E741841.4000 MEET EXISTING 24 24" 24" 24"• 18 R6-1 R _� D-3 co • a„• BIT. sw. R6-1 L i 22 • 2 • GRASS n GRASS v.c.a •20" • • 20" 6 • cRAss h� — — —0 10+00 22" &D)L MA_D3-101 r' LIMIT OF WORK gRLEs RIVER ROAD = STA 10+09.65 CH N2957303.9689 — E741957.7772 — — — — v.G.c. — — • 24„ — 3 GRASS --- • fin„ m PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: WA �RLDTCCH 1 1 /20/2019 s 1630 ENGINEERING CONTRACT NO. 2020-026 12 OF 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 TRAFFIC SIGN & MARKING PLANS PHONE: 781.933.4800 1 " = 40' FAX: 781.933.4801 E 4 SIGN SUMMARY NOTES: 1. HIGH INTENSITY ENCAPSULATED LENS REFLECTIVE SHEETING SHALL BE USED FOR ALL SIGNS.THE "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES"2009 EDITION, THE 1996 MASSDOT CONSTRUCTION AND TRAFFIC STANDARD DETAILS", AND ALL ADMENDMENTS WILL GOVERN. TRAFFIC SIGN SUMMARY 2. Q SEE MUTCD 2009 EDITION SIZE DIMENSIONS(IN) COLOR POST SIZE INCLUDING MASSACHUSETTS SIGN ID NUMBER AND UNIT TOTAL AMENDMENTS. MESSAGE AREA AREA NUMBER WIDTH HEIGHT LETTER VERTICAL ARROW REQUIRED BACK- LEGEND BORDER NUMBER (g F) (S.F.) (IN) (IN) HEIGHT SPACING RTE.MKR. GROUND REQUIRED 3" MA-D3-100 30 12 ®Riversidest , 4.513 6D/4D D 3„ N/A 1 GREEN WHITE WHITE MOUNT(0)W/ EACH EACH R5-1(1) 3" PS(0) 4.5D/3.3 MA-D3-101 30 12 ®WheelerLn D/3.375D N/A 2 GREEN WHITE WHITE MOUNTW/ EACH EACH 3„ R6-1 R(2) 3" P5(0) MA-D3-102 45 12 1 Charles River Rd� 6D/4D N/A 1 GREEN WHITE WHITE MOUNTW/ EACH EACH 4.513/3.375D 3„ R6-1 R(1) R1-1 30 30 STOP 10 10 10 1 RED WHITE WHITE P5 6.25 6.25 MOUNT W/ DO NOT R6-1 L(1) R5-1 30 30 2 WHITE BLACK/ BLACK P5 6.25 12.50 ENTER RED (1) R6-1L 36 12 LIE 2 WHITE BLACK WHITE P5 3.00 6.00 (2) .a �I R6-1R 36 12 ONE WAY 2 WHITE BLACK WHITE P5 3.00 6.00 (2) i a R7-1A 12 18 ARII 3 WHITE RED RED 3) 1.50 4.50 SIDE TOTAL SIGN AREA 35.25 SF r 3 m PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 1 /20/201 g 1 3 1630 W RLDTCC I-i �� CONTRACT NO. 2020-026 ENGINEERING 13 OF 18 300 TRADE CENTER, SUITE 5580 SCALE: r t WOBURN, MASSACHUSETTS 01801 3 TRAFFIC SIGN SUMMARY PHONE: 781.933.4800 NTS FAX: 781.933.4801 E 4 i CANOPY DRIP LINE DUMP STRAP 1"REBAR FOR BAG REMOVE FROM INLET DUMP STRAP PLACE FENCE AS SHOWN ON PLANS AND AS CLOSE TO / / ��CONSTRUCTION LIMITS(AS FAR SEDIMENT COLLECTION SACK / FROM TRUNK)AS POSSIBLE PRUNE CANOPY AS REQUIRED FENCE AND POST j EXISTING TO PREVENT DAMAGE FROM MATERIAL PER � TREES CONSTRUCTION EQUIPMENT. 4• , e SPECIFICATIONS. C)j I ARMOR TREES AS REMOVE DE ON PLANS PLACE FENANDA S F AND AS D REC TIED.J OR PER AR ORIST I, ON PRUNING SHALL BE PER ANSI JJ TO CONSTRUCTION LIMITS T 1 I U A300 STANDARDS ARMOR FROM BASE OF EXIST.CB (AS FAR FROM TRUNK)AS j� LIMIT TREE,INCLUDING ROOT POSSIBLE / CANOPY/ROOT FLARE,TO FIRST BRANCH. co CONSTRUCTION ZONE C-)j/ /zQ�� NO TRESPASSING, CONSTRUCTION ZONE INSTALLATION DETAIL /C, �_ � �I/�/ STORAGE OF EQUIPMENT,OR 1 / STOCKPILING OF MATERIALS /////////////' I / IN ROOT ZONE ///////////// 2 EACH I j DUMP STRAPS NO TRESPASSING,STORAGE OF NO TRESPASSING,STORAGE OF EXPANSION RESTRAINT EQUIPMENT,OR STOCKPILING OF / EQUIPMENT,OR STOCKPILING OF (1/4 NYLON ROPE, MATERIALS MATERIALS 2"FLAT WASHERS) TREE ROOT ZONE/ EXIST.CB _ TREE ROOT ZONE/ �� FFLANT PROTECTION ZON- PANT PROTECTION ZONE TREE ROOT ZONE_ SECTION-FENCE PROTECTION OF ROOT ZONE PLAN VIEW-FENCE PROTECTION OF ROOT ZONE SECTION-TRUNK ARMORING&PRUNING BAG DETAIL SILT SACK DETAIL (ITEM 697.1) TREE PROTECTION DETAILS N.T.S. N.T.S. PROP.LOAM& SEED A 0 DO NOT CUT LEADER PROP.GRAN. /VARIES PROP.GRAN. TREE WRAP SHALL NOT BE USEDTRANSITION CURB A /I . ?� TRANSITION CURB TREE SHALL BE SET PLUMBJWATERING SAUCER SHALL BE FLOODED TWICE h�^�f , r DURING THE FIRST 24 HOURS AFTER PLANTING f�-I GRAN.CURB 8 TREE SHALL BE PLANTED SO THAT CROWN IS 3 INCHES HIGH SIDE TRANS. 1"LIP DRIVEWAY WID H VARIES LOW SIDE TRANS. (6"REVEAL) c ABOVE FINISHED GRADE AFTER SETTLEMENT ("VARIES) 6'-6" EDGE OF ROADWAY A DRIVEWAY REF.PT. ' 3 INCHES AGED PINE BARK MULCH(PULL MULCH AWAY (p OF DRIVEWAY FROM TRUNK OF TREE) BACKFILL MIX PER SPECIFICATIONS ROADWAY DOWNGRADE MILLING AND PAVEMENT LIMIT OF WORK " 3 INCH HIGH EARTH WATERING SAUCER AROUND TREE PIT T-0"MIN. VARIES ROADWAY RESURFACING TRANSITION— CUT&ROLL BACK 113 OF BURLAP BEFORE BACKFILLING. PATH OF TRAVEL RAMP \ PROP.FULL DEPTH PAVEMENT f COMPLETELY REMOVE SYNTHETIC BURLAP&LACING HMA OR CEM.CONC.DRIVEWAY - 2 — SAWCUT VARIES +15 j (SEE PLAN) PROPOSED FULL DEPTH (MAX RECLAMATION PAVEMENT 1 5% �1"LIP EXIST.PAVEMENT 6 INCHES BELOW (SEE SHEET 3 FOR ROOTBALL ROOTBALL SHALL BE PLACED ON -15%(MAX; l.— PAVEMENT NOTES) ROOTBALL UNDISTURBED SUBGRADE f �I 6"CONCRETE ___i� J( SECTION A-A 8"GRAVEL BORROW ASPHALT EMULSION 1 3/4"MIN. MIN.2 X ROOTBALL DIAMETER FOR TACK COAT N NOT TO SCALE 3 DECIDUOUS TREE PLANTING DRIVEWAY ENTRANCE JOINT DETAILS AT PAVING LIMITS N.T.S. N.T.S. N.T.S. 8 W PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 1636 W �RLDTCCI� 1 1 /20/201 9 g CONTRACT NO. 2020-026 ENGINEERING 14 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 PHONE: 781.933.4800 N TS 5 CONSTRUCTION DETAILS FAX: 781.933.4801 E 4 WORK AREA MAX. LENGTH REFER TO PAVEMENT NOTES PERMANENT PATCH OVER TRENCHES ON STREETS THAT WILL NOT BE RECLAIMED WILL BE TREATED WITH HOT MIX W20-4 W20-8 EQUAL TO 1/2 DAYS WORK200' 500' 500' 500' 20-ia TRAFFIC MANAGEMENT NOTES FOR OVERLAYED SECTION ASPHALT FOR MISCELLANEOUS WORK PLACED IN TWO EQUAL LAYERS(ITEM 472.)MATCH EXIST.THICKNESS. 