willow brook road drainage and sewer repairgov.findrfp.com/docs/10307_ifb-willow.brook.drain... ·...

68
INVITATION FOR BID (IFB) WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR TOWN OF LONGMEADOW MASSACHUSETTS June 15, 2011 1

Upload: others

Post on 12-Jul-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

INVITATION FOR BID (IFB)

WILLOW BROOK ROAD

DRAINAGE AND SEWER REPAIR

TOWN OF LONGMEADOW MASSACHUSETTS

June 15, 2011

1

Page 2: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

INVITATION FOR BID: WILLOW BROOK ROAD DRAINAGE & SEWER REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

INDEX: PAGE

Legal Notice 3 Scope of Work 4 Bid Terms and Conditions 1.0 General 4-5 2.0 Equality of Materials 6 3.0 Performance of Services 6-7 4.0 Contract Award Requirements 7-8 5.0 Compliance with the Law and Regulations 8 6.0 Bid Pricing 8-9 7.0 Compensation 10 8.0 Job Site Inspection 11 9.0 Specifications

02240 Dewatering & Stream By-Pass 10-13 2315 Excavation, Backfilling and Compaction 14-20 02514 Ductile Iron Pipe and Fittings 21-29 02518 Corrrugated Polyethylene Drainage Pipe & Fittings 30-32 02530 Manholes and Catch Basins 33-37 02920 Lawns and Grasses 38-40

Attachment A- Prevailing Wage Rates 41-51 Attachment B- Sample Agreement 52-60

Attachment C- Plans: Willow Brook Road Sewer and Drain Repair 61-62 Bid Submission Forms 63-68

2

Page 3: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

LEGAL NOTICE:

INVITATION FOR BID WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

The Town of Longmeadow, MA, is accepting sealed bids for the supply and performance of a drainage and sewer repairs. Complete specifications, directions and bid packet is available from the Town of Longmeadow, Attn: Chad Thompson-Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106, Phone: 413-565-4136. Bid documents are available during standard business hours, Monday-Thursday, 8am to 4:30pm; and 8am to noon on Fridays. Bid documents may also be obtained online at www.longmeadow.org , select ‘Government’ from the toolbar, then select ‘Department’, then ‘Purchasing’, then select the link labeled: ‘Bid & RFP Finder’. Select RFP documents with the following title: IFB: Willow Brook Road Drainage & Sewer Repair. Bidders are encouraged to register with Chad Thompson to get on the bid list. Those that do not register with Chad Thompson will be responsible for monitoring the website for the issuance of updates and addenda. Bid documents will be mailed upon request for a non-refundable pre-paid handling and postage charge of $25.00. Sealed bids will be accepted at the office of the Longmeadow Procurement Manager until the bid deadline of: Wednesday, June 29, 2011 at 11:00am. Bids should be labeled “IFB: Willow Brook Road Drainage & Sewer Repair”, followed by the bidder’s company name, address and contact name. Late bids will be rejected. Bids will be opened immediately following the bid deadline in the auditorium located at the same address. All bidders shall furnish with their bid a mandatory bid guarantee in the form of a bid bond, certified check, treasurer’s check or cashier’s check issued by a responsible bank or trust company in the amount of 5% of the total amount of the bid made payable to the Town of Longmeadow. Wages are subject to Massachusetts minimum wage rates as per M.G.L. C.149, Section 26 to 27H, inclusive. Performance and Payment Bonds, in the full amount of the contract price, will be required of the successful bidder. All bids received will be evaluated and awarded in accordance with the provisions established under Massachusetts General Law Chapter 30, 39M. The Town of Longmeadow, acting through the Town Manager, the Awarding Authority reserves the right to reject any or all bids, waive informalities, and to award the contract in the best interest of the Town.

3

Page 4: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

INVITATION FOR BID (IFB) WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

SCOPE OF WORK The Town of Longmeadow, MA, is accepting sealed bids for the supply and installation of a drainage and sewer repair that includes but is not limited to clearing and grubbing and tree and stump removal, approximately 40 linear feet (lf) of 18-inch corrugated plastic (smooth interior) pipe with flared end outfall, 75 feet of 8” (DIP) sewer pipe, 75 square yards (sy) of riprap, erosion and sedimentation control, re-grading of the site, loam and seed and all other work as shown on the attached plan and detailed in the specifications herein. The successful bidder will be responsible for supplying and installing all of the requested materials as required in the specifications. All materials shall comply with the attached specification and drawings and relevant Mass Highway specifications. The unit price items for the work shall include all installation, restoration of the site, and any other work needed to complete the work and restore the site to pre-construction condition. BID TERMS AND CONDITIONS

1.0 GENERAL

1.1 Each bid submitted must be accompanied by a bid deposit in the

form of a bid bond, money order, cashier’s check, certified check, or a treasurer’s check, issued by a reputable bank or trust company, in the amount of five (5%) percent of the value of the proposed bid. Checks must be made payable to the Town of Longmeadow. Bids received without the mandatory bid deposit will be rejected.

1.2 The bid must include one (1) original submittal and be properly filled out, signed, endorsed, and placed in a sealed envelope labeled on the outside with “IFB: Willow Brook Road Drainage and Sewer Repair”, followed by the bidder’s company name, address and contact name. The envelope should be delivered to the Town of Longmeadow, Attention: Chad Thompson, Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106.Telephone responses and faxed replies will not be accepted. No responsibility shall be attached to any person or persons for the premature openings of bids not properly marked.

1.3 All work shall conform to relevant ANSI specifications, and the attached specifications. The Town reserves the right to accept or reject any deviation from these standards. Any deviation must be clearly identified in the proposal.

1.4 All submitted bids and associated price quotes must be guaranteed to the Town of Longmeadow, Massachusetts for a period of sixty (60) days from the date of the bid opening.

4

Page 5: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

1.5 The bidder to whom a contract is awarded will be required to guarantee the installed materials and workmanship in writing to the Town of Longmeadow for a period of three hundred and sixty five (365) days after final acceptance and shall replace any defective materials or workmanship required without additional cost to the Town.

1.6 All prices and delivery times quoted must be firm. Quote F.O.B. destination, your delivery, Town of Longmeadow.

1.7 The successful bidder will not be permitted to either assign or underlet the contract nor assign either legally or equitably, any monies hereunder, or their claim thereto, without the previous written consent obtained from the Longmeadow Director of Public Works.

1.8 Before submitting a quotation, each bidder must make a careful study of all specifications and bidding/contract requirements, and fully assure themselves as to the quality/quantity of the materials and work required.

1.9 The bid for this work must cover all contingencies, including all labor and materials, transportation, etc., necessary for the purchase, delivery, and installation of the materials and related work required by the Town of Longmeadow.

1.10 If bidders have any questions to ask about specifications or terms of the Invitation for Bids, they must be submitted in writing to Chad Thompson, Procurement Manager, 735 Longmeadow Street, Suite 101, Longmeadow, MA 01106. Phone: 413-565-4136, Fax: 413-565-4372, email: [email protected], at least 120 hours (five calendar days) before the date set herein for bid submission deadline. No further consideration of questions will be given after the deadline for questions. All responses to questions and comments received will be issued in the form of a written addendum if it results in a change to the bid specifications.

1.11 The bidder acknowledges and agrees that as an independent Contractor for all services provided under this contract, the bidder is responsible for any and all acts of its employees, agents and subcontractors. The bidder agrees, therefore, to indemnify, defend, and hold harmless the Town, its agents, employees and assigns, from and against any and all claims, suits, damages, losses, and expenses, including attorney's fees, arising out of, or resulting from, the performance of the services to be performed under this contract caused in whole or in part by the any negligent or willful act or omission by the bidder, its employees, agents, and subcontractors.

1.12 The contract agreement will be in the form customarily employed by the Town and a sample is attached.

1.13 Bids may be withdrawn without penalty prior to the time and date specified for the bid opening. Requests to withdraw a bid must be made in writing, addressed to the Purchasing Coordinator.

1.14 The work is to be completed within 60 days of the execution of the contract. The contractor will be liable for the payment of liquidated damages in the amount of $100.00 per calendar day for non-completed work after the completion deadline requirement.

5

Page 6: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

2.0 EQUALITY OF MATERIALS

2.1 All proprietary specifications, or proprietary names used for items

listed in the specifications, are shown for purposes of description only and are not intended, nor should they be interpreted, to be an endorsement of any particular proprietary item. The words “or equal” are understood to follow all names of proprietary products, trade names, catalog numbers and detailed descriptions and shall be interpreted to mean any material, article, assembly or system, which in the opinion of the Town is at least equal in quality, durability, appearance, strength and design to the equipment specified and will perform at least equally the functions imposed by the general design. The words “or equal” shall not be construed to permit substantial departure from the requirements of the specifications. The provisions of Massachusetts’s General laws shall govern.

3.0 PERFORMANCE OF SERVICES

Under the contract awarded, the Successful bidder shall agree to the

following: 3.1 All Services of the successful bidder shall be performed by qualified

licensed contractor and their employees. The Successful bidder shall perform its services in accordance with the highest professional standards of skill, care, and diligence.

3.2 Unless clearly stated in the Successful bidder’s bid and incorporated into the contract, none of the services to be provided by the Successful bidder pursuant to the contract shall be sub-contracted or delegated to any other organization, association, individual, corporation, partnership or other such entity without the prior written consent of the Town.

3.3 The Successful bidder and its personnel shall perform 100% percent of all the work under the contract, except as may be required under emergency circumstances or as otherwise approved by the Town measured either in value of services rendered or in Bidder’s time spent on such services.

