davis street culvert replacement project

148
Bid Documents Davis Street Culvert Replacement Project ADAMS BID # 21-006 Prepared for Town of Adams Prepared by Hill Engineers, Architects, Planners, Inc. Dalton, Massachusetts

Upload: others

Post on 04-Oct-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Bid Documents

Davis Street Culvert Replacement Project

ADAMS BID # 21-006

Prepared for Town of Adams

Prepared by Hill Engineers, Architects, Planners, Inc.

Dalton, Massachusetts

TABLE OF CONTENTS

Invitation for Bids i DIVISION 0 – BIDDING DOCUMENTS Bid Form 2 Bid Bond & Certificate as to Corporate Principal 3 Agreement 5 Performance Bond & Certificate as to Corporate Principal 8 Tax Affidavit 10 Noncollusion Affidavit 11 Nondiscrimination Affidavit 12 Certification of Bidder Regarding Equal Employment Opportunity 13 Labor & Material Bond & Certificate as to Corporate Principal 14 Notice of Award 16 Notice to Proceed 17 Application for Payment 18 Change Order 19 Certificate of Substantial Completion 21 Statement of Compliance 22 Certificate of Final Acceptance 23 DIVISION 1 – GENERAL REQUIREMENTS 24 DIVISION 31 – EARTHWORK DIVISION 32 – EXTERIOR IMPROVEMENTS DIVISION 33 -- UTILITIES A – STATE PREVAILING WAGE RATES B – ORDER OF CONDITIONS C – DRAWINGS

INVITATION FOR BIDS

The Town of Adams, Massachusetts, acting through its Community Development Department, invites sealed bids for:

DAVIS STREET CULVERT REPLACEMENT PROJECT

Davis Street culvert project, located on Davis Street over Southwick Brook near the intersection of Lime Street involves the demolition and removal of the remnants of the existing 5’ diameter culvert and the construction of a new 9’-6” concrete open bottom box culvert. The project also includes the reconstruction and repaving of the approaches. A pre-bid conference and site walk will be held at the project site (Davis Street) on Wednesday, June 2, 2021 at 11:00 AM. Contact Design/Engineer: Hill Engineers, Architects, Planners, Inc., 50 Depot Street, Dalton, MA 01226, (413) 684-0925 (Attn: Dan Lovett or Jeff Randall) with questions regarding plans and specifications. Bid documents, including Plans and Specifications for the proposed work, may be obtained electronically on or after May 26, 2021 by contacting the Community Development Department at 413-743-8300 x131 or via email at [email protected]. Bids will be accepted at the Town Administrator’s Office, 8 Park Street, 2nd Floor, Adams, MA 01220 or can be hand delivered to the drop box in front of Adams Town Hall until 4:00 PM Thursday, June 17, 2021, at which time they will be publicly opened and read. Wage Rates are subject to the minimum wage rates per M.G.L. c. 149, §§26 to 27D. A bid bond or certified check in the amount of five percent (5%) of the total bid must accompany the bid. Bidders must use the approved bid form and mark: “ADAMS BID #21-006: DAVIS STREET CULVERT REPLACEMENT PROJECT” on the outside of the sealed envelope. This project is subject to the provisions of M.G.L. c. 30, §39M. The Town of Adams reserves the right to waive any informality and to reject any or all bids if deemed to be in the best interest of the Town. Minority and Woman-owned businesses are encouraged to submit bids. All bids will receive consideration without regard to race, color, religion, national origin, sex, age, sexual orientation, or disability. The Town is an Affirmative Action/Equal Opportunity Employer. Funding for this project is provided by Town funds. The Berkshire Eagle Publication Date: May 25, 2021

ii

DIVISION 0 – BIDDING DOCUMENTS

1

2

BID FORM

BID FORM

Project: ADAMS BID #21-006 DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts

To the Awarding Authority: A. The Undersigned proposes to furnish all labor and materials required for the Davis Street Culvert

Replacement Project in Adams, Massachusetts, in accordance with the accompanying plans and specifications prepared by Hill Engineers, Inc. for the contract price specified below, subject to additions and deductions according to the terms of the specifications.

B. This bid includes addenda numbered _____. C. The proposed contract price is dollars ($ ).

D. The undersigned agrees that, if he/she is selected as general contractor, he/she will within five days,

Saturday, Sundays and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price.

The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and make without collusion or fraud with any other person. As used in this subsection the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder.

Date __________________ ___________________________________ (Name of Bidder) By_________________________________ (Name of Person Signing Bid and Title) _______________________________________ (Business Address) ____________________________________ (City and State)

(If a corporation, attach to each signed Contract a notarized copy of the corporate vote authorizing the signatory to sign this Contract.)

3

BID BOND & CERTIFICATE AS TO CORPORATE PRINCIPAL

BID BOND Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts

KNOW ALL MEN BY THESE PRESENTS, that I/we the undersigned , hereinafter referred to as the "PRINCIPAL", and a corporation organized under the laws of the State of or Commonwealth of , and authorized to transact business in the Commonwealth of Massachusetts as the "SURETY", are held and firmly bound unto the TOWN of ADAMS, a municipal corporation in the Commonwealth of Massachusetts, hereinafter referred to as the "MUNICIPALITY", in the penal sum of ($ ), lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT

WHEREAS the PRINCIPAL has submitted the accompanying bid, dated for

NOW THEREFORE, if the PRINCIPAL shall not withdraw said bids within the period specified therein after the opening of the same, or, if no period be specified, within sixty (60) days after the said opening, and shall within the period specified therefore, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a WRITTEN CONTRACT with the MUNICIPALITY in accordance with the BID as accepted and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such CONTRACT; or in the event of the withdrawal of said BID within the period specified, or the failure to enter into such CONTRACT and each such bond within the time specified, if the PRINCIPAL shall pay the MUNICIPALITY the difference between the amount specified in said BID and the amount for which the MUNICIPALITY may procure the required work or supplies or both. If the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. PARTNERSHIP PRINCIPAL Business Address By (SEAL) CORPORATE PRINCIPAL Business Address

4

IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 2021, the name and corporate seal of each corporate party hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of: INDIVIDUAL PRINCIPAL Business Address (SEAL) By Title (CORPORATE SEAL) CORPORATE SURETY Business Address By Attorney-in-Fact, State of (CORPORATE SEAL)

CERTIFICATION AS TO CORPORATE PRINCIPAL

I, , Certify that I am the Secretary of the Corporation named as PRINCIPAL in the within BOND; that who signed said BOND on behalf of the PRINCIPAL was then of said corporation; and that I know his signature, and his signature is genuine; and that said BOND was duly signed, sealed and attested to for, and in behalf of, said corporation by authority of this governing body. (CORPORATE SEAL) TITLE

5

AGREEMENT

AGREEMENT

THIS AGREEMENT, made this _____________________ day of _________________, 2021 by and between the Town of Adams, Massachusetts, hereinafter called “OWNER” and ______________________ doing business as (an individual) or (a partnership) or (a corporation) hereinafter called the “CONTRACTOR”. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned:

1. The CONTRACTOR will commence and complete the CONSTRUCTION OF THE DAVIS STREET CULVERT REPLACEMENT PROJECT.

2. The CONTRACTOR will furnish all the material, supplies, tools, equipment, labor and other services

necessary for the construction and completion of the Project described herein.

3. The CONTRACTOR will commence the Work required by the Contract Documents within ten (10) calendar days after the date of the Notice to Proceed and will complete the same within 200 calendar days from the date of Notice to Proceed unless the period for completion is extended otherwise by the Contract Documents. The CONTRACTOR acknowledges that the date of beginning and the time for completion of the Work are essential conditions of the Contract Documents and the CONTRACTOR further agrees to pay as liquidated damages, the sum of $300 for each consecutive calendar day that the CONTRACTOR shall be in default after the time specified in the Agreement.

4. The CONTRACTOR agrees to perform all the Work described in the Contract Documents and

comply with the terms therein for the unit prices shown in the Bid schedule.

5. The term “Contract Documents” means and includes the following:

(A) Advertisement for Bids (B) Information for BIDDERS (C) Bid (D) Bid Bond (E) Agreement (F) General Conditions (G) Supplemental General Conditions (H) Payment Bond (I) Performance Bond (J) State and Federal Wage Rates (K) Notice of Award (L) Notice to Proceed (M) Change Order (N) Drawings prepared by Hill Engineers, Inc. (O) Specifications prepared by Hill Engineers, Inc. (P) Addenda:

No. , Dated , 2021 No. , Dated , 2021 No. , Dated , 2021

6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents.

7. The OWNER may retain a portion of the amount otherwise due the CONTRACTOR. Except as

Commonwealth Law (Chapter 30, Section 39G of M.G.L.) otherwise provides, the amount the OWNER retains shall be limited to the following:

6

(a) Withholding of not more than 5 percent of the payment claimed until work is substantially complete.

(b) When the work is substantially complete) operational or beneficial occupancy), the withheld

amount shall be further reduced below 1 percent or to only that amount necessary to assure completion.

(c) The OWNER may reinstate up to 5 percent withholding if the OWNER determines, at its

discretion, that the CONTRACTOR is not making satisfactory progress or there is other specific cause for such withholding.

(d) The OWNER may accept securities negotiable without resource, condition restrictions, a

release of retainage bond, or an irrevocable letter of credit provided by the CONTRACTOR instead of all or part of the cash retainage.

8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,

administrators, successors, and assigns.

IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in five (5) copies each of shall be deemed an original on the date above first written. Town of Adams, Massachusetts

Town Administrator (SEAL) ATTEST:

7

CONTRACTOR (Company Name) By:

(Signature) Name: (Please Type) (Title) Address: Telephone No. (SEAL) ATTEST:

(Signature) Name: (Please Type) APPROVED AS TO AVAILABILITY OF FUNDS: (Name and Title) NOTE: If the CONTRACTOR to whom this Contract awarded is a corporation, an affidavit giving the principal the right to sign the contract must accompany the executed Contract.

8

PERFORMANCE & MAINTENANCE BOND & CERTIFICATION AS TO CORPORATE PRINCIPAL

PERFORMANCE & MAINTENANCE BOND Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts KNOW ALL MEN BY THESE PRESENTS, that I/we the undersigned hereinafter referred to as the "CONTRACTOR", and a corporation organized under the laws of the State of or Commonwealth of , and authorized to transact business in the Commonwealth of Massachusetts as the "SURETY", are held and firmly bound unto the TOWN of ADAMS, a municipal corporation in the Commonwealth of Massachusetts, hereinafter referred to as the "MUNICIPALITY", in the penal sum of ($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT WHEREAS the CONTRACTOR has on the day of , 2021, entered into a written contract with the aforesaid MUNICIPALITY for furnishing all materials, equipment, tools, superintendence and other facilities and accessories for the construction of certain public improvements as designated, defined, and described in the said contract and the conditions thereof, in accordance with the specifications and plans therefore; a copy of said contract being attached hereto and made a part thereof; NOW, THEREFORE, if said CONTRACTOR shall and will, in all particulars duly and faithfully observe, perform, and abide by each and every covenant, condition and part of said contract, and the conditions, specifications, plans and other contract documents thereto attached or by reference made a part thereof, according to the true intent and meaning of the case, then this obligation shall be and become null and void; otherwise it shall 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 work to be performed thereunder, or the specifications accompanying the same, shall in any way affect its obligations on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications; PROVIDED FURTHER, that if the said CONTRACTOR shall construct or cause to be constructed and completed the entire public improvement in accordance with specifications used by the MUNICIPALITY for like public improvements, and to the lines and grades shown on the plans, all to be done subject to the approval and acceptance of the Landscape Architect for the said MUNICIPALITY, and shall construct said with such materials and in such manner that same shall endure without the need of any repairs for the period of one (1) year from and after the completion of said public improvement and acceptance thereof; and if completion of said public improvement shall endure without the need of repairs for the period of one (1) year from and after completion and the acceptance thereof as aforesaid, then this obligation, shall be void; otherwise to be in full force and affect.

9

IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this _____ day of , 2021, the name and corporate seal of each corporate party hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of: INDIVIDUAL PRINCIPAL Business Address (SEAL) PARTNERSHIP PRINCIPAL Business Address By (SEAL) CORPORATE PRINCIPAL Business Address By Title (CORPORATE SEAL) CORPORATE SURETY Business Address By Attorney-in-Fact, State of (CORPORATE SEAL)

CERTIFICATION AS TO CORPORATE PRINCIPAL

I, , Certify that I am the Secretary of the Corporation named as PRINCIPAL in the within BOND; that who signed said BOND on behalf of the PRINCIPAL was then of said corporation; and that I know his signature, and his signature is genuine; and that said BOND was duly signed, sealed and attested to for, and in behalf of, said corporation by authority of this governing body. (CORPORATE SEAL) TITLE

10

STATE TAX AFFIDAVIT

TAX AFFIDAVIT Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Commonwealth of Massachusetts County of The undersigned being duly sworn, deposes and states that he is the sole owner, partner, president, treasurer, or other duly authorized agent or official of

Name of bidder as appearing in submitted proposal

Address of bidder (including Zip Code)

Telephone number of bidder Social Security or Federal ID # and certifies, UNDER PENALTIES OF PERJURY, pursuant to MGL Chapter 62C, Section 49A, that to the best of his knowledge and belief, said bidder has filed all Federal and Massachusetts tax returns and paid all Federal and Massachusetts taxes required by law. Signed under penalties of perjury Signature

Printed Name

Title Date

Sworn to before me this day of , 2021 Notary Public My commission expires , 20____

11

NONCOLLUSION AFFIDAVIT

NONCOLLUSION AFFIDAVIT Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Commonwealth of Massachusetts County of The undersigned being duly sworn, deposes and states that he is the sole owner, partner, president, treasurer, or other duly authorized agent or official of

Name of bidder as appearing in submitted proposal

Address of bidder (including Zip Code)

Telephone number of bidder Social Security or Federal ID # and certifies, UNDER PENALTIES OF PERJURY, that to the best of his knowledge and belief, said bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this proposal. It is understood that the signing of this AFFIDAVIT is applicable to all projects for which bids are being submitted in a multi-bid proposal. Signed under penalties of perjury Signature Printed Name Title Date Sworn to before me this day of , 2021 Notary Public My commission expires , 20__

12

NONDISCRIMINATION AFFIDAVIT

NONDISCRIMINATION AFFIDAVIT

Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Commonwealth of Massachusetts County of The undersigned being duly sworn, deposes and states that he is the sole owner, partner, president, treasurer, or other duly authorized agent or official of

Name of bidder as appearing in submitted proposal

Address of bidder (including Zip Code)

Telephone number of bidder Social Security or Federal ID # and certifies, UNDER PENALTIES OF PERJURY, that to the best of his knowledge and belief, said bidder has not, either directly or indirectly, discriminated against any employee or applicant for employee because of his/her race, color, religion, national origin, sex, sexual orientation, age, mental or physical disability. Additionally, bidder has complied with all provisions and requirements of the Equal Opportunity, Antidiscrimination and Affirmative Action Programs. Signed under penalties of perjury

Signature

Printed Name

Title Date Sworn to before me this day of , 2021 Notary Public My commission expires , 20__

13

CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Certification of Bidder Regarding Equal Employment Opportunity CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY (EEO) Instructions This certification is required pursuant to Executive Order 11246 (30 CFR 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed sub contractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or sub contract subject to the equal opportunity clause, and if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. Certification by Bidder Name and Address of Bidder (include zip code) 1. Bidder has participated in a previous contract or sub-contract subject to the Equal Opportunity

Clause. Yes _________ No ________ 2. Compliance Reports were required to be filed in connection with such contract or sub contract.

Yes ________ No ________ 3. Bidder has filed all compliance reports due under applicable instructions , including Monthly

Employment Utilization Report (257). Yes ________ No ________ None Required ________ 4. Have you ever been or are you being considered for sanction due to a violation of Executive Order

11246, as amended? Yes _______ No _________ Name and Title of Signer (please type) Signature

Date

14

LABOR & MATERIAL BOND & CERTIFICATION AS TO CORPORATE PRINCIPAL

LABOR & MATERIAL BOND Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts KNOW ALL MEN BY THESE PRESENTS, that I/we the undersigned , hereinafter referred to as the "CONTRACTOR", and a corporation organized under the laws of the State of or Commonwealth of , and authorized to transact business in the Commonwealth of Massachusetts as the "SURETY", are held and firmly bound unto the TOWN of ADAMS, a municipal corporation in the Commonwealth of Massachusetts, hereinafter referred to as the "MUNICIPALITY", in the penal sum of ($ ) , lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT WHEREAS the CONTRACTOR has on the day of , 2021, entered into a written contract with the aforesaid MUNICIPALITY for furnishing all materials, equipment tool, superintendence and other facilities and accessories for the construction of certain public improvements as designated, defined, and described in the said contract and the conditions thereof, in accordance with the specifications and plans therefore; a copy of said contract being attached hereto and made a part thereof; NOW, THEREFOR, if said CONTRACTOR and his subcontractors shall pay all indebtedness incurred for supplies, materials or labor furnished, used or consumed in connection with, or in or about the construction or making of, public improvements, including gasoline, lubricating oils, greases, coal and similar items used or consumed directly in furtherance of such improvements, this obligation shall be void; otherwise it shall 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 work to be performed thereunder, or the specifications accompanying the same, shall in any way affect its obligations on this bond and it does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract, or to the work, or to the specifications; PROVIDED FURTHER, that the Surety agrees that any person to whom there is due any sum for supplies, material or labor, as hereinbefore stated, or his assigns, may bring action on this bond for the recovery of indebtedness; PROVIDED that no action shall be brought on the bond after six months from the completion of public improvement.

15

IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this day of , 2021, the name and corporate seal of each corporate party hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of: INDIVIDUAL PRINCIPAL Business Address (SEAL) PARTNERSHIP PRINCIPAL Business Address By (SEAL) CORPORATE PRINCIPAL Business Address By Title (CORPORATE SEAL) CORPORATE SURETY Business Address By Attorney-in-Fact, State of (CORPORATE SEAL)

CERTIFICATION AS TO CORPORATE PRINCIPAL

I, , Certify that I am the Secretary of the Corporation named as PRINCIPAL in the within BOND; that , who signed said BOND on behalf of the PRINCIPAL was then of said corporation; and that I know his signature, and his signature is genuine; and that said BOND was duly signed, sealed and attested to for, and in behalf of, said corporation by authority of this governing body. (CORPORATE SEAL) TITLE

16

NOTICE OF AWARD

NOTICE OF AWARD

Dated

Project: ADAMS BID #21-006 DAVIS STREET CULVERT REPLACEMENT PROJECT

Town of Adams, Massachusetts

Contractor

You are hereby notified that your bid dated for the above contract has been considered. You are the apparent successful bidder and have been awarded a contract for The Contract Price of your contract is Dollars ($ ) Three copies of each of the proposed Contract Documents accompany this Notice of Award. The Municipality has scheduled a Pre-Construction Conference for , 2021 at the Adams Town Hall, 8 Park Street, Adams, MA in the office of the , at which time you must deliver:

1. You must deliver to the Municipality three (3) fully executed counterparts of the Agreement including all the Contract Documents;

2. You must deliver, with the executed Agreement, the following:

Executed Performance and Maintenance Bond, Executed Labor and Material Bond, and

Certificate(s) of Insurance in the amounts specified. Failure to comply with these conditions by the date specified will entitle the Municipality to consider your bid abandoned, to annul this Notice of Award and to declare your Bid Surety forfeited. Within ten (10) days after you comply with those conditions, the Municipality will return to you one fully signed counterpart of the Contract with the Contract Documents attached. Town of Adams

Town Administrator

17

NOTICE TO PROCEED

NOTICE TO PROCEED

Dated

Project: ADAMS BID #21-006 DAVIS STREET CULVERT REPLACEMENT PROJECT

Town of Adams, Massachusetts Contractor You are hereby notified that the Contract Time under the above project will commence to run on . By the date above, you are to start performing the Work at the site and your other obligations under the Contract Documents. The dates of Substantial Completion and Final Completion are set forth in the Contract: They are and , respectively. Work at the site must be started by as indicated in the Contract Documents. Failure to comply with these conditions within the time specified will entitle the Municipality to consider the Contract to be abandoned and to declare your Performance Bond forfeited.

Town of Adams

Town Administrator

18

APPLICATION FOR PAYMENT Standard AIA Form shall be used for the Application for Payment. Three notarized originals should be submitted.

19

CHANGE ORDER

CHANGE ORDER No.

Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Contractor You are directed to make the following changes in the Contract Documents. Description: Purpose of Change order: Attachments:

20

CHANGE ORDER CONT. Change in Contract Price Change in Contract Time Original Contract Price $ . Original Contract Time

Previous change orders $ . Previous change orders

Contract Price to Date $ . Contract Time to Date

Net Increase/(Decrease) $ Net Increase/(Decrease) this change order this change order

Contract Price with all $ Contract Time with all approved changes approved changes

Approved by: Approved by: Town Administrator Date Contractor Date Approved by: Approved by: ___________________ _________ Town Accountant Date Project Engineer Date

21

CERTIFICATE OF SUBSTANTIAL COMPLETION

CERTIFICATE OF SUBSTANTIAL COMPLETION Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Contractor This Certificate of Substantial Completion applies to all work under the Contract Documents or to the following specified parts thereof:

The work to which this Certificate applies has been inspected by authorized representatives of the

Municipality and the Contractor, and that work is hereby declared to be substantially complete in accordance

with the Contract Documents on:

Date of substantial completion

A tentative list of items to be completed or corrected is attached hereto. This list may not be all inclusive, and the failure to include an item in it does not alter the responsibility of the Contractor to complete all the work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by the Contractor within ( ) days of the above date of Substantial Completion. The responsibilities between the Municipality and the Contractor for security, operations, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: Municipality Contractor The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the work in accordance with the Contract Documents. Accepted by: Accepted by: Town of Adams Date Contractor Date

22

STATEMENT OF COMPLIANCE

STATEMENT OF COMPLIANCE Project: ADAMS BID #21-006

DAVIS STREET CULVERT REPLACEMENT PROJECT Town of Adams, Massachusetts Commonwealth of Massachusetts County of I do hereby state, UNDER PENALTIES OF PERJURY, that I pay or supervise the payment of persons employed by:

Name of contractor or subcontractor

Address of contractor or subcontractor

On the above stated 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 MGL Chapter 149 Sections 27/27A. Signed under penalties of perjury

Title Date

In accordance with MGL Chapter 149, Section 27B “Each such contractor, subcontractor or public body shall furnish to the Commissioner of Labor and Industries within fifteen days after completion of its portion of the work, a statement executed by the contractor, subcontractor or public body or by any authorized officer or employee of the contractor, subcontractor or public body who supervises the payment of wages.