20-2 •1 (1000) POLICE OFFICER I I (1000) GENERAL $"COMPACTED GRAVEL 1. ALL TRAFFIC MANAGEMENT AND WORK ZONE TRAFFIC CONTROL MEASURES SHALL CONFORM nyn a I I 1-11' WIN. 'I / I a DYCL TO THE 2012 MUTCD AND TO PART M OF THE MANUAL ON UNIFORM TRAFFIC CONTROL BORROW AS DIRECTED FRAME AND COVER , • DEVICES(M.U.T.C.D.)LATEST REVISION,THE STANDARD SPECI I0N5,GENERAL CONDITIONS, b 1 I • I •• / 1 b SUPPLMENTAL CONDITIONS AND THE FOLLOWING NOTES: SEAL ALL BRICK WORK FRAME TO BE SET IN FULL BED OF MORTAR h h h BUFFER W 2. LANE RESTRICTIONS MAY NOT REMAIN OVERNIGHT OR DURING NON-WORKING HOURS.AFTER T \ I 1 20-1 I I I ZONE I W20-4 � \\ 2Q-2 EACH WORKING DAY,TRAFFIC CONTROL DEVICES THAT ARE NOT REQUIRED SHALL BE PAINT WITH TACK COAT FLAT TOP ouu ouu ouu 50'-10 ' 0000) MOVED OFF THE ROADWAY OR FULL DEPTH CONSTRUCTION AREA AND PLACED SO AS NOT U MORTAR ALL T 160 W20-$ TO IMPEDE PEDESTRIAN AREAS,ABUTTER ACCESS OR CAUSE CONFUSION TO MOTORISTS. v RS-1 OR HOT POURED BRICK LEVELING COURSE AS REQUIRED FOR IN CERTAIN CIRCUMSTANCES,AND ONLY WITH THE APPROVAL OF THE TOWN AND THE j RUBBERIZED ON COLD JOINTS \\ GRADE ADJUSTMENTS. MAX 3 COURSES. HALF ROADWAY CLOSURE ENGINEER.CAN LANE RESTRICTIONS REMAIN OVERNIGHT. \ I 12" VARIES 12" I (RIGHT SIDE WORK ZONE - MIRROR IMAGE FOR LEFT SIDE WORK ZONE) 4. CONTRACTOR SHALL PROVIDE A SAFE TEMPORARY PEDESTRIAN ACCESS MERE EXISTING 24"T"DIA i JOINTS AS DIRECTED f . SIDEWALKS OR OTHER PEDESTRIAN AREAS ARE AFFECTED BY CONSTRUCTION WORK. EXI NOT TO SCALE STING W7-4R MAINTAIN ABUTTER ACCESS AT ALL TIMES EXCEPT FOR SHORT PERIODS APPROVED BY I TRENCH WIDTH PROVIDE'V'OPENINGS.MORTAR THE ENGINEER. $"MIN. PIPE INTO OPENING. BUFFER TAPER 500' 500' 500' 5. PUCE ALL CONSTRUCTION SIGNING,TRAFFIC CONTROL DEVICES AND TEMPORARY 4'i:1"DIA. I/- 20-2 W1-�_] �f I II I WS-1 I 20-1 O PAVEMENT MARKINGS FOR EACH PHASE PRIOR TO COMMENCEMENT OF CONSTRUCTION. 1 OUTSIDE PIPE DIAMETER N /Y I 1 6. ONE(1)THRU TRAVEL LANE HAMNG A MINIMUM WIDTH OF 11'-O"SHALL BE PROVIDED FOR 2"CLEAR I 1) PLUS 2"CLEARANCE a / a SWEL DYCL a SOME SITUATIONS BOTH DIRECTIONS UNDER POLICE LANE TO BE SOFFICER ACONTTRO)DURING ND DIRECnON OF TRAVEL PH TASSEALTERNATE OF HATE IN 143 BAR AROUND OPENINGS FOR PIPES 18" p I N ••••••••••••- * SDI p CONSTRUCTION E SHOWN ON THE TRAFFIC MANAGEMENT PLANS UNLESS OTHERNISE / ' DIRECTED BY THE ENgNEER. DIAMETER AND OVER,1"COVER ^BUTYL RUBBER SEALANT AT ALL JOINTS(TYP.) 7. MEN WORK INFRINGES UPON THE TRAVELED WAY,WORK SHALL BE RESTRICTED TO + ©20-1 a h F h IAPtR BUFFER I WORK OFF-PEAK HOURS ONLY.(9:00am TO 3:3Dpm,MONDAY TO FRIDAY) I W5-1 I I (L) l ZONE 1 AREA I\ 1 20-2 8 TAPER LENGTH FORMULAE FOR GNANNEU7ATON DEVICES L SXW FOR SPEED EQUAL TO OR GREATER�M 45 M.P.H. -PIPE OPENINGS TO BE PRECAST IN RISER SECTION ouu ouu ouu L-Tu rjQ'-1QQ' L=WS2/60 FOR SPEED EQUAL TO OR LESS THAN 40 M.P.H. Q�Q WHERE L-MIN.LENGTH OF TAPER,S-POSTED SPEED,W-OFFSET WIDTH. PERMANENT PAVEMENT PATCH SHOULDER�PART AL LANE CLOSURE 9. PEDESTRIANS SHOULD BE PROVIDED WITH A SAFE CONVENIENT TRAVEL PATH THAT 5"MIN. ( ) REPLICATES AS NEARLY AS POSSIBLE THE MOST DESIRABLE CHARACTERISTICS OF ' NOT TO SCALE SIDEWALKS OR FOOTPATHS N.T.S. 10.IF EXISTING INTERSECTION IS SIGNALIZED.IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN THE SIGNALS FUNCTIONING PROPERLY MILE CONSTRUCTION IS IN PROGRESS PROP.PAVEMENT j (� ( OR UNTIL NEW SIGNAVZATON IS OPERATIONAL THIS IS MOST CRITICAL IF THE CLOSURE RECONSTRUCTION V ll IS TO REMAIN IN EFFECT AT THE END OF THE WORK DAY. 11.DISTANCES SHOWN THE TRAFFIC MANAGEMENT PLANS ARE A WIDE ONLY,AND MAY /MILL&OVERLAY � / BE ADJUSTED IN THE FIELD BY THE ENGINEER. Wi-4L MIN.10 SQ.IN.STEEL PER- SQUARE OFF G2O-2 GRADE DIFFERENCES LIMIT OF ROADWAY BY END �� VERTICAL FOOT,PLACED -FORM INVERT(S)TO MEET 12.WHERE THERE IS A LONGITUDINAL DIFFERENCE IN ELEVATION BETWEEN EXISTING PAVEMENT WORK OF WORK DAY U AND GOD PLANED OR NEW PAVEMENT,THE CONTRACTOR SHALL PATCH A TEMPORARY BR. EXIST. CURB 3' PROP. CURB ACCORDING TI MASHED FIELD CONDITIONS.USE 3000 a 11' MIN. a CONIC.WEDGE WITH A 12:1(OR FATTER)SLOPE FOR SMOOTH TRANSITION. EXISTDESIGNATION M-199 PSI CONCRETE. AFTER WORK HOURS TREATMENT PAVEMENT- 6" TYP 8"MIN.M2.01.4- FOR AREAS RECEIVING OVERLAY b .1• p p 13.WILL REQUIRE DELINEATION GRADE DIFFERENCES IN EXCESS OF D DURING NON-WORKING HOURS 3"t r ( ) / ( WILL REQUIRE DELINEATION BY USE OF RN EXCESS OF DRUMS. y CRUSHED STONE h h F 14.CROSS SECTIONAL GRADE DIFFERENCES IN EXCESS OF 4"DURING NON-WORKING HOURS 20-1p TAPER BUFFER SHALL BE PROTECTED BY BACKFILUNG WITH A WEDGE O GRAVEL TO BE COMPACTED PRECAST FLAT TOP DRAIN MANHOLE ©I W5-1 (L) ZONE / AT 4:1 SLOPE AND WALL ALSO REQUIRE DELINEATION