3.4 The Town may require the Successful bidder to relieve any of the Successful bidder's personnel and sub-contractors from any further work under the contract if in the Town’s sole opinion the individual or sub-contractor does not perform at the applicable skill level; the individual does not deliver work which conforms to the performance standards stated in the contract and the Successful bidder’s bid; or personality conflicts with Town personnel hinder effective progress on the work of the project or assignment for which the individual is responsible

3.5 No subcontracts or delegation shall relieve or discharge the Successful bidder from any obligation or liability under the contract except as specifically set forth in the instrument of consent. The Successful bidder shall be as fully responsible to the Town for the acts and omissions of its sub-contractors and of persons either

6

Page 7: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

directly or indirectly employed by them, as it is for the acts and omissions of persons directly or indirectly employed by it.

3.6 Without limiting the foregoing, the Town shall have the right to require the Successful bidder to cease providing services immediately upon written notice.

3.7 In the event that there is a discrepancy or issue with interpretation of dollar amounts submitted by the bidder on the Bid Submission Forms. The amount written in words will be utilized in establishing the unit pricing for the bid.

4.0 CONTRACT AWARD REQUIREMENTS 4.1 The Town intends to award the contract to one prime Bidder only,

generally referred to herein as 'the Successful bidder'. The Successful bidder shall be solely responsible for any separate contractual agreements with its sub-contractor(s), if any are proposed and agreed to in the contract between the Town and the Successful bidder. The Successful bidder will be the lowest responsible and eligible bidder on the basis of the proposed Contract Price. The Town of Longmeadow, acting through the Town Manager, the awarding authority reserves the right to reject any or all bids, waive informalities, and to award a contract in the best interest of the Town.

The contract that is awarded as a result of this Invitation for Bids will be effective upon completed execution of a contract signed by both the successful bidder and the appropriate Town officials. The contract shall be in effect from the date of execution of the contract, and until such time that the drain is installed and demonstrated as fully operable. The project will conclude once the final inspection is approved by the Department of Public Works. Any failure of product and/or installation that is under valid warrant will be replaced and/or repaired at no additional charge to the Town.

4.2 If this bid shall be accepted by the Town, and the undersigned shall fail to contract as aforesaid within ten (14) days (not including Sunday or a Legal Holiday) from the Town to the selected Bidder, according to the address given herewith, from the time that the contract is ready for signature, The Town may by option determine that the bidder has abandoned the contract and thereupon the bid bond shall become the property of the Town as liquidated damages. Additionally, the contractor will be responsible for any difference in the bid price and the price necessary to complete the job as outlined in these specifications.

4.3 The Successful bidder shall, within one week of awarding of the contract, be required to provide a performance and payment bond in the full amount (100%) of the contract. The bond shall be provided before the contract is considered to be binding.

4.4 The contractor shall be responsible to the Town or any third party for any property damage or bodily injury caused by it, any of its subcontractors, employees or agents in the performance of, or as a result of, the work under this agreement. The contractor and any

7

Page 8: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

subcontractors used hereby certify that they are insured for workers compensation, property damage, personal and product liability. The contractor and any subcontractor used shall purchase, furnish copies of, and maintain in full force and effect insurance policies in the amounts here indicated.

General Liability Bodily Injury Liability: $1,000,000 per occurrence Property Damage Liability $1,000,000 per occurrence (or combined single limit) $1,000,000 per occurrence

Automobile Liability Bodily Injury Liability: $1,000,000 per occurrence Property Damage Liability $1,000,000 per occurrence (or combined single limit) $1,000,000 per occurrence

Workers’ Compensation Insurance Coverage for all employees in accordance with Massachusetts General Laws

Prior to commencement of any work under this Agreement, the Contractor shall provide the Town with Certificates of Insurance which include the Town as an additional named insured and which include a thirty day notice of cancellation to the Town.

5.0 COMPLIANCE WITH THE LAW AND REGULATIONS 5.1 This procurement is subject to the requirements under MGL,

Chapter 30, Section 39M. Under the contract award, it is the successful bidder’s responsibility that the contract be conducted, and that all services and other work performed by the Successful bidder under the contract be performed so as to comply with all applicable federal, state and municipal laws, regulations, codes, and ordinances including prevailing wage laws as applicable. The Town intends to award the contract to one prime Bidder only, generally referred to herein as 'the Successful bidder'. The Successful bidder shall be solely responsible for any separate contractual agreements with its sub-contractor(s), if any are proposed and agreed to in the contract between the Town and the Successful bidder.

6.0 BID PRICING

6.1 All price quotes must include all charges, fees, expenses, etc.,

related to supplying the required equipment and installation work (including all labor and materials and any cleanup). No separate or additional costs will be paid by the Town. All costs must be included in the proposed unit pricing. Prices must be based on the total installed price.

6.2 The Town will provide at no additional cost to the contract any police detail required if needed.

6.3 All bidders must submit a list of references of clients who they have performed work for over the past not less than two (2) years. The

8

Page 9: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Town is to have express permission to contact these people, either by phone, written correspondence or in person, as to past performance. Any negative references received will be grounds for rejection of the bid by the Town.

6.4 Prevailing wages will apply to this contract. The successful bidder must comply with the prevailing wage laws of Massachusetts when performing work for the Town. Prevailing wage rates are provided.

6.5 Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the words.

7.0 COMPENSATION

Under the contract awarded, the Successful bidder’s compensation shall be made according to the following provisions:

7.1 The maximum fee for all Successful bidder and sub-contractor services and expenses shall not exceed the bid amount. The maximum Successful bidder fee shall be all-inclusive. In no event shall the Town be liable for additional charges such as interest, penalties, attorney's fees or any other expenses incurred by the Successful bidder such as travel, telephone, or duplication expenses except as may be negotiated for and agreed to by the Town and set forth in writing.

7.2 The Successful bidder shall submit invoices for services rendered on the schedule agreed to between the Town and the Successful bidder. The Successful bidder's invoice shall include a description of services performed under the task or tasks in such form and detail and with such supporting data as the Town may reasonably require showing the computational basis for all charges. The Successful bidder shall keep records pertaining to services performed employing sound bookkeeping practices and in accordance with generally accepted accounting principles.

7.3 Payments under the contract will be made only to the Successful bidder. The Successful bidder shall be responsible for the compensation of any of its sub-contractors.

8.0 JOB SITE INSPECTION 8.1 Bidders are required to fully inform themselves of existing

conditions of the entire job site. Lack of knowledge or unfamiliarity of the project or job site after the bid has been awarded will not excuse non-compliance with the requirements of all specifications contained in this bid document.

9.0 SPECIFICATIONS

9

Page 10: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02240

DEWATERING AND STREAM BY-PASS

PART 1 GENERAL 1.1 SUMMARY

A. Section Includes 1. General Dewatering 2. Pipeline Trench Dewatering 3. Stream By-Pass

B. Related Sections 1. Section 02315 - Excavation, Backfilling and Compaction 2. Section 02320 - Borrow Materials

1.2 SUBMITTALS A. Prepare dewatering, stream by-pass design for structures and all pipeline trench locations, as

required. Design shall include calculations and drawings stamped and signed by a Massachusetts Registered Professional Engineer.

B. Employ the services of a dewatering specialist or firm when well points, deep wells, recharge systems, or equal systems are required. Specialist shall have completed at least 5 successful dewatering projects of equal size and complexity and with equal systems.

C. Notify ENGINEER immediately if any settlement or movement is detected of survey points adjacent to excavations being dewatered. If settlement is deemed by ENGINEER to be related to the dewatering, submit a modified dewatering plan to ENGINEER within 24 hours. Implement the approved modified plan and repair any damage incurred at no additional cost to OWNER.

D. If the dewatering system does not maintain the groundwater level so as to maintain the specified subgrade condition, notify ENGINEER and modify the system at no additional cost to OWNER.

PART 2 PRODUCTS 2.1 MATERIALS

A. Provide erosion/sedimentation control devices as indicated or specified and in accordance with Section 01570.

B. Provide casings, well screens, fittings, pumps, power and other items required for dewatering system.

C. Provide temporary pipes, hoses, flumes, or channels for the transport of discharge water. D. Comply with all local, state and federal regulations and requirements for the discharge of

groundwater, including providing portable sedimentation basins/tanks, where needed. E. Provide and store auxiliary dewatering equipment at the site, including pumps and hoses, in the

event of breakdown. F. Provide non-woven filter fabric where required for underdrain systems.

1. The non-woven filter fabric shall be specifically designed for subsurface drainage applications.

10

Page 11: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

2. The non-woven filter fabric shall meet the following criteria:

Test Method a. Grab Tensile Strength - 120 lbs. ASTM D4632 b. Grab Tensile Elongation - 50% ASTM D4632 c. Mullen Burst Strength - 240 psi ASTM D3786 d. Trapezoid Tear Strength - 50 lbs. ASTM D4533 e. Puncture Resistance - 70 lbs. ASTM D4833 f. Permittivity – 1.8 sec -1 ASTM-D4491 g. Water flow rate - 120 gpm/ft2 ASTM-D4491

PART 3 EXECUTION 3.1 APPLICATION

A. General Dewatering 1. Provide adequate pumping and drainage facilities to maintain the excavated area

sufficiently dry from groundwater and/or surface runoff so as not to adversely affect construction procedures nor cause excessive disturbance of underlying natural ground.

2. Dewatering includes the lowering of the water table, the lowering of hydrostatic pressure, preventing surface water from entering the excavation during construction and disposing of discharge water. Common dewatering methods include sump pumping, deep wells, well points, or combinations thereof.

3. Water from the trenches and excavations shall be disposed of in such a manner as to avoid public nuisance, injury to public health or the environment, damage to public or private property, or the work completed or in progress. Siltation barriers shall be provided as required by the Contract Documents.

4. Any damage resulting from the failure of the dewatering operations of CONTRACTOR, and any damage resulting from the failure of CONTRACTOR to maintain all the areas of work in a suitably dry condition, shall be repaired by CONTRACTOR at no additional expense to OWNER.