23

CERTIFICATE OF FINAL ACCEPTANCE

CERTIFICATE OF FINAL ACCEPTANCE

Project: ADAMS BID #21-006 DAVIS STREET CULVERT REPLACEMENT PROJECT

Town of Adams, Massachusetts Contractor This Certificate of Final Acceptance applies to all work under the Contract Documents for the above project or to the following specified parts thereof: ____________________________________________________________________________________________________________________________________________________________ The work to which this Certificate applies has been inspected by authorized representatives of the Municipality and the Contractor, and that work is hereby declared to be completed in accordance with the Contract Documents on:

Date of Final Acceptance

The responsibilities between the Municipality and the Contractor for security, operations, safety, maintenance, heat, utilities, insurance, and warranties shall be as follows: Municipality: Contractor:

The following documents are attached to and made a part of this Certificate: This certificate does not constitute an acceptance of work not in accordance with the Contract Documents nor is it a release of Contractor's obligation to complete the work in accordance with the Contract Documents. Accepted by: Accepted by: ________________________ _____________________________ Town Administrator Contractor

24

DIVISION 1 – GENERAL CONDITIONS

Summary 01100 - 1

SECTION 01100

SUMMARY

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Contract description.

B. Contractor's use of site.

C. Future work.

D. Work sequence.

E. Specification Conventions.

1.2 CONTRACT DESCRIPTION and GENERAL SCOPE OF WORK

The Scope of Work shall include, but not be limited to, providing of all labor, materials, and equipment necessary for the demolition of the existing metal culvert and the installation of the new precast concrete open bottomed box culvert shown in the plans. The general description of the project scope includes:

DIVISION 1 - GENERAL REQUIREMENTS

1. The construction drawings and specification define standards of quality, design criteria andfinishes. The contractor shall be responsible for coordinating, managing, and constructingthe site to obtain the final result as specified and shown on the drawings.

2. Provide full time on-site construction management for the duration of the project.

3. Contractors licensed in the Commonwealth of Massachusetts shall perform all work.

4. Contractor to adhere to all local, state, and federal codes as they apply.

5. Contractor shall be responsible for obtaining and paying for all necessary permits applicableto his work.

6. Contractor shall restore to original condition any surfaces or items which become damagedduring the work.

7. Contractor shall keep areas clean at the end of each day. All new work shall be cleanedprior to final acceptance and to the satisfaction of the Owner.

Summary 01100 - 2

8. All debris, packing, or discarded materials shall be removed from the site after approval to

do so, and disposed of properly by the contractor unless designated for relocation or storage per Owner's direction.

9. The contractor is to provide submittals for review and approval by the engineer and Owner.

Provide all equipment warranties and operating instructions at project completion. SITEWORK

1. Layout all site related systems and site features in accordance with approved construction plans. Establish appropriate site bounds, utility locations, easements, and pertinent underground interferences. Contact Digsafe for site layout of existing utilities.

2. Site preparation including tree removal, clearing, grubbing, wetland protection, erosion control,

sedimentation control, etc.

3. Excavate, backfill and compact in accordance with contract specification upon complete installation and acceptance of all utilities. Repair the town road upon completion of utilities to the satisfaction of the Owner and town authorities.

4. Install all storm drainage systems and detention basins in their entirety as shown on drawings.

5. Backfill and compact all utility trenches in accordance with the specifications.

6. Provide and place fill material as specified to obtain finish grade as shown.

7. Rough grade site and provide sub-base material as specified. Compact as required to obtain

specified densities.

8. Pave areas as identified on plans and herein specified.

9. Loam, seed, and mulch all grassed areas as shown and all areas disturbed during construction. CONCRETE

1. Place and finish all exterior concrete structures including, footings and headwall.

1.3 CONTRACTOR'S USE OF SITE

A. Limit use of site to allow: 1. Work by own employees

Summary 01100 - 3

2. Work by sub-contractors 3. Work by Owner.

1.4 WORK SEQUENCE

A. Construct Work in stages to accommodate Owner's requirements.

1.5 OWNER OCCUPANCY

A. Cooperate with Owner to minimize conflict, and to facilitate Owner's operations.

B. Schedule the Work to accommodate Owner occupancy.

1.6 SPECIFICATION CONVENTIONS

A. These specifications are written in imperative mood and streamlined form. This imperative language is directed to the Contractor, unless specifically noted otherwise. The words “shall be” are included by inference where a colon (:) is used within sentences or phrases.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Administrative Requirements 01300 - 1

SECTION 01300

ADMINISTRATIVE REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Coordination and project conditions.

B. Field engineering.

C. Pre-construction meeting.

D. Site mobilization meeting.

E. Progress meetings.

F. Pre-installation meetings.

G. Cutting and patching.

H. Special procedures.

1.2 COORDINATION AND PROJECT CONDITIONS

A. Coordinate scheduling and submittals.

1.3 FIELD ENGINEERING

A. Employ Land Surveyor registered in the Commonwealth of Massachusetts and acceptable to owner representative.

B. Locate and protect survey control and reference points. Promptly notify owner of discrepancies discovered.

C. Control datum for survey is that shown on Drawings.

D. Verify set-backs and easements; confirm drawing dimensions and elevations.

E. Provide field engineering services. Establish elevations, lines, and levels, utilizing recognized engineering survey practices.

F. Submit copy of site drawing and certificate signed by Land Surveyor certifying elevations and locations of the Work are in conformance with Contract Documents.

G. Maintain complete and accurate log of control and survey work as Work progresses.

Administrative Requirements 01300 - 2

H. On completion of foundation walls and major site improvements, prepare certified survey illustrating dimensions, locations, angles, and elevations of construction and site work.

I. Protect survey control points prior to starting site work; preserve permanent reference points during construction.

J. Promptly report to owner representative loss or destruction of reference point or relocation required because of changes in grades or other reasons.

K. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to owner.

1.4 PRE-CONSTRUCTION MEETING

A. Owner will schedule meeting after Notice of Award.

B. Attendance Not Required

C. Agenda: 1. Designation of personnel representing parties in Contract, and

Architect/Engineer. 2. Procedures and processing of field decisions, submittals, substitutions,

applications for payments, proposal request, Change Orders, and Contract closeout procedures.

3. Scheduling. 4. Review of safety procedures

D. Record minutes and distribute copies within two days after meeting to participants, with four copies to Owner and those affected by decisions made.

1.5 PROGRESS MEETINGS

A. Schedule and administer meetings throughout progress of the Work at maximum weekly intervals.

B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings.

C. Record minutes and distribute copies within two days after meeting to participants, with four copies to Owner and those affected by decisions made.

1.6 PRE-INSTALLATION MEETINGS

A. When required in individual specification sections, convene pre-installation meetings at Project site prior to commencing work of specific section.

B. Require attendance of parties directly affecting, or affected by, Work of specific section.

C. Notify Owner four days in advance of meeting date.

Administrative Requirements 01300 - 3

D. Prepare agenda and preside at meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work.

E. Record minutes and distribute copies within two days after meeting to participants, with four copies to Owner Representative and those affected by decisions made.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.1 CUTTING AND PATCHING

A. Employ skilled and experienced installer to perform cutting and patching.

B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate contractor.

C. Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1. Fit the several parts together, to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and non-conforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and

electrical Work.

D. Execute work by methods to avoid damage to other Work, and to provide proper surfaces to receive patching and finishing.

E. Restore Work with new products in accordance with requirements of Contract Documents.

F. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for assembly, refinish entire unit.

3.2 SPECIAL PROCEDURES

A. Remove unsuitable material not marked for salvage, including rotted wood, corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work.

Administrative Requirements 01300 - 4

B. Remove debris and abandoned items from area and from concealed spaces.

C. Prepare surface and remove surface finishes to permit installation of new work and finishes.

D. Remove, cut, and patch Work in manner to minimize damage and to permit restoring products and finishes to specified condition.

E. Where new Work abuts or aligns with existing, provide smooth and even transition. Patch Work to match existing adjacent Work in texture and appearance.

F. When finished surfaces are cut so that smooth transition with new Work is not possible, terminate existing surface along straight line at natural line of division and submit recommendation to Architect/Engineer for review.

G. Finish surfaces as specified in individual product sections.

END OF SECTION

Submittal Procedures 01330 - 1

SECTION 01330

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Submittal procedures.

B. Proposed products list.

C. Product data.

D. Shop drawings.

E. Samples.

F. Design data.

G. Test reports.

H. Certificates.

I. Manufacturer's instructions.

J. Manufacturer's field reports.

K. Erection drawings.

L. Construction photographs.

1.2 SUBMITTAL PROCEDURES

A. Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, and specification section number, appropriate to submittal.

B. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with requirements of the Work and Contract Documents.

C. Schedule submittals to expedite Project, and deliver to Owner’s Representative. Coordinate submission of related items.

D. For each submittal for review, allow 15 days excluding delivery time to and from Contractor.

E. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work.

Submittal Procedures 01330 - 2

F. Allow space on submittals for Contractor and Architect/Engineer review stamps.

G. When revised for resubmission, identify changes made since previous submission.

H. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements.

I. Submittals not requested will not be recognized or processed.

1.3 PROPOSED PRODUCTS LIST

A. Within 15 days after date of Owner-Contractor Agreement, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product.

B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards.

1.4 PRODUCT DATA

A. Product Data: Submit to Owner for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents.

B. Submit number of copies Contractor requires, plus four copies Owner will retain.

C. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project.

D. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances.

E. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents described in Section 01700.

1.5 SHOP DRAWINGS

A. Shop Drawings: Submit to Owner for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents.

B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances.

C. Submit number of opaque reproductions Contractor requires, plus four copies Owner will retain.

Submittal Procedures 01330 - 3

D. After review, produce copies and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents described in Section 01700.

1.6 SAMPLES

A. Samples: Submit to Owner for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents.

B. Samples For Selection as Specified in Product Sections: 1. Submit to Owner for aesthetic, color, or finish selection. 2. Submit samples of finishes from full range of manufacturers' standard and

custom colors selected, textures, and patterns for Owner selection.

C. Submit samples to illustrate functional and aesthetic characteristics of Products, with integral parts and attachment devices. Coordinate sample submittals for interfacing work.

D. Include identification on each sample, with full Project information.

E. Submit number of samples specified in individual specification sections; Owner will retain two samples.

F. Reviewed samples which may be used in the Work are indicated in individual specification sections.

G. Samples will not be used for testing purposes unless specifically stated in specification section.

H. After review, produce duplicates and distribute in accordance with SUBMITTAL PROCEDURES article and for record documents purposes described in Section 01700.

1.7 DESIGN DATA

A. Submit for Owner's knowledge as contract administrator.

B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents.

1.8 TEST REPORTS

A. Submit for Owner's knowledge as contract administrator.

B. Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents.

1.9 CERTIFICATES

A. When specified in individual specification sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Owner, in quantities specified for Product Data.

Submittal Procedures 01330 - 4

B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate.

C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owner.

1.10 MANUFACTURER'S INSTRUCTIONS

A. When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Owner in quantities specified for Product Data.

B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation.

1.11 MANUFACTURER'S FIELD REPORTS

A. Submit reports for Owner's benefit as contract administrator.

B. Submit report in duplicate within 30 days of observation to Owner for information.

C. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents.

1.12 ERECTION DRAWINGS

A. Submit drawings for Owner's benefit as contract administrator.

B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents.

C. Data indicating inappropriate or unacceptable Work may be subject to action by Owner.

1.13 CONSTRUCTION PHOTOGRAPHS

A. Provide photographs of site and construction throughout progress of Work produced by a photographer acceptable to Owner.

B. Submit photographs twice monthly, or at specific intervals during construction prior to backfill or enclosing spaces.

C. Photographs: One print each 4” x 6” color prints.

D. Identify each print on back. Identify name of Project, contract number, orientation of view, date and time of view, name and address of photographer, and photographer's numbered identification of exposure.

E. Deliver negatives to Owner with project record documents. Catalog and index negatives in chronological sequence; include typed table of contents.

Submittal Procedures 01330 - 5

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Quality Requirements 01400 - 1

SECTION 01400

QUALITY REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Quality control and control of installation.

B. Tolerances

C. References.

D. Mock-up requirements.

E. Testing and inspection services.

F. Manufacturers' field services.

G. Examination.

H. Preparation.

1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION

A. Comply with manufacturers' instructions, including each step in sequence.

B. When manufacturers' instructions conflict with Contract Documents, request clarification from Owner Representative before proceeding.

C. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

D. Perform Work by persons qualified to produce required and specified quality.

E. Verify field measurements are as indicated on Shop Drawings or as instructed by manufacturer.

F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement.

1.3 TOLERANCES

A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate.

Quality Requirements 01400 - 2

B. Comply with manufacturers' tolerances. When manufacturers' tolerances conflict with Contract Documents, request clarification from Owner Representative before proceeding.

C. Adjust products to appropriate dimensions; position before securing products in place.

1.4 REFERENCES

A. Conform to reference standard by date of issue current on date of Contract Documents, except where specific date is established by code.

B. Obtain copies of standards where required by product specification sections.

C. When specified reference standards conflict with Contract Documents, request clarification from Owner Representative before proceeding.

D. Neither contractual relationships, duties, nor responsibilities of parties in Contract nor those of Architect/Engineer shall be altered from Contract Documents by mention or inference otherwise in reference documents.

1.5 TESTING AND INSPECTION SERVICES

A. Employ and pay for services of an independent testing agency or laboratory acceptable to Owner to perform specified testing. 1. Prior to start of Work, submit testing laboratory name, address, and telephone

number, and names of full time specialist and responsible officer. 2. Submit copy of report of laboratory facilities inspection made by Materials

Reference Laboratory of National Bureau of Standards during most recent inspection, with memorandum of remedies of deficiencies reported by inspection.

B. The independent firm will perform tests, inspections and other services specified in individual specification sections and as required by Owner Representative or Authority having jurisdiction. 1. Laboratory: Authorized to operate in Commonwealth of Massachusetts. 2. Laboratory Staff: Maintain full time specialist on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an

accuracy traceable to National Bureau of Standards or accepted values of natural physical constants.

C. Testing, inspections and source quality control may occur on or off project site. Perform off-site testing as required by Owner Representative and in accordance with contract specifications.

D. Reports will be submitted by independent firm to Contractor, for review and approval prior to distribution for Owner Acceptance. Indicate observations and results of tests and indicate compliance or non-compliance with Contract Documents.

E. Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested.

Quality Requirements 01400 - 3

1. Notify Owner Representative and independent firm 24 hours prior to expected time for operations requiring services.

2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use.

F. Testing and employment of testing agency or laboratory shall not relieve Contractor of obligation to perform Work in accordance with requirements of Contract Documents.

G. Re-testing or re-inspection required because of non-conformance to specified requirements shall be performed by same independent firm on instructions by Owner Representative. Payment for re-testing or re-inspection will be the responsibility of the Contractor.

H. Agency Responsibilities: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Owner and Contractor in

performance of services. 3. Perform specified sampling and testing of products in accordance with specified

standards. 4. Ascertain compliance of materials and mixes with requirements of Contract

Documents. 5. Promptly notify Owner and Contractor of observed irregularities or non-

conformance of Work or products. 6. Perform additional tests required by Owner. 7. Attend preconstruction meetings and progress meetings.

I. Agency Reports: After each test, promptly submit four copies of report to Owner and to Contractor. When requested by Owner, provide interpretation of test results. Include the following: 1. Date issued. 2. Project title and number. 3. Name of inspector. 4. Date and time of sampling or inspection. 5. Identification of product and specifications section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Conformance with Contract Documents.

J. Limits On Testing Authority: 1. Agency or laboratory may not release, revoke, alter, or enlarge on requirements

of Contract Documents. 2. Agency or laboratory may not approve or accept any portion of the Work. 3. Agency or laboratory may not assume duties of Contractor. 4. Agency or laboratory has no authority to stop the Work.

Quality Requirements 01400 - 4

1.6 MANUFACTURERS' FIELD SERVICES

A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary.

B. Submit qualifications of observer to Owner Representative 30 days in advance of required observations. Observer subject to approval of Owner Representarive.

C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions.

D. Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS' FIELD REPORTS article.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions.

B. Verify existing substrate is capable of structural support or attachment of new Work being applied or attached.

C. Examine and verify specific conditions described in individual specification sections.

D. Verify utility services are available, of correct characteristics, and in correct locations.

3.2 PREPARATION

A. Clean substrate surfaces prior to applying next material or substance.

B. Seal cracks or openings of substrate prior to applying next material or substance.

C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying new material or substance in contact or bond.

END OF SECTION

Temporary Facilities and Controls 01500 - 1

SECTION 01500

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Construction Facilities: 1. Vehicular access. 2. Parking. 3. Progress cleaning and waste removal. 4. Project identification. 5. Traffic regulation.

B. Temporary Controls: 1. Barriers. 2. Enclosures and fencing. 3. Water control. 4. Dust control. 5. Erosion and sediment control. 6. Noise control. 7. Pest control. 8. Pollution control. 9. Rodent control.

C. Removal of utilities, facilities, and controls.

1.2 TEMPORARY SANITARY FACILITIES

A. Provide and maintain required facilities and enclosures. Use of new facilities is not permitted. Provide facilities at time of project mobilization.

1.3 VEHICULAR ACCESS

A. Construct temporary access roads from public thoroughfares to serve construction area, of width and load bearing capacity to accommodate unimpeded traffic for construction purposes.

B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage.

C. Extend and relocate vehicular access as Work progress requires, provide detours as necessary for unimpeded traffic flow.

D. Location as approved by Owner.

Temporary Facilities and Controls 01500 - 2

E. Provide unimpeded access for emergency vehicles. Maintain 20 feet wide driveways with turning space between and around combustible materials.

F. Provide and maintain access to fire hydrants and control valves free of obstructions.

G. Provide means of removing mud from vehicle wheels before entering streets.

1.4 PARKING

A. Provide temporary gravel surface parking areas to accommodate construction personnel.

B. Locate as approved by Owner.

C. Do not allow heavy vehicles or construction equipment in newly constructed areas.

D. Permanent Pavements And Parking Facilities: 1. Prior to Substantial Completion, bases for permanent roads and parking areas

may be used for construction traffic. 2. Avoid traffic loading beyond paving design capacity. Tracked vehicles not

allowed. 3. Use of permanent parking structures is not permitted.

E. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material,

construction equipment, products, mud, snow, and ice. 2. Maintain existing and permanent paved areas used for construction; promptly

repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition.

F. Removal, Repair: 1. Remove temporary materials and construction when permanent paving is usable

at Substantial Completion. 2. Repair permanent facilities damaged by use, to specified condition.

G. Mud From Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets.

1.5 PROGRESS CLEANING AND WASTE REMOVAL

A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in clean and orderly condition.

B. Collect and remove waste materials, debris, and rubbish from site weekly or at intervals as necessary to maintain a safe and clean work area and dispose of material off-site.

C. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids.

Temporary Facilities and Controls 01500 - 3

1.6 TRAFFIC REGULATION

A. Signs, Signals, And Devices: 1. Traffic Cones and Drums, Flares and Lights: As approved by authority having

jurisdiction. 2. Flagperson Equipment: As required by authority having jurisdiction.

B. Flag Persons: Provide trained and equipped flag persons to regulate traffic when construction operations or traffic encroach on public traffic lanes.

C. Flares And Lights: Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic.

D. Haul Routes: 1. Consult with authority having jurisdiction, establish public thoroughfares to be

used for haul routes and site access.

E. Traffic Signs And Signals: 1. Provide signs at approaches to site and on site, at crossroads, detours, parking

areas, and elsewhere as needed to direct construction and affected public traffic. 2. Provide, operate, and maintain traffic control signals to direct and maintain

orderly flow of traffic in areas under Contractor's control, and areas affected by Contractor's operations.

3. Relocate as Work progresses, to maintain effective traffic control.

F. Removal: 1. Remove equipment and devices when no longer required or at Substantial

Completion. 2. Repair damage caused by installation.

1.7 BARRIERS

A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations.

B. Provide protection for plants designated to remain. Replace damaged plants.

C. Protect non-owned vehicular traffic, stored materials, site, and structures from damage.

1.8 ENCLOSURES AND FENCING

A. Construction: Contractor's option.

B. Exterior Enclosures: 1. Provide temporary weather tight closure of exterior openings to accommodate

acceptable working conditions and protection for products, to allow for

Temporary Facilities and Controls 01500 - 4

temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks.

1.9 WATER CONTROL

A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment.

B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion.

C. Protect wetland resource areas in accordance with the local conservation commission and state regulatory agencies.

1.10 DUST CONTROL

A. Execute Work by methods to minimize raising dust from construction operations.

B. Provide positive means to prevent air-borne dust from dispersing into atmosphere.

1.11 EROSION AND SEDIMENT CONTROL

A. Plan and execute construction by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation.

B. Minimize surface area of bare soil exposed at one time.

C. Provide temporary measures including berms, dikes, and drains, and other devices to prevent water flow.

D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays.

E. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures.

1.12 NOISE CONTROL

A. Provide methods, means, and facilities to minimize noise produced by construction operations.

1.13 PEST CONTROL

A. Provide methods, means, and facilities to prevent pests and insects from damaging the Work.

Temporary Facilities and Controls 01500 - 5

1.14 POLLUTION CONTROL

A. Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations.

B. Comply with pollution and environmental control requirements of authorities having jurisdiction.

1.15 RODENT CONTROL

A. Provide methods, means, and facilities to prevent rodents from accessing or invading premises.

1.16 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS

A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion and Final Application for Payment inspection.