BY USE OF DRUMS. JVV cJQD' cJDQ' 10''�v 15.A MINIMUM SLOPE OF 4:1 MUST BE MAINTAINED AFTER WORKING HOURS DURING SUBBASE SO'-100' AND BASE COURSE INSTALLATION ALONG EDGE OF THE TRS AND A A MINIMUM SLOPE OF PROP.GRANITE CURB(TYP) N.T.S. MIN MI 8:1 MUST BE MAINTAINED ON ALL ABUTTER ACCESS DRIVES AND A MINIMUM SLOPE OF 12.1 F Of W MUST BE MAINTAINED ON ALL SIDEWALKS. PARTIAL RIGHT LANE CLOSURE AT INTERSECTION < 16.CONTRACTOR SHALL USE TEMPORARY PINS AND III PATCHING AROUND STEEL PLATES CURBREVEAL TRANSITION GRANITE CURB INLET,IF APP. 9" CH BASIN USED TO COVER UTILITY TRENCHES NOT COMPLETED IN A DAYS WORK. N.T.S. //7 OCEMENT CONCRETE SIDEWALK 5" ME AND GRATE CONSTRUCTION SIGNING W5-1 REMOVE ALL TEMPORARY SIGNS,DRUMS AND OTHER TRAFFIC MAINTENANCE DEVICES THAT PLAIN CEMENT CONCRETE L2** O 17 ARE NOT COMPETED IN A DAYS WORK. THIS PARTICULARLY APPLIES TO THE W20-8 SIGNS, 1' 4.0' 6.5' PAVEMENT C) MICH ARE NOTHAU BE COMPLETELYCOVERED OR REMOVED EACH DAY WHEN TRAFFIC OFFICERS RAMP REFERENCE (MIN (MIN.) ROADWAY 2 POINT 18.NO SIGNS SHALL BE ATTACHED TO DRUMS OR CONES. ALL CONSTRUCTION SIGNS SHALL BE ADJUST TO GRADE WITH 2O-2 ON T L0-1 a ATTACHED TO THEIR OWN INDEPENDENT SUPPORTS OR TO WEIGHTED BARICADES f SIDEWALK Z BRICK&MORTAR A I( 19.NO SIGNS SHALL BE VISIBLE TO TRAFFIC THAT MAY CONFLICT TO ACTUAL CONDITIONS F CONCRETE COLLAR �� Lh PARTIAL RIGHT LANE CLOSURE 20.LOCATION OL R5-9A SIGNS TO BE APPROVED BY THE ENGINEER WHO WILL DETERMINE THE } o _ NECESSITY FOR PROVIDING TEMPORARY CROSSWALKS a .- a 12 IN o" PRECAST REINF.CONCRETE TOP SLAB AT INTERSECTION 21.ALL SIGNS AND SUPPORTS SHALL MEET CRITERIA SET FORTH IN NCHRP 350 REPORT DESIGNED FOR HS20 LOADING NOT TO SCALE 22 ALL SIGNS.INCLUDING EXISTING.THAT ARE NOT REPRESENTATIVE OF ACTUAL WORK i it f 0 2't1" DETECTABLE WEEPHOLE(TYP.) N CONDITIONS SHALL BE EITHER COVERED OR REMOVED WHEN NOT APPLICABLE 5.5'v1 WARNING PANEL. SEE _NOTES, T CONSTRUCTION TOLERANCE f0.59 II 23.IF USED.ALL W20-4 SIGNS SHALL BE TAKEN DOWN OR COVERED AT THE 8 MASSDOT STANDARD - -O CLOSE OF EACH DAY UNLESS LANE RESTRICTIONS ARE PERMITTED TO REMAIN OVERNIGHT a (MIN.) DETAIL E107.6.5 - SEE CONSTRUCTION STANDARD E107.6.4 (O IN ACCORDANCE WITH NOTE NO.2 ABOVE i - SEE CONSTRUCTION STANDARD E107.9.0 N PIPE 24.USE W20-8 SIGNS ONLY WHILE POLICE ARE DIRECTING TRAFFIC.THEY SHALL BE TAKEN T INTERSECTION WHEELCHAIR RAMP ` LEGEND DOW OR COVERED AT THE CLOSE OF EACH DAY. T MARKINGS o, iI "� PAVEMEN N.T.S. MORTAR FILL AROUND PIPE ® WORK AREA 25.PAVEMENT MARKINGS ARE NO LONGER APPLICABLE SHALL BE REMOVED.APPLY A! WHEELCHAIR WHEELCHAIR RAMP NOTE: TEMPORARY MARKINGS WHERE MOMON THE TRAFFIC MANAGEMENT PLANS AND AS NECESSARY MASTIC GASKET MATERIAL b DIRECTION OF TRAVEL 26.ON PROJECTS MERE PAVEMENT OVERLAY IS NOT DESIGNATED.EXISTING PAVEMENT PTHE CONTRACTOR SHALL BE RESPONSIBLE FOR THE DESIGN AND LAYOUT OF WHEELCHAIR RAMPS.ALL RAMPS SHALL BE LAID OUT IN a ALL MANHOLE JOINTS MARKINGS WHICH ARE IN CONFLICT WITH TEMPORARY TRAFFIC CONTROLS SHOULD BE ACCORDANCE WITH THE LATEST REVISION OF MASSDOT DESIGN&CONSTRUCTION GUIDELINES FOR WHEELCHAIR RAMPS AND PEDESTRIAN 2 � • REFLECTORIZED DRUM COVERED TEMPORARILY WITH BLACKOUT PAINT OR TAPE,AS DIRECTED BY THE ENGINEER, ACCESS AND ADA/AAB REGULATIONS.ALL WHEELCHAIR RAMPS SHALL BE APPROVED BY THE TOWN DPW SUPERINTENDENT OR THE FIELD - i0 CATCH BASIN HOOD PATTERN NO.L202 FOR THE FULL DURATION O THE PHASE IN PROGRESS.TEMPORARY PAINTED OR REMOVABLE REPRESENTATIVE. O U) TAPE MARKINGS SHALL BE USED AS NECESSARY FOR ALL PHASES OF CONSTRUCTION. W/.CAST-IN HANGAR 9 POLICE OFFICER CONTROL I RAMP LENGTH _I LIMIT OF TRANSITION a Z CHANNEU7ATON CURB :2PAVEMENT MARKINGS TO COVER OR REMOVE 27 THE MAXIMUM SPACING BETWEEN CHANNEUZATION DEVICES(DRUMS OR CONES)SHALL BE LAIN CEMENT CONCRETE f PRECAST CONCRETE TO CONFORM 7 PORTABLE BREAKAWAY BARRICADE TYPE III CONSISTENT W H M.U.OD.REQUIREMENTS FOR THE POSTED SPEED LIMIT.THE MINIMUM SPACING RAMP REFERENCE TO ASTM C-478,CONC.OF FOR TAPERED SECTIONS SHALL BE 20'O.C. 4" LOAM �- \ POINT 4000 PSI AT 28 DAYS. 28.REFIJ:CIORIZED DRUMS USED TO MARK HAZARDS OVERNIGHT SI1ALL BE LEAN WITH & SEED z' NI 7.5%* MAX -- SUCH THAT THE REFLECTIVE TAPE IS CLEARLY VISIBLE -a_ -�RAMP OPENING 4 CO Z d n PAY LIMITS IN ROCK 29.FLASHING OR STEADY BURN WARNING LIGHTS SHALL ALSO BE USED ON BARRICADES, C WHEELCHAIR_ �Z JERSEY BARRIERS OR WHERE DIRECTED BY THE ENGINEER. SIDEWALK w u 6" EXCAVATION SHALL BE u RAMP H 0 e 6"BEYOND THE OUTSIDE 30.METAL DRUMS ARE PROHIBITED AS CHANNEUZATION DEVICES. FACE AND BOTTOM OF 31.PLAST C DRUMS WITH SOME FORM OF LIGHTING DEVICE MOUNTED ON THEM ARE NOT LEVEL ENTRANCE 2' fi" 6" 5'-O" 6 PERMITTED THE CRITERIA SET FORTH IN THE MASSDOT WORK ZONE SAFETY GUIDEUNES COMPACTED 3/4" THE PROPOSED SHALL BE USED FOR THE SELECTION OF APPROVED TRAFFIC CHANELIZATION DEVICES BLE 1.5%- FOR DRAINAGE DETECTABLE CRUSHED STONE STRUCTURE. AND�IP�LLTEE.LL DEVICESS SH ILL BE IN USED SHALLNBE APPROVED BY THE DPW.DEVICES NOT AND ALL REFLEC71VE TAPE SHALL BE APPROVED o WARNING PANEL _ 6'-O" SHALL BE REMOVED AND