5. Care shall be exercised to see that water does not collect in the bell or collar holes to sufficient depth to wet the bell or collar of pipes waiting to be jointed.

6. Precautions shall be taken to protect new work from flooding during storms or from other causes. CONTRACTOR shall control the grading in the areas surrounding all excavations so that the surface of the ground will be properly sloped to prevent water from running into the excavated area. Where required, temporary ditches shall be provided for drainage. Upon completion of the work, all areas shall be restored by CONTRACTOR in a satisfactory manner approved by ENGINEER.

7. All pipelines or structures not stable against uplift during construction or prior to completion shall be thoroughly braced or otherwise protected.

B. Pipeline Trench Dewatering and stream by-pass 1. Furnish, install, operate and maintain dewatering and stream by-pass system in

accordance with approved dewatering plan. Locate dewatering system components so that they do not interfere with construction under this or other contracts.

2. Do not excavate until the dewatering and stream by-pass system is operational and the excavation may proceed without disturbance to the final subgrade.

11

Page 12: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

3. Unless otherwise specified, continue dewatering and stream by-pass uninterrupted until the structures, pipes, and appurtenances to be built there have been completed such that they will not be floated or otherwise damaged by an increase in groundwater elevation.

4. If open pumping from sumps and ditches results in boils, loss of fines, or softening of the ground, submit a modified dewatering plan to ENGINEER within 24 hours. Implement the approved modified plan and repair any damage incurred at no additional cost to OWNER.

5. Where subgrade materials are unable to meet the subgrade density requirements due to improper dewatering techniques, remove and replace the materials in accordance with Section 02320 at no additional cost to OWNER.

6. Lay temporary underdrains if required in trenches beneath bottom level of excavation. Provide trenches to accommodate underdrain and surrounding material. Lay underdrains below bottom of normal excavation with open joints wrapped in non-woven filter fabric, and entirely surrounded by ¾″ crushed stone to prevent the admission of fines into the underdrains. Provide at least 3 inches between bottom of pipe or structure and highest point of underdrain pipe. Fill the space between the underdrain and pipe or structure with ¾″ crushed stone in accordance with Section 02320.

7. Dewatering and stream by-pass discharge: a. Install and monitor recharge systems as specified. b. Install sand and gravel filters in conjunction with well points and deep wells to

prevent the migration of fines from the existing soil during the dewatering operation.

c. Transport pumped or drained water without interference to other work, damage to pavement, other surfaces, or property.

d. Do not discharge water into any sanitary sewer system. e. Provide separately controllable pumping lines. f. ENGINEER reserves the right to sample discharge water at any time. g. Minimize the extent and duration of the hydrological disruption h. Employ stream bypass channels/pipe to maintain river and stream continuity

during construction i. Use dams to prevent backwatering of construction areas j. Gradually dewater and re-water river and stream segments to avoid abrupt changes

in stream flow k. Salvage aquatic organisms (fish, salamanders, crayfish, mussels) stranded during

dewatering l. Segregate clean diversion water from sediment-laden runoff or seepage water m. Use anti-seep collars around diversion pipes n. Use upstream sumps to collect groundwater and prevent it from entering the

construction site o. Collect construction drainage from groundwater, storms, and leaks and treat to

remove sediment p. Use downstream sediment control sump to collect water that seeps out of the

construction area q. Use fish screens around the intake of diversion pipes

12

Page 13: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

r. Use appropriate energy dissipaters and erosion control at pipe outlets s. When using diversion pipes make sure adequate pumping capacity is available to

handle storm flows t. After construction remove cofferdams downstream-to-upstream in a manner that

minimizes introduction of sediment to the waterway. 8. Install and place erosion/sedimentation control at the point of discharge as indicated or

specified in Section 01570. 9. Removal

a. Do not remove dewatering system without written approval from ENGINEER. b. Backfill and compact sumps or ditches with screened gravel or crushed rock in

accordance with Section 02315. c. Remove well points and deep wells. Backfill abandoned well holes with cement

grout having a water cement ratio of 1 to 1 by volume.

END OF SECTION

13

Page 14: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02315

EXCAVATION, BACKFILLING AND COMPACTION

PART 4 GENERAL 4.1 SUMMARY

A. Section Includes 1. Removal, handling, and disposal of materials excavated including soil material, rock not

covered under Section 02410, bituminous concrete pavement, organics and undesirable soils or debris

2. Earth retention systems 3. Excavation, backfill and compaction for subsurface utilities and pump stations 4. Test pits 5. Excavation, backfill and compaction for the abandonment of existing pipe

4.2 REFERENCES A. ASTM D698 - Test Method for Laboratory Compaction Characteristics of Soil Using Standard

Effort (12,400 ft-lbf/ft3 [600 kN-m/m3]), Annual Book of ASTM Standards - Volume 04.08. - Soil and Rock

B. ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method. Annual Book of ASTM Standards - Volume 04.08 - Soil and Rock

C. ASTM D2487 - Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). Annual Book of ASTM Standards - Volume 04.08 - Soil and Rock

D. ASTM D2922 - Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth), Annual Book of ASTM Standards - Volume 04.08. - Soil and Rock

E. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth), Annual Book of ASTM Standards - Volume 04.08. - Soil and Rock

F. 29 CFR Part 1926 Subpart P - OSHA Excavation Regulations 1926.560 through 1926.562 including Appendices A through F

G. MGL Chapter 82 Section 40 4.3 DEFINITIONS

A. Definitions applicable to this Section are as follows: B. Earth Retention Systems - Any structural system, such as sheeting and bracing or cofferdams,

designed to retain in-situ soils in place and prevent the collapse of the sides of an excavation in order to protect employees and adjacent structures.

C. Benching - A method of protecting employees from cave-ins by excavating the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near-vertical surfaces between levels.

D. Excavation - Any man-made cut, cavity, trench, or depression in an earth surface, formed by earth removal.

E. Protective System - A method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an excavation, or from the collapse of adjacent structures. Protective systems include earth retention systems, sloping and benching systems, shield systems, and other systems that provide the necessary protection.

14

Page 15: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

F. Registered Professional Engineer - A person who is registered as a professional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered professional engineer" within the meaning of this standard when approving designs for "manufactured protective systems" or "tabulated data" to be used in interstate commerce.

G. Shield System - A structure that is designed to withstand the forces imposed on it by a cave-in and thereby protects employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work progresses. Additionally, shields can be either pre-manufactured or job-built in accordance with 29 CFR 1926.652(c)(3) or (c)(4). Shields used in trenches are usually referred to as "trench boxes" or "trench shields."

H. Sloping - A method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with differences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads.

I. Trench - A narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m).

4.4 SUBMITTALS A. Drawings and calculations for each earth retention system required in the Work. The submittal

shall be in sufficient detail to disclose the method of operation for each of the various stages of construction required for the completion of the earth retention systems. 1. The submittal shall be made in a timely manner to afford the Engineer adequate time to

review the design before any work is started on the earth retention system. The review of the design by the Engineer shall not relieve the Contractor of any responsibility.

2. The submitted calculations and drawings shall be prepared, signed and stamped by a Registered Professional Engineer.

3. All excavation, trenching, and related earth retention systems shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926 Subpart P) and State requirements. Where conflict between OSHA and State regulations exists, the more stringent requirements shall apply

B. Performance data for the compaction equipment to be utilized. C. Construction methods that will be utilized for the removal of rock on the project. D. Standard Proctor Test (ASTM D698) results and soil classification (ASTM D2487) for all

proposed backfill materials at the frequency specified below: 1. For suitable soil materials removed during trench excavation, perform one test for every

1,000 cubic yards of similar soil type. Similarity of soil types will be as determined by the Engineer.

2. For borrow materials; perform tests at frequency specified in Section 02320 - Borrow Materials.

E. Compaction test results (i.e. ASTM D2922 and ASTM D3017 or ASTM D1556) at a frequency of one test for every 100 cubic yards of material backfilled. The Engineer will determine the locations and lifts to be tested. 1. The Engineer may specify additional compaction testing when there is evidence of a

change in the quality of moisture control or the effectiveness of compaction. 2. If all compaction test results within the initial 25% of the total anticipated number of tests

indicate compacted field densities equal to or greater than 95% of maximum dry density

15

Page 16: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

at optimum moisture content, the Engineer may reduce frequency of compaction testing. In no case will the frequency be reduced to less than one test for every 500 cubic yards of material backfilled.

3. The Contractor is cautioned that compaction testing by nuclear methods may not be effective where trenches are so narrow that trench walls impact the attenuation of the gamma radiation or where oversize particles (i.e. large cobbles or coarse gravels) are present.

4.5 PROJECT CONDITIONS A. Notify Dig Safe and obtain Dig Safe identification numbers. The provisions of MGL C.82 S.40

are included in the Work. B. Notify utility owners in reasonable advance of the work and request the utility owner to stake

out on the ground surface the underground facilities and structures. The Contractor shall notify the Engineer in writing of any refusal or failure to stake out such underground utilities after reasonable notice, and the Engineer and the Contractor will jointly take reasonable action to determine the location of such utility before the beginning of excavation.

C. Make explorations and excavations to determine the location of existing underground structures, pipes, house connection services, etc. in accordance with 3.2.D of this Section.

PART 5 PRODUCTS 5.1 SOIL MATERIALS

A. Fill material is subject to the approval of the Engineer and may be either material removed from excavations or borrow from off site. Fill material, whether from the excavations or from borrow, shall be of such nature that after it has been placed and properly compacted, it will make a dense, stable fill.

B. Satisfactory materials shall include materials classified by ASTM D 2487 as GW, GP, GM, GP-GM, GW-GM, GC, GP-GC, SW, and SP.