B. Clean and repair damage caused by installation or use of temporary work.

C. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

Product Requirements 01600 - 1

SECTION 01600

PRODUCT REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Products.

B. Product delivery requirements.

C. Product storage and handling requirements.

D. Product options.

E. Product substitution procedures.

F. Equipment electrical characteristics and components.

1.2 PRODUCTS

A. Furnish products of qualified manufacturers suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise.

B. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents.

C. Furnish interchangeable components from same manufacturer for components being replaced.

1.3 PRODUCT DELIVERY REQUIREMENTS

A. Transport and handle products in accordance with manufacturer's instructions.

B. Promptly inspect shipments to ensure products comply with requirements, quantities are correct, and products are undamaged.

C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage.

1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS

A. Store and protect products in accordance with manufacturers' instructions.

B. For exterior storage of fabricated products, place on sloped supports above ground.

C. Provide off-site storage and protection when site does not permit on-site storage or protection.

Product Requirements 01600 - 2

D. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter.

E. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage.

F. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition.

PART 2 PRODUCTS

Not used

PART 3 EXECUTION

Not Used.

END OF SECTION

Execution Requirements 01700 - 1

SECTION 01700

EXECUTION REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Closeout procedures.

B. Final cleaning.

C. Protecting installed construction.

D. Project record documents.

1.2 CLOSEOUT PROCEDURES

A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Owner's review.

B. Provide submittals to Owner required by contract documents and authorities having jurisdiction.

C. Submit final Application for Payment in accordance with contract requirements.

1.3 FINAL CLEANING

A. Execute final cleaning prior to final project assessment.

B. Clean site; sweep paved areas, rake clean landscaped surfaces.

C. Remove waste and surplus materials, rubbish, and construction facilities from site.

1.4 PROTECTING INSTALLED CONSTRUCTION

A. Protect installed Work and provide special protection where specified in individual specification sections.

B. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage.

C. Prohibit traffic from landscaped areas.

1.5 PROJECT RECORD DOCUMENTS

A. Maintain on site one set of the following record documents; record actual revisions to the Work:

Execution Requirements 01700 - 2

1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.

B. Ensure entries are complete and accurate, enabling future reference by Owner.

C. Store record documents separate from documents used for construction.

D. Record information concurrent with construction progress, not less than weekly.

E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications.

F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish floor datum. 2. Measured horizontal and vertical locations of underground utilities and

appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in

construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings.

G. Submit documents to Owner with claim for final Application for Payment.

1.6 OPERATION AND MAINTENANCE DATA

A. Submit data in PDF format only via email

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

Not Used.

END OF SECTION

DIVISION 31 - 33 – TECHNICAL SPECIFICATIONS

dmacdonald
Cross-Out

Davis Street Adams, MA

TABLE OF CONTENTS

Division 31 – Earthwork

Section 31 10 00 Site Clearing Section 31 40 00 Site Demolition Section 31 22 13 Rough Grading Section 31 25 00 Erosion and Sedimentation Controls

Division 32 – Exterior Improvements

Section 32 05 16 Aggregates for Exterior Improvements Section 32 12 16 Asphalt Paving Section 32 13 13 Site Concrete Section 32 17 23 Pavement Markings

Division 33 – Utilities

Section 33 42 13 Precast Concrete Arch Culverts

51

Davis Street Adams, MA

SITE CLEARING

31 10 00 - 1

SECTION 31 10 00 SITE CLEARING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Removing surface debris. 2. Removing trees and vegetation. 3. Removing paving. 4. Removing utilities.

1.2 QUALITY ASSURANCE

A. Conform to any applicable codes for disposal of debris

A. Perform Work in accordance with Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

B. COORDINATION

C. The contractor shall not block the road with materials or equipment at any time.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

3.1 EXAMINATION

3.2 PREPARATION

A. Call Dig Safe at 1-888-DIG SAFE not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding

construction areas.

3.3 PROTECTION

A. Locate, identify, and protect utilities indicated to remain, from damage.

B. Install filter fabric over catch basins.

C. Protect trees, plant growth, pavement, and features designated to remain.

D. Protect bench marks, survey control points, and existing structures from damage or displacement.

Davis Street Adams, MA

SITE CLEARING

31 10 00 - 2

3.4 REMOVAL

A. Remove surface debris, trees and vegetation as required.

B. Remove designated utility structures and piping.

C. Partially remove paving. Neatly saw cut edges at right angle to surface.

D. Continuously clean up and remove waste materials from site. Do not allow materials to accumulate on site.

E. Do not burn or bury materials on site. Leave site in clean condition.

F. Transport materials to a facility that will recycle the materials.

END OF SECTION ***

Davis Street Adams, MA

Site Demolition

31 40 00 - 1

SECTION 31 40 00 SITE DEMOLITION

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Demolishing and removing site retaining walls 2. Demolishing and removing existing culvert 3. Demolishing and removing exterior paving.

B. Related Requirements: 1. Section 31 22 13 - Rough Grading. 2. Section 31 20 00 – Earth Moving. 3. Section 32 05 16 – Aggregates for Exterior Improvements.

1.2 REFERENCE STANDARDS

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.3 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Requirements for submittals.

B. Shop Drawings: Indicate: 1. Demolition and removal sequence. 2. Location and construction of fences.

C. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for bracing, shoring, and underpinning.

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Recycle or reuse as many materials as possible

C. Contractor to apply to the Massachusetts Department of Environmental of Environmental for a Beneficial Use Determination (BUD) for the Asphalt , Brick and Concrete Material.

D. Certificate: Certify that materials were recycled or reused.

1.5 CLOSEOUT SUBMITTALS

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals.

B. Project Record Documents: Accurately record actual locations of capped utilities.

Davis Street Adams, MA

Site Demolition

31 40 00 - 2

1.6 QUALITY ASSURANCE

A. Perform Work according to Town of Williamsburg Department of Public Works and Utilities standards.

B. Perform Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.7 EXISTING CONDITIONS

A. Verify existing conditions in the field.

B. Notify Owner’s Representative upon discovery of hazardous materials.

PART 2 - PRODUCTS

Not Used.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine existing materials to be demolished before demolition.

B. Determine where removals may result in structural deficiency or unplanned collapse during demolition. Coordinate demolition sequence and procedures to prevent structures from becoming unstable.

C. Determine where demolition may affect structural integrity or weather resistance of adjacent surfaces or utilities indicated to remain. 1. Identify measures required to protect surfaces and utilities from damage. 2. Identify remedial Work including saw-cutting, patching, repairing, bracing, and other Work

required to leave surfaces and utilities indicated to remain in structurally sound, weathertight, and watertight condition.

D. Verify hazardous material abatement is complete before beginning demolition.

3.2 PREPARATION

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for installation preparation.

B. Call local utility line information service at not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding

construction areas.

C. Notify affected utility companies before starting Work, and comply with utility's requirements.

D. Do not close or obstruct roadways sidewalks hydrants without permits.

Davis Street Adams, MA

Site Demolition

31 40 00 - 3

E. Erect and maintain temporary barriers and security devices, including warning signs and lights, and similar measures, for protection of the public and existing improvements indicated to remain.

F. Protect existing landscaping materials trees appurtenances and structures indicated to remain.

G. Prevent movement or settlement of adjacent structures. Provide bracing and shoring.

3.3 DEMOLITION

A. General: 1. Conduct demolition to minimize interference with adjacent surfaces and utilities. 2. Cease operations immediately when adjacent structures appear to be in danger. Notify

Owner’s Representative. Do not resume operations until directed. 3. Conduct operations with minimum interference to public or private accesses to occupied

adjacent structures. Maintain continuous egress and access from adjacent structures. 4. Sprinkling:

a. Sprinkle Work with water to minimize dust. b. Provide hoses and water connections required for this purpose.

B. Remove retaining walls and footings to minimum of four feet below proposed finished grades.

C. Remove and reuse/recycle asphalt, concrete and brick.

D. Remove underground tanks, components, and piping from Site.

E. Continuously clean up and remove demolished materials from Site. Do not allow materials to accumulate on-Site.

F. Do not burn or bury materials on-Site; leave Site in clean condition.

END OF SECTION ***

Davis Street Adams, MA

ROUGH GRADING

31 22 13 - 1

SECTION 31 22 13 ROUGH GRADING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Excavating topsoil. 2. Excavating subsoil. 3. Cutting, grading for installation of new bridge, wing wall and paved road.

B. Related Sections: 1. Section 31 20 00 – Earth Moving. 2. Section 32 05 16 – Aggregates for Exterior Improvements.

1.2 REFERENCES

A. American Association of State Highway and Transportation Officials: 1. AASHTO M145 - Standard Specification for Classification of Soils and Soil-

Aggregate Mixtures for Highway Construction Purposes. 2. AASHTO M147 - Standard Specification for Materials for Aggregate and Soil-

Aggregate Subbase, Base and Surface Courses. 3. AASHTO T11 - Standard Method of Test for Materials Finer Than No. 200 Sieve

in Mineral Aggregates by Washing. 4. AASHTO T27 - Standard Method of Test for Sieve Analysis of Fine and Coarse

Aggregates. 5. AASHTO T89 - Standard Method of Test for Determining the Liquid Limit of Soils. 6. AASHTO T90 - Standard Method of Test for Determining the Plastic Limit and

Plasticity index of Soils. 7. AASHTO T180 - Standard Specification for Moisture-Density Relations of Soils

Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop. 8. AASHTO T310 - Standard Specification for In-Place Density and Moisture

Content of Soil and Soil-Aggregate by Nuclear methods (Shallow Depth)

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.3 SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Materials Source: Submit name of imported materials suppliers.

C. Manufacturer's Certificate: Certify Products meet or exceed specified requirements.

1.4 QUALITY ASSURANCE

A. Perform Work in accordance with Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

Davis Street Adams, MA

ROUGH GRADING

31 22 13 - 2

PART 2 - PRODUCTS

2.1 MATERIALS

A. Topsoil: Loam Borrow Type M1.05.0 as specified in Section 32 05 16.

B. Subsoil Fill: Gravel Borrow Type M1.03.0c as specified in Section 32 05 16.

C. Dense Graded Crushed Stone for Sub-base Type M2.01.7 as specified in Section 32 05 16.

D. Dumped Riprap Type M2.02.2 as specified in Section 32 05 16.

E. Granular Fill: AASHTO Size Number 57 (1” to No.4): Conforming to AASHTO Standard Specification for Sizes of Aggregate for Road and Bridge Construction as specified in Section 32 05 16.

F. Modified Rockfill Type M2.02.4 as specified in Section 32 05 16.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify existing conditions before starting work.

3.2 PREPARATION

A. Call DigSafe at 1-888-DIG SAFE not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding

construction areas.

B. Protect plant life, lawns, and other features remaining as portion of final landscaping.

3.3 SUBSOIL EXCAVATION

A. Excavate subsoil as required to perform Work shown on the Drawings.

B. Do not excavate wet subsoil.

C. When excavating through roots, perform Work by hand and cut roots with sharp axe.

D. Remove excess subsoil not intended for reuse, from site.

E. Cover stockpile to prevent blowing dust.

3.4 FILLING

A. Fill areas to levels that will return the finished grades to existing contours and elevations with unfrozen materials.

B. Place material in continuous layers as follows: 1. Subsoil Fill: Maximum 6 inches compacted depth.

C. Maintain optimum moisture content of fill materials to attain required compaction density.

Davis Street Adams, MA

ROUGH GRADING

31 22 13 - 3

D. All subsoil fill is to be compacted to 95% Maximum Dry Density.

E. Make grade changes gradual. Blend slope into level areas.

F. Repair or replace items indicated to remain damaged by excavation or filling.

G. Perform Work in accordance with Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

END OF SECTION ***

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 1

SECTION 31 25 00 EROSION AND SEDIMENTATION CONTROLS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Silt Fence 2. Non-Woven Geotextile. 3. Woven Geotextile. 4. Straw Wattles. 5. Straw Bales. 6. Erosion Control Blanket and Anchor Stakes. 7. Temporary Sediment Traps. 8. Temporary Seed Cover. 9. Diversion Channels.

B. Related Sections: 1. Section 31 20 00 – Earth Moving. 2. Section 32 05 16 - Aggregates Exterior Improvements. 3. Section 31 10 00 - Site Clearing. 4. Section 33 41 00 - Storm Utility Drainage Piping.

1.2 REFERENCES

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

B. American Association of State Highway and Transportation Officials: 1. AASHTO T88 - Standard Specification for Particle Size Analysis of Soils. 2. AASHTO T180 - Standard Specification for Moisture-Density Relations of Soils Using a

4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop.

C. ASTM International: 1. ASTM C127 - Standard Test Method for Density, Relative Density (Specific Gravity), and

Absorption of Coarse Aggregate. 2. ASTM D698 - Standard Test Method for Laboratory Compaction Characteristics of Soil

Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)). 3. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil

Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 4. ASTM D2922 - Standard Test Method for Density of Soil and Soil-Aggregate in Place by

Nuclear Methods (Shallow Depth). 5. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by

Nuclear Methods (Shallow Depth).

1.3 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Requirements for submittals.

B. Proposed methods, materials to be employed, and schedule for effecting erosion and siltation control and preventing erosion damage shall be submitted for approval. Submittals shall include: 1. List of proposed materials including manufacturer’s product data.

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 2

2. Schedule of erosion control program indicating specific dates from implementing programs in each major area of work.

C. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods.

D. Samples: Two samples of each slope system component including: 1. Filter Fabric/Non-Woven Geotextile: 12 inches by 12 inches piece 2. Straw Wattles: 3 foot long section 3. Straw Bales: 1 bale 4. Erosion Control Blanket: 12 inches by 12 inches piece

E. Manufacturer's Certificate: Certify Products meet or exceed specified requirements

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Manufacturer's Certificate: Certify products meet or exceed specified sustainable design requirements. 1. Materials Resources Certificates:

a. Certify recycled material content for recycled content products. b. Certify source for regional materials and distance from Project site.

1.5 CLOSEOUT SUBMITTALS

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals.

1.6 QUALITY ASSURANCE

A. Perform Work in accordance with requirements of Plans and Specifications

B. Perform Work in accordance with requirements of The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards), the Department of Environmental Protection, US Army Corps General Permit for Massachusetts Natural Heritage and Endangered Species Program, City of Pittsfield Department of Public Works and City of Pittsfield Conservation Commission.

C. Maintain one copy of the Notice of Intent, Order of Conditions and Stormwater Pollution Prevention Plan on site.

1.7 EROSION CONTROL PRINCIPLES

A. Erosion Control Principles: The following erosion control principles shall apply to the land grading and construction phases: 1. Stripping of vegetation, grading, or other soil disturbance shall be done in a manner,

which will minimize soil erosion. 2. Whenever feasible, natural vegetation shall be retained and protected. 3. Extent of area, which is exposed and free of vegetation and duration of its exposure shall

be kept within practical limits. 4. Temporary seeding, mulching, or other suitable stabilization measures shall be used to

protect exposed critical areas during prolonged construction or other land disturbance. Prolonged exposure of unstabilized soil shall not exceed 30 days.

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 3

5. Drainage provisions shall accommodate increased runoff resulting from modifications of soil and surface conditions during and after development or disturbance. Such provisions shall be in addition to existing requirements.

6. Sediment shall be retained on-site. 7. Erosion control devices shall be installed prior to start of clearing and grubbing operations

and excavation work.

B. Erosion Protection: Cut and fill slopes and stockpiled materials shall be protected to prevent erosion. Slopes shall be protected with permanent erosion protection when erosion exposure period is expected to be greater than or equal to two months, and temporary erosion protection when erosion exposure period is expected to be less than two months. 1. Permanent erosion protection shall be accomplished by seeding with grass and covering

with an erosion protection material, as appropriate for prevailing conditions. 2. Temporary erosion protection shall be accomplished by covering with erosion protection

materials, as appropriate for prevailing conditions.

1.8 PRE-INSTALLATION MEETINGS

A. Section 01 30 00 - Administrative Requirements: Pre-installation meeting.

B. Convene minimum one week prior to commencing work of this section.

C. Notify City of Pittsfield Conservation Agent after erosion controls are in place and before any work is done in any wetland resource area or buffer zone

PART 2 - PRODUCTS

2.1 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Materials and Resources Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled content. 2. Regional Materials: Furnish materials extracted, processed, or manufactured within 100

miles of the Project site.

2.2 MATERIALS

A. Silt Fence 1. Silt fence shall be made of filter fabric. Fence shall be 2 feet high minimum. 2. Silt fence shall be supported by wooden posts, driven a minimum of 1 ft. into the ground.

Posts shall be spaced 6 ft. o.c. maximum.

B. Non-Woven Geotextile: AASHTO M288-96, Class 1. 1. Minimum Allowable Transmissivity: Not less than 1.5 gallons per minute per foot of

width when tested in accordance with ASTM D4716 at a confining pressure of 14.5 pounds per square inch.

C. Woven Geotextile: AASHTO M288-06, Class 1. 1. Minimum tensile strength 200 lbs. 2. Minimum trapezoidal tear 75 lbs. 3. Transmissivity: 4 g/min/sf

D. Straw Wattles

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 4

1. Straw wattles shall be constructed of weed free straw inside biodegradable netting. 2. Nominal dimensions 9” diameter x 20’ long.

E. Straw Bales 1. Straw bales shall be of weed free straw.

F. Erosion Control Blanket 1. Blanket shall be long term Type 4 double net erosion control blanket. 2. Blanket shall consist of evenly distributed 100 percent coconut fiber matrix with

biodegradable thread. 3. Anchors to be biodegradable

G. Temporary Sediment Traps 1. Traps shall consist of basins lined with Non-Woven Geotextile Fabric and encircled with

Straw Bales or Straw Wattles covered in Non-Woven Geotextile Fabric and lined with rock.

2.3 TEMPORARY SEED COVER

A. Seed mixture for temporary cover by hydroseeding application shall conform to the following:

Quantity per 1000 sq. ft. Coverage Material 27-1/2 lb. Wood Fiber Mulch 4 lb. Seed ½ lb. Annual Ryegrass 22 lb. 10-6-4 Fertilizer 69 gal. Water

B. Hydroseeding Equipment: Hydroseeding equipment may be either portable or truck mounted, with dual agitation, a minimum working volume of 1000 gallons and a minimum spray range of 80 ft. 1. Hydroseeding equipment must be capable of uniformly applying the slurry mix including

wood fiber mulch if required, at the specified rate, and at the required locations. 2. Hydromulching equipment, either trailer or truck mounted, must be capable of uniformly

applying straw mulch at a minimum mulching rate of 8 tons per hour, at a distance of not less than 80 ft.

C. Rock: Sound, hard and angular shape; well graded; without shale seams, structural defects and foreign substances; with width and thickness greater than one third its length; minimum specific gravity of 2.5 size and gradation in accordance with NCSA Class, Size No. R8 R7 R6 R5 R4 R3 within following limits:

Square Opening inches

Percent Passing NCSA Size No. R8 R7 R6 R5 R4 R3

42 100 30 100 24 15-50 100 18 15-50 100 15 0-15 12 0-15 15-50 100 9 15-50 6 0-15 0-15 15-50 100 4 0-15 3 0-15 15-50 2 0-15

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 5

PART 3 - EXECUTION

3.1 EXAMINATION

A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work.

B. Verify stabilized soil is acceptable and ready to support devices and imposed loads.

3.2 SITE STABILIZATION

A. Incorporate erosion control devices indicated on the Drawings into the Project at the earliest practicable time.

B. Construct, stabilize and activate erosion controls before site disturbance within tributary areas of those controls.

C. Stabilize any disturbed area of affected erosion control devices on which activity has ceased and which will remain exposed for more than 20 days. 1. During non-germinating periods, apply mulch at recommended rates. 2. Stabilize disturbed areas which are not at finished grade and which will be disturbed

within one year in accordance with temporary seed cover and mulch. 3. Stabilize disturbed areas which are either at finished grade or will not be disturbed within

one year in accordance with Section 32 92 19 permanent seeding specifications.

D. Stabilize diversion channels, sediment traps, and stockpiles immediately.

E. Remove stockpiles of waste material as soon as practicable.

3.3 ROCK LEVEL SPREADER

A. Construct as indicated on the Drawings. Remove loose, unsuitable material below bottom of rock lining, then replace with suitable material. Thoroughly compact and finish entire foundation area to firm, even surface.

B. Lay and overlay geotextile fabric and erosion control blanket over substrate. Overlap edges a minimum overlap of 12”. Cover fabric as soon as possible and in no case leave fabric exposed more than 1 week.

C. Carefully place rock on geotextile fabric to produce an even distribution of pieces, with minimum of voids and without tearing geotextile.

D. Unless indicated otherwise, place full course thickness in one operation to prevent segregation and to avoid displacement of underlying material. Arrange individual rocks for uniform distribution.

3.4 SILT FENCE

A. Install as shown on Drawings and in accordance with manufacturer’s recommendations.

3.5 NON-WOVEN GEOTEXTILE

A. Install as shown on Drawings and in accordance with manufacturer’s recommendations.

3.6 WOVEN GEOTEXTILE

A. Install as shown on Drawings and in accordance with manufacturer’s recommendations.

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 6

3.7 STRAW WATTLES

A. Install using hard wood stakes embedded a minimum of 12” into the ground and spaced no more than two foot on center.

3.8 EROSION CONTROL BLANKET AND ANCHOR STAKES

A. Install as shown on Drawings and in accordance with manufacturer’s recommendations. 1. Stake at a rate of 1.15 stakes per square yard, and at 12” o.c. along top of slope through

biaxial grid and turf mat.

3.9 TEMPORARY SEDIMENT TRAP

A. Construct trap by excavating and forming embankments maximum side slope 3H:1V.

B. Place coarse aggregate or rock at outlet.

C. Place geotextile fabric, as specified for rock level spreader.

D. Encircle trap with straw bales or straw wattles covered in geotextile fabric.

3.10 TEMPORARY SEED COVER

A. HYDROSEEDING 1. Seed for temporary cover shall be spread by the hydroseeding method, utilizing power

equipment commonly used for that purpose. Seed, fertilizer, mulch and water shall be mixed and applied to achieve application quantities specified. Material shall be applied in 2 equal applications, with the equipment during the second pass moving perpendicular to direction employed during the first pass. Hydroseeding shall not be done when it is raining or snowing, or when wind velocity exceeds 5 mph.