REPLACED BY THE CONTRACTOR. TYPICAL WHEELCHAIR RAMP DETAIL (WITH ONE CONTINUOUS DIRECTION OF TRAVEL) DOUBLE CATCH BASIN c N.T.S. N.T.S. 8 i PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: RLDTECI� 1 1 /20/2019 1630 W CONTRACT NO. 2020-026 ENGINEERING 15 OF 18 r 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CONSTRUCTION DETAILS PHONE: 781.933.4800 N TS FAX: 781.933.4801 E 4 PROP SCORE LINES PROP HMA DRIVE, WIDTH VARIES PROP SCORE LINES PROP HMA DRIVE, WIDTH VARIES SPACED EVENLY AT SAWCUT, MEET EXIST DRIVE SPACED EVENLY AT SAWCUT, MEET EXIST DRIVE AT 4 TO 5 FEET / EXIST. g EXIST. DRIVE �� "LEVEL LANDING" AT 4 TO 5 FEET / A « CROSS PROP.CEM. DRIVE / "LEVEL LANDING" CON FOR DRAINAGE LOPE CONC.SIDEWALKi A CEM. CONIC._' 7 RIGHT FOR DRAINAGE SDEWALKC 4D 5 qX 6 L� RIGHT 1.5% CROSS SLOPECEM / dV 7 y« �• �4r 5%MqX .. '�' Q• 7.5%* MAX SIDEWALK J « 6, �* �-�� 'y�� Q• y h� •�F, „� �• q S ,�' 2y LOAM & LEFT SIDE J / PROP.GRAN. ? J eT /� °� J SEED /' / SCORE LINE t`J�/� TRANSITION h\ y\ ° PROP.GRAN. h oo 'e` / SCORE LINE �`J2 �/ �y SRANSITION �/ �o� o� 1" LIP / TRANSITION RIGHT SIDE LOAM 1;W / 7.5/o* TRANSITION CURB y JFj ep 7.5%MAX. p �\ & SEED CURB 7.5%* / /� �— .( 4y�.0 1" LIP \ yV PROP. GRAN. CURB - �^- - - - _ 7 PROP. GRAN. CURB - - - - - - - _ W 6" REVEAL - CURB \'f J / ^�tOU uF kUAUWA'Y LiBN. CURB / oFSPRMARYODRIVE� 6" TYP. VARIES W 6- REVEAL / srAn°w/arrsEr ar �^ PROP. GRAN._ AT GUTTER B h J SwYMY O tlK AT WTRA � �4PROP " TYP. \4" (MIN.) I / A TRANSITION CURB \PROP. GRAN. TRANSITION PROP GRAN. CURBGRAN.CURB 1 " (MIN.) PROP GRAN. CURB I WIDTH OF DRIVEWAY RAMP** PROP GRAN TRANS. 1"LIP � CURB (7.5%MAX.) CORNER - TYPE A (R=2') CORNER - TYPE A _HIGH SIDE TRANS. DRIVEWAY WID H VARIES LOW SIDE TRANS.I (6"REVEAL) PROP GRAN. CURB `"^TMnFn R `UP *« GRAN TRANS. CURB (TYP.) _� (R=2') (TYP.) _ LIMITS OF CEMENT CONCRETE DRIVE VARIES 6'-6" I EDGE OF ROADWAY CORNER - TYPE A (R=2') CURB, 7.5%MAX. (TYP.) 1 (* ) _ LIMITS OF CEMENT CONCRETE DRIVE I 3-6" A DRIVEWAY REF.PT. 1 OF DRIVEWAY 3'-6" NOTES: MIN. ARIT ROADWAY MIN. Rill I ROADWAY - * CONSTRUCTION TOLERANCE t 0.5% DRIVEWAY LANDING R NOSES;_ DRIVEWAY LAND11 G11; - ** DRIVEWAY APRON WIDTHS SHALL BE ROADWAY DOWNGRADE - * CONSTRUCTION TOLERANCE f 0.5% IN ACCORDANCE WITH THE TOWN _ r1" LIP - ** DRIVEWAY APRON WIDTHS SHALL BE *1.5% 1" LIP REGULATIONS FOR NEW RESIDENTIAL IN ACCORDANCE WITH THE TOWN - ,I- {T REGULATIONS FOR NEW RESIDENTIAL rr DRIVEWAYS AND DRIVEWAY ADDITIONS 6" CEM. CONCJ' `1 6" CEM. CONIC. \ J �— AND APPROVED BY THE DPW 8" GRAVEL BORROW(WHERE DRIVEWAYS AND DRIVEWAY ADDITIONS `SECTION A-A 6" GRAVEL BORROW SUPERINTENDENT. SECTION B-B REQUIRED/DIRECTED BY DPW SUPERINTENDENT. T-O"MIN. VARIES - ROADWAY AND APPROVED . THE DPW NOT TO SCALE (WHERE REQUIRED/DIRECTED NOT TO SCALE SUPERINTENDENT) PATH OF TRAVEL RAMP _ BY DPW SUPERINTENDENT) HMA OR CEM. CONIC.DRIVEWAY +15°.(MAX %TO PROP HMA OR CEM, CONC, DRIVE, WIDTH VARIES ' 1"LIP / EXIST. DRIVE SAWCUT, MEET EXIST. *1.5%_ 15�� WARNING DETECTABLE / MAX WARNING PANEL. SEE "LEVEL LANDING" � LE rT' -� RIGHT 15% I/ MASSDT STANDARD FOR CROSS SLOPE DETAIL E107.6.5 / FOR DRAINAGE LEFT RIGHT GRASS / GRASS 6"CONCRETE h�` VARI B �. «'. . 8"GRAVEL BORROW ° / 7.5$* LE VARIABLE p* NOT TO SCALE MAX. °` 7.5%* MAX. I" OF // "�-1" LIP OF R AL1WAy � ANiie LUR4 off« o°°'M9X. DRIVE AT GUTTER) L6" (TYP.) MA •„ ° WIDTH OF DRIVEWAY RAMP SCURB PRIMARYO RAMP TAT PLAIN CEMENT CONCRETE I " EbGE OF ROADWAY **LEFT SDE ER-I 6 (TYP.) TRANSITION 5-0" **RIGHT SIDE _ LIMITS OF CEMENT CONCRETE RAMP TION 3 COURSES OF 2"HOT MIX s SAWCUT AND TACK W/ASPHALT ASPHALT(PAID UNDER ITEM 472.) EMULSION(TYP.) s ST RETAINING NG ROUNDED EDGE REVEAL(1"MAX.) 12" GRAVEL BORROW WALL PROP.6 INCH WIDE SPECIAL CONIC.CURB D+3� "EVEL LANDING" NTH DETECTABLE WARNING PANEL CAST IN PLACE.REFER TO ITEM 520.11 SUITABLE EXCAVATE w E (SEE E 107.6.SR) 1.5% SLOPE FOR DRAINAGE 8 MATERIAL,COMPACTED ¢ LEF RIGHT % EXIST.SIDEWALK D SIDEWALK yA« VA RIq E yfp CT� « 1�2" .j rPROP.WHEELCHAIR RAMP —oo„p ROAD .�• 5%*MqX LE *ti• DETECTABLE M/ PROP.SPECIAL CONCRETE CURB CAST IN PLACE "�' $, � WARNING PANEL �• REFER TO SPECIFICATION ITEM 520.11 \j\1"•S. PROPOSED iV -oob°"o°°"°- (SEE E 107.6.5R THIS ITEM SHALL BE USED AT THE BACK OF 2 DRAIN PIPE /5% WHEEL CHAIR RAMPS AND IN AREAS WERE THE 6"(TYP) MAX , — CHANGE IN THE BACK OF SIDEWALK GRADE CAN "'1°' NOT BE MODIFIED AND A RETAINING WALL CURB * rt SA Qfj/,QFF.