C. Satisfactory materials shall not contain trash, refuse, vegetation, masses of roots, individual roots more than 18 inches long or more than 1/2 inch in diameter, or stones over 6 inches in diameter. Organic matter shall not exceed minor quantities and shall be well distributed.

D. Satisfactory materials shall not contain frozen materials nor shall backfill be placed on frozen material.

E. Excavated surface and/or pavement materials such as gravel or trap rock that are salvaged may be used as a sub-grade material. In no case will salvaged materials be substituted for the required gravel base.

5.2 CONTROLLED DENSITY FILL A. Controlled density fill for use where required shall be flowable, excavatable and shall require no

vibration for placement. Compressive strength at 28 days shall be 30 to 80 psi and the slump shall be 10 to 12 inches.

5.3 PLACED RIPRAP BORROW 1. Stone used for placed riprap shall be hard, durable, subangular 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 the Engineer. Stone shall be free from overburden, spoil, shale, or organic material and shall meet the gradation requirement as specified.

16

Page 17: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Size of Stone

Maximum Percent of Total Weight Smaller Than Given Size

400 lb. 100 300 lb. 80 200 lb. 50 *25 lb. 10

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

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

5.4 PLACED NATURAL STONE STREAM BED

1. Stone used for placed stream be shall be natural , durable, smooth round in shape . Stone shall be free from overburden, spoil, or organic material.

2. Each load of stone shall be reasonably well graded from smallest, 2”, to the maximum size, 10”.

5.5 GEOTEXTILE FABRIC

Geotextile fabric for stabilization and separation of materials beneath riprap to be Mirafi FW series or approved equal.

PART 6 EXECUTION 6.1 PREPARATION

A. Public Safety and Convenience 1. Take precautions for preventing injuries to persons or damage to property in or about the

Work. 2. Provide safe access for the Owner's representatives at site during construction. 3. Do not obstruct site drainage, natural watercourses or other provisions made for drainage.

6.2 CONSTRUCTION A. Earth Retention Systems

1. Provide earth retention systems necessary for safety of personnel and protection of the Work, adjacent work, utilities and structures.

2. Maintain earth retention systems for the duration of the work.

17

Page 18: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

3. Systems shall be constructed using interlocking corner pieces at the four corners. Running sheet piles by at the corners, in lieu of fabricated corner pieces, will not be allowed.

4. Drive sheeting ahead of and below the advancing trench excavation to avoid loss of materials from below and from in front of the sheeting.

5. Sheeting is to be driven to at least the depth specified by the designer of the earth retention system, but no less than 2 feet below the bottom of the excavation.

6. Remove sheeting, unless designated to be left in place, in a manner that will not endanger the construction or other structures. All voids left or caused by the withdrawal of sheeting shall be backfilled and properly compacted.

7. Remove earth retention systems, which have been designated by the Engineer to be left in place, to a depth of 3 feet below the established grade.

8. The Engineer may order the placement of additional bracing or supports if required for protection of personnel and property. The costs of providing additional supports shall be borne by the Contractor.

B. Excavations 1. Excavation shall be performed to the lines and grades indicated on the Drawings.

Unauthorized over-excavation shall be backfilled in accordance with the provisions of this Section.

2. Excavate with equipment selected to minimize damage to existing utilities or other facilities. Hand excavate as necessary to locate utilities or avoid damage. a. Sawcut the existing pavement in the vicinity of the trench prior to the start of

trench excavation in paved areas, so as to prevent damage to the paving outside the requirements of construction.

b. Make pipe trenches as narrow as practicable and keep the sides of the trenches undisturbed until backfilling has been completed.

c. Provide a clear distance of 12 inches on each side of the pipe. 3. If the Contractor damages existing structures, pipes, facilities, wires, or conduit, he shall

bear the sole responsibility and costs for repair and/or replacement. The method of repair must be approved by the Engineer and the utility owner.

4. During excavation, material satisfactory for backfill shall be stockpiled in an orderly manner at a distance from the sides of the excavation equal to at least one half the depth of the excavation, but in no case closer than 2 feet. a. Excavated material not required or not suitable for backfill shall be removed from

the site. b. Grading shall be performed as necessary to prevent surface water from flowing

into the excavation. c. Pile excavated material in a manner that will endanger neither the safety of

personnel in the trench nor the Work itself. Avoid obstructing sidewalks and driveways.

d. Hydrants under pressure, valve pit covers, valve boxes, manholes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until the Work is completed.

18

Page 19: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

5. The final 6 inches of excavation and grading of the trench bottom shall be performed by hand so as not to disturb the material below the grade required for setting the pipe or appurtenances. a. Where suitable bedding materials will be placed and compacted throughout the

length of the trench, hand excavation of the final 6 inches will not be required. b. The trench bottom shall be accurately graded to provide uniform bearing and

support for the bottom quadrant of each section of pipe. c. Bell holes shall be excavated to the necessary size at each joint to eliminate point

bearing. d. Stones greater than 6 inches in any dimension shall be removed from the bottom of

the trench to avoid point bearing. 6. Where unsatisfactory material is found at the normal bottom of excavation, the

Contractor shall remove the unsatisfactory materials to the depth directed by the Engineer and properly dispose of the material. Backfill the resulting extra depth of excavation with suitable soil materials and compact in accordance with the provisions of this Section.

C. Backfill and Compaction 1. Unless otherwise specified or indicated on the drawings, use suitable material removed

during excavation for backfilling trenches. The Engineer may require stockpiling, drying, blending and reuse of materials from sources on the Project.

2. Sufficient leveling and compacting equipment shall be provided to do the work of spreading and compacting the material promptly after it has been deposited. When, in the Engineer’s judgment, such equipment is inadequate to spread and compact the material properly, the Contractor shall reduce the rate of excavation and placing of the fill or employ additional equipment.

3. When excavated material is specified for backfill and there is an insufficient amount of this material at a particular location on the project due to rejection of a portion thereof: a. If there is an excess of excavated material available at other portions of the project,

the Contractor will be required to use the excess material from one portion of the job to make up the deficiency existing on other portions of the project. The cost of moving this excess material from one portion of the project and placing it in another portion of the project is to be considered incidental to the Contract Price.

b. If there is not an excess of excavated material available at other portions of the project, the Contractor will be required to use borrow materials as directed by the Engineer.

4. Backfilling and compaction methods shall attain 95% of maximum dry density at optimum moisture content as determined in accordance with ASTM D698, Method C.

5. Do not place stone or rock fragment larger than six inches in greatest dimension in the backfill. Do not drop large masses of backfill material into the trench endangering the pipe or adjacent utilities.

6. Install pipe in rock excavated trenches on a dense graded stone bedding with a minimum depth of 6 inches. Shape the stone bedding at the pipe bells to provide uniform support. Encase the pipe in the dense graded crushed stone bedding to a grade 6 inches over the top of the pipe and 12 inches on each side of the pipe.

7. Backfill from the bottom of the trench to the centerline of the pipe with the specified material. This initial backfill is to be placed in layers of no more than 6 inches and thoroughly tamped under and around the pipe. This initial backfilling shall be deposited

19

Page 20: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

in the trench for its full width on both sides of the pipe, fittings and appurtenances simultaneously.

8. Pipe that is less than 6 inches in diameter, and electrical conduit not encased in concrete, shall be backfilled with sand borrow conforming to the requirements of Section 02320, unless directed otherwise by the Engineer. The backfill shall be placed in the trench for its full width and shall extend to 12 inches over the pipe.

9. Where excavation is made through permanent pavements, curbs, paved driveways or paved sidewalks, or where such structures are undercut by the excavation, place the entire backfill to sub-grade with granular materials and compact in 6 inch layers. Use approved mechanical tampers for the full depth of the trench. If required, the backfill material shall be sprinkled with water before tamping so as to improve compaction.

10. Place and compact backfill around manholes, vaults, pumping stations, gate boxes or other structures in six inch layers, from a point 1 foot over the pipe. Care shall be exercised to protect and prevent damage to the structures.

11. Maximum loose lift height for backfilling existing or borrow material shall be 12 inches, unless satisfactory compaction is demonstrated otherwise to the Engineer through field-testing. In no case shall loose lift height for backfilling exceed 3 feet.

12. Install dams of suitable material where dense graded stone is used for pipe bedding to prevent groundwater from following along the stone bedding. Install dams every 50 feet or as directed by the Engineer.

D. Test Pit Excavation 1. Excavate test pits at such locations as are necessary or required by the Engineer. In

general, test pits will be required to locate underground facilities whose location, depth or size are not precisely known and are critical to the construction under this Contract. Excavate test pits of an appropriate size with equipment suitable for the location and character of the pit to be excavated. The pits shall be braced, sheeted and pumped or as otherwise required for safe excavation and examination of the structure or utility to be exposed.

2. Upon completion of the examination by the Engineer backfill and compact the test pits in accordance with this Section.