2. If the results of Hydroseeding application are unsatisfactory, the mixture and/or application rate and methods shall be modified to achieve the required results.

3. After the grass has appeared, all areas and parts of areas which fail to show a uniform stand of grass, for any reason whatsoever, shall be reseeded and such areas and parts of areas seeded repeatedly until all areas are covered with a satisfactory growth of grass.

3.11 FIELD QUALITY CONTROL

A. Inspect erosion control devices on a weekly basis and after each runoff event. Make necessary repairs to ensure erosion and sediment controls are in good working order.

3.12 MAINTENANCE AND REMOVAL OF EROSION CONTROL DEVICES

A. Wetland area, water courses, and drainage swales adjacent to construction activities shall be monitored twice each month for evidence of silt intrusion and other adverse environmental impacts, which shall be corrected immediately upon discovery.

B. Drainage ditches shall be kept clean and clear of obstructions during construction period.

C. Erosion Control Devices 1. Sediment behind the erosion control device shall be checked once a week and after

every rain event. Silt shall be removed if greater than 6 in. deep. 2. Condition of erosion control device shall be checked twice each week or more frequently

as required. Damaged and/or deteriorated items shall be replaced. Erosion control devices shall be maintained in place and in effective condition.

3. Sediment deposits shall be disposed of off-site, in a location and manner which will not cause sediment nuisance elsewhere.

Davis Street Adams, MA

EROSION AND SEDIMENTATION CONTROLS

31 25 00- 7

D. Removal of Erosion Control Devices 1. Erosion control devices shall be maintained until all disturbed earth has been paved or

vegetated, at which time the conservation commission shall verify that the ground is stable and the silt fence and other temporary controls shall be removed. After removal, areas disturbed by these devices shall be regraded and seeded.

2. The straw bales shall be broken up and dispersed over the site. 3. The straw wattles shall remain. 4. Erosion protection material shall be kept securely anchored until acceptance of the entire

Project.

3.13 CLEANING

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for cleaning.

B. When sediment accumulation in sedimentation structures has reached a point one-third depth of sediment structure or device, remove and dispose of sediment.

C. Do not damage structure or device during cleaning operations.

D. Do not permit sediment to erode into construction or site areas or natural waterways.

E. Clean channels when depth of sediment reaches approximately one half channel depth.

F. Clean all sediment out of level spreader, drop inlets, catch basins and drain manholes.

3.14 PROTECTION

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work.

B. Immediately after placement, protect all erosion control measures, and replace or repair all erosion control measures before demobilizing for the season.

END OF SECTION ***

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 1

SECTION 32 05 16 AGGREGATES FOR EXTERIOR IMPROVEMENTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Aggregates for site work, see Earth Moving Specification for aggregates

associated with building construction • Coarse aggregate materials. • Fine aggregate materials. • Riprap • Rockfill

B. Related Sections: 1. Section 31 22 13 - Rough Grading. 2. Section 31 20 00 – Earth Moving.

1.2 REFERENCES

A. American Association of State Highway and Transportation Officials: 1. AASHTO M43 - Standard Specification for Sizes of Aggregate for Road and

Bridge Construction. 2. AASHTO M145 - Standard Specification for Classification of Soils and Soil-

Aggregate Mixtures for Highway Construction Purposes. 3. AASHTO M147 - Standard Specification for Materials for Aggregate and Soil-

Aggregate Subbase, Base and Surface Courses. 4. AASHTO T11 - Standard Method of Test for Materials Finer Than No. 200 Sieve

in Mineral Aggregates by Washing. 5. AASHTO T27 - Standard Method of Test for Sieve Analysis of Fine and Coarse

Aggregates. 6. AASHTO T89 - Standard Method of Test for Determining the Liquid Limit of Soils. 7. AASHTO T90 - Standard Method of Test for Determining the Plastic Limit and

Plasticity index of Soils. 8. AASHTO T180 - Standard Specification for Moisture-Density Relations of Soils

Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop.

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.3 SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Materials Source: Submit name of imported materials suppliers.

C. Submit AASHTO test results for materials used or certification from source that materials meet specifications.

D. Submit AASHTO T180 compaction testing results for Materials used.

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 2

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Manufacturer's Certificate: Certify products meet or exceed specified sustainable design requirements.

1.5 QUALITY ASSURANCE

A. Perform Work in accordance with Massachusetts Highway Department (MHD); Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

PART 2 – PRODUCTS

2.1 AGGREGATE MATERIALS

A. SUSTAINABILITY CHARACTERISTICS 1. Section 01 81 13 - Sustainable Design Requirements: Requirements for

sustainable design compliance. 2. Materials and Resources Characteristics:

• Recycled Content Materials: Furnish materials with maximum available recycled content.

• Regional Materials: Furnish materials extracted, processed, or manufactured within 100 miles of the Project site.

B. QUALITY ASSURANCE 1. Provide materials in accordance with Massachusetts Highway Department

(MHD); Standard Specifications for Highways and Bridges 1988 edition and supplemental dated June 6, 2006. Parent material of aggregate to be inert, hard, durable igneous or metamorphic rock as specified by MHD. Shale, limestone and other sedimentary parent material will not be allowed. Recycled asphalt, brick, concrete and glass in conformance with MHD will be allowed. Rock that conforms with MHD requirements from the site may be used on-site.

C. AASHTO Number 57 (1” to No.4): Conforming to AASHTO Standard Specification for Sizes of Aggregate for Road and Bridge Construction: 1. Naturally occurring rounded particles of rock resulting from glacial outwash.

Double washed.

Gradation Requirements

Sieve Size Percent Passing 1-1/2 in. 100 1 in. 95-100 1/2 in. 25-60 No. 4 0-10 No. 8 0-5

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 3

D. Ordinary Borrow Type M1.01.0: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Ordinary Borrow shall consist of a material satisfactory to the Engineer and not

specified as gravel borrow, sand borrow, special borrow material or other particular kind of borrow.

2. This material shall have the physical characteristics of soils designated as group A-1, A-2-4 or A-3 under AASHTO-M145. It shall have properties such that it may readily spread and compacted for the formation of embankments.

3. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 may be homogeneously blended with the borrow material up to an addition rate of 10% by mass in areas that will not be exposed, providing the AASHTO M145 physical characteristics are maintained.

E. Special Borrow Type M1.02.0: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Special Borrow shall consist of one of the following:

• A native in-situ soil that is classified under AASHTO-M145 as A-3, or that portion of A-1 and A-2 with less than 12% passing the No. 200 sieve as determined by AASHTO-T11 and T27

• A crushed rock, either obtained from ledge excavation on the project or other approved sources that meets the following requirements: Percent of wear LA abrasion test 50% Maximum Plasticity Index 6% Maximum

Gradation Requirements

Sieve Size Percent Passing 3 in. 100 2 in. 90-100 No. 4 20-65 No. 200 0-12

2. The use of Processed Glass Aggregate (PGA) meeting the requirements of

M2.01.8 may be blended with either special borrow material outlined above. An addition rate of 10% by mass in areas where the borrow will not be exposed will be allowed, providing the physical characteristics are maintained. The PGA will be blended so as to produce a homogeneous material.

F. Gravel Borrow Type M1.03.0b Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Gravel borrow shall consist on inert material that is hard, durable stone and

coarse sand, free from loam and clay, surface coatings and deleterious materials.

2. Grading requirements for gravel shall be determined by AASHTO-T11 and T27 and shall conform to the following:

Sieve Size Percent Passing 1/2 in. 50-85 No. 4 40-75 No. 50 8-28 No. 200 0-10

Maximum size of stone to be 3” 3. Gradation for Gravel Borrow for Bridge Foundations shall have at least 70%

passing the 3/4 inch sieve.

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 4

4. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 may be homogeneously blended with the processed gravel up to an addition rate of 10% by mass, providing the subbase material will not be exposed. The resulting blend will meet the physical requirements of gravel borrow specified above.

G. Processed Gravel for Subbase Type M1.03.1: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. This specification covers the quality and gradation for subbase material of

crusher run gravel 2. Gravel shall consist on inert material that is hard, durable stone and coarse sand,

free from loam and clay, surface coatings and deleterious materials. 3. The coarse aggregate shall have a percentage of wear, by the Los Angeles

Abrasion Test, of not more than 50. 4. The gradation shall meet the following requirements:

Sieve Size Percent Passing 3 in. 100 1-1/2 in. 70-100 3/4 in. 50-85 No. 4 30-60 No. 200 0-10

5. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 may be homogeneously blended with the processed gravel up to an addition rate of 10% by mass, providing the subbase material will not be exposed. The resulting blend will meet the physical requirements of processed gravel specified above.

H. Sand Borrow Type M1.04.0: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Sand Borrow shall consist of clean inert, hard, durable grains of quartz or other

hard durable rock, free from loam or clay, surface coatings and deleterious materials. The allowable amount of material passing a No. 200 sieve as determined by AASHTO-T11 shall not exceed 10% by weight.

The maximum particle size for Sand Borrow shall be as follows:

M1.04.0 Type a 1/4 in. M1.04.0 Type b 3/8 in.

2. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 will be allowed at an addition rate of 10% mass to type b sand borrow. This addition is allowed providing the material will not be exposed, that the blended material is homogeneous and that the physical requirements specified for Sand Borrow are maintained.

I. Sand Borrow for Subdrains Type M1.04.1: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges, with the following gradation requirements:

Sieve Size Percent Passing 1/2 inch 100 3/8 inch 85-100 No. 4 60-100 No. 16 35-80 No. 50 10-55 No. 100 2-10

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 5

J. Impervious Soil Borrow Type M1.08.0: Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Impervious Soil shall have the physical characteristics of one of the following,

under AASHTO-M145: • A-4, A-5, A-6, A-7 soils; • A-2 soils containing more than 20% by weight passing the No. 200 sieve.

2. The Impervious Soil shall be reasonably free of stumps, brush, and stones larger than 3 in. diameter.

K. Reclaimed Pavement Borrow Material Type M1.11.0 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Reclaimed Pavement Borrow material shall consist of crushed asphalt pavement

and/or crushed cement concrete, and gravel borrow meeting M1.03.0. The material shall be free of loam, clay, and deleterious materials such as brick, reinforcing steel, wood, paper, plaster, lathing, and building rubble etcetera.

2. The coarse aggregate shall have a percentage of wear not greater than 50 as measured by the Los Angeles Abrasion Test.

3. Gradation requirements shall be determined by AASHTO T11 and T27 except the material shall not be oven dried. It shall be air dried, fan dried at low speed, or other low temperature heat so as not to liquefy the asphalt or cause the asphalt to adhere to the sieves. Water used for the #200 sieve analysis shall be cold tap water.

4. Gradation shall meet the following requirements:

Sieve Size Percent Passing 3 inch 100 1-1/2 inch 70-100 3/4 inch 50-85 No. 4 30-60 No. 50 8-24 No. 200 0-10

5. The portion of the materials passing the No. 40 sieve shall have a liquid limit of not greater than 25 and a plasticity index not greater than 6. Liquid limits shall be determined by AASHTO T90.

6. Reclaimed pavement borrow material shall be processed by mechanical means and blended to form a homogeneous material. Blended materials that are stockpiled for more than 3 months shall be reworked to a uniform material and retested prior to use.

7. The amount of combined crushed asphalt pavement and crushed cement concrete shall not exceed 50% by volume as determined by visual inspection, and/or laboratory tests required by the Engineer.

L. Crushed double-washed stone Type M2.01.4 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Durable crushed rock consisting of the angular fragments obtained by breaking

and crushing solid or shattered natural rock, and free from a detrimental quantity of thin, flat, elongated or other objectionable pieces. A detrimental quantity will be considered as any amount in excess of 15% of the total weight.

2. Crushed stone shall be free from clay, loam or deleterious material and not more than 0.5% passing a No. 200 sieve will be allowed to adhere to the crushed stone.

3. The crushed stone shall have a maximum percentage of wear as determined by the Las Angeles Abrasion Test of 30%.

4. The crushed stone shall be uniformly blended according to the following grading requirements.

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 6

Sieve Size Percent Passing 1 inch 100 3/4 inch 90-100 1/2 inch 10-50 3/8 inch 0-20 No. 4 0-5

M. Dense Graded Crushed Stone for Sub-base Type M2.01.7 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. This specification covers the quality and gradation requirements for a sub-base

material combining crusher run coarse aggregates of crushed stone (trap only, meeting M2.01.0,1) and fine aggregates uniformly pre-mixed with a predetermined quantity of water.

2. Coarse aggregate shall consist of hard, durable particles of fragments of stone. Materials that break up when alternately frozen and thawed or wetted and dried shall not be used.

3. Coarse aggregate shall have a percentage of wear, by the Los Angeles test, of not more than 30.

4. Fine aggregate shall consist of natural or crushed sand. 5. The composite material shall be free from clay, loam, or other plastic material,

and shall conform to the following grading requirements:

Sieve Size Percent Passing 2 inch 100 1-1/2 inch 70-100 3/4 inch 50-85 No. 4 30-55 No. 50 8-24 No. 200 3-10

Sampling and testing shall be in accordance with the following AASHTO methods:

Sieve Analysis T27 Passing No. 200 Sieve T11

6. The use of Processed Glass Aggregate (PGA) meeting the requirements

M.2.01.8 will be allowed at a maximum addition rate of 10% mass, providing the blended material is homogeneous and the physical requirements of dense graded crushed stone are maintained.

N. Dumped Riprap Type M2.02.2 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Stone used for dumped riprap shall be hard, durable, angular in shape, resistant

to weathering and shall meet the gradation requirement specified. Neither breadth nor thickness of a single stone should be less than one-third its length. Rounded stone or boulders will not be accepted unless authorized by special provisions.

2. Stone shall be free from overburden, spoil, shale, and organic material and shall meet the following gradation requirement specified:

Maximum Percent of Total Weight Smaller

Size of Stone Than Given Size 400 lb. 100 300 lb. 80 200 lb. 50

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 7

*25 lb. 10

*No more than 5% by weight shall pass a 2 in. sieve

3. Each load of riprap shall be reasonably well graded form the smallest to the maximum size specified. Stones smaller than the specified 10% size and spalls will not be permitted in an amount exceeding 10% by weight of each load.

O. Stone for Pipe Ends Type M2.02.3 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Stone used for pipe ends shall be sound, durable rock which is angular in shape.

Rounded stones, boulders, sandstone, limestone or similar stone or relatively thin slabs will not be acceptable. Each stone shall weigh not less than 50 pounds not more than 125 pounds and at least 75% of the volume shall consist of stones weighing not less than 75 pounds each. The remainder of the stones shall be so graded that when places with the larger stones the entire mass will be compact.

P. Modified Rockfill Type M2.02.4 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Modified Rockfill shall consist of hard, durable angular shaped stones which are

the product of the primary crushing of a stone crusher. Rounded stone, boulders, sandstone and similar soft stone or relatively thin slabs will not be acceptable.

2. Stone shall be free from overburden, spoil, shale, and organic material and shall meet the following gradation requirement:

Size of Stone Passing Percentages 12 inch 90-100 8 inch 0-25 4 inch 0-15 2 ½ inch 0-5

2.2 TOPSOIL MATERIALS

A. Loam Borrow Type M1.05.0 Conforming to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Loam Borrow shall be fertile, friable soil obtained from naturally well-drained

areas or shall be the product of a commercial sand and gravel processing facility. It shall be uncontaminated by salt water foreign matter, or substances harmfull to plant growth. Loam Borrow shall be free of debris rocks, clods, and any other extraneous matter greater than 2 inches in diameter. Loam Borrow shall be free from noxious weeds, invasive species, non-native species and forbs.

2. Organic content of 7% to 10%. 3. Loam Borrow shall have the following mechanical analysis:

Sieve Size Percent Passing No. 10 85-100 No. 40 35-85 No. 200 10-30 <20µm <5

B. Topsoil and Plantable Soil Borrow Type M1.07.0: 1. Topsoil and Plantable Soil Borrow shall consist of fertile, friable, natural topsoil,

reasonably free of stumps, roots, stiff clay, stones larger than 1 inch in diameter

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 8

noxious weeds, invasive species, non-native species, forbs, sticks, brush, or other litter.

2. Reasonably well drained and capable of supporting plant growth. 3. Material classified as topsoil can only be obtained within the project limits.

C. Organic Soil Additives Type M1.06.0 1. Compost shall be a well-decomposed humus material derived from the aerobic

decomposition of biodegradable matter, free of viable seeds and other plant propagules (except airborne weed species), foreign debris such as glass, plastic, etcetera and substances toxic to plants. Compost shall be suitable for use as a soil amendment and shall support the growth of ornamental nursery stock and turf establishment. Compost shall be in a shredded or granular form and free from hard lumps. Food and agriculture residues, animal manure, or other biosolids that meet the above requirements and are approved by the DEP are acceptable as source materials.

2. Compost shall have the following properties: • Maximum particle size of 1 inch • Stability =<10 mg CO2-C/g BVS day • Moisture content between 35-55% • pH range between 5.5 and 7.5 • Minimum organic matter content of 40% (minimum dry weight) • Maximum electrical conductivity of 0.4 S/m • Maximum of 1% of foreign matter • C:N ratio range of 11-25:1

2.3 SOURCE QUALITY CONTROL

A. Section 01 40 00 - Quality Requirements: Testing and Inspection Services, Testing and analysis of soil material.

B. Aggregate Material - Testing and Analysis: Perform in accordance with AASHTO M145, M147, T11, T27, T89, and T90.

C. When tests indicate materials do not meet specified requirements, change material and retest.

PART 3 - EXECUTION

3.1 EXCAVATION

A. Excavate aggregate materials from on-site locations as specified in Earth Moving Specifications.

B. Stockpile excavated material meeting requirements for aggregate materials.

C. Remove excess excavated materials, not intended for reuse, from site.

D. Remove excavated materials, not meeting requirements for aggregate materials, from site.

3.2 STOCKPILING

A. Stockpile materials on site at locations designated by Owner/Engineer.

Davis Street Adams, MA

AGGREGATES FOR EXTERIOR IMPROVEMENTS

32 05 16 - 9

B. Separate different aggregate materials with dividers or stockpile individually to prevent mixing.

C. Direct surface water away from stockpile site to prevent erosion or deterioration of materials.

3.3 STOCKPILE CLEANUP

A. Remove stockpile, leave area in clean and neat condition. Grade site surface to prevent free standing surface water.

END OF SECTION ***

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 1

SECTION 32 12 16 ASPHALT PAVING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Asphalt materials. 2. Aggregate materials. 3. Asphalt paving base course, binder course and wearing course.

B. Related Sections: 1. Section 31 22 13 - Rough Grading. 2. Section 31 20 00 – Earth Moving. 3. Section 32 05 16 – Aggregates For Exterior Improvements 4. Section 32 17 23 - Pavement Markings.

1.2 REFERENCES

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

B. American Association of State Highway and Transportation Officials: 1. AASHTO M17 - Standard Specification for Mineral Filler for Bituminous Paving

Mixtures. 2. AASHTO M29 - Standard Specification for Fine Aggregate for Bituminous Paving

Mixtures. 3. AASHTO M140 - Standard Specification for Emulsified Asphalt. 4. AASHTO M208 - Standard Specification for Cationic Emulsified Asphalt. 5. AASHTO M226 - Standard Specification for Viscosity-Graded Asphalt Binder. 6. AASHTO M288 - Standard Specification for Geotextile Specification for Highway

Applications. 7. AASHTO M320 - Standard Specification for Performance-Graded Asphalt Binder. 8. AASHTO M324 - Standard Specification for Joint and Crack Sealants, Hot

Applied, for Concrete and Asphalt Pavements. 9. AASHTO MP1a - Standard Specification for Performance-Graded Asphalt

Binder.

C. Asphalt Institute: 1. AI MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot- Mix Types. 2. AI MS-19 - Basic Asphalt Emulsion Manual. 3. AI SP-2 - Superpave Mix Design.

D. ASTM International: 1. ASTM C1371 - Standard Test Method for Determination of Emittance of

Materials Near Room Temperature Using Portable Emissometers. 2. ASTM C1549 - Standard Test Method for Determination of Solar Reflectance

Near Ambient Temperature Using a Portable Solar Reflectometer. 3. ASTM D242 - Standard Specification for Mineral Filler For Bituminous Paving

Mixtures. 4. ASTM D692 - Standard Specification for Coarse Aggregate for Bituminous

Paving Mixtures. 5. ASTM D946 - Standard Specification for Penetration-Graded Asphalt Cement for

Use in Pavement Construction. 6. ASTM D977 - Standard Specification for Emulsified Asphalt.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 2

7. ASTM D1073 - Standard Specification for Fine Aggregate for Bituminous Paving Mixtures.

8. ASTM D1188 - Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens.

9. ASTM D2027 - Standard Specification for Cutback Asphalt (Medium-Curing Type).

10. ASTM D2397 - Standard Specification for Cationic Emulsified Asphalt. 11. ASTM D2726 - Standard Test Method for Bulk Specific Gravity and Density of

Non-Absorptive Compacted Bituminous Mixtures. 12. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in

Place by Nuclear Methods. 13. ASTM D3549 - Standard Test Method for Thickness or Height of Compacted

Bituminous Paving Mixture Specimens.

1.3 SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Product Data: 1. Submit product information for asphalt and aggregate materials. 2. Submit mix design with laboratory test results supporting design.

C. Manufacturer's Certificate: Certify Products meet or exceed specified requirements of: The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards).

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Manufacturer's Certificate: Certify products meet or exceed specified sustainable design requirements.

1.5 QUALITY ASSURANCE

A. Mixing Plant: Conform to The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

B. Obtain materials from same source throughout.

C. Perform Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

D. Maintain one copy of document on site.

1.6 QUALIFICATIONS

A. Installer: Company specializing in performing work of this section with minimum five years experience.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Do not place asphalt mixture between October 31 and May 1 of any year.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 3

B. Do not place asphalt mixture when ambient air or base surface temperature is less than 40 degrees F, or surface is wet or frozen.