$E7'OF �RA�ITJ= CURB OR FENCE WILL BE COMPRIMISED BY THE CHANGE o AUNT R1_TTEART PLAIN CEM. CONC. L1G (JF ROADWAY IN GRADE.CONC.CURBS SHALL BE INSTALLED AS LEFT SIDE TRANSITION I DIRECTED BY THE WATERTOWN DPW ONLY. SECTION A—A 0 5'-0" IRIGHT SIDE TRANSITION (T CURB REVEAL _ / MIN' (TYP.) / EXIST.RETAINING WALL PROP.SPECIAL CONC.CURB CAST IN A PLACE(FLUSH WITH TOP OF SIDEWALK) o OMITS OF CEMENT CONCRETE RAMP NOTES: EXIST * CONSTRUCTION TOLERANCE t 0.5% RETAINING PROP.GRANITE CURB I / WALL LOPE / 4IST. PROP. EXIST.ROAD SIDEWALK? WHEELCHAIR RAMP •� I L_Y L PROP.WHEELCHAIR I RAMP CONDITIONS ISOMETRIC VIEW I EXIST.ROAD yA r VARY REFER TO 3 DETAILS PLAN VIEW o PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 1 /20/201 g 1 3 1630 W RLDTCC I-i �� CONTRACT NO. 2020-026 ENGINEERING 16 OF 18 300 TRADE CENTER, SUITE 5580 SCALE: o �,� WOBURN, MASSACHUSETTS 01801 3 CONSTRUCTION DETAILS PHONE: 781.933.4800 N TS FAX: 781.933.4801 E 4 11+86.18 - HMA DRIVEWAY RT 20 20 16 16 2.0% 2.0% 40'/a_ , - - - - - - - - - 12 — 12 8 M 8 LC) Lo CV GV � r 412 -8 -4 0 4 8 12 16 20 24 28 32 364 11+26.29 - CEM. CONC. WALK RT 20 20 16 16 12 =2 o xo 2ox0 1. /o i - - - - - 12 8 ti 8 � o CV GV � r r 412 -8 -4 0 4 8 12 16 20 24 28 32 364 s 3 10+56 20 20 16 16 2 -I 8 N 8 • HOR.SCALE IN FEET `a 4 0 4 8 3 -36 -32 -28 -24 -20 -16 -12 -8 -4 0 4 8 12 16 20 24 28 32 364 4 VER.SCALE IN FEET 8 8 PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 W �RLDTCCI� 1 1 /20/201 9 1630 CONTRACT NO. 2020-026 ENGINEERING 17 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CRITICAL CROSS SECTIONS PHONE: 781.933.4800 1 " = 4' FAX: 781.933.4801 E 4 14+50 28 28 24 24 20 20 16 Lo 16 co N 0606 � 'r"1�36 -32 -28 -24 -20 -16 -12 -8 -4 0 4 8 12 16 20 24 28 32 36 2 13+50 20 20 :1 16 co 12 Lo 12 0000 ch cli 836 -32 -28 -24 -20 -16 -12 -8 -4 0 4 8 12 16 20 24 28 32 4 s 12+11.80 - HMA DRIVEWAY RT 3 20 20 16 16 2 � f- 12 12 8 N 8 CO 1� HOR.SCALE IN FEET N N 4 0 4 8 s 4 4 4 0 4 8 -12 -8 -4 0 4 8 12 16 20 24 28 32 36 VER.SCALE IN FEET 8 PREPARED FOR: TITLE: WATERTOWN 2020 ROAD REHABILITATION PROJECT PHASE II PREPARED BY: DATE: SHEET: 3 W �RLDTCCI� 1 1 /20/201 9 1630 CONTRACT NO. 2020-026 ENGINEERING 18 OF 18 € 300 TRADE CENTER, SUITE 5580 SCALE: WOBURN, MASSACHUSETTS 01801 CRITICAL CROSS SECTIONS PHONE: 781.933.4800 1 " = 4' FAX: 781.933.4801 E 4 Town of Watertown Department of Public Works Roadway Rehabilitation and Related WorkPhase II Contract No. 2020-026 ATTACHMENT C STORMWATER TRENCH CONSTRUCTION DETAILS last modified:11/18/19 printed:11/18/19 by eh K:\Projects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway III mprovements\Drawin s\15145 ST.dw P I TREE TRENCH-4 TREE TRENCH-5 0 8( 24 PIERMONT STREET J 21 PIERMONT STREET P-3 NO TREE Gymnocladus d ioicus'Espresso' SCALE IN FEET Kentucky Coffee Tree LENGTH:38' LENGTH:50' WIDTH:8' WIDTH:8' _ w W — ❑ w w w U) 2 Y cjC U Q QLi w Z LL_ � GRANT AVE rEE TREETRENCH-3 53 PIERMONT STREET Gleditsia triacanthos inermis'Shademaster' Honeylocust LENGTH:42' WIDTH:8' u - ❑ TREE TRENCH-1 CL68 ENCH-2 73 PIERMONT STREET ONT STREET 7_74— LENGTH:40' cum ssp.ginnala'Beethoven' WIDTH:8' le REMOVE AND REUSE P-130' EXISTING TREE TAPPAN AVE r=, . — Project Number: 11e,111 For: Plan Set. Town of Watertown 2020 ROADWAY REHAB & RELATED WORK Horsley Witten Group,Inc. 15145G 124 orchard street 1��E] Sustainable Environmental Solutions www.horsleywitten.com f Watertown,MA PHASE II CONTRACT NO. 2020-026 90 Route 6A Phone.(671)972-6420 - WATERTOWN, MASSACHUSETTS Sandwich,MA sheet Number: Fax:--- 508-833-6600 voice voice � 508-833-3150 fax 1 <b o v Plan Title: Pcr cne°``� PIERMONT STREET LOCUS Date: °e='9"ed By: Dr.—By: °peeked By: NOVEMBER 2019 ALNJCB ALA RAC last modified:11/18/19 printed:11/18/19 by eh K:\Projects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway Improvements\Drawings\15145 ST.dwq NO TES: LIMIT 73 PIERMONT STREET 1. LIMIT OF CONCRETE SIDEWALK AND LOCATION OF CURB TO MATCH ROADWAY REHABILITATION PLAN 0 10 BY OTHERS STORMWATER TREE TRENCH - 1 1 J 1 2. VERIFY GROUNDWATER IS AT BOTTOM OF SYSTEM: 102.29' SCALE IN FEET LEAST 6.5 FT BELOW RIM OF AREA: 320 SF CORRESPONDING CATCH BASIN SEE STORMWATER TREE TRENCH CROSS SECTION FOR PIPE CONNECTION (TYP) PROPOSED CB CO' RIM: 108.21' 8" INV OUT: 105.01' 8" SCH-40 PVC INV OUT: 104.34' ASPHALT DRIVEWAY � 40' - � 3' MIN OOO ------'-/. / *So ° •-CO CONC WALK 3' MIN Ti 7 CONC WALK ----8 �. ' 4r p •••• ••••• o GRASS/ .. •,� � PERFORATED 8" SCH-40 PVC PIPE 10' LENGTH: 42 LF 6"W Cl— W W W O s $"SVC s SPIERMONT STREET D 1o°D D D � D D ) D — D D — 6"PL L.P.— G - - G O - G - G "= 30' —' ' ' GRASS •'.4' GFtP ° ° O S CONC WALK 3' MIN` —� J 3' MIN - -i S STORMWATER TREE TRENCH -2 BOTTOM OF SYSTEM: 102.40' v AREA: 240 SF o= v PROPOSED CB RIM: 108.52' 8" INV OUT: 104.82' \ 8" SCH-40 PVC INV OUT: 104.15' RIGHT OF WAY (TYP) � PERFORATED 8" SCH-40 PVC PIPE LENGTH: 40 LF 68 PIERMONT STREET Project Number: Preparetl For: Plan Set: Town of Watertown 2020 ROADWAY REHAB & RELATED WORK Horsley Witten Group,Inc. 15145G 124 orchard Street 2830 Sustainable Environmental Solutions www. ywitten.com Watertown,MA PHASE II CONTRACT NO. 2020-026 90 Routeute 6A 6A Phone.(571)972-6420 _ WATERTOWN, MASSACHUSETTS Sandwich,MA eet sh Number: Fax:--- 508-833-6600 voice voice 508-833-3150 fax Plan Title: 2 °• F TREE TRENCHES 1 & 2 Date Oesl9"eC By Drawn By: °he°ked By NOVEMBER 2019 ALNJCB ALA RAC last modified:11/18/19 printed:11/18/19 by eh K:\Projects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway Improvements\Drawings\15145 ST.dwq NOTES: 1. LIMIT OF CONCRETE SIDEWALK AND LOCATION OF CURB TO MATCH ROADWAY REHABILITATION PLAN 0 1C BY OTHERS J 1 2. VERIFY GROUNDWATER IS AT SCALE IN FEET LEAST 6.5 FT BELOW RIM OF CORRESPONDING CATCH BASIN 53 PIERMONT STREET PROPOSED CB RIM: 107.41' 8" INV OUT: 103.81' 8" SCH-40 PVC INV OUT: 103.14' 1 PERFORATED 8" SCH-40 PVC PIPE LENGTH: 50 LF I STORMWATER TREE TRENCH -3 BOTTOM OF SYSTEM: 101.39' AREA: 336 SF I— --� 3' M I N \GRASS3' M I N o � N CPHAI T CONIC WALK S 8 So O 411 ------- h� 10' = 42' -I W W W W C,rW Cl— W 0 S S -8"S VC— D D D D D D D D —10"D C PIERMONT STREET G G S O � G 6"PL L.P.