END OF SECTION

20

Page 21: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02514

DUCTILE IRON PIPE AND FITTINGS

PART 7 GENERAL 7.1 SUMMARY

A. Section Includes 1. Ductile iron pipe and fittings 2. Caps, plugs, thrust blocks and other materials to deactivate and abandon existing

pipelines B. Related Sections

1. Section 02315 – Excavation, Backfill, Compaction and Dewatering 2. Section 02317 – Underground Warning Tape 3. Section 02501 – Disinfection of Water Distribution Systems 4. Section 02502 – Testing of Water Distribution Systems

7.2 REFERENCES A. Pipe and fittings shall conform to the latest edition of the following standards unless otherwise

specified: 1. ANSI/AWWA C104/A21.4, Cement Mortar Lining for Ductile Iron Pipe and Fittings for

Water. 2. ANSI/AWWA C105/A21.5, Polyethylene Encasement for Ductile Iron Pipe Systems. 3. ANSI/AWWA C110/A21.10, Ductile Iron and Grey Iron Fittings 3″ through 48″ for

Water and Other Liquids. 4. ANSI/AWWA C111/A21.11, Rubber-Gasket Joints for Ductile Iron Pressure Pipe and

Fittings. 5. ANSI/AWWA C115/A21.15, Flanged Ductile Iron Pipe with Ductile Iron or Gray-Iron

Threaded Flanges. 6. ANSI/AWWA C150/A21.50, Thickness Design of Ductile Iron Pipe. 7. ANSI/AWWA C151/A21.51, Ductile Iron Pipe, Centrifugally Cast, for Water. 8. ANSI/AWWA-C153/A21.53, Ductile Iron Compact Fittings Water Service. 9. ANSI/AWWA C600, Installation of Ductile Iron Water Mains and their Appurtenances. 10. ANSI/AWWA C800, Underground Service Line Valves and Fittings. 11. ANSI/AWWA C651, Disinfecting Water Mains. 12. ASTM A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi

Tensile Strength. 13. ASTM B88, Standard Specification for Seamless Copper Water Tube. 14. ASTM D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for

Wire and Cable. 15. Ductile Iron Pipe Research Association, “Thrust Restraint Design for Ductile Iron Pipe”

(Third Edition).

21

Page 22: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

7.3 SUBMITTALS A. Administrative Submittals

1. Detailed description of proposed pipe handling and installation methods along with the manufacturer’s approval.

2. Construction details and schedule of operation for each connection to existing piping at least 30 days prior to beginning work. Approval must be received before commencement of work.

B. Shop Drawings 1. Manufacturer’s scale drawings, cuts or catalogs including descriptive literature and

complete characteristics and specifications and code requirements. Submit shop drawings for ductile iron pipe, types of joint, fittings, couplings, filling rings, lining and coating.

2. Additional requirements for restrained joints: a. Pipe layout drawings showing both plan and profile of the proposed pipeline.

Include curve and deflection data, invert elevations, grades, joint locations, closure locations, joint openings if any, and other necessary information.

b. Locations and type of restrained joints or devices to prevent joint separation. C. Quality Control Submittals

1. Certificates of Compliance on pipe materials. 2. Prior to first shipment of pipe, submit certified test reports that the pipe for this Contract

was manufactured and tested in accordance with the ASTM and ANSI/AWWA Standards specified herein.

3. Manufacturers of pipe on the project shall have an established, annually audited and certified, quality control procedure for manufacturing of pipe. Each manufacturer shall be certified by an independent, third party auditor for compliance with all requirements of the AWWA standards. The manufacturer shall submit a current certificate of compliance for the plant facility where the pipe is to be made. Certificate of compliance shall be submitted for each additional year of pipe manufacturing during the duration of the Project. The manufacturer shall not change the plant manufacturing the pipe during the duration of the Project without the written authorization of the Engineer.

7.4 QUALITY ASSURANCE A. Pipe and fittings shall be inspected and tested at the foundry as required by the standard

specifications to which the material is manufactured. In addition, the Owner reserves the right to have any or all pipe, fittings, and special castings inspected and/or tested by an independent service at either the manufacturer’s plant or elsewhere. Such inspection and/or tests will be at the Owner’s expense.

B. Ductile iron pipe shall be from a single manufacturer. Fittings shall be from a single manufacturer, not necessarily the pipe manufacturer.

C. Shop Inspection - Materials are subject to inspection and approval at the plant of the manufacturer. Except where specified otherwise, inspection will be carried out by the Engineer and will be carried out at no direct expense to the Contractor.

D. The Engineer will inspect the pipe and fittings after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of the Specification requirements. Pipe rejected after delivery, or at any point during the progress of the work, shall be marked for

22

Page 23: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

identification and shall immediately be removed from the job site at no additional cost to the Owner.

E. Pipe shall be laid, jointed and tested under pressure for defects and leakage in the manner hereinafter specified.

F. All pipe and fittings shall be manufactured in North America. 7.5 PROJECT CONDITIONS

A. Secure permits and pay fees required to carry out the piping work. The Contractor shall comply with laws, ordinances, codes, rules, and regulations of the local and state authorities having jurisdiction over the Work. Where provisions of the Contract are in conflict with the codes, the code shall govern requirements set forth in this Section and indicated on the Drawings. The Contract Documents shall govern when in excess of the required or minimum regulations.

PART 8 PRODUCTS 8.1 MANUFACTURERS

1. American Cast Iron Pipe Company 2. Griffin Pipe Products 3. U.S. Pipe 4. or Approved Equal.

8.2 PIPE A. Ductile iron pipe shall be designed in accordance with AWWA C150 and shall be manufactured

in accordance with AWWA C151. Fittings and other materials referenced in this section shall conform to the latest edition of the references listed in Paragraph 1.2 of this section.

B. Unless otherwise indicated or specified, direct buried ductile iron pipe shall be Class 52. C. The manufacturer shall provide sufficient gauged pipe sections to the Contractor in accordance

with AWWA C151 to ensure the availability of each pipe diameter required on the project. 8.3 PIPE JOINTS

A. Direct buried ductile iron pipe shall use push-on-joints conforming to ANSI/AWWA C111/A21.11. Mechanical joints conforming to ANSI/ AWWA C111/A21.11 may also be utilized, where shown on the Drawings or approved by the Engineer.

B. Where shown on the Drawings, restrained joints shall be used and shall be suitable for a 150 psi working pressure and fabricated of heavy section cast iron casting. Gaskets shall meet the material requirements of ANSI/AWWA A21.11/C111 for mechanical joint gaskets. Bolts and nuts as required shall be low carbon steel conforming to ASTM A307, Grade B. Restrained joints for rubber-type push-on joint pipe shall be Lok-Ring Joint by American Cast Iron Pipe Company, TR FLEX by US Pipe and Foundry Co., Snap-Lok by Griffin Pipe Products Co., or approved equal.

C. Restrained joints may be used in lieu of concrete thrust blocks for restraining pipe. 8.4 FITTINGS

A. Fittings shall be ductile iron or gray iron. Pipe fittings for below ground service shall be mechanical joint, unless noted otherwise on the Drawings or approved by the Engineer. 1. Fittings less than or equal to 12 inches in size shall conform to ANSI/AWWA

C110/A21.10 or ANSI/AWWA C153/A21.53 and shall have a 350 psi pressure rating. 2. Fittings greater than 12 inches in size shall conform to ANSI/AWWA C110/A21.10 or

ANSI/AWWA C153/A21.53 and shall have the following pressure ratings: a. Fittings greater than 12 inches and less than or equal to 24 inches - 350 psi

23

Page 24: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

b. Fittings greater than 24 inches - 250 psi B. Pipe and fittings, except where specified, shall have a bituminous outside coating in accordance

with AWWA C151 and C110 or C153, as applicable. C. Pipe and fittings shall be cement-mortar lined and seal coated on the interior in accordance with

AWWA C104. Cement mortar lining shall be twice the standard thickness; tolerance shall be minus 0 inches, plus 1/8 inch.

D. Mechanical joint retainer glands shall be installed on all mechanical joints, except where rodding is used. Retainer glands shall be specifically designed to fit standard mechanical joint bells with corrosion resistant, low-alloy T-head bolts conforming to ANSI/AWWA A21.11/C-111 and ANSI/AWWA A21.53/C-153. Retainer glands shall be manufactured of ductile iron conforming to ASTM A536-80 grade 60-42-10. Set screws shall be of hardened ductile iron and require the same torque in all sizes. Steel set-screws are not permitted. These devices shall have a minimum 250 psi pressure rating with a minimum safety factor of 2:1 and shall be EBAA IRON, Inc., series 1100 or approved equal. Glands shall be listed with Underwriters Laboratories and/or approved by Factory Mutual. Concrete thrust blocks are required to be used in conjunction with retainer glands, as specified in Paragraph 3.11 of this Section.

E. Couplings and transitional couplings for pipe less than or equal to 12 inches in diameter shall consist of a long body cast iron sleeve and shall have gaskets suitable for the pipe being joined. The bolts and nuts shall be corrosion resistant alloy steel such as Cor-Ten steel or an approved equal. Couplings shall be Romac style 510, Dresser style 153, Rockwell type 441, or approved equal. Transition couplings for pipe less than or equal to 12 inches in diameter shall be Dresser Style 162, Rockwell Type 441 or approved equal.

F. Couplings and transitional couplings for pipe greater than 12 inches in diameter shall consist of a steel sleeve and with gaskets suitable for the pipe being joined. The bolts and nuts shall be corrosion resistant alloy steel such as Cor-Ten steel or an approved equal. Couplings shall be Dresser style 38, or approved equal. Transition couplings for pipe greater than 12 inches in diameter shall be Dresser Style 62, or approved equal.

G. Couplings shall be provided with an epoxy coating. H. Solid sleeves shall have long body type (12 inches min.) and mechanical joints with retainer

glands. I. Anchoring tees shall have main run ends as indicated on the Drawings or as required for the

installation. The branch shall have a plain end with an integral gland and rotating mechanical joint gland to provide a restrained connection with the adjacent valve, fitting, etc.

8.5 GASKETS, GLANDS, NUTS, AND BOLTS A. Gaskets, glands, nuts, bolts and accessories shall conform to ANSI/AWWA C111/A21.11 or

C153/A21.53, as appropriate. B. Gaskets shall be of plain tipped rubber, suitable for exposure to the liquid within the pipe. C. Lubricants must be suitable for the type of fluid to be carried by the pipeline, and shall be NSF

approved for water service, where applicable. D. Glands shall be ductile or cast iron. E. Bolts shall be high strength alloy.

8.6 TEST CONNECTIONS A. Air release, test connections, and blow off locations shall be installed in the piping for pressure

testing and disinfection at locations to be determined by the Contractor and the Engineer (there will be no separate payment for this work).