C. Do not place asphalt mixture when ambient air temperature is forecast to fall below 40 degrees F within 24 hours of placement.

PART 2 - PRODUCTS

2.1 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Materials and Resources Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled content. 2. Regional Materials: Furnish materials extracted, processed, or manufactured within 100

miles of the Project site.

2.2 MATERIALS

A. Bituminous Material Type M3.00.00: Conform to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Asphalt Cement Type M3.01.0: AASHTO M226, Table 2. 2. Asphalt Cement Tack Coat Type M3.01.0: AASHTO M226, Table 2, AC-20. 3. Cationic Emulsified Asphalt Slurry Type M3.03.1: AASHTO M208, Table 1, CSS-

1.

B. Aggregate for Base and Top Course Mixes Type M3.11.03: Conform to Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

Table A

Percent by Weight Passing

Sieve Designation

Standard Sieves

Base

Course

Binder Course

Dense Binder Course

Top

course

Modified Top

Course

Dense

Mix

Surf. Treat.

2 in. 1 in.

3/4 in. 5/8 in. 1/2 in. 3/8 in. No. 4 No. 8

No. 16 No. 30 No. 50 No. 100 No. 200 Binder

100 57-87

40-65

20-45 15-33

8-17 4-12

0-4 4-5

100

80-100

55-75

28-50 20-38

8-22 5-15

0-5

4.5-5.5

100

80-100

65-80

48-65 37-51

17-30 10-22

0-6 5-6

100 95-100 80-100 50-76 37-54 26-40 17-29 10-21 5-16 2-7

5.5-7.0

100

95-100

79-100 68-88 48-68 33-53 20-40 14-30 9-21 6-16 2-6 5-6

100 80-100 55-80 48-63 36-49 24-38 14-27 6-18 4-8 7-8

100 80-100 64-85 46-68 26-50 13-31 7-17 3-8 7-8

C. Aggregate Type M3.11.04: Conform to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Course Aggregate:

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 4

a. The coarse mineral aggregate shall be clean, crushed rock consisting of the angular fragments obtained by breaking and crushing shattered natural rock, free from detrimental quantity of thin or elongated pieces, free from dirt or other objectionable materials, and shall have a percentage of wear, as determined by the Los Angeles Abrasion Test (AASHTO-T96), of not more than 30. It shall be surface dry and shall have a moisture content of not more than 1/2% after drying. The use of crushed gravel stone will not be permitted.

2. Fine Aggregate The fine aggregate shall consist of one of the following: a. 100% Natural Sand b. 100% Stone Sand c. A blend of natural sand and stone sand Natural sand shall consist of inert, hard, durable grains of quartz or other hard, durable rock, free from topsoil or clay, surface coatings, organic matter or other deleterious materials. When the primary source of material passing the No. 200 sieve, is obtained from natural sand, these fines must be approved prior to use. Stone sand shall be a processed material prepared from stone screenings to produce a consistently graded material conforming to specification requirements. The stone screenings shall be the product of a secondary crusher and shall be free from dirt, clay, organic matter, excess fines or other deleterious material. The fine aggregate as delivered to the mixer shall met the following requirements:

Sieve Size Percent Passing 3/8 in. 95-100 No. 8 70-95 No. 50 20-40 No. 200 2-16

In the fine aggregate sieve analysis (passing No. 8), the amount between two successive sieves (No. 16, 30, 50 and 100) shall not exceed 33% of the fine aggregate total.

3. Reclaimed Asphalt Pavement (RAP)

a. Reclaimed Asphalt Pavement (RAP) shall consist of the material obtained from highways or streets by crushing, milling or planning existing pavements. This material shall be transported to the mix plant yard and processed through an approved crusher so that the resulting material will contain no particles larger than 1-1/2 inch. The material shall be stockpiled on a free draining base and kept separate from the other aggregates. The material contained in the stockpiles shall have a reasonably uniform gradation from fine to coarse and shall not be contaminated by foreign materials.

4. Processed Glass Aggregate (PGA)

a. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 may be added at a maximum rate of 10% mass. This addition will only be allowed in base and binder hot mix asphalt mixtures. PGA in mixes containing reclaimed asphalt pavement (RAP) will be considered as part of the overall allowable mass of RAP in the mix. If PGA is used in the mix a separate aggregate bin shall be used and the use of lime as an anti stripping agent will be required.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 5

2.3 SOURCE QUALITY CONTROL

A. Submit proposed mix design of each class of mix for review prior to beginning of Work and certification from Mass Highway that mixes conform to Mass Highway Specifications.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work.

B. Verify utilities indicated under paving are installed with excavations and trenches backfilled and compacted.

C. Verify compacted subbase is dry and ready to support paving and imposed loads. 1. Proof roll subbase with vibratory compactor in minimum two perpendicular

passes to identify soft spots. 2. Remove soft subbase and replace with compacted fill as specified in Section

31 23 23.

D. Verify gradients and elevations of base are correct.

E. Verify that drainage frames and grates and manhole frames and covers are installed in correct position and elevation.

3.2 SUBBASE

A. Aggregate Subbase: install as specified in Section 31 23 23, and as shown on the plans.

B. Prepare subbase in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards)

3.3 EXISTING WORK

A. Saw cut existing paving as indicted on Drawings.

B. Clean existing paving to remove foreign material, excess joint sealant and crack filler from paving surface.

C. Repair surface defects in existing paving to provide uniform surface to receive new paving.

3.4 DOUBLE COURSE ASPHALT PAVING

A. Install Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards)

B. Place asphalt binder course within 24 hours of applying tack coat.

C. Place binder course to compacted thickness indicated on Drawings.

D. Place wearing course within 24 hours of placing and compacting binder course. When binder course is placed more than 24 hours before placing wearing course, clean surface and apply tack coat before placing wearing course.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 6

E. Place wearing course to compacted thickness indicated on Drawings.

F. Density of the completed pavement shall not be less than 95% of the density obtained from laboratory compaction of a mixture composed of the same materials in like proportions. Do not displace or extrude paving from position. Hand compact in areas inaccessible to rolling equipment.

G. Perform rolling with consecutive passes to achieve even and smooth finish, without roller marks.

3.5 ERECTION TOLERANCES

A. Flatness: Maximum variation of 1/4 inch measured with 10 foot straight edge.

B. Scheduled Compacted Thickness: Within 1/4 inch.

C. Variation from Indicated Elevation: Within 1/2 inch.

3.6 FIELD QUALITY CONTROL

A. Take samples and perform tests including mat density tests in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards).

B. Asphalt Paving Mix Temperature: Measure temperature at time of placement.

C. Asphalt Paving Thickness: ASTM D3549; Test one core sample for every 1000 square yards of compacted paving.

D. Asphalt Paving Density: ASTM 2950 Nuclear Method; Test one location for every 1000 square yards of compacted paving.

3.7 PROTECTION OF FINISHED WORK

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work.

B. Immediately after placement, protect paving from mechanical injury for 24 hours or until surface temperature is less than 140 degrees F.

END OF SECTION ***

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 1

SECTION 32 12 16 ASPHALT PAVING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Asphalt materials. 2. Aggregate materials. 3. Asphalt paving base course, binder course and wearing course.

B. Related Sections: 1. Section 31 22 13 - Rough Grading. 2. Section 31 20 00 – Earth Moving. 3. Section 32 05 16 – Aggregates For Exterior Improvements 4. Section 32 17 23 - Pavement Markings.

1.2 REFERENCES

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

B. American Association of State Highway and Transportation Officials: 1. AASHTO M17 - Standard Specification for Mineral Filler for Bituminous Paving

Mixtures. 2. AASHTO M29 - Standard Specification for Fine Aggregate for Bituminous Paving

Mixtures. 3. AASHTO M140 - Standard Specification for Emulsified Asphalt. 4. AASHTO M208 - Standard Specification for Cationic Emulsified Asphalt. 5. AASHTO M226 - Standard Specification for Viscosity-Graded Asphalt Binder. 6. AASHTO M288 - Standard Specification for Geotextile Specification for Highway

Applications. 7. AASHTO M320 - Standard Specification for Performance-Graded Asphalt Binder. 8. AASHTO M324 - Standard Specification for Joint and Crack Sealants, Hot

Applied, for Concrete and Asphalt Pavements. 9. AASHTO MP1a - Standard Specification for Performance-Graded Asphalt

Binder.

C. Asphalt Institute: 1. AI MS-2 - Mix Design Methods for Asphalt Concrete and Other Hot- Mix Types. 2. AI MS-19 - Basic Asphalt Emulsion Manual. 3. AI SP-2 - Superpave Mix Design.

D. ASTM International: 1. ASTM C1371 - Standard Test Method for Determination of Emittance of

Materials Near Room Temperature Using Portable Emissometers. 2. ASTM C1549 - Standard Test Method for Determination of Solar Reflectance

Near Ambient Temperature Using a Portable Solar Reflectometer. 3. ASTM D242 - Standard Specification for Mineral Filler For Bituminous Paving

Mixtures. 4. ASTM D692 - Standard Specification for Coarse Aggregate for Bituminous

Paving Mixtures. 5. ASTM D946 - Standard Specification for Penetration-Graded Asphalt Cement for

Use in Pavement Construction. 6. ASTM D977 - Standard Specification for Emulsified Asphalt.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 2

7. ASTM D1073 - Standard Specification for Fine Aggregate for Bituminous Paving Mixtures.

8. ASTM D1188 - Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens.

9. ASTM D2027 - Standard Specification for Cutback Asphalt (Medium-Curing Type).

10. ASTM D2397 - Standard Specification for Cationic Emulsified Asphalt. 11. ASTM D2726 - Standard Test Method for Bulk Specific Gravity and Density of

Non-Absorptive Compacted Bituminous Mixtures. 12. ASTM D2950 - Standard Test Method for Density of Bituminous Concrete in

Place by Nuclear Methods. 13. ASTM D3549 - Standard Test Method for Thickness or Height of Compacted

Bituminous Paving Mixture Specimens.

1.3 SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Product Data: 1. Submit product information for asphalt and aggregate materials. 2. Submit mix design with laboratory test results supporting design.

C. Manufacturer's Certificate: Certify Products meet or exceed specified requirements of: The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards).

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Manufacturer's Certificate: Certify products meet or exceed specified sustainable design requirements.

1.5 QUALITY ASSURANCE

A. Mixing Plant: Conform to The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

B. Obtain materials from same source throughout.

C. Perform Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

D. Maintain one copy of document on site.

1.6 QUALIFICATIONS

A. Installer: Company specializing in performing work of this section with minimum five years experience.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Do not place asphalt mixture between October 31 and May 1 of any year.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 3

B. Do not place asphalt mixture when ambient air or base surface temperature is less than 40 degrees F, or surface is wet or frozen.

C. Do not place asphalt mixture when ambient air temperature is forecast to fall below 40 degrees F within 24 hours of placement.

PART 2 - PRODUCTS

2.1 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Materials and Resources Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled content. 2. Regional Materials: Furnish materials extracted, processed, or manufactured within 100

miles of the Project site.

2.2 MATERIALS

A. Bituminous Material Type M3.00.00: Conform to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Asphalt Cement Type M3.01.0: AASHTO M226, Table 2. 2. Asphalt Cement Tack Coat Type M3.01.0: AASHTO M226, Table 2, AC-20. 3. Cationic Emulsified Asphalt Slurry Type M3.03.1: AASHTO M208, Table 1, CSS-

1.

B. Aggregate for Base and Top Course Mixes Type M3.11.03: Conform to Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

Table A

Percent by Weight Passing

Sieve Designation

Standard Sieves

Base

Course

Binder Course

Dense Binder Course

Top

course

Modified Top

Course

Dense

Mix

Surf. Treat.

2 in. 1 in.

3/4 in. 5/8 in. 1/2 in. 3/8 in. No. 4 No. 8

No. 16 No. 30 No. 50 No. 100 No. 200 Binder

100 57-87

40-65

20-45 15-33

8-17 4-12

0-4 4-5

100

80-100

55-75

28-50 20-38

8-22 5-15

0-5

4.5-5.5

100

80-100

65-80

48-65 37-51

17-30 10-22

0-6 5-6

100 95-100 80-100 50-76 37-54 26-40 17-29 10-21 5-16 2-7

5.5-7.0

100

95-100

79-100 68-88 48-68 33-53 20-40 14-30 9-21 6-16 2-6 5-6

100 80-100 55-80 48-63 36-49 24-38 14-27 6-18 4-8 7-8

100 80-100 64-85 46-68 26-50 13-31 7-17 3-8 7-8

C. Aggregate Type M3.11.04: Conform to Massachusetts DPW Standard Specifications for Highways and Bridges: 1. Course Aggregate:

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 4

a. The coarse mineral aggregate shall be clean, crushed rock consisting of the angular fragments obtained by breaking and crushing shattered natural rock, free from detrimental quantity of thin or elongated pieces, free from dirt or other objectionable materials, and shall have a percentage of wear, as determined by the Los Angeles Abrasion Test (AASHTO-T96), of not more than 30. It shall be surface dry and shall have a moisture content of not more than 1/2% after drying. The use of crushed gravel stone will not be permitted.

2. Fine Aggregate The fine aggregate shall consist of one of the following: a. 100% Natural Sand b. 100% Stone Sand c. A blend of natural sand and stone sand Natural sand shall consist of inert, hard, durable grains of quartz or other hard, durable rock, free from topsoil or clay, surface coatings, organic matter or other deleterious materials. When the primary source of material passing the No. 200 sieve, is obtained from natural sand, these fines must be approved prior to use. Stone sand shall be a processed material prepared from stone screenings to produce a consistently graded material conforming to specification requirements. The stone screenings shall be the product of a secondary crusher and shall be free from dirt, clay, organic matter, excess fines or other deleterious material. The fine aggregate as delivered to the mixer shall met the following requirements:

Sieve Size Percent Passing 3/8 in. 95-100 No. 8 70-95 No. 50 20-40 No. 200 2-16

In the fine aggregate sieve analysis (passing No. 8), the amount between two successive sieves (No. 16, 30, 50 and 100) shall not exceed 33% of the fine aggregate total.

3. Reclaimed Asphalt Pavement (RAP)

a. Reclaimed Asphalt Pavement (RAP) shall consist of the material obtained from highways or streets by crushing, milling or planning existing pavements. This material shall be transported to the mix plant yard and processed through an approved crusher so that the resulting material will contain no particles larger than 1-1/2 inch. The material shall be stockpiled on a free draining base and kept separate from the other aggregates. The material contained in the stockpiles shall have a reasonably uniform gradation from fine to coarse and shall not be contaminated by foreign materials.

4. Processed Glass Aggregate (PGA)

a. The use of Processed Glass Aggregate (PGA) meeting the requirements of M2.01.8 may be added at a maximum rate of 10% mass. This addition will only be allowed in base and binder hot mix asphalt mixtures. PGA in mixes containing reclaimed asphalt pavement (RAP) will be considered as part of the overall allowable mass of RAP in the mix. If PGA is used in the mix a separate aggregate bin shall be used and the use of lime as an anti stripping agent will be required.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 5

2.3 SOURCE QUALITY CONTROL

A. Submit proposed mix design of each class of mix for review prior to beginning of Work and certification from Mass Highway that mixes conform to Mass Highway Specifications.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work.

B. Verify utilities indicated under paving are installed with excavations and trenches backfilled and compacted.

C. Verify compacted subbase is dry and ready to support paving and imposed loads. 1. Proof roll subbase with vibratory compactor in minimum two perpendicular

passes to identify soft spots. 2. Remove soft subbase and replace with compacted fill as specified in Section

31 23 23.

D. Verify gradients and elevations of base are correct.

E. Verify that drainage frames and grates and manhole frames and covers are installed in correct position and elevation.

3.2 SUBBASE

A. Aggregate Subbase: install as specified in Section 31 23 23, and as shown on the plans.

B. Prepare subbase in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards)

3.3 EXISTING WORK

A. Saw cut existing paving as indicted on Drawings.

B. Clean existing paving to remove foreign material, excess joint sealant and crack filler from paving surface.

C. Repair surface defects in existing paving to provide uniform surface to receive new paving.

3.4 DOUBLE COURSE ASPHALT PAVING

A. Install Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards)

B. Place asphalt binder course within 24 hours of applying tack coat.

C. Place binder course to compacted thickness indicated on Drawings.

D. Place wearing course within 24 hours of placing and compacting binder course. When binder course is placed more than 24 hours before placing wearing course, clean surface and apply tack coat before placing wearing course.

Davis Street Adams, MA

ASPHALT PAVING

32 12 16 - 6

E. Place wearing course to compacted thickness indicated on Drawings.

F. Density of the completed pavement shall not be less than 95% of the density obtained from laboratory compaction of a mixture composed of the same materials in like proportions. Do not displace or extrude paving from position. Hand compact in areas inaccessible to rolling equipment.

G. Perform rolling with consecutive passes to achieve even and smooth finish, without roller marks.

3.5 ERECTION TOLERANCES

A. Flatness: Maximum variation of 1/4 inch measured with 10 foot straight edge.

B. Scheduled Compacted Thickness: Within 1/4 inch.

C. Variation from Indicated Elevation: Within 1/2 inch.

3.6 FIELD QUALITY CONTROL

A. Take samples and perform tests including mat density tests in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards).

B. Asphalt Paving Mix Temperature: Measure temperature at time of placement.

C. Asphalt Paving Thickness: ASTM D3549; Test one core sample for every 1000 square yards of compacted paving.

D. Asphalt Paving Density: ASTM 2950 Nuclear Method; Test one location for every 1000 square yards of compacted paving.

3.7 PROTECTION OF FINISHED WORK

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work.

B. Immediately after placement, protect paving from mechanical injury for 24 hours or until surface temperature is less than 140 degrees F.

END OF SECTION ***

Davis Street Adams, MA

PAVEMENT MARKINGS

32 17 23 - 1

SECTION 32 17 23 PAVEMENT MARKINGS

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes: 1. Pavement Markings and Traffic Paint.

B. Related Sections: 1. Section 32 12 16 – Asphalt Paving 2. Section 32 13 13 – Concrete

1.2 REFERENCES

A. American Association of State Highway and Transportation Officials: 1. AASHTO M247 - Standard Specification for Glass Beads Used in Traffic Paint. 2. AASHTO M248 - Standard Specification for Ready-Mixed White and Yellow

Traffic Paints.

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.3 SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Manufacturer's Installation Instructions: Submit surface preparation procedures.

1.4 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 33 00 - Submittals: Requirements for submittals.

B. Manufacturer's Certificate: Certify products meet or exceed specified sustainable design requirements. 1. Materials Resources Certificates:

a. Certify source for local and regional materials and distance from Project site.

1.5 QUALITY ASSURANCE

A. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications.(Mass Highway Standards)

B. Sustainable Design Requirements: 1. Regional Materials: Furnish materials extracted, processed, and manufactured

within 100 miles of Project site.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.

Davis Street Adams, MA

PAVEMENT MARKINGS

32 17 23 - 2

B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing.

C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions.

1.7 ENVIRONMENTAL REQUIREMENTS

A. Do not apply materials when surface and ambient temperatures are outside temperature ranges required by paint product manufacturer.

B. Do not apply during rain or snow when relative humidity is outside humidity ranges, or moisture content of surfaces exceed those required by paint product manufacturer.

1.8 EXTRA MATERIALS

A. Remove from site.

PART 2 - PRODUCTS

2.1 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Materials and Resources Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled content. 2. Regional Materials: Furnish materials extracted, processed, or manufactured within 100

miles of the Project site.

2.2 PAINT

A. Fast Drying Water-borne Traffic Paint Type M7.01.23: Conform to Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and supplemental dated June 6, 2006.

B. Paint: Ready mixed, conventional and fast dry waterborne traffic paints, lead-free, non-toxic, NASSHTO Test Deck, minimum retroreflectance of 100 mcds, durability rating of 6 or more after in place for 9 months; within following limits: 1. Pigment, percent by weight: 60 plus or minus 2 2. Vehicle, percent by weight: 40 plus or minus 2

C. Glass Beads: AASHTO M247, Type 1, coated to enhance embedment and adherence with paint.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify surfaces are ready to receive Work as instructed by product manufacturer.

Davis Street Adams, MA

PAVEMENT MARKINGS

32 17 23 - 3

3.2 PREPARATION

A. Bituminous Surfaces Scheduled for Paint Finish: Remove foreign particles to permit adhesion of finishing materials. Apply paint in accordance with manufacturer’s recommendations.

3.3 COLOR SCHEDULE

A. Center Line 1. Solid Double Yellow

B. Lane lines 1. Solid white 2. Dashed white

C. Parking stalls 1. Solid white

D. Stop lines 1. White

E. Cross walks 1. White

F. No parking stripping 1. White

G. No parking lettering 1. White

H. Directional arrows 1. White

I. Accessible parking symbol 1. Blue

END OF SECTION ***

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 1

SECTION 33 42 13 PRECAST CONCRETE CULVERT

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: 1. Precast concrete arch culvert 2. Precast concrete headwall 3. Precast concrete footings 4. Precast concrete wing walls

B. Related Sections: 1. Section 31 20 00 - Earth Moving 2. Section 31 05 16 - Aggregates for Earthwork 3. Section 33 05 16 - Precast Concrete Utility Structures

1.2 REFERENCES

A. American Association of State Highway and Transportation Officials: 1. AASHTO Standard Specifications for Highway Bridges

B. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete.

C. ASTM International: 1. ASTM A615 - Standard Specification for Deformed and Plain Billet-Steel Bars for

Concrete Reinforcement. 2. ASTM C150 - Standard Specification for Portland Cement. 3. ASTM C857 - Standard Practice for Minimum Structural Design Loading for

Underground Precast Concrete Utility Structures. 4. ASTM D2922 - Standard Test Method for Density of Soil and Soil-Aggregate in

Place by Nuclear Methods (Shallow Depth). 5. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in

Place by Nuclear Methods (Shallow Depth).