— GRASS- GRASS CONC WALK ASPHALT CONC WALKDRIVEWA I RIGHT OF WAY (TYP) I 48 PIERMONT STREET Project Number: Preparetl For: Plan Set: Town of Watertown 2020 ROADWAY REHAB & RELATED WORK Horsley Witten Group,Inc. 15145G 124 orchard Street 2830 Sustainable Environmental Solutions www. ywitten.com - Watertown,MA PHASE II CONTRACT NO. 2020-026 90 Routeute 6A 6A Phone.(571)972-6420 - _ WATERTOWN, MASSACHUSETTS Sandwich,MA eet sh Number: Fax:--- 508-833-6600'.ice voice 508-833-3150 fax 3 E b Plan Title: TREE TRENCH 3 Date Oesl9oe Orzwn By Checked By NOVEMBER 2019 ALAIJCB JCB ALA RAC last modified:11/18/19 printed:11/18/19 by eh K:\Projects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway Improvements\Drawings\15145 ST.dwq NOTE: I LIMIT OF CONCRETE SIDEWALK AND LOCATION OF CURB TO MATCH ROADWAY REHABILITATION PLAN BY OTHERS 0 1C 25 PIERMONT STREET 21 PIERMONT STREET J SCALE IN FEET PROPOSED CB RIM: 101.47' 8" INV OUT: 97.92' 8" SCH-40 PVC INV OUT: 97.25' STORMWATER TREE TRENCH -4 BOTTOM OF SYSTEM: 96.00' PERFORATED 8" SCH-40 PVC PIPE AREA: 400 SF LENGTH: 50 LF �-- 3' MIN ' - - 3' MIN 50 / o �o BIT WALK BIT WALK `& 1 •o • �Oo GRASS ♦♦•. .♦. ♦ ♦ .♦4 ♦•I GRASS ♦ I.` .•.♦♦ any/w ........i ., -t 10 6°W C1 W W W W O PIERM,ONT STREET —8"S VC S S S S 10"D) D D D D D D D O —6"PL L.P. G G G G GRASS � .........•, ��i� \�r l„ „/,,,/,,,/,,,/„ GRASS CONIC WALK o o 46 O° CONC WALK 3' MIN - _ - 38'' _ _ - 3' MIN STORMWATER TREE TRENCH -5 J BOTTOM OF SYSTEM: 96.35' AREA: 304 SF NO TREE PROPOSED 1 PROPOSED CB RIM: 101.72' 8" INV OUT: 98.77' 8" SCH-40 PVC INV OUT: 98.10' PERFORATED 8" SCH-40 PVC PIPE 1 LENGTH: 38 LF Project Number: Prepared For: Plan Set: Town of Watertown 2020 ROADWAY REHAB & RELATED WORK Horsley Witten Group,Inc. 15145G 124 orchard Street 2830 Sustainable Environmental Solutions www. ywitten.com Watertown,MA PHASE II CONTRACT NO. 2020-026 90Route Route 6A6A Phone.(671)972-6420 ' WATERTOWN, MASSACHUSETTS Sandwich,MA sneer Number: Fax:--- 508-833-6600'.ice voice �- 508-833-3150 fax 4 A e 9 Plan Title: TREE TRENCH 4 & 5 Date Deel9nedBY: I Dr.—By CneckedBy NOVEMBER 2019 ALA/JCB ALA RAC last modified:11/18/19 printed:11/18/19 by eh K:\Pro'ects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway Improvements\Drawin s\15145 ST.dw NOTE: LIMIT OF CONCRETE SIDEWALK AND LOCATION OF CURB TO MATCH ROADWAY REHABILITATION PLAN BY OTHERS 0 5C � � I SCALE IN FEET .0 W F " W z 410 LOOMIS AVENUE IF- TREE TRENCH 6 14 LOOMIS AVENUE Ulmus americana 'Princeton' American Elm LENGTH: 25' WIDTH: 8' Project Number: Prepared For: - Plan Set: Town of Watertown 2020 ROADWAY REHAB & RELATED WORK Horsley Witten Group,Sustainable En ions 15145G 124 orchard Street 1��E] Environmental Solutions www.horsleywitten.com watertown,MA PHASE II CONTRACT NO. 2020-026 90 Route 6A f Phone.(671)972-6420 _ WATERTOWN, MASSACHUSETTS Sandwich,MA eet sh Number: Fax:---- 508-833-6600 voice voice 508-833-3150 fax 5 -_ Plan Title: sae°`' LOOMIS AVENUE LOCUS Date: Desi9nedBy: Drawn By: Checked By: NOVEMBER2019 ALArJCB ALA RAC last modified:11/18/19 printed:11/18/19 by eh K:\Pro'ects\2015\15145 Watertown On-Call GI\15145G 2020 Roadway Improvements\Drawin s\15145 ST.dw NOTES: 1. LIMIT OF CONCRETE SIDEWALK AND REMOVE AND REUSE LOCATION OF CURB TO MATCH EXISTING SIGN ROADWAY REHABILITATION PLAN 0 8C BY OTHERS T J 1 2. PRIOR TO EXCAVATING AT 42&45 EE SCALE IN FEET FRANK STREET AND 242 N BEACON STREET,CONTACT NATIONAL GRID Lo .7G AT 1-877-304-1209. TREE TRENCH 10 242 N BEACON STREET REMOVE AND REUSE Ulmus x'Morton' EXISTING TREE Accolade Elm LENGTH: 35' WIDTH: 7' TREE TRENCH 8 42 FRANK STREET TREE TRENCH 9 LENGTH: 20' 45 FRANK STREET WIDTH: 8' Ginkgo biloba 'Autumn Gold' Ginkgo LENGTH: 25' WIDTH: 8' z � I D o0 �m y m O D m i' z r U) Cn m TREE TRENCH 7 17 FRANK STREET Acer tataricum ssp. ginnala 'Beethoven' t' Amur Maple LENGTH: 25' WIDTH: 8' Rt Pit I� Project Number: Prepared For: - Plan Set: Horsley Witten Group,Inc. Town of Watertown 1B3� 2020 ROADWAY REHAB & RELATED WORK Sustainable Environmental Solutions 1 5145G 124 Orchard Street -. Watertown,MA - PHASE II CONTRACT NO. 2020-026 90 Route 6A rsleywitten.com f Phone.