24

Page 25: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

1. Corporation cocks shall be in accordance with ANSI/AWWA C800 and shall be ¾ inch diameter with CC thread on inlet by packed joint for copper on outlet as manufactured by Mueller, Ford, McDonald or approved equal.

2. Copper tubing shall be annealed Type K soft tubing and shall conform to the requirements of ASTM B88.

3. Upon completion of testing and disinfection, the corporation cock shall be removed and replaced with a brass plug and the copper tubing removed. The brass plug shall be field swabbed for disinfection in accordance with AWWA C651.

PART 9 EXECUTION 9.1 GENERAL

A. Deliver, handle, store and install ductile iron pipe in accordance with ANSI/AWWA C600. 9.2 DELIVERY, STORAGE AND HANDLING

A. Delivery of Pipe and Fittings 1. Coordinate delivery of pipe and fittings with installation or unload with proper equipment

along the line of work outside the trench near as practicable to the point of final placement, facing in the proper direction and properly wedged secure. Give minimum 24 hour notice to the Engineer prior to pipe deliveries. Notice shall include the method of unloading.

2. Unload and handle pipe and fittings with a crane or backhoe of proper capacity outfitted with a steel cable sling, belt sling or other specially designed attachment to protect the pipe coating.

B. Storage of Materials 1. Store pipe in a manner to keep pipe interior free from dirt and foreign matter. Store pipe

on stones, wood blocking, or other hard materials. Pipe may be stored on top of each other to the maximum stacking height specified by AWWA C600.

2. Contractor may store pipe at his yard if approved by the Engineer. The Engineer shall be permitted reasonable access for inspection.

3. Materials subject to corrosion shall be protected in accordance with manufacturer's recommendations.

C. Handling Materials 1. Handle pipe in such a manner so as to prevent damage to the concrete or mortar coating

or lining using methods approved by the pipe manufacturer. 2. Pipe damaged during handling will be rejected and shall be replaced at the Contractor's

expense. 3. Take every precaution to ensure that no foreign materials enter the pipe during handling.

9.3 COORDINATION A. Existing mains may have to be shut down to complete the connections as shown on the

Drawings and as specified herein. 1. Valves will only be operated by the Owner. 2. Submit requests for shutdown of existing piping to the Engineer at least 5 working days

prior to the operations, and reschedule operations to prevent conflicts with the Owner's operations.

3. The Owner reserves the right to cancel the shut-down at any time without penalty if system conditions exist in which it would be a matter of public health or safety to do so.

25

Page 26: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

4. The Owner does not guarantee complete shut down of valves. The Contractor shall make necessary provisions to do work under existing conditions.

9.4 DEFECTIVE PIPE A. The Engineer reserves the right to reject defective pipe shipped to the job site or stored on the

site. The Engineer will examine the pipe and determine if the pipe is damaged prior to installation of the pipe in the trench. Defective pipe or fittings will be rejected for use on this project. Defective pipe is classified as follows: 1. Damage to interior cement-mortar lining 2. Insufficient cement-mortar lining thickness 3. Pipe out of round 4. Damaged pipe barrel area 5. Damaged pipe bells or spigots 6. Missing, misplaced or illegible marking and identification 7. Outside pipe diameter shall not exceed allowable tolerance

B. If defective pipe is discovered after it has been installed, it shall be removed and replaced by the Contractor with sound pipe in a manner acceptable to the Engineer, at no additional cost to the Owner.

9.5 JOB CONDITIONS A. Environmental Requirements

1. Do not lay pipe when weather conditions are unsuitable, as determined by the Engineer, for pipe laying work.

2. Equipment for pipe laying shall be maintained in good operating order. 3. Job site shall be kept clean of debris and organized to carry out operations in a safe and

satisfactory manner. B. Protection

1. At all times when pipe laying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. This provision shall apply during the noon hour and overnight, as well as during delays in the pipe laying operations.

C. Work Affecting Existing Pipelines 1. Location of Existing Pipelines:

a. Location of existing pipeline shown on the Drawings shall be considered approximate.

b. Contractor is responsible for determining the exact location of existing piping to which he shall make connections, or which he may disturb during earth moving operations, or which may be affected by his work in any way.

2. Work on Existing Pipelines: a. Cut pipes as shown or required with machines specifically designed for this work. b. Install temporary plugs to keep out all mud, dirt, water and debris. c. Provide necessary adapters, fittings, pipe and appurtenances required. d. Cut or tap existing mains at the mid span of a pipe barrel. In no case shall a pipe

be cut or tapped within 24 inches of a pipe joint.

26

Page 27: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

9.6 CLEANING PIPE AND FITTINGS A. Clean and remove foreign matter from each pipe and fitting before placing in the trench. Remove

pipe and fittings whose interior has been contaminated with oil, gasoline or kerosene and replace at no cost to the Owner. Remove pipe and fittings whose interior has been contaminated with any material which is a regulated drinking water contaminate or which damages the cement and replace at no cost to the Owner. Should foreign material or contaminants be observed in previously installed pipe, cease work until foreign material or contaminated pipe is decontaminated or removed.

B. Remove lumps, blisters, and excess coal-tar coating from the bell and spigot ends of each pipe or fitting. The outside of the spigot and the inside of the bell shall be wire-brushed and wiped clean and be dry and free from oil and grease before the pipe or fitting is laid.

C. On ductile iron pipe or fittings, the bell of the pipe and the spigot of the adjacent pipe or fitting shall be wire-brushed and cleaned of rust and dirt. The bell of the pipe or fitting and the spigot of the adjacent pipe shall be lubricated with the joint lubricant furnished with the pipe, and used in accordance with the manufacturer's directions.

9.7 ALIGNMENT AND GRADE A. Lay and maintain the pipe at the required lines and grades as shown on the Drawings. Fittings

shall be at the required locations with joints centered, and spigots properly fitted. No deviation shall be made from the required line and grade, except with the approval of the Engineer.

B. Joint Openings and Deflection: 1. The maximum allowable joint openings and deflection for push-on joint pipe and

restrained joint pipe shall be one-half the manufacturer's maximum allowable opening and deflection.

C. Line or Grade Conflicts with Other Structures 1. Wherever obstructions not shown on the Drawings are encountered during the progress of

the Work and interfere to such an extent that an alteration in the Drawing is required, the Engineer will order a deviation from the line and grade at locations where obstructions such as culverts, ducts, wire and/or pipes are encountered. The pipe shall be laid over or under such obstacles with a clearance of 6 inches. In general, the choice of "over" or "under" will be shown on the Drawings, but the Engineer reserves the right to make any alterations at the time of construction.

D. Where underground conditions indicate a change of alignment or grade, such change shall be made only with the written consent of the Engineer.

E. Except at locations indicated on the Drawings by the profile, particular care shall be exercised so that no high points are established where air can accumulate.

9.8 PIPE INSTALLATION A. General Requirements

1. The pipe trench shall be prepared in accordance with Section 02315. 2. Keep trenches dewatered while installing pipe until all required pipe joints have been

made and the trench has been backfilled above the water table to a point where pipe uplift will not occur when the pipe is empty.

3. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and convenient prosecution of the work. Pipe and fittings shall be carefully lowered into the trench piece by piece by means of a crane, ropes or other tools or equipment, in such a manner as to prevent damage to pipeline

27

Page 28: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

materials and protective coatings and linings. Under no circumstances shall pipeline materials be dropped or dumped into the trench.

4. Carefully inspect pipe and fittings for cleanliness and defects prior to placing them in the trench.

5. Install underground warning tape over the pipe in accordance with Section 02317. B. Laying Pipe

a. Install pipe with a minimum of 5 feet of cover, unless specifically indicated otherwise on the Drawings or directed by the Engineer.

b. Take every precaution to prevent foreign material from entering the pipe while it is being placed in the line. If the pipelaying crew cannot put the pipe into the trench and in place without getting earth into it, the Engineer may require that, before lowering the pipe into the trench, a heavy, tightly woven canvas bag be placed over each end and left there until the connection is made to the adjacent pipe. During laying operations, no debris, tools, clothing or other materials shall be placed in the pipe.

2. When laying pipe, the spigot end shall be centered in the bell, the pipe forced home and the joint completely assembled. The pipe shall be adjusted to correct line and grade and secured in place with approved backfill material, properly tamped under and around the pipeline.

3. When laying the pipe, fittings that do not allow a sufficient and uniform space for joints shall be removed and replaced with pipe or fittings of proper dimensions to ensure a uniform space and a satisfactory joint.

C. Cutting Pipe 1. Pipe furnished on the job shall be furnished in full lengths. Cut ductile iron pipe without

damage to the pipe or cement lining. The cutting shall be done to leave a smooth end at right angles to the axis of the pipe.

2. Cut ductile iron pipe either by the use of compression-type chain cutters which exert an even continuous force on the wall of the pipe or by power driven abrasive wheels.

3. On ductile iron pipe using rubber joints, the outside edge of the cut end must be tapered back approximately ¼ inch at an angle of about 30 degrees so as to provide for the proper assembly of this joint. This beveling of the outside edge of the end of the pipe can be done with a coarse file or portable grinder.

D. Permissible Deflection at Joints 1. Wherever it is necessary to deflect pipe from a straight line, either in the vertical or

horizontal plane, to avoid obstructions or where long-radius curves are permitted, the amount of deflection allowed shall not exceed one-half of the manufacturer’s maximum allowable joint deflection, and shall be approved by the Engineer.

2. In general, radius curves called for on the Drawings or permitted at the time of construction are to be made using full lengths of pipe. The use of short lengths of pipe and extra joint in order to make a smaller radius turn will not be allowed without the written approval of the Engineer.