D. Precast/Prestressed Concrete Institute: 1. PCI MNL-116 - Manual for Quality Control for Plants and Production of Structural

Precast Concrete Products. 2. PCI MNL-120 - PCI Design Handbook - Precast and Prestressed Concrete. 3. PCI MNL-123 - Design and Typical Details of Connections for Precast and

Prestressed Concrete.

E. The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and supplemental dated June 6, 2006. (MassDOT Standards)

A. Portland Cement Association: 1. PCA: Design and Control of Concrete Mixtures

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 2

1.3 DESIGN REQUIREMENTS

A. Design in accordance with AASHTO Bridge Specifications. 1. Load for Precast Concrete arch:

a. HS20-44

B. Design members exposed to weather to allow movement of components without damage, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to seasonal or cyclic day/night temperature ranges.

1.4 SUBMITTALS

A. Section 01 33 00 - Submittal Procedures: Requirements for submittals.

B. Product Data: 1. Submit data for all precast concrete arch culvert, component construction,

features, configuration, dimensions.

C. Shop Drawings: 1. Indicate structure locations, elevations, sections, sizes and elevations of

penetrations. 2. Indicate design, construction and installation details, typical reinforcement and

additional reinforcement at openings.

D. Manufacturer's Certificate: Certify that structures meet or exceed specified requirements.

E. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions, prepared by an engineer licensed in the Commonwealth of Massachusetts.

F. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures.

G. Submit certification that concrete mixes conform to Mass Highway Specifications.

1.5 SUSTAINABLE DESIGN SUBMITTALS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design submittals.

B. Manufacturer's Certificate: Certify that products meet or exceed specified sustainable design requirements. 1. Materials Resources Certificates:

a. Certify recycled material content for recycled content products. b. Certify source for regional materials and distance from Project Site.

1.6 CLOSEOUT SUBMITTALS

A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for closeout procedures.

B. Project Record Documents: Record actual locations and inverts of structures, components, and connections.

1.7 QUALITY ASSURANCE

A. Perform structural design according to ACI 318.

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 3

A. Perform Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.8 QUALITY ASSURANCE

A. Perform structural design according to ACI 318.

B. Perform Work in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications. (Mass Highway Standards)

1.9 DELIVERY, STORAGE, AND HANDLING

A. Section 01 60 00 - Product Requirements: Product storage and handling requirements.

B. Handle precast members in position consistent with their shape and design. Lift and support only from support points.

C. Lifting or Handling Devices: Capable of supporting member in positions anticipated during manufacture, storage, transportation, and erection.

D. Protect members to prevent staining, chipping, or spalling of concrete.

E. Mark each member with date of production and final position in structure.

1.10 COORDINATION

A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions.

PART 2 - PRODUCTS

2.1 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Materials and Resources Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled content. 2. Regional Materials: Furnish materials extracted, processed, or manufactured within 100

miles of the Project site.

2.2 DESIGN REQUIREMENTS

A. Design structures for minimum loads conforming to ASTM C857.

B. Performance and Design Criteria: 1. Watertight, Precast, Reinforced, Air-Entrained Concrete Structures: 2. Minimum 28-Day Compressive Strength: 5,000 psi. 3. Honeycombed or retempered concrete is not permitted. 4. Live Load: Comply with following loading conditions, including impact load:

a. Heavy Traffic: b. AASHTO HS20-44. c. Maximum 16,000 lb. each wheel.

5. Dead Loads: Actual weight of materials producing static load.

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 4

2.3 PRECAST CONCRETE ARCH, HEADWALL, FOOTINGS AND WINGWALL

A. Span 1. 9-1/2 Feet

B. Rise 1. 12 Feet

C. Width 1. 30 Feet

D. Headwall 1. Top of headwall minimum of 36” above finish grade of access road 2. Precast and integral with arch

E. Precast concrete footings 1. Pre-cast

F. Wing walls 1. Precast and integral with arch 2. 45° to Arch 3. Top of headwall 4 Feet above crown of arch

G. See drawings for details, elevations and locations of structures

H. Fabricator List: 1. USI 2. United Concrete Products 3. Arrow Concrete 4. Or Equal

I. Furnish materials conforming to Massachusetts Highway Department; Standard Specifications for Highways and Bridges 1988 edition and most recent supplemental specifications.

2.4 MATERIALS

A. Portland Cement Type M4.01.0: Conform to AASHTO M85, Massachusetts DPW Standard Specifications for Highways and Bridges and Portland Cement Association. 1. Type I gray color.

B. Cement Concrete Type M4.02.00: Conform to Massachusetts DPW Standard Specifications for Highways and Bridges and Portland Cement Association.

C. Cement: Gray Portland, conforming to ASTM C150 Type I.

D. Aggregate, Sand, Water, Admixtures: Determined by precast fabricator, as appropriate to design requirements.

E. Concrete: Concrete to be air entrained to 6% +-2%.

2.5 REINFORCEMENT

A. Deformed Reinforcement: ASTM A615 Grade 60, steel bars.

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 5

2.6 FABRICATION

A. Fabrication procedure to conform to PCI MNL-116.

B. Provide inserts for lifting hooks.

C. Chamfer all edges ½”.

D. Ensure reinforcing steel, anchors, inserts, plates, angles, and other cast-in items are embedded and located as indicated on shop drawings.

2.7 FINISHES

A. Finish exposed-to-view finish surfaces of precast concrete members uniform in color and appearance.

B. Cure members under identical conditions to develop required concrete quality, and minimize appearance blemishes including non-uniformity, staining, or surface cracking.

C. Exposed-to-View Finish: Normal plant finish with fins and protrusions removed, ground edges and ends, flat face surfaces.

2.8 SOURCE QUALITY CONTROL AND TESTS

A. Section 01 40 00 - Quality Requirements: Testing, inspection and analysis requirements.

B. Submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents and specified standards.

C. Submit certification from Mass Highway that mixes conform to Mass Highway Specifications.

2.9 SUSTAINABILITY CHARACTERISTICS

A. Section 01 81 13 - Sustainable Design Requirements: Requirements for sustainable design compliance.

B. Material and Resource Characteristics: 1. Recycled Content Materials: Furnish materials with maximum available recycled

content. 2. Regional Materials: Furnish materials extracted, processed, and manufactured

within 500 miles of Project Site.

2.10 QUALITY CONTROL

A. Inspection: 1. Visually inspect completed precast structures for defects. 2. Repair defects on surfaces exposed to view to achieve uniform appearance. 3. Repair honeycomb by removing loose material and applying grout to produce

smooth surface flush with adjacent surface. 4. Repair major defects only if permitted by Architect/Engineer or Owner 5. Reject structures needing major repairs

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 6

PART 3 - EXECUTION

3.1 EXAMINATION

A. Section 01 30 00 – Administrative Requirements: Verification of existing conditions before starting work.

B. Verify excavation is ready to receive work and excavations, dimensions, and elevations are as indicated on drawings.

C. Verify items provided by other sections of Work are properly sized and located.

D. Verify correct size and elevation of excavation.

E. Verify subgrade is properly prepared, compacted and ready to receive Work of this section.

3.2 PREPARATION

A. Comply with Order of Conditions issued by the City of Pittsfield and the US Army Corps General Permit for Massachusetts.

B. Do not install structures where site conditions induce loads exceeding structural capacity of structures.

C. Inspect precast concrete structures immediately prior to placement in excavation to verify are internally clean and free from damage. Remove and replace damaged units.

3.3 INSTALLATION

A. Install structures in accordance with The Commonwealth of Massachusetts Department of Public Works Standard Specification for Highways and Bridges 1988 edition and most recent supplemental specifications (Mass Highway Standards) and City of Pittsfield Standards.

B. Bedding: 1. Excavate as specified in Section 31 20 00 – Earth Moving for Work of this

Section. 2. Hand trim excavation for accurate placement of structures to elevations

indicated. 3. Place 12” layer of bedding material level, compacted to 95 percent maximum

density. 4. Backfill around sides of structures, tamp in place, and compact to 95 percent

maximum density. 5. Maintain optimum moisture content of bedding material to attain required

compaction density. 6. Install structures on bedding.

C. Lift precast concrete structures at lifting points designated by manufacturer.

D. When lowering structures into excavations and joining pipe to units, take precautions to ensure interior of pipeline and structure remains clean.

E. Install precast concrete structures to elevation and alignment indicated on Drawings.

Davis Street Adams, MA

PRECAST CONCRETE ARCH CULVERT

33 42 13 - 7

3.4 FIELD QUALITY CONTROL

A. Section 01 40 00 - Quality Requirements: Requirements for inspecting and testing.

B. Request inspection by Owners Project Manager after placement of bedding and prior to placing aggregate cover over piping.

C. Compaction Testing: Conform to AASHTO T310.

D. When tests indicate Work does not meet specified requirements, remove Work, replace, and retest.

E. Frequency of Compaction Tests: minimum of once per 5 structures and as directed by Owners Project Manager.

END OF SECTION ***

ii

A -- PREVAILING WAGE RATES

THE COMMONWEALTH OF MASSACHUSETTS

DEPARTMENT OF LABOR STANDARDS

As determined by the Director under the provisions of the

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

EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

Prevailing Wage RatesCHARLES D. BAKER ROSALIN ACOSTA

SecretaryGovernor

MICHAEL FLANAGAN

Project involves demolition/removal of remnants of existing 5’ dia. culvert & construction of new 9’-6” concrete

open bottom box culvert; also includes reconstruct & repaving of approaches.

Director

Awarding Authority: Town of Adams

City/Town:Contract Number: Adams Bid #21-006 ADAMS

Description of Work:

Job Location: 0 Lime Street, Adams, MA 01220

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

criminal penalties.

KARYN E. POLITO

Lt. Governor

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

Construction

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

$62.88 12/01/2020 $12.91 $0.00 $35.15 $14.82

$63.68 06/01/2021 $12.91 $0.00 $35.95 $14.82

$64.18 08/01/2021 $13.41 $0.00 $35.95 $14.82

$65.37 12/01/2021 $13.41 $0.00 $35.95 $16.01

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

$62.95 12/01/2020 $12.91 $0.00 $35.22 $14.82

$63.75 06/01/2021 $12.91 $0.00 $36.02 $14.82

$64.25 08/01/2021 $13.41 $0.00 $36.02 $14.82

$65.44 12/01/2021 $13.41 $0.00 $36.02 $16.01

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

$63.07 12/01/2020 $12.91 $0.00 $35.34 $14.82

$63.87 06/01/2021 $12.91 $0.00 $36.14 $14.82

$64.37 08/01/2021 $13.41 $0.00 $36.14 $14.82

$65.56 12/01/2021 $13.41 $0.00 $36.14 $16.01

ADS/SUBMERSIBLE PILOTPILE DRIVER LOCAL 56 (ZONE 3)

$135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

AIR TRACK OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.50 12/01/2020 $8.60 $0.00 $28.53 $13.37

For apprentice rates see "Apprentice- LABORER"

AIR TRACK OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$53.28 12/01/2020 $8.60 $0.00 $30.24 $14.44

$54.10 06/01/2021 $8.60 $0.00 $31.06 $14.44

$54.91 12/01/2021 $8.60 $0.00 $31.87 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

ASBESTOS WORKER (PIPES & TANKS)HEAT & FROST INSULATORS LOCAL 6 (SPRINGFIELD)

$56.04 12/01/2020 $12.80 $0.00 $34.29 $8.95

ASPHALT RAKERLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

ASPHALT RAKER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

AUTOMATIC GRADER-EXCAVATOR (RECLAIMER)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BACKHOE/FRONT-END LOADER OPERATOROPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:05/26/2021 Page 2 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BARCO-TYPE JUMPING TAMPERLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

BATCH/CEMENT PLANT - ON SITEOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BLOCK PAVER, RAMMER / CURB SETTERLABORERS - ZONE 4 (BUILDING & SITE)

$50.50 12/01/2020 $8.60 $0.00 $28.53 $13.37

For apprentice rates see "Apprentice- LABORER"

BLOCK PAVER, RAMMER / CURB SETTER (HEAVY &

HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$53.28 12/01/2020 $8.60 $0.00 $30.24 $14.44

$54.10 06/01/2021 $8.60 $0.00 $31.06 $14.44

$54.91 12/01/2021 $8.60 $0.00 $31.87 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

BOILER MAKERBOILERMAKERS LOCAL 29

$71.15 01/01/2020 $7.07 $0.00 $46.10 $17.98

BOILERMAKER - Local 29Apprentice -

01/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $29.97 $7.07 $11.69 $0.00 $48.73 65

2 $29.97 $7.07 $11.69 $0.00 $48.73 65

3 $32.27 $7.07 $12.59 $0.00 $51.93 70

4 $34.58 $7.07 $13.49 $0.00 $55.14 75

5 $36.88 $7.07 $14.38 $0.00 $58.33 80

6 $39.19 $7.07 $15.29 $0.00 $61.55 85

7 $41.49 $7.07 $16.18 $0.00 $64.74 90

8 $43.80 $7.07 $17.09 $0.00 $67.96 95

Notes:

Apprentice to Journeyworker Ratio:1:4

BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY

WATERPROOFING)BRICKLAYERS LOCAL 3 (SPRINGFIELD/PITTSFIELD)

$75.57 02/01/2021 $11.39 $0.00 $44.16 $20.02

$77.13 08/01/2021 $11.39 $0.00 $45.56 $20.18

$77.66 02/01/2022 $11.39 $0.00 $46.09 $20.18

Issue Date: Wage Request Number:05/26/2021 Page 3 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

BRICK/PLASTER/CEMENT MASON - Local 3 Springfield/PittsfieldApprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.08 $11.39 $20.02 $0.00 $53.49 50

2 $26.50 $11.39 $20.02 $0.00 $57.91 60

3 $30.91 $11.39 $20.02 $0.00 $62.32 70

4 $35.33 $11.39 $20.02 $0.00 $66.74 80

5 $39.74 $11.39 $20.02 $0.00 $71.15 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $22.78 $11.39 $20.18 $0.00 $54.35 50

2 $27.34 $11.39 $20.18 $0.00 $58.91 60

3 $31.89 $11.39 $20.18 $0.00 $63.46 70

4 $36.45 $11.39 $20.18 $0.00 $68.02 80

5 $41.00 $11.39 $20.18 $0.00 $72.57 90

Notes:

Apprentice to Journeyworker Ratio:1:5

BULLDOZER/POWER SHOVEL/TREE SHREDDER

/CLAM SHELLOPERATING

ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CAISSON & UNDERPINNING BOTTOM MANLABORERS - FOUNDATION AND MARINE

$67.12 12/01/2020 $8.60 $0.00 $41.05 $17.47

$68.14 06/01/2021 $8.60 $0.00 $42.07 $17.47

$69.15 12/01/2021 $8.60 $0.00 $43.08 $17.47For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING LABORERLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING TOP MANLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

CARBIDE CORE DRILL OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:05/26/2021 Page 4 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTERCARPENTERS LOCAL 336 - BERKSHIRE COUNTY

$63.59 03/01/2021 $7.84 $0.00 $38.48 $17.27

$64.09 09/01/2021 $7.84 $0.00 $38.98 $17.27

$64.59 03/01/2022 $7.84 $0.00 $39.48 $17.27

$65.09 09/01/2022 $7.84 $0.00 $39.98 $17.27

$65.59 03/01/2023 $7.84 $0.00 $40.48 $17.27

CARPENTER - Local 336 BerkshireApprentice -

03/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.24 $7.84 $1.40 $0.00 $28.48 50

2 $23.09 $7.84 $1.40 $0.00 $32.33 60

3 $26.94 $7.84 $13.07 $0.00 $47.85 70

4 $28.86 $7.84 $13.07 $0.00 $49.77 75

5 $30.78 $7.84 $14.47 $0.00 $53.09 80

6 $30.78 $7.84 $14.47 $0.00 $53.09 80

7 $34.63 $7.84 $15.87 $0.00 $58.34 90

8 $34.63 $7.81 $15.87 $0.00 $58.31 90

09/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.49 $7.84 $1.40 $0.00 $28.73 50

2 $23.39 $7.84 $1.40 $0.00 $32.63 60

3 $27.29 $7.84 $13.07 $0.00 $48.20 70

4 $29.24 $7.84 $13.07 $0.00 $50.15 75

5 $31.18 $7.84 $14.47 $0.00 $53.49 80

6 $31.18 $7.84 $14.47 $0.00 $53.49 80

7 $35.08 $7.84 $15.87 $0.00 $58.79 90

8 $35.08 $7.81 $15.87 $0.00 $58.76 90

Notes:

% Indentured After 10/1/17; 45/45/55/55/70/70/80/80

Step 1&2 $26.54/ 3&4 $31.76/ 5&6 $49.23/ 7&8 $54.48

Apprentice to Journeyworker Ratio:1:5

CARPENTER WOOD FRAMECARPENTERS-ZONE 3 (Wood Frame)

$35.17 04/01/2021 $7.21 $0.00 $23.16 $4.80

$35.67 04/01/2022 $7.21 $0.00 $23.66 $4.80

$36.17 04/01/2023 $7.21 $0.00 $24.16 $4.80All Aspects of New Wood Frame Work

Issue Date: Wage Request Number:05/26/2021 Page 5 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CARPENTER (Wood Frame) - Zone 3Apprentice -

04/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $13.90 $7.21 $0.00 $0.00 $21.11 60

2 $13.90 $7.21 $0.00 $0.00 $21.11 60

3 $15.05 $7.21 $0.00 $0.00 $22.26 65

4 $16.21 $7.21 $0.00 $0.00 $23.42 70

5 $17.37 $7.21 $3.80 $0.00 $28.38 75

6 $18.53 $7.21 $3.80 $0.00 $29.54 80

7 $19.69 $7.21 $3.80 $0.00 $30.70 85

8 $20.84 $7.21 $3.80 $0.00 $31.85 90

04/01/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $14.20 $7.21 $0.00 $0.00 $21.41 60

2 $14.20 $7.21 $0.00 $0.00 $21.41 60

3 $15.38 $7.21 $0.00 $0.00 $22.59 65

4 $16.56 $7.21 $0.00 $0.00 $23.77 70

5 $17.75 $7.21 $3.80 $0.00 $28.76 75

6 $18.93 $7.21 $3.80 $0.00 $29.94 80

7 $20.11 $7.21 $3.80 $0.00 $31.12 85

8 $21.29 $7.21 $3.80 $0.00 $32.30 90

Notes:

% Indentured After 10/1/17; 45/45/55/55/70/70/80/80

Step 1&2 $17.63/ 3&4 $19.95/ 5&6 $27.22/ 7&8 $29.54

Apprentice to Journeyworker Ratio:1:5

CEMENT MASONRY/PLASTERINGBRICKLAYERS LOCAL 3 (SPRINGFIELD/PITTSFIELD)

$72.90 01/01/2020 $12.70 $0.62 $41.94 $17.64

CEMENT MASONRY/PLASTERING - Springfield/PittsfieldApprentice -

01/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.97 $12.70 $15.41 $0.00 $49.08 50

2 $25.16 $12.70 $17.64 $0.62 $56.12 60

3 $27.26 $12.70 $17.64 $0.62 $58.22 65

4 $29.36 $12.70 $17.64 $0.62 $60.32 70

5 $31.46 $12.70 $17.64 $0.62 $62.42 75

6 $33.55 $12.70 $17.64 $0.62 $64.51 80

7 $37.75 $12.70 $17.64 $0.62 $68.71 90

Notes:

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

Apprentice to Journeyworker Ratio:1:3

Issue Date: Wage Request Number:05/26/2021 Page 6 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

CHAIN SAW OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

COMPRESSOR OPERATOROPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CRANE OPERATOROPERATING ENGINEERS LOCAL 98

$66.69 12/01/2020 $12.47 $0.00 $39.72 $14.50

$67.51 06/01/2021 $12.47 $0.00 $40.54 $14.50

$68.34 12/01/2021 $12.47 $0.00 $41.37 $14.50

$69.21 06/01/2022 $12.47 $0.00 $42.24 $14.50

$70.09 12/01/2022 $12.47 $0.00 $43.12 $14.50

$71.04 06/01/2023 $12.47 $0.00 $44.07 $14.50

$71.99 12/01/2023 $12.47 $0.00 $45.02 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DELEADER (BRIDGE)PAINTERS LOCAL 35 - ZONE 3

$83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.03 $8.25 $0.00 $0.00 $34.28 50

2 $28.63 $8.25 $6.16 $0.00 $43.04 55

3 $31.24 $8.25 $6.72 $0.00 $46.21 60

4 $33.84 $8.25 $7.28 $0.00 $49.37 65

5 $36.44 $8.25 $19.39 $0.00 $64.08 70

6 $39.05 $8.25 $19.95 $0.00 $67.25 75

7 $41.65 $8.25 $20.51 $0.00 $70.41 80

8 $46.85 $8.25 $21.63 $0.00 $76.73 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

DEMO: ADZEMANLABORERS - ZONE 4 (BUILDING & SITE)

$65.97 12/01/2020 $8.60 $0.00 $40.05 $17.32

$66.99 06/01/2021 $8.60 $0.00 $41.07 $17.32

$68.00 12/01/2021 $8.60 $0.00 $42.08 $17.32

$69.00 06/01/2022 $8.60 $0.00 $43.08 $17.32

$70.00 12/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 06/01/2023 $8.60 $0.00 $45.08 $17.32

$72.25 12/01/2023 $8.60 $0.00 $46.33 $17.32For apprentice rates see "Apprentice- LABORER"

Issue Date: Wage Request Number:05/26/2021 Page 7 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

DEMO: BACKHOE/LOADER/HAMMER OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$66.97 12/01/2020 $8.60 $0.00 $41.05 $17.32

$67.99 06/01/2021 $8.60 $0.00 $42.07 $17.32

$69.00 12/01/2021 $8.60 $0.00 $43.08 $17.32

$70.00 06/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 12/01/2022 $8.60 $0.00 $45.08 $17.32

$72.00 06/01/2023 $8.60 $0.00 $46.08 $17.32

$73.25 12/01/2023 $8.60 $0.00 $47.33 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: BURNERSLABORERS - ZONE 4 (BUILDING & SITE)