(671)972-6420 Sandwich,MA 02563 she Number Pax:---- WATERTOWN, MASSACHUSETTS 508-833-6600 voice 508-833-3150 fax 6 -_ Plan Title: ` FRANK STREET& N BEACON STREET LOCUS NOVEM°ate BER 2019LAI°eZZ"JCBBY: °rewA °heckedBy ALA RAC Q 3 a F co LO v CrT c TREE PLANTING CLEANOUT (SEE PLAN) (SEE DETAIL) i NON-WOVEN GEOTEXTILE AROUND TREE CONCRETE SIDEWALK o 8" PERFORATED PLANTING SOIL AND GRAVEL TOP AND SIDES 8"GRAVEL SUBBASE m SCH-40 PVC PIPE 3 a 0 fr CD o \�� TREE /\/\ x SOIL \ TYPE B GRAVEL BORROW x x x 0 Was.., I�coo 0%SLOPE 000e Wog ° o d�oc'oo Aj:eoo v o0or Cboo\ I BOTTOM OF TRENCH SET LEVEL 0%SLOPE �W�oo cpmlbo c 0 da;Q;oo 1z"WASHED CRUSHED STONE 0 Sa Wool rb W o oWo 0 ofboW oo �ioq.o -------------- -- 2 — — OUTLET PIPE TO DRAINAGE 3"OF$"WASHED PEA GRAVEL SYSTEM BY OTHERS US (SEE SCHEDULE) TREE TRENCH PROFILE 0 NOT TO SCALE U U) O Y t N s d c Q _rn co Title: Project: Prepared For: Design By: Town of Watertown 16ao Horsley Witten Group,Inc. TREE TRENCH PROFILE 2020 ROADWAY REHAB & RELATED WORK 124 Orchard street Sustainable Environmental Solutions Watertown,MA it[en.com PHASE II CONTRACT NO. 2020-026 Phone.ifi„19,z-64zo 90 Route 6A a Sandwich,MA 02563At WATERTOWN, MASSACHUSETTS Fax: Sandwich, _ 508-833-6600 voice Project: 15145G Sheet: Date: NOVEMBER 2019 cudo�T 508-833-3150 fax �[E m Design By: ArAucB Drawn By: ALA Checked By: RAC a 3 a N a C l6 0 N INFILTRATION TRENCH SCHEDULE: E > Trench Trench Tree Pit Tree Pit Perforated Length of Top Elevation 3/4" Bottom Elevation Catch Basin Outlet Pipe Outlet Pipe Depth Bottom Elevation Pea Gravel 2Location BMP Length Width Length Width Invert Perforated Pipe(ft) Pipe Size Perforated Washed Crushed 3/4"Washed E Rim(ft) Elevation(ft) Size(in) (ft) IN (ft) (ft) (in) Pipe(ft) Stone A (ft) Crushed Stone (ft) 3 73 Piermont Street TT 108.21 105.01 8 40 8 10 4 104.34 8 40 105.34 2 102.34 102.09 m 68 Piermont Street TT 108.52 104.82 8 30 8 10 4 104.15 8 42 105.15 1.5 102.65 102.40 53 Piermont Street TT 107.41 103.81 8 42 8 10 4 103.14 8 45 104.14 1.5 101.64 101.39 N 21 Piermont Street TT 101.47 97.92 8 50 8 10 4 97.25 8 50 98.25 1 96.25 96.00 � N 24 Piermont Street TT 101.72 98.77 8 38 8 10 4 98.10 8 38 99.10 1.5 96.60 96.35 O 14 Loomis Avenue TT Fieldverify Field verify Field verify 25 8 10 4 Outlet pipe elevation-outletpipesize 8 *28 Inv.Perf Pipe+1' 2 Inv.Perf Pipe-"A" Bot.crushed stone-0.25' rn 17 Frank Street TT Fieldverify Field verify Field verify 25 8 10 4 Outlet pipe elevation-outletpipesize 8 *28 Inv.Perf Pipe+1' 2 Inv.Perf Pipe-"A" Bot.crushed stone-0.25' LO 42 Frank Street TT8 Field verify Field verify Field verify 20 8 10 4 Outlet pipe elevation-outletpipesize 8 *24 Inv.Perf Pipe+1' 2 Inv.Perf Pipe-"A" Bot.crushed stone-0.25' C9 45FrankStreet TT9 Field verify Field verify Field verify 25 8 10 4 Outlet pipe elevation-outletpipesize 8 *28 Inv.Perf Pipe+1' 2 Inv.Perf Pipe-"A" Bot.crushed stone-0.25' U 242 N Beacon Street Tr 10 Field verify Field verify Field verify 35 7 10 4 Outlet pipe elevation-outletpipesize 8 *38 Inv.Perf Pipe+1' 2 Inv.Perf Pipe-"A" Bot.crushed stone-0.25' c O c 3 0 r d to uO DEPTH TO u� TEST PITS SOIL TYPE GROUNDWATER N DTP-1 Fill/Silt Loam 62"+(verity) DTP-2 Silt Loam 50" 1n ITP-3 Silt Loam 75" ITP-4 Medium Sand 75"+(verify) a ITP-5 Loamy Sand/Sand 80"+ Y t Q rn v d c .Q rn co Title: Project: Prepared For: Design By: Town of Watertown 1--- Horsley Witten Group,Inc. TREE TRENCH SCHEDULE 2020 ROADWAY REHAB & RELATED WORK 124 omhard St reel Sustainable Environmental Solutions ID PHASE II CONTRACT NO. 2020-026 Phone:87)972-6420 90 Route Sq itten.com a Sandwich,MA 02563 E WATERTOWN, MASSACHUSETTS Fax:- 508-833-6600 voice N Project: 15145G Sheet: 8 Date: NOVEMBER2019 508-833-31501- 6 Design By: ALNJCB Drawn By: uA Checked By: RAC Q 3 a F LO v Cr1 c 3 m c TYPICAL CONNECTION (SEE CROSS SECTION) A! —B n CURB PER 2020 REHABILITATION E LI_L ROADWAY PLAN LI_L 0.5' LI_L r BY OTHERS - i 10, 0 0 . . . . . . . . . . . . . . . . . . . . . o . �.. . . t 10'x4'TREE PIT . . . . N O � N 35' . ."4' .6"LOAM AND SEED, '.`.'.'. (SEE 2020 ROADWAY `�,�' . . . . . . . . REHABILITATION a la.. - •. = • 4 4. .. a U ROADWAY PLAN a .• ° a• a CONC.SIDEWALK •; ; J�• 4'— 3.5'BY OTHERS) " _ _ _ _ —�- - - - - - - - - - — �- - 8''PERFORATED�F - - - - - - - - -3'(TYP.) f2'(TYP.) 0 SCH-40 PVC PIPE SEE SCHEDULE CLEANOUT(TYP.) _A _B SEE DETAIL 0 N y TREE TRENCH PLAN VIEW a NOT TO SCALE Y t N s d c Q _rn co Title: Project: Prepared For: Design By: Town of Watertown 16ao Horsley Witten Group,Inc. 2020 ROADWAY REHAB & RELATED WORK 124 Orchard street Sustainable Environmental Solutions TREE TRENCH PLAN VIEW Watertown,MA it[en.com . .LDPHASE II CONTRACT NO. 2020-026 Phone.ifi„19,z-64zo 90 Route 6A a Sandwich,MA 02563 WATERTOWN, MASSACHUSETTS Fax:---- _ 508-833-6600 voice At N Project: 15145G Sheet: s Date: NOVEMBER 2019 cudo�T 508-833-3150 fax �[E m Design By: ArAucB Drawn By: ALA Checked By: RAC CURB PER 2020 ROADWAY - Q REHABILITATION PLAN 3 a co PROPOSED CATCH BASIN— 1"SIDEWALK REVEAL(TYP.) v LOCATION VARIES,SEE PLAN 4"THICK CONCRETE SIDEWALK 8"GRAVEL SUBBASE Q 3 / CONC.SIDEWALK CATCH BASIN RIM (SEE SCHEDUL PLANTING' 4' o SOIL E 2'-6"MIN. TYPE B GRAVEL m BORROW \/\/ %TOP;"WASHED CRUSHED STONE o EXISTING o00 0 o`T o 0 oa'oo o\�\\ \� (SEE SCHEDULE) o OUTLET PIPE' - o 0 1' 3' /i. ,\\;INV T PSIF IRT-ED PIPE !