9.9 PUSH-ON JOINTS A. Push-on joints shall be made in accordance with the manufacturer's instructions. Insert rubber

gasket in the groove of the bell end of the pipe. Install gaskets in the pipe after lowering the pipe into the trench for installation. The bell and spigot shall be thoroughly cleaned of dirt and tar blisters in the trench utilizing a wire brush or bristle brush. Apply lubricant per the

28

Page 29: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

manufacturer’s recommendations utilizing a paint brush. Place a clean rag under the joint to protect the joint from dirt caused by unintentional grounding of the pipe during jointing. Upon completion, remove the rag. Align the plain end of the pipe to be laid and insert in the bell of the pipe to which it is to be joined, and push home with a jack or by other means. After joining the pipe, use a metal feeler to make certain that the rubber gasket is correctly located.

B. On water pipe and fittings, make provisions for the electrical continuity of the pipeline. Insert two bronze wedges per joint to provide electrical continuity. Place wedges as close to the 3-o’clock and 9 o’clock positions as possible.

9.10 MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of ANSI A21.11/AWWA

C111 and the manufacturer's instructions. Thoroughly clean and lubricate the joint surfaces and rubber gasket before assembly. Tighten bolts to the specified torques. Under no conditions shall extension wrenches or an extended handle ratchet wrench be used to secure greater leverage.

9.11 CONCRETE THRUST BLOCKS A. Place poured-in-place concrete thrust blocks at all bends (regardless of the angle of deflection or

direction), caps, offsets, hydrants, and tees, as well as in locations shown on the Drawings or directed by the Engineer. Poured-in-place thrust blocks shall be formed with wood forms; rough earth forms are not acceptable. Protect pipeline materials and fittings from direct adherence of the concrete thrust block by wrapping in plastic, roofing felt, reinforced manila paper or similar material. The thrust block shall not bear directly on the joint and shall not interfere with future adjustments, tightening, or removal of the joint. Thrust blocks shall bear against undisturbed soil at the side or end of the trench and this undisturbed surface shall be carefully cleaned off so as to be vertical. The thrust blocks shall have a minimum horizontal thickness of 2 feet and shall have the minimum bearing area listed on the Drawings, measured perpendicular to the direction of thrust.

B. Concrete thrust blocks shall be used in conjunction with retainer glands at all tees, bends, offsets, hydrants, caps, and plugs.

9.12 DISINFECTION A. Pipe, fittings and valves installed under this contract shall be disinfected in accordance with

Section 02501, before being placed into service. 9.13 TESTING

A. Pipe, fittings and valves installed under this contract shall be tested in accordance with Section 02502, before being placed into service.

END OF SECTION

29

Page 30: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02518

CORRUGATED POLYETHYLENE DRAINAGE PIPE AND FITTINGS

PART 1 GENERAL 1.1 SUMMARY

A. Section Includes 1. Corrugated Polyethylene Drainage Pipe and Fittings 2. Slotted Corrugated Polyethylene Underdrain Pipe and Fittings

B. Related Sections 1. Section 02315 - Excavating, Backfilling and Compaction

1.2 REFERENCES A. ASTM F-405 – Standard Specifications for Corrugated Polyethylene (PE) Pipe and Fittings. B. ASTM F667-06 – Standard Specifications for large diameter Corrugated Polyethylene Pipe and

Fittings. C. AASHTO M252- Standard Specifications for Corrugated Polyethylene Drainage Pipe. D. AASHTO M2294- Corrugated Polyethylene Pipe.

1.3 SUBMITTALS A. Submit specifications and shop drawings for materials and equipment furnished under this

Section. B. Prior to first shipment of pipe, submit certified test reports that the pipe for this Contract was

manufactured and tested in accordance with the ASTM Standards specified herein. 1.4 QUALITY ASSURANCE

A. Each type of corrugated polyethylene pipe and fittings shall be from a single manufacturer. B. Inspection of the pipe will also be made by the Owner after delivery. The pipe shall be subject

to rejection at any time on account of failure to meet any of the Specification requirements. Pipe rejected after delivery shall be marked for identification and shall immediately be removed from the job site.

PART 2 PRODUCTS 2.1 MATERIALS

A. Gravity Pipe 1. Corrugated polyethylene pipe shall be of the size indicated on the Drawings or as

specified and shall conform to the latest revision of ASTM F-405, less than or equal to 15-inch diameter and ASTM F667-06 for pipe greater than 8-inch diameter.

2. Virgin material for pipe and fittings shall be high-density polyethylene conforming with the minimum requirements of cell classification 424420C for 4- through 10-inch diameters and 435400C for 12-inch through 60-inch diameters as defined and described in the latest version of ASTM D3350 except that carbon black content shall not exceed 5%. Compounds shall meet the stress resistance as specified in AASHTO M294.

3. Joints shall be installed such that the connection of pipe will form a continuous line free from irregularities in the flow line.

4. The pipes shall be Type S (outer corrugated with inner smooth walls). 5. Joints shall conform to one of the following:

30

Page 31: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

a. Integral bell and spigot. The bell shall overlap a minimum of two corrugations of the spigot end when fully engaged. The spigot end shall have an O-ring gasket that meets ASTM F477: Specifications of Elastomeric Seals (Gaskets) for joining plastic pipe.

b. Exterior Bell and Spigot. The bell shall be fully welded to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. The spigot end shall have an O-ring gasket that meets ASTM F477: Specifications of Elastomeric Seals (Gaskets) for joining plastic pipe.

c. Watertight joints – Joints meeting the requirements of ASTM 3212. 6. The minimum "pipe stiffness" (load divided by change in inside diameter in direction of

load application) at 5% deflection when determined in accordance with ASTM D2412. shall be as specified in AASHTO M 294.

7. Pipe lengths and fittings to be used on the project shall be clearly marked on the outside in bold type with the name of the manufacturer, pipe size, pipe material, pipe class, and ASTM designation.

PART 3 EXECUTION 3.1 HANDLING PIPE AND FITTINGS

A. Take care in loading, transporting, and unloading to prevent injury to the pipe. Do not drop pipe or fittings. Examine pipe and fittings before installing, and no piece shall be installed which is found to be defective.

B. If any defective pipe is discovered after it has been installed, remove and replace it with a sound pipe in a satisfactory manner. Throughly clean pipe and fittings before installing, keep clean until they are used in the work, and conform to the lines, grades and dimensions required when installed.

C. Pipe ends requiring cutting shall be cut square without damage to the remaining pipe. Bevel cut pipe ends 1/8-inch at approximately 30 degrees to provide proper assembly of the joint. Beveling can be done with a coarse file or portable grinder.

D. Support stored pipe from below at not more than 3 ft. intervals to prevent deformation. Do not stack pipe higher than 6 ft. Store pipe and fittings in a manner which will keep them at ambient outdoor temperatures. Provide temporary shading as required to meet this requirement. Simply covering of the pipe and fittings which allows temperature buildup when exposed to direct sunlight will not be permitted.

3.2 INSTALLATION A. Install piping and fittings true to alignment and grade. If necessary, each length of pipe shall be

cleaned out before installation. B. Excavation, trenching and back filling procedures shall be in accordance with Section 02315. C. All sections of pipe will be tested in accordance with Section 02503. D. Dense graded stone bedding for the pipe shall be in accordance with Section 02320. E. Install underground warning tape over pipe in accordance with Section 02317. F. Install pipe on a bed of dense graded stone with a minimum depth of 6-inches. The dense graded

stone shall completely encase the pipe and cover the pipe to a grade 6-inches over the top of the pipe to a minimum width of 12-inches on each side of the pipe. Bell holes shall be made in a dense graded stone such that the pipe shall be uniformly supported throughout the entire length of the barrel section.

G. Deflections in Pipe Alignment. 1. Wherever it is necessary to deflect pipe from a straight line, either in the vertical or

horizontal plane, to avoid obstructions or where long-radius curves are permitted, the

31

Page 32: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

amount of deflection allowed shall not exceed that required for satisfactory making of the joint, and shall be approved by the Engineer.

2. Prior to deflecting the pipeline, the spigot of the pipeline should be marked flush with the bell end to assure that the spigot is not withdrawn excessively as the result of the deflection. After the pipe is deflected, an adequate depth of jointing material must remain on the side where the spigot is away from home and an adequate width of caulking space must remain on the opposite side of the pipe at the face of the bell.

3. The maximum deflection recommended by the manufacturer when using any pipe system must be observed when deflecting a pipeline.

4. In general, all radius curves called for on the Drawings or permitted at the time of construction are to be made using full lengths of pipe. The use of short lengths of pipe and extra joint in order to make a smaller radius turn will not be allowed without the written approval of Engineer.

H. Unsuitable Laying Conditions 1. No pipe shall be laid in water, in an unsuitable trench or during unsuitable weather

conditions.

END OF SECTION

32

Page 33: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02530

MANHOLES AND CATCHBASINS

PART 4 GENERAL 4.1 SUMMARY

A. Section Includes 1. Precast concrete manholes 2. Cast iron manhole frames and covers 3. Manhole chimneys

B. Related Sections 1. Section 02503 – Testing of Sanitary Sewer and Storm Drainage Systems.

4.2 REFERENCES A. ASTM C32 - Standard Specification for Sewer and Manhole Brick (made from clay or shale). B. ASTM A48 – Standard Specification for Gray Iron Castings. C. ASTM C150 – Standard Specification for Portland Cement. D. ASTM C207 – Standard Specification for Hydrated Lime for Masonry Purposes. E. ASTM C478 – Standard Specification for Precast Reinforced Concrete Manhole Sections. F. ASTM C443 – Standard Specification for Joints for Circular Concrete Sewer and Culvert Piping Using

Rubber Gaskets. G. ASTM C923 - Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole

Structures, Pipes and Laterals. H. ASTM C990 – Standard Specificaiton for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using

Preformed Flexible Joint Sealants. 4.3 SUBMITTALS

A. Submit shop drawings, showing details of construction, reinforcing, joints, pipe connections to structures, manhole rungs, manhole frames and covers, and manhole chimneys.

B. Submit weights of manhole frames and covers. 4.4 QUALITY ASSURANCE

A. The quality of materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture, or on the work after delivery, or at both places, and the materials shall be subject to rejection at any time on account of failure to meet any of the Specification requirements; even though samples may have been accepted as satisfactory at the place of manufacture. Material rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. Materials which have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted, or removed and replaced.

B. At the time of inspection, the materials will be carefully examined for compliance with the latest ASTM designation specified and these Specifications, and with the approved manufacturer's drawings. Manhole sections shall be inspected for general appearance, dimension, "scratch-strength, " blisters, cracks, roughness, soundness, etc. The surface shall be dense and close-textured.

C. Imperfections in manhole sections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength

33

Page 34: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

of 4,000 psi at 7 days and 5,000 psi at 28 days, when tested in 3″ by 6″ cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer.

D. Personnel shall have confined space entry training as appropriate for the work to be performed. PART 5 PRODUCTS 5.1 PRECAST CONCRETE MANHOLE SECTIONS

A. Precast concrete barrel sections and transition top sections, shall conform to Specifications for Precast Reinforced Concrete Manhole Sections, ASTM C478 and meet the following requirements:

1. The wall thickness shall not be less than 5 inches for 48 inch diameter reinforced barrel sections, 6 inches for 60 inch diameter reinforced barrel sections and 7 inches for 72 inch diameter reinforced barrel sections.

2. Top sections shall be eccentric except that flat top sections shall be used where shallow cover requires a top section less than 4 feet as shown on the Drawings.

3. Barrel sections shall have tongue and groove joints. 4. All sections shall be cured by an approved method and shall not be shipped nor subjected to loading until

the concrete compressive strength has attained 3,000 psi and not before 5 days after fabrication and/or repair, whichever is longer.

5. Precast concrete barrel sections with precast top slabs and precast concrete transition sections shall be designed for a minimum of H-20 loading plus the weight of the soil above at 120 pcf.

6. The date of manufacture and the name and trademark of the manufacturer shall be clearly marked on each precast section.

7. Precast concrete bases shall be monolithically constructed. The thickness of the bottom slab of the precast bases shall not be less than the barrel sections or top slab whichever is greater. Precast concrete bases shall be constructed with a 6 inch extended base.

8. Knock out panels for piping shall be provided in precast sections at the locations shown on the Drawings. They shall be integrally cast with the section, 2½ inches thick and shall be sized as shown on the Drawings. There shall be no steel reinforcing in knock out panels.

9. The side wall height of the base section shall be a minimum of 12 inches above the top of the pipe coming into the manholes.

5.2 BRICK MASONRY A. Bricks shall be good, sound, hard and uniformly burned, regular and uniform in shape and size, of compact

texture. Underburned or salmon brick will not be acceptable and only whole brick shall be used unless otherwise permitted. In case bricks are rejected by the Engineer, they shall be immediately removed from the site of the work and satisfactory bricks substituted therefor. 1. Bricks for the channels and shelves shall comply with the latest specifications of ASTM C32 for Sewer

Brick, Grade SM. 2. Bricks for building up and leveling manhole frames shall conform to ASTM C32 Grade MS. 3. Poured concrete inverts will not be allowed.

B. Mortar used in the brickwork shall be composed of one part Type II portland cement conforming to ASTM C150 to two parts sand to which a small amount of hydrated lime not to exceed 10 lbs. to each bag of cement shall be added.

C. Sand used shall be washed, cleaned, screened, sharp and well graded as to different sizes and with no grain larger than will pass a No. 4 sieve. It shall be free from vegetable matter, loam, organic or other materials of such nature or of such quantity as to render it unsatisfactory.

D. Hydrated lime shall conform to ASTM C207.

34

Page 35: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

5.3 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of good quality, strong, tough, even grained cast iron, smooth, free from

scale, lumps, blisters, sand holes and defects of any kind which render them unfit for the service for which they are intended. Manhole covers and frame seats shall be machined to a true surface. Castings shall be thoroughly cleaned and subject to hammer inspection. Cast iron shall conform to ASTM A48, Class 30B.

B. Manhole covers shall have a diamond pattern, pickholes and the word "SEWER" cast in 3 inch letters. Manhole frame and covers shall be Manufactured by LeBaron Foundry; Mechanics Iron Foundry; Neenah Foundry or approved equal.

C. Manhole frames and covers shall comply with the detail shown on the Drawings. 5.4 JOINTING PRECAST MANHOLE SECTIONS

A. Tongue and groove joints of precast manhole sections shall be sealed with a preformed flexible joint sealant. The preformed flexible joint sealant shall conform to ASTM C990.

5.5 MANHOLE RUNGS A. Manhole rungs shall be either of cast aluminum alloy 6061-T6, drop front design, 14 inches wide with an

abrasive step surface, or of steel reinforced, copolymer, polypropylene, plastic. Manhole rungs shall conform to OSHA requirements.

5.6 PIPE CONNECTIONS A. Pipe connections shall be accomplished in the following ways:

1. For all pipe types except PVC, fill tapered hole around pipe with non-shrink waterproof grout, such as Hallemite; Waterplug; Embeco; or equal, after the pipe has been set into the structure.

2. For PVC pipe connections, a flexible pipe-to-structure connector shall be used. a. The flexible connectors shall be designed to provide a positive seal between the connector and

the structure wall and between the connector and the pipe. b. The flexible boot shall be manufactured of EPDM synthetic rubber in accordance with ASTM

C443 and C923 and shall be 3/8 inch thick or greater. c. The external bands shall be made entirely of 304 series non-magnetic stainless steel. d. The flexible connectors shall be provided with a wedge-type or toggle-type expander to secure

the pipe in the structure opening. e. The flexible connectors shall meet the following criteria, in accordance with ASTM C923:

1) Shall not leak when subjected to a head pressure of 10 psi for 10 minutes. 2) Shall have the ability to deflect 7 degrees in any direction without leakage under the head

pressure conditions described above. 3) Shall not leak when subject to a load of 150 lbs./in. pipe diameter and the head pressure

conditions described above. 5.7 MANHOLE CHIMNEYS

A. Manhole chimneys shall be inside type, constructed in accordance with the “Standard Manhole Chimney” detail shown on the Drawings.

B. Pipe and fittings for the chimneys shall be of the same type and class as the mainline. C. Pipe straps for inside manhole chimneys shall be constructed of aluminum alloy 6061-T6. Anchor bolts shall

be 3/8” stainless steel. 5.8 DAMPPROOFING

A. Dampproofing coating shall be an asphalt compound specially made to adhere to below grade concrete structures.

35

Page 36: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

B. The dampproofing shall be Hydrocide 648 by Sonneborn Building Products; Dehydratine 4 by Tamms Industries; RIW Marine Liquid by Toch Brothers, or approved equal.

PART 6 EXECUTION 6.1 INSTALLATION

A. Installation 1. Manholes shall be constructed to the dimensions shown on the Drawings and as specified in these

Specifications. All work shall be protected against flooding and flotation. 2. Precast concrete barrel sections shall be set so as to be vertical and with sections in true alignment with a

¼ inch maximum tolerance to be allowed. The joints of precast concrete barrel sections shall be sealed with the preformed flexible joint sealant used in sufficient quantity to fill 75% of the joint cavity. The outside and inside joint shall be filled with non-shrink mortar and finished flush with the adjoining surfaces. Backfilling shall be done in a careful manner, bringing the fill up evenly on all sides. The precast sections shall be installed in a manner that will result in a watertight joint.

3. Holes in the concrete barrel sections required for handling or other purposes shall be plugged with a non-shrink grout or non-shrink grout in combination with concrete or rubber plugs, and finished flush on the inside.

B. Pipe Connections 1. General

a. Pipe stubs for future extensions shall be connected to the structures as shown on the drawings and the stub end closed by a suitable watertight plug.

2. Flexible Pipe-to-Structure Connectors a. The flexible pipe-to-structure connectors shall be used for PVC pipe. b. The flexible connectors shall be installed in accordance with the manufacturer’s

recommendations. 3. Grouting

a. All pipe types except PVC shall be grouted into place in the existing structure using non-shrink, water-proof grout.

b. After the new pipe has been set in place, completely fill the hole around the new pipe with non-shrink, water-proof grout.

c. In addition, place a 6 inch thick concrete encasement a total of 12 inches in length around the pipe stub adjacent to the wall of the structure. Concrete shall have a 28 day compressive strength of 3,000 psi.

C. Manhole Rung Installation 1. Aluminum manhole rungs shall be cast into precast sections, on 12-inch centers, by the manufacturer

that casts the precast sections. Those parts of the rungs which are embedded shall receive a heavy coating of zinc chromate or other approved paint.

2. Steel reinforced copolymer polypropylene plastic steps shall be press fitted by hand driven hammer into preformed holes in cured precast sections, on 12 inch centers, by the manufacturer that casts the precast sections.

D. Brickwork 1. Mortar shall be mixed only in such quantity as may be required for immediate use and shall be used

before the initial set has taken place. Mortar shall not be retained for more than one and one-half hours and shall be constantly worked over with a hoe or shovel until used. Anti-freeze mixtures will not be allowed in the mortar. No masonry shall be laid when the outside temperature is below 40°F

36

Page 37: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

unless provisions are made to protect the mortar, bricks, and finished work from frost by heating and enclosing the work with tarpaulins or other suitable material. The Engineer’s decision as to the adequacy of protection against freezing shall be final.

2. Channels and shelves shall be constructed of brick as shown on the Drawings. The brick channels shall correspond in shape with the lower half of the pipe. The top of the shelf shall be set at the elevation of the crown of the highest pipe and shall be