$66.72 12/01/2020 $8.60 $0.00 $40.80 $17.32

$67.74 06/01/2021 $8.60 $0.00 $41.82 $17.32

$68.75 12/01/2021 $8.60 $0.00 $42.83 $17.32

$69.75 06/01/2022 $8.60 $0.00 $43.83 $17.32

$70.75 12/01/2022 $8.60 $0.00 $44.83 $17.32

$71.75 06/01/2023 $8.60 $0.00 $45.83 $17.32

$73.00 12/01/2023 $8.60 $0.00 $47.08 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: CONCRETE CUTTER/SAWYERLABORERS - ZONE 4 (BUILDING & SITE)

$66.97 12/01/2020 $8.60 $0.00 $41.05 $17.32

$67.99 06/01/2021 $8.60 $0.00 $42.07 $17.32

$69.00 12/01/2021 $8.60 $0.00 $43.08 $17.32

$70.00 06/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 12/01/2022 $8.60 $0.00 $45.08 $17.32

$72.00 06/01/2023 $8.60 $0.00 $46.08 $17.32

$73.25 12/01/2023 $8.60 $0.00 $47.33 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: JACKHAMMER OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$66.72 12/01/2020 $8.60 $0.00 $40.80 $17.32

$67.74 06/01/2021 $8.60 $0.00 $41.82 $17.32

$68.75 12/01/2021 $8.60 $0.00 $42.83 $17.32

$69.75 06/01/2022 $8.60 $0.00 $43.83 $17.32

$70.75 12/01/2022 $8.60 $0.00 $44.83 $17.32

$71.75 06/01/2023 $8.60 $0.00 $45.83 $17.32

$73.00 12/01/2023 $8.60 $0.00 $47.08 $17.32For apprentice rates see "Apprentice- LABORER"

DEMO: WRECKING LABORERLABORERS - ZONE 4 (BUILDING & SITE)

$65.97 12/01/2020 $8.60 $0.00 $40.05 $17.32

$66.99 06/01/2021 $8.60 $0.00 $41.07 $17.32

$68.00 12/01/2021 $8.60 $0.00 $42.08 $17.32

$69.00 06/01/2022 $8.60 $0.00 $43.08 $17.32

$70.00 12/01/2022 $8.60 $0.00 $44.08 $17.32

$71.00 06/01/2023 $8.60 $0.00 $45.08 $17.32

$72.25 12/01/2023 $8.60 $0.00 $46.33 $17.32For apprentice rates see "Apprentice- LABORER"

DIVERPILE DRIVER LOCAL 56 (ZONE 3)

$101.22 08/01/2020 $9.40 $0.00 $68.70 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDERPILE DRIVER LOCAL 56 (ZONE 3)

$81.59 08/01/2020 $9.40 $0.00 $49.07 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

Issue Date: Wage Request Number:05/26/2021 Page 8 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

DIVER TENDER (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 3)

$106.12 08/01/2020 $9.40 $0.00 $73.60 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER/SLURRY (EFFLUENT)PILE DRIVER LOCAL 56 (ZONE 3)

$135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

DRAWBRIDGE OPERATOR (Construction)DRAWBRIDGE - SEIU LOCAL 888

$37.53 07/01/2020 $6.67 $0.16 $26.77 $3.93

ELECTRICIAN (Including Core Drilling)ELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96

ELECTRICIAN - Local 7Apprentice -

01/03/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.84 $6.90 $0.54 $0.00 $25.28 40

2 $20.07 $6.90 $0.60 $0.00 $27.57 45

3 $22.31 $11.50 $7.02 $0.00 $40.83 50

4 $24.54 $11.50 $7.09 $0.00 $43.13 55

5 $29.00 $11.50 $8.81 $0.00 $49.31 65

6 $31.23 $11.50 $9.94 $0.00 $52.67 70

06/27/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.08 $7.05 $0.54 $0.00 $25.67 40

2 $20.34 $7.05 $0.61 $0.00 $28.00 45

3 $22.61 $11.75 $7.08 $0.00 $41.44 50

4 $24.87 $11.75 $7.15 $0.00 $43.77 55

5 $29.39 $11.75 $8.93 $0.00 $50.07 65

6 $31.65 $11.75 $10.10 $0.00 $53.50 70

Notes:

Steps 1-2 are 1000 hrs; Steps 3-6 are 1500 hrs.

Apprentice to Journeyworker Ratio:2:3****

ELEVATOR CONSTRUCTORELEVATOR CONSTRUCTORS LOCAL 41

$91.88 01/01/2021 $15.88 $0.00 $56.69 $19.31

$94.86 01/01/2022 $16.03 $0.00 $58.62 $20.21

Issue Date: Wage Request Number:05/26/2021 Page 9 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ELEVATOR CONSTRUCTOR - Local 41Apprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.35 $15.88 $0.00 $0.00 $44.23 50

2 $31.18 $15.88 $19.31 $0.00 $66.37 55

3 $36.85 $15.88 $19.31 $0.00 $72.04 65

4 $39.68 $15.88 $19.31 $0.00 $74.87 70

5 $45.35 $15.88 $19.31 $0.00 $80.54 80

01/01/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $29.31 $16.03 $0.00 $0.00 $45.34 50

2 $32.24 $16.03 $20.21 $0.00 $68.48 55

3 $38.10 $16.03 $20.21 $0.00 $74.34 65

4 $41.03 $16.03 $20.21 $0.00 $77.27 70

5 $46.90 $16.03 $20.21 $0.00 $83.14 80

Notes:

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

Apprentice to Journeyworker Ratio:1:1

ELEVATOR CONSTRUCTOR HELPERELEVATOR CONSTRUCTORS LOCAL 41

$74.87 01/01/2021 $15.88 $0.00 $39.68 $19.31

$77.27 01/01/2022 $16.03 $0.00 $41.03 $20.21For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR"

FENCE & BEAM RAIL ERECTORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

FENCE & GUARD RAIL ERECTOR (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

FIELD ENG.INST/ROD-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$27.74 06/01/1999 $4.80 $0.00 $18.84 $4.10

FIELD ENG.PARTY CHIEF:BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$30.23 06/01/1999 $4.80 $0.00 $21.33 $4.10

FIELD ENG.SURVEY CHIEF-BLDG,SITE,HVY/HWYOPERATING ENGINEERS LOCAL 98

$31.23 06/01/1999 $4.80 $0.00 $22.33 $4.10

FIRE ALARM INSTALLERELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- ELECTRICIAN"

Issue Date: Wage Request Number:05/26/2021 Page 10 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FIRE ALARM REPAIR / MAINTENANCE

/ COMMISSIONINGELECTRICIANS

LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN"

FIREMANOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50

OPERATING ENGINEERS - Local 98 Class 3Apprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.41 $12.47 $14.50 $0.00 $48.38 60

2 $24.98 $12.47 $14.50 $0.00 $51.95 70

3 $28.55 $12.47 $14.50 $0.00 $55.52 80

4 $32.12 $12.47 $14.50 $0.00 $59.09 90

06/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.91 $12.47 $14.50 $0.00 $48.88 60

2 $25.56 $12.47 $14.50 $0.00 $52.53 70

3 $29.21 $12.47 $14.50 $0.00 $56.18 80

4 $32.86 $12.47 $14.50 $0.00 $59.83 90

Notes:

Steps 1-2 are 1000 hrs.; Steps 3-4 are 2000 hrs.

Apprentice to Journeyworker Ratio:1:6

FLAGGER & SIGNALER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$47.54 12/01/2020 $8.60 $0.00 $24.50 $14.44

$47.54 06/01/2021 $8.60 $0.00 $24.50 $14.44

$47.54 12/01/2021 $8.60 $0.00 $24.50 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

FLOORCOVERERFLOORCOVERERS LOCAL 2168 ZONE III

$62.99 09/01/2020 $7.84 $0.00 $37.88 $17.27

Issue Date: Wage Request Number:05/26/2021 Page 11 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

FLOORCOVERER - Local 2168 Zone IIIApprentice -

09/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.94 $7.84 $1.40 $0.00 $28.18 50

2 $20.83 $7.84 $1.40 $0.00 $30.07 55

3 $22.73 $7.84 $13.07 $0.00 $43.64 60

4 $24.62 $7.84 $13.07 $0.00 $45.53 65

5 $26.52 $7.84 $14.47 $0.00 $48.83 70

6 $28.41 $7.84 $14.47 $0.00 $50.72 75

7 $30.30 $7.84 $15.87 $0.00 $54.01 80

8 $32.20 $7.84 $15.87 $0.00 $55.91 85

Notes: Steps are 750 hrs.

% After 09/1/17; 45/45/55/55/70/70/80/80 (1500hr Steps)

Step 1&2 $26.29/ 3&4 $31.43/ 5&6 $48.83/ 7&8 $54.01

Apprentice to Journeyworker Ratio:1:1

FORK LIFTOPERATING ENGINEERS LOCAL 98

$62.88 12/01/2020 $12.47 $0.00 $35.91 $14.50

$63.70 06/01/2021 $12.47 $0.00 $36.73 $14.50

$64.53 12/01/2021 $12.47 $0.00 $37.56 $14.50

$65.40 06/01/2022 $12.47 $0.00 $38.43 $14.50

$66.28 12/01/2022 $12.47 $0.00 $39.31 $14.50

$67.23 06/01/2023 $12.47 $0.00 $40.26 $14.50

$68.18 12/01/2023 $12.47 $0.00 $41.21 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GENERATORS/LIGHTING PLANTSOPERATING ENGINEERS LOCAL 98

$59.43 12/01/2020 $12.47 $0.00 $32.46 $14.50

$60.25 06/01/2021 $12.47 $0.00 $33.28 $14.50

$61.08 12/01/2021 $12.47 $0.00 $34.11 $14.50

$61.95 06/01/2022 $12.47 $0.00 $34.98 $14.50

$62.83 12/01/2022 $12.47 $0.00 $35.86 $14.50

$63.78 06/01/2023 $12.47 $0.00 $36.81 $14.50

$64.73 12/01/2023 $12.47 $0.00 $37.76 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR

SYSTEMS)GLAZIERS LOCAL 1333

$60.43 06/01/2020 $10.80 $0.00 $39.18 $10.45

Issue Date: Wage Request Number:05/26/2021 Page 12 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

GLAZIER - Local 1333Apprentice -

06/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.59 $10.80 $1.80 $0.00 $32.19 50

2 $22.04 $10.80 $1.80 $0.00 $34.64 56

3 $24.49 $10.80 $2.45 $0.00 $37.74 63

4 $26.94 $10.80 $2.45 $0.00 $40.19 69

5 $29.39 $10.80 $3.15 $0.00 $43.34 75

6 $31.83 $10.80 $3.15 $0.00 $45.78 81

7 $34.28 $10.80 $10.45 $0.00 $55.53 88

8 $36.73 $10.80 $10.45 $0.00 $57.98 94

Notes:

Apprentice to Journeyworker Ratio:1:3

GRADER/TRENCHING MACHINE/DERRICKOPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

HVAC (DUCTWORK)SHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (ELECTRICAL CONTROLS)ELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96For apprentice rates see "Apprentice- ELECTRICIAN"

HVAC (TESTING AND BALANCING - AIR)SHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (TESTING AND BALANCING -WATER)PLUMBERS & PIPEFITTERS LOCAL 104 WESTERN DIVISION

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60

Issue Date: Wage Request Number:05/26/2021 Page 13 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HVAC MECHANICPLUMBERS & PIPEFITTERS LOCAL 104 WESTERN DIVISION

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HYDRAULIC DRILLS (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$53.28 12/01/2020 $8.60 $0.00 $30.24 $14.44

$54.10 06/01/2021 $8.60 $0.00 $31.06 $14.44

$54.91 12/01/2021 $8.60 $0.00 $31.87 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

INSULATOR (PIPES & TANKS)HEAT & FROST INSULATORS LOCAL 6 (SPRINGFIELD)

$70.14 09/01/2020 $13.80 $0.00 $39.20 $17.14

$72.54 09/01/2021 $13.80 $0.00 $41.60 $17.14

$74.99 09/01/2022 $13.80 $0.00 $44.05 $17.14

ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 SpringfieldApprentice -

09/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.60 $13.80 $12.42 $0.00 $45.82 50

2 $23.52 $13.80 $13.36 $0.00 $50.68 60

3 $27.44 $13.80 $14.31 $0.00 $55.55 70

4 $31.36 $13.80 $15.25 $0.00 $60.41 80

09/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.80 $13.80 $12.42 $0.00 $47.02 50

2 $24.96 $13.80 $13.36 $0.00 $52.12 60

3 $29.12 $13.80 $14.31 $0.00 $57.23 70

4 $33.28 $13.80 $15.25 $0.00 $62.33 80

Notes:

Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

IRONWORKER/WELDERIRONWORKERS LOCAL 12

$57.96 07/01/2019 $6.75 $0.00 $31.55 $19.66

Issue Date: Wage Request Number:05/26/2021 Page 14 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

IRONWORKER - Local 12Apprentice -

07/01/2019

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.93 $6.75 $3.50 $0.00 $29.18 60

2 $22.09 $6.75 $14.64 $0.00 $43.48 70

3 $25.24 $6.75 $16.22 $0.00 $48.21 80

4 $28.40 $6.75 $17.82 $0.00 $52.97 90

Notes:

Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

JACKHAMMER & PAVING BREAKER OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

LABORERLABORERS - ZONE 4 (BUILDING & SITE)

$49.75 12/01/2020 $8.60 $0.00 $27.78 $13.37

LABORER - Zone 4 Building and SiteApprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.67 $8.60 $13.37 $0.00 $38.64 60

2 $19.45 $8.60 $13.37 $0.00 $41.42 70

3 $22.22 $8.60 $13.37 $0.00 $44.19 80

4 $25.00 $8.60 $13.37 $0.00 $46.97 90

Notes:

Apprentice to Journeyworker Ratio:1:5

LABORER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.53 12/01/2020 $8.60 $0.00 $29.49 $14.44

$53.35 06/01/2021 $8.60 $0.00 $30.31 $14.44

$54.16 12/01/2021 $8.60 $0.00 $31.12 $14.44

Issue Date: Wage Request Number:05/26/2021 Page 15 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

LABORER (Heavy and Highway) - Zone 4Apprentice -

12/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.69 $8.60 $14.44 $0.00 $40.73 60

2 $20.64 $8.60 $14.44 $0.00 $43.68 70

3 $23.59 $8.60 $14.44 $0.00 $46.63 80

4 $26.54 $8.60 $14.44 $0.00 $49.58 90

06/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.19 $8.60 $14.44 $0.00 $41.23 60

2 $21.22 $8.60 $14.44 $0.00 $44.26 70

3 $24.25 $8.60 $14.44 $0.00 $47.29 80

4 $27.28 $8.60 $14.44 $0.00 $50.32 90

Notes:

Apprentice to Journeyworker Ratio:1:5

LABORER: CARPENTER TENDERLABORERS - ZONE 4 (BUILDING & SITE)

$49.75 12/01/2020 $8.60 $0.00 $27.78 $13.37

For apprentice rates see "Apprentice- LABORER"

LABORER: CEMENT FINISHER TENDERLABORERS - ZONE 4 (BUILDING & SITE)

$49.75 12/01/2020 $8.60 $0.00 $27.78 $13.37

For apprentice rates see "Apprentice- LABORER"

LABORER: HAZARDOUS WASTE/ASBESTOS REMOVERLABORERS - ZONE 4 (BUILDING & SITE)

$50.13 12/01/2020 $8.60 $0.00 $27.87 $13.66

For apprentice rates see "Apprentice- LABORER"

LABORER: MASON TENDERLABORERS - ZONE 4 (BUILDING & SITE)

$51.75 12/01/2020 $8.60 $0.00 $29.78 $13.37

For apprentice rates see "Apprentice- LABORER"

LABORER: MASON TENDER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

LABORER: MULTI-TRADE TENDERLABORERS - ZONE 4 (BUILDING & SITE)

$49.75 12/01/2020 $8.60 $0.00 $27.78 $13.37

For apprentice rates see "Apprentice- LABORER"

LABORER: TREE REMOVERLABORERS - ZONE 4 (BUILDING & SITE)

$49.75 12/01/2020 $8.60 $0.00 $27.78 $13.37

This classification applies to the removal of standing trees, and the trimming and removal of branches and limbs when related to public works construction or site

clearance incidental to construction . For apprentice rates see "Apprentice- LABORER"

LASER BEAM OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

LASER BEAM OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

Issue Date: Wage Request Number:05/26/2021 Page 16 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MARBLE & TILE FINISHERSBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$66.91 02/01/2021 $11.39 $0.00 $36.17 $19.35

$68.04 08/01/2021 $11.39 $0.00 $37.17 $19.48

$68.49 02/01/2022 $11.39 $0.00 $37.62 $19.48

MARBLE-TILE FINISHER-Local 3 Marble/Tile (Spr/Pitt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.09 $11.39 $19.35 $0.00 $48.83 50

2 $21.70 $11.39 $19.35 $0.00 $52.44 60

3 $25.32 $11.39 $19.35 $0.00 $56.06 70

4 $28.94 $11.39 $19.35 $0.00 $59.68 80

5 $32.55 $11.39 $19.35 $0.00 $63.29 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.59 $11.39 $19.48 $0.00 $49.46 50

2 $22.30 $11.39 $19.48 $0.00 $53.17 60

3 $26.02 $11.39 $19.48 $0.00 $56.89 70

4 $29.74 $11.39 $19.48 $0.00 $60.61 80

5 $33.45 $11.39 $19.48 $0.00 $64.32 90

Notes:

Apprentice to Journeyworker Ratio:1:5

MARBLE MASON/TILE LAYER(SP/PT)SeeBrickBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

See "BRICK/STONE/ARTIFICIAL MASONRY(INCL.MASONRY WATERPROOFING)

MECH. SWEEPER OPERATOR (ON CONST. SITES)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MECHANIC/WELDER/BOOM TRUCKOPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:05/26/2021 Page 17 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

MILLWRIGHT (Zone 3)MILLWRIGHTS LOCAL 1121 - Zone 3

$67.81 01/04/2021 $9.40 $0.00 $37.96 $20.45

$69.06 01/03/2022 $9.40 $0.00 $39.21 $20.45

$70.31 01/02/2023 $9.40 $0.00 $40.46 $20.45

MILLWRIGHT - Local 1121 Zone 3Apprentice -

01/04/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $20.88 $9.40 $5.58 $0.00 $35.86 55

2 $24.67 $9.40 $16.90 $0.00 $50.97 65

3 $28.47 $9.40 $17.92 $0.00 $55.79 75

4 $32.27 $9.40 $18.93 $0.00 $60.60 85

01/03/2022

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $21.57 $9.40 $5.58 $0.00 $36.55 55

2 $25.49 $9.40 $16.90 $0.00 $51.79 65

3 $29.41 $9.40 $17.92 $0.00 $56.73 75

4 $33.33 $9.40 $18.93 $0.00 $61.66 85

Notes: Step 1&2 Appr. indentured after 1/1/2020 receive no pension,

but do receive annuity. (Step 1 $5.58, Step 2 $6.50)

Steps are 2,000 hours

Apprentice to Journeyworker Ratio:1:5

MORTAR MIXERLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

OILEROPERATING ENGINEERS LOCAL 98

$58.35 12/01/2020 $12.47 $0.00 $31.38 $14.50

$59.17 06/01/2021 $12.47 $0.00 $32.20 $14.50

$60.00 12/01/2021 $12.47 $0.00 $33.03 $14.50

$60.87 06/01/2022 $12.47 $0.00 $33.90 $14.50

$61.75 12/01/2022 $12.47 $0.00 $34.78 $14.50

$62.70 06/01/2023 $12.47 $0.00 $35.73 $14.50

$63.65 12/01/2023 $12.47 $0.00 $36.68 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OTHER POWER DRIVEN EQUIPMENT - CLASS VIOPERATING ENGINEERS LOCAL 98

$56.37 12/01/2020 $12.47 $0.00 $29.40 $14.50

$57.19 06/01/2021 $12.47 $0.00 $30.22 $14.50

$58.02 12/01/2021 $12.47 $0.00 $31.05 $14.50

$58.89 06/01/2022 $12.47 $0.00 $31.92 $14.50

$59.77 12/01/2022 $12.47 $0.00 $32.80 $14.50

$60.72 06/01/2023 $12.47 $0.00 $33.75 $14.50

$61.67 12/01/2023 $12.47 $0.00 $34.70 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PAINTER (BRIDGES/TANKS)PAINTERS LOCAL 35 - ZONE 3

$83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75

Issue Date: Wage Request Number:05/26/2021 Page 18 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 - BRIDGES/TANKSApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $26.03 $8.25 $0.00 $0.00 $34.28 50

2 $28.63 $8.25 $6.16 $0.00 $43.04 55

3 $31.24 $8.25 $6.72 $0.00 $46.21 60

4 $33.84 $8.25 $7.28 $0.00 $49.37 65

5 $36.44 $8.25 $19.39 $0.00 $64.08 70

6 $39.05 $8.25 $19.95 $0.00 $67.25 75

7 $41.65 $8.25 $20.51 $0.00 $70.41 80

8 $46.85 $8.25 $21.63 $0.00 $76.73 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 3

$62.53 01/01/2021 $8.25 $0.00 $35.43 $18.85

PAINTER Local 35 Zone 3 - Spray/Sandblast - NewApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.72 $8.25 $0.00 $0.00 $25.97 50

2 $19.49 $8.25 $4.02 $0.00 $31.76 55

3 $21.26 $8.25 $4.38 $0.00 $33.89 60

4 $23.03 $8.25 $4.75 $0.00 $36.03 65

5 $24.80 $8.25 $16.66 $0.00 $49.71 70

6 $26.57 $8.25 $17.03 $0.00 $51.85 75

7 $28.34 $8.25 $17.39 $0.00 $53.98 80

8 $31.89 $8.25 $18.12 $0.00 $58.26 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, REPAINT)PAINTERS LOCAL 35 - ZONE 3

$59.85 01/01/2021 $8.25 $0.00 $32.75 $18.85

Issue Date: Wage Request Number:05/26/2021 Page 19 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 Zone 3 - Spray/Sandblast - RepaintApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.38 $8.25 $0.00 $0.00 $24.63 50

2 $18.01 $8.25 $4.02 $0.00 $30.28 55

3 $19.65 $8.25 $4.38 $0.00 $32.28 60

4 $21.29 $8.25 $4.75 $0.00 $34.29 65

5 $22.93 $8.25 $16.66 $0.00 $47.84 70

6 $24.56 $8.25 $17.03 $0.00 $49.84 75

7 $26.20 $8.25 $17.39 $0.00 $51.84 80

8 $29.48 $8.25 $18.12 $0.00 $55.85 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 3

$61.13 01/01/2021 $8.25 $0.00 $34.03 $18.85

PAINTER - Local 35 Zone 3 - BRUSH NEWApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.02 $8.25 $0.00 $0.00 $25.27 50

2 $18.72 $8.25 $4.02 $0.00 $30.99 55

3 $20.42 $8.25 $4.38 $0.00 $33.05 60

4 $22.12 $8.25 $4.75 $0.00 $35.12 65

5 $23.82 $8.25 $16.66 $0.00 $48.73 70

6 $25.52 $8.25 $17.03 $0.00 $50.80 75

7 $27.22 $8.25 $17.39 $0.00 $52.86 80

8 $30.63 $8.25 $18.12 $0.00 $57.00 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, REPAINT)PAINTERS LOCAL 35 - ZONE 3

$58.45 01/01/2021 $8.25 $0.00 $31.35 $18.85

Issue Date: Wage Request Number:05/26/2021 Page 20 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PAINTER Local 35 Zone 3 - BRUSH REPAINTApprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $15.68 $8.25 $0.00 $0.00 $23.93 50

2 $17.24 $8.25 $4.02 $0.00 $29.51 55

3 $18.81 $8.25 $4.38 $0.00 $31.44 60

4 $20.38 $8.25 $4.75 $0.00 $33.38 65

5 $21.95 $8.25 $16.66 $0.00 $46.86 70

6 $23.51 $8.25 $17.03 $0.00 $48.79 75

7 $25.08 $8.25 $17.39 $0.00 $50.72 80

8 $28.22 $8.25 $18.12 $0.00 $54.59 90

Notes:

Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER TRAFFIC MARKINGS (HEAVY/HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.53 12/01/2020 $8.60 $0.00 $29.49 $14.44

$53.35 06/01/2021 $8.60 $0.00 $30.31 $14.44

$54.16 12/01/2021 $8.60 $0.00 $31.12 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PANEL & PICKUP TRUCKS DRIVERTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$62.71 12/01/2020 $12.91 $0.00 $34.98 $14.82

$63.51 06/01/2021 $12.91 $0.00 $35.78 $14.82

$64.01 08/01/2021 $13.41 $0.00 $35.78 $14.82

$65.20 12/01/2021 $13.41 $0.00 $35.78 $16.01

PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND

DECK)PILE DRIVER LOCAL 56 (ZONE 3)

$76.05 08/01/2020 $9.40 $0.00 $43.53 $23.12

For apprentice rates see "Apprentice- PILE DRIVER"

PILE DRIVERPILE DRIVER LOCAL 56 (ZONE 3)

$76.05 08/01/2020 $9.40 $0.00 $43.53 $23.12

PILE DRIVER - Local 56 Zone 3Apprentice -

08/01/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $0.00 $0.00 $0.00 $0.00 $0.00 0

Notes: Apprentice wages shall be no less than the following Steps;

(Same as set in Zone 1)

1$57.06/2$61.96/3$66.87/4$69.32/5$71.78/6$71.78/7$76.68/8$76.68

Apprentice to Journeyworker Ratio:1:5

PIPELAYERLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

PIPELAYER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44

Issue Date: Wage Request Number:05/26/2021 Page 21 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PLUMBER & PIPEFITTERPLUMBERS & PIPEFITTERS LOCAL 104 WESTERN DIVISION

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60

PLUMBER/PIPEFITTER - Local 104 WesternApprentice -

03/17/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.44 $9.30 $9.85 $0.00 $38.59 45

2 $21.61 $9.30 $9.85 $0.00 $40.76 50

3 $23.77 $9.30 $9.85 $0.00 $42.92 55

4 $25.93 $9.30 $9.85 $0.00 $45.08 60

5 $28.09 $9.30 $9.85 $0.00 $47.24 65

6 $30.25 $9.30 $9.85 $0.00 $49.40 70

7 $32.41 $9.30 $9.85 $0.00 $51.56 75

8 $34.57 $9.30 $9.85 $0.00 $53.72 80

9 $34.57 $9.30 $16.60 $0.00 $60.47 80

10 $34.57 $9.30 $16.60 $0.00 $60.47 80

09/17/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.89 $9.30 $9.85 $0.00 $39.04 45

2 $22.11 $9.30 $9.85 $0.00 $41.26 50

3 $24.32 $9.30 $9.85 $0.00 $43.47 55

4 $26.53 $9.30 $9.85 $0.00 $45.68 60

5 $28.74 $9.30 $9.85 $0.00 $47.89 65

6 $30.95 $9.30 $9.85 $0.00 $50.10 70

7 $33.16 $9.30 $9.85 $0.00 $52.31 75

8 $35.37 $9.30 $9.85 $0.00 $54.52 80

9 $35.37 $9.30 $16.60 $0.00 $61.27 80

10 $35.37 $9.30 $16.60 $0.00 $61.27 80

Notes: **1:1,2:5,3:9,4:12

Apprentice to Journeyworker Ratio:**

Issue Date: Wage Request Number:05/26/2021 Page 22 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

PNEUMATIC CONTROLS (TEMP.)PLUMBERS & PIPEFITTERS LOCAL 104 WESTERN DIVISION

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

PNEUMATIC DRILL/TOOL OPERATOR (HEAVY &

HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

POWDERMAN & BLASTERLABORERS - ZONE 4 (BUILDING & SITE)

$50.75 12/01/2020 $8.60 $0.00 $28.78 $13.37

For apprentice rates see "Apprentice- LABORER"

POWDERMAN & BLASTER (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$53.53 12/01/2020 $8.60 $0.00 $30.49 $14.44

$54.35 06/01/2021 $8.60 $0.00 $31.31 $14.44

$55.16 12/01/2021 $8.60 $0.00 $32.12 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

PUMP OPERATOR (CONCRETE)OPERATING ENGINEERS LOCAL 98

$63.19 12/01/2020 $12.47 $0.00 $36.22 $14.50

$64.01 06/01/2021 $12.47 $0.00 $37.04 $14.50

$64.84 12/01/2021 $12.47 $0.00 $37.87 $14.50

$65.71 06/01/2022 $12.47 $0.00 $38.74 $14.50

$66.59 12/01/2022 $12.47 $0.00 $39.62 $14.50

$67.54 06/01/2023 $12.47 $0.00 $40.57 $14.50

$68.49 12/01/2023 $12.47 $0.00 $41.52 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (DEWATERING, OTHER)OPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

READY-MIX CONCRETE DRIVERTEAMSTERS 404 - Construction Service (Northampton)

$40.01 05/01/2020 $11.07 $0.00 $22.44 $6.50

RIDE-ON MOTORIZED BUGGY OPERATORLABORERS - ZONE 4 (BUILDING & SITE)

$50.00 12/01/2020 $8.60 $0.00 $28.03 $13.37

For apprentice rates see "Apprentice- LABORER"

ROLLER OPERATOROPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:05/26/2021 Page 23 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

ROOFER (Coal tar pitch)ROOFERS LOCAL 248

$61.61 07/16/2020 $11.75 $0.00 $33.66 $16.20

For apprentice rates see "Apprentice- ROOFER"

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg)ROOFERS LOCAL 248

$60.61 07/16/2020 $11.75 $0.00 $33.16 $15.70

ROOFER - Local 248Apprentice -

07/16/2020

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.90 $11.75 $0.00 $0.00 $31.65 60

2 $21.55 $11.75 $15.70 $0.00 $49.00 65

3 $23.21 $11.75 $15.70 $0.00 $50.66 70

4 $24.87 $11.75 $15.70 $0.00 $52.32 75

5 $26.53 $11.75 $15.70 $0.00 $53.98 80

6 $28.19 $11.75 $15.70 $0.00 $55.64 85

7 $29.84 $11.75 $15.70 $0.00 $57.29 90

8 $31.50 $11.75 $15.70 $0.00 $58.95 95

Notes:

Steps are 750 hrs.Roofer(Tear Off)1:1; Same as above

Apprentice to Journeyworker Ratio:1:3

ROOFER SLATE / TILE / PRECAST CONCRETEROOFERS LOCAL 248

$61.61 07/16/2020 $11.75 $0.00 $33.66 $16.20

For apprentice rates see "Apprentice- ROOFER"

SCRAPEROPERATING ENGINEERS LOCAL 98

$62.66 12/01/2020 $12.47 $0.00 $35.69 $14.50

$63.48 06/01/2021 $12.47 $0.00 $36.51 $14.50

$64.31 12/01/2021 $12.47 $0.00 $37.34 $14.50

$65.18 06/01/2022 $12.47 $0.00 $38.21 $14.50

$66.06 12/01/2022 $12.47 $0.00 $39.09 $14.50

$67.01 06/01/2023 $12.47 $0.00 $40.04 $14.50

$67.96 12/01/2023 $12.47 $0.00 $40.99 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

SELF-POWERED ROLLERS AND COMPACTORS

(TAMPERS)OPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: Wage Request Number:05/26/2021 Page 24 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SELF-PROPELLED POWER BROOMOPERATING ENGINEERS LOCAL 98

$59.43 12/01/2020 $12.47 $0.00 $32.46 $14.50

$60.25 06/01/2021 $12.47 $0.00 $33.28 $14.50

$61.08 12/01/2021 $12.47 $0.00 $34.11 $14.50

$61.95 06/01/2022 $12.47 $0.00 $34.98 $14.50

$62.83 12/01/2022 $12.47 $0.00 $35.86 $14.50

$63.78 06/01/2023 $12.47 $0.00 $36.81 $14.50

$64.73 12/01/2023 $12.47 $0.00 $37.76 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

SHEETMETAL WORKERSHEETMETAL WORKERS LOCAL 63

$67.17 01/01/2021 $10.64 $1.96 $37.24 $17.33

$68.25 07/01/2021 $10.64 $1.99 $38.29 $17.33

$69.28 01/01/2022 $10.64 $2.02 $39.29 $17.33

SHEET METAL WORKER - Local 63Apprentice -

01/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $16.76 $4.79 $4.67 $0.79 $27.01 45

2 $18.62 $5.32 $5.19 $0.87 $30.00 50

3 $20.48 $5.85 $9.33 $1.07 $36.73 55

4 $22.34 $6.38 $9.33 $1.14 $39.19 60

5 $24.21 $6.92 $9.33 $1.21 $41.67 65

6 $26.07 $7.45 $9.33 $1.29 $44.14 70

7 $27.93 $7.98 $9.33 $1.36 $46.60 75

8 $29.79 $8.51 $16.29 $1.64 $56.23 80

9 $31.65 $9.04 $16.29 $1.71 $58.69 85

10 $33.52 $9.58 $16.29 $1.78 $61.17 90

Notes:

Apprentice to Journeyworker Ratio:1:3

SPECIALIZED EARTH MOVING EQUIP < 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.17 12/01/2020 $12.91 $0.00 $35.44 $14.82

$63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82

$64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82

$65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01

SPECIALIZED EARTH MOVING EQUIP > 35 TONSTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.46 12/01/2020 $12.91 $0.00 $35.73 $14.82

$64.26 06/01/2021 $12.91 $0.00 $36.53 $14.82

$64.76 08/01/2021 $13.41 $0.00 $36.53 $14.82

$65.95 12/01/2021 $13.41 $0.00 $36.53 $16.01

SPRINKLER FITTERSPRINKLER FITTERS LOCAL 669

$70.10 04/01/2021 $10.55 $0.00 $43.14 $16.41

Issue Date: Wage Request Number:05/26/2021 Page 25 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

SPRINKLER FITTER - Local 669Apprentice -

04/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $19.41 $7.75 $0.00 $0.00 $27.16 45

2 $21.57 $7.75 $0.00 $0.00 $29.32 50

3 $23.73 $10.55 $8.15 $0.00 $42.43 55

4 $25.88 $10.55 $8.15 $0.00 $44.58 60

5 $28.04 $10.55 $8.40 $0.00 $46.99 65

6 $30.20 $10.55 $8.40 $0.00 $49.15 70

7 $32.36 $10.55 $8.40 $0.00 $51.31 75

8 $34.51 $10.55 $8.40 $0.00 $53.46 80

9 $36.67 $10.55 $8.40 $0.00 $55.62 85

10 $38.83 $10.55 $8.40 $0.00 $57.78 90

Notes:

Apprentice to Journeyworker Ratio:1:1

TELECOMMUNICATION TECHNICIANELECTRICIANS LOCAL 7

$69.10 01/03/2021 $11.50 $0.00 $44.61 $12.99

$70.22 06/27/2021 $11.75 $0.00 $45.21 $13.26

$71.23 01/02/2022 $12.00 $0.00 $45.81 $13.42

$72.35 07/03/2022 $12.25 $0.00 $46.41 $13.69

$73.47 01/01/2023 $12.50 $0.00 $47.01 $13.96

Issue Date: Wage Request Number:05/26/2021 Page 26 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TELECOMMUNICATION TECHNICIAN - Local 7Apprentice -

01/03/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $17.84 $6.90 $0.54 $0.00 $25.28 40

2 $20.07 $6.90 $0.60 $0.00 $27.57 45

3 $22.31 $11.50 $7.02 $0.00 $40.83 50

4 $24.54 $11.50 $7.09 $0.00 $43.13 55

5 $29.00 $11.50 $8.78 $0.00 $49.28 65

6 $31.23 $11.50 $9.89 $0.00 $52.62 70

06/27/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $18.08 $7.05 $0.54 $0.00 $25.67 40

2 $20.34 $7.05 $0.61 $0.00 $28.00 45

3 $22.61 $11.75 $7.08 $0.00 $41.44 50

4 $24.87 $11.75 $7.15 $0.00 $43.77 55

5 $29.39 $11.75 $8.93 $0.00 $50.07 65

6 $31.65 $11.75 $10.10 $0.00 $53.50 70

Notes:

Steps are 800 hours

Apprentice to Journeyworker Ratio:1:1

TERRAZZO FINISHERSBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$88.17 02/01/2021 $11.39 $0.00 $54.69 $22.09

$89.73 08/01/2021 $11.39 $0.00 $56.09 $22.25

$90.32 02/01/2022 $11.39 $0.00 $56.68 $22.25

Issue Date: Wage Request Number:05/26/2021 Page 27 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TERRAZZO FINISHER-Local 3 Marble/Tile (Spr/Ptt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.35 $11.39 $22.09 $0.00 $60.83 50

2 $32.81 $11.39 $22.09 $0.00 $66.29 60

3 $38.28 $11.39 $22.09 $0.00 $71.76 70

4 $43.75 $11.39 $22.09 $0.00 $77.23 80

5 $49.22 $11.39 $22.09 $0.00 $82.70 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.05 $11.39 $22.25 $0.00 $61.69 50

2 $33.65 $11.39 $22.25 $0.00 $67.29 60

3 $39.26 $11.39 $22.25 $0.00 $72.90 70

4 $44.87 $11.39 $22.25 $0.00 $78.51 80

5 $50.48 $11.39 $22.25 $0.00 $84.12 90

Notes:

Apprentice to Journeyworker Ratio:1:5

TERRAZZO MECHANICBRICKLAYERS LOCAL 3 (SPR/PITT) - MARBLE & TILE

$89.24 02/01/2021 $11.39 $0.00 $55.77 $22.08

$90.80 08/01/2021 $11.39 $0.00 $57.17 $22.24

$91.37 02/01/2022 $11.39 $0.00 $57.74 $22.24

Issue Date: Wage Request Number:05/26/2021 Page 28 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TERRAZZO MECH - Local 3 Marble/Tile (Spr/Pitt)Apprentice -

02/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $27.89 $11.39 $22.08 $0.00 $61.36 50

2 $33.46 $11.39 $22.08 $0.00 $66.93 60

3 $39.04 $11.39 $22.08 $0.00 $72.51 70

4 $44.62 $11.39 $22.08 $0.00 $78.09 80

5 $50.19 $11.39 $22.08 $0.00 $83.66 90

08/01/2021

Health PensionSupplemental

UnemploymentStep Apprentice Base Wage Total Ratepercent

Effective Date -

1 $28.59 $11.39 $22.24 $0.00 $62.22 50

2 $34.30 $11.39 $22.24 $0.00 $67.93 60

3 $40.02 $11.39 $22.24 $0.00 $73.65 70

4 $45.74 $11.39 $22.24 $0.00 $79.37 80

5 $51.45 $11.39 $22.24 $0.00 $85.08 90

Notes:

Apprentice to Journeyworker Ratio:1:5

TEST BORING DRILLERLABORERS - FOUNDATION AND MARINE

$67.37 12/01/2020 $8.60 $0.00 $41.30 $17.47

$68.39 06/01/2021 $8.60 $0.00 $42.32 $17.47

$69.40 12/01/2021 $8.60 $0.00 $43.33 $17.47For apprentice rates see "Apprentice- LABORER"

TEST BORING DRILLER HELPERLABORERS - FOUNDATION AND MARINE

$66.09 12/01/2020 $8.60 $0.00 $40.02 $17.47

$67.11 06/01/2021 $8.60 $0.00 $41.04 $17.47

$68.12 12/01/2021 $8.60 $0.00 $42.05 $17.47For apprentice rates see "Apprentice- LABORER"

TEST BORING LABORERLABORERS - FOUNDATION AND MARINE

$65.97 12/01/2020 $8.60 $0.00 $39.90 $17.47

$66.99 06/01/2021 $8.60 $0.00 $40.92 $17.47

$68.00 12/01/2021 $8.60 $0.00 $41.93 $17.47For apprentice rates see "Apprentice- LABORER"

TRACTORSOPERATING ENGINEERS LOCAL 98

$62.05 12/01/2020 $12.47 $0.00 $35.08 $14.50

$62.87 06/01/2021 $12.47 $0.00 $35.90 $14.50

$63.70 12/01/2021 $12.47 $0.00 $36.73 $14.50

$64.57 06/01/2022 $12.47 $0.00 $37.60 $14.50

$65.45 12/01/2022 $12.47 $0.00 $38.48 $14.50

$66.40 06/01/2023 $12.47 $0.00 $39.43 $14.50

$67.35 12/01/2023 $12.47 $0.00 $40.38 $14.50For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TRAILERS FOR EARTH MOVING EQUIPMENTTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.75 12/01/2020 $12.91 $0.00 $36.02 $14.82

$64.55 06/01/2021 $12.91 $0.00 $36.82 $14.82

$65.05 08/01/2021 $13.41 $0.00 $36.82 $14.82

$66.24 12/01/2021 $13.41 $0.00 $36.82 $16.01

Issue Date: Wage Request Number:05/26/2021 Page 29 of 3020210526-013

Classification Total RateBase Wage Health PensionSupplemental

UnemploymentEffective Date

TUNNEL WORK - COMPRESSED AIRLABORERS (COMPRESSED AIR)

$78.65 12/01/2020 $8.60 $0.00 $52.13 $17.92

$79.67 06/01/2021 $8.60 $0.00 $53.15 $17.92

$80.68 12/01/2021 $8.60 $0.00 $54.16 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE)LABORERS (COMPRESSED AIR)

$80.65 12/01/2020 $8.60 $0.00 $54.13 $17.92

$81.67 06/01/2021 $8.60 $0.00 $55.15 $17.92

$82.68 12/01/2021 $8.60 $0.00 $56.16 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIRLABORERS (FREE AIR TUNNEL)

$70.72 12/01/2020 $8.60 $0.00 $44.20 $17.92

$71.74 06/01/2021 $8.60 $0.00 $45.22 $17.92

$72.75 12/01/2021 $8.60 $0.00 $46.23 $17.92For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIR (HAZ. WASTE)LABORERS (FREE AIR TUNNEL)

$72.72 12/01/2020 $8.60 $0.00 $46.20 $17.92

$73.74 06/01/2021 $8.60 $0.00 $47.22 $17.92

$74.75 12/01/2021 $8.60 $0.00 $48.23 $17.92For apprentice rates see "Apprentice- LABORER"

VAC-HAULTEAMSTERS JOINT COUNCIL NO. 10 ZONE B

$63.17 12/01/2020 $12.91 $0.00 $35.44 $14.82

$63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82

$64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82

$65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01

WAGON DRILL OPERATOR (HEAVY & HIGHWAY)LABORERS - ZONE 4 (HEAVY & HIGHWAY)

$52.78 12/01/2020 $8.60 $0.00 $29.74 $14.44

$53.60 06/01/2021 $8.60 $0.00 $30.56 $14.44

$54.41 12/01/2021 $8.60 $0.00 $31.37 $14.44For apprentice rates see "Apprentice- LABORER (Heavy and Highway)

WATER METER INSTALLERPLUMBERS & PIPEFITTERS LOCAL 104 WESTERN DIVISION

$69.11 03/17/2021 $9.30 $0.00 $43.21 $16.60

$70.11 09/17/2021 $9.30 $0.00 $44.21 $16.60

$71.36 03/17/2022 $9.30 $0.00 $45.46 $16.60

$72.36 09/17/2022 $9.30 $0.00 $46.46 $16.60

$73.61 03/17/2023 $9.30 $0.00 $47.71 $16.60

$74.61 09/17/2023 $9.30 $0.00 $48.71 $16.60

$75.86 03/17/2024 $9.30 $0.00 $49.96 $16.60For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER"

Additional Apprentice Information:

Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the

Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L.

c. 23, ss. 11E-11L.

All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L.

All steps are six months (1000 hours.)

Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified.

** Multiple ratios are listed in the comment field.

*** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc.

**** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc.

Issue Date: Wage Request Number:05/26/2021 Page 30 of 3020210526-013

ii

B – ORDER OF CONDITIONS