/ � . , ED LE) DEPTH"A" } �o a (SEE SCHEDULE)aoa,0000 BOTTOM 4"WASHED CRUSHED STONE m HOOD 3" \j \�� (SEE SCHEDULE) \ BOTTOM OF PEA GRAVEL p CULTEC NO.410 NON-WOVEN —1 �— 0.5'� �i 8' TYP � (SEE SCHEDULE) 3 GEOTEXTILE OR EQUAL ON i \SEE NOTE 0 'TOP&SIDES OF STONE LEVEL,STABLE SUBGRADE s WASHED PEA GRAVEL MIN. 1' o3 g SCARIFIED TO 3"DEPTH. DO NOT COMPACT. "8 SCH-40 PERFORATED NOTE: — ESTIMATED SEASONAL US FOR TREE TRENCH 10,WIDTH OF CRUSHED PVC PIPE HIGH GROUNDWATER N STONE AND PEA GRAVEL WIDTH=7'.GAS 12"WASHED CRUSHED STONE A) LINE APPROX 8.5'FROM PROPERTY LINE. 2 Y TREE TRENCH CROSS SECTION A-A' s NOT TO SCALE rn ib -a Q _rn co Title: Project: Prepared For: Design By: TREE TRENCH Town of Watertown 163o Horsley Witten Group,Inc. 2020 ROADWAY REHAB & RELATED WORK 124 Orchard Street Sustainable Environmental Solutions LD CROSS—SECTION A—A' waterto-,Mn www.horsleywitten.com PHASE II CONTRACT NO. 2020-026 Phone.(671)972-642� Sa Route 6A ndwich MA 02563 WATERTOWN, MASSACHUSETTS Fax:---- _ 508-833-6600 voice At N Project: 15145G Sheet: 10 Date: NOVEMBER 2019 cu"oRT 508-833-3150 fax �[E m Design By: ALAucB Drawn By: ALA Checked By: RAC 1\ y� 1 v TREE PLANTING 2 (SEE LOCUS PLAN FOR TYPE AND LOCATION) Q 1"SIDEWALK REVEAL(TYP.) c 4"THICK CONCRETE SIDEWALK REMOVE AND REPLACE EXISTING 8"GRAVEL SUBBASE 6"VERTICAL CURB E CONIC.SIDEWALK 0 n //' 3.5' �/�12"�X 2'-6"MIN. CD E EL CD CULTEC NO.410 NON-WOVEN "�"�"��/\. B RROW N GEOTEXTILE OR EQUAL ON TREE SOILNTING 0 TOP AND SIDES OF STONE TOP WASHED CRUSHED STONE y�o �cpDO o tpoo < �����\� (SEE SCHEDULE) o 4 1' 318 11'WASHED CRUSHED STONE C In PERFORATED PIPE m DEP7 "A" i o� \�/�\�/��, (SEE SCHEDULE) U 11q�� I J o (S o �wDoo o8`�doCbco.. BOTTOM 4"WASHED CRUSHED STONE c 3"' ULE \�j., (SEE SCHEDULE) 0.5' �� \��i�7.5'"/ \ �� BOTTPt 9F PEA GRAVE 3: SEE NOTE' v J 3.,WASHED PEA GRAVEL MIN. 1 LEVEL,STABLE SUBGRADE — ' SCARIFIED TO 3"DEPTH. 17 DO NOT COMPACT. — ESTIMATED SEASONAL A) NOTES: 8"SCH-40 PERFORATED PVC PIPE— HIGH GROUNDWATER 0 2 1. PLANTING SOIL DEPTH AND TYPE B GRAVEL BORROW Y DEPTH VARIES BASED UPON TOP OF 4"WASHED CRUSHED STONE AND PROPOSED SIDEWALK GRADE. 2. FOR TREE TRENCH 10,WIDTH OF CRUSHED STONE s AND PEA GRAVEL WIDTH=7'.GAS LINE APPROX 8.5' FROM PROPERTY LINE. TREE TRENCH CROSS SECTION B-B' °D NOT TO SCALE -a c Q _rn co Title: Project: Prepared For: Design By: TREE TRENCH Town of Watertown 163o Horsley Witten Group,Inc. 2020 ROADWAY REHAB & RELATED WORK 124 Orchard Street Sustainable Environmental Solutions CROSS—SECTION B—B' waterto-,Mn www.horsleywitten.com PHASE II CONTRACT NO. 2020-026 Phone.(671)972-642� Sa Route 6A ndwich MA 02563 WATERTOWN, MASSACHUSETTS Fax:---- _ 508-833-6600 voice At N Project: 15145G Sheet: 11 Date: NOVEMBER 2019 cu"oRT 508-833-3150 fax �[E m Design By: ALAucB Drawn By: ALA Checked By: RAC Q 3 a F v CAST IRON CLEANOUT COVER MOUNTED FLUSH WITH SIDEWALK 4"PVC THREADED CAP CONCRETE SIDEWALK 4"DIA.(MIN)PVC PIPE (SEE 2020 ROADWAY o REHABILITATION PLAN) r 4" GRAVEL SUBBASE 1' TYPE B GRAVEL BORROW \//\ 0 8"PERFORATED SCH-40 PVC PIPE fr VARIES \ \\ \\ \\ \\ \\ \ \ 0 12 WASHED CRUSHED STONE CD N 3"WASHED PEA GRAVEL v o 0 CO) 0 0 — o�0 0o o VARIES \/\\/\\/\\/ 0 00 3" CONNECTION TO UNDERDRAIN PIPE ELBOW ADAPTER FOR 8"PVC 6 UNDERDRAIN PIPE TO 4"CLEANOUT 1_- ZZ - 0 N y U U) 2 CLEANOUT DETAIL FOR TREE TRENCH Y NOT TO SCALE s rn ib Q _2 co Title: Project: Prepared For: Design By: Town of Watertown i6ao Horsley Witten Group,Inc. CLEANOUT DETAIL 2020 ROADWAY REHAB & RELATED WORK 124 Orchard Street Sustainable Environmental Solutions Watertown,MA www.horsleywitten.com PHASE II CONTRACT NO. 2020-026 Phone:ifi„19,2-6420 90 Route 6A a Sandwich,MA 02563 E WATERTOWN, MASSACHUSETTS Fax:---- _ 508-833-6600 voice Project: 15145G Sheet: 12 Date: NOVEMBER 2019 f 508-833-3150 fax we coax m Design By: ALAucB Drawn By: AAA Checked By: RAC PLANT TREE PLUMB- PRUNE l I I BROKEN OR DEAD BRANCHES AS DIRECTED BY LANDSCAPE \I ARCHITECT. DO NOT CUT LEADER. I NYLON GUY WEBBING-STAPLE OR co TIE TO STAKE co 3-2"x3"xVARIES WOOD STAKES TO FIRST WHORL OF BRANCHES @ 120 DEGREE \� INTERVALS AND PLACED PLUMB. 3 DO NOT PUT STAKES THROUGH ROOTBALL / ROOT FLARE AT GRADE DO NOT BURY OR PILE MULCH ° 3"SHREDDED MULCH RING 2.5-3' m RADIUS FROM TRUNK REMOVE TOP THIRD OF BURLAP AT 0 f \ ROOTBALL CD C11 4'0" MIN. �I SCARIFY SIDE WALLS AND BOTTOM OF TREE PIT 4" DEEP \ 2"-4"SOIL BERM c; +� GRADE 0 lo 5fl TREE PLANTING SOIL APPROVED SUBGRADE TO" MIN. 12" _ 8 a 1MIN.US a 0 N y U o - - 2 x DIAMETER OF ROOTBALL Y NOTES: s 1. ALL TREES WITHIN 5'-0"OF WALKWAYS AND SIDEWALKS TO HAVE A 6'-8"STANDARD BRANCHING HEIGHT. 2. REMOVE ALL PLANT TAGS. TREE PLANTING DETAIL NOT TO SCALE co Title: Project: Prepared For: Design By: Town of Watertown i5a Horsley Witten Group,Inc. TREE PLANTING DETAIL 2020 ROADWAY REHAB & RELATED WORK 1240rchard Street Sustainable Environmental Solutions Watertown,MA www.horsiywitten.com PHASE II CONTRACT NO. 2020-026 Phone.ifi„19,2-6420 90 Route 6A a Sandwich,MA 02563 WATERTOWN, MASSACHUSETTS Fax:---- _ 508-833-6600 voice At N Project: 15145G Sheet: 13 Date: NOVEMBER 2019 f 508-833-3150 fax we coax m Design By: ALAucB Drawn By: ALA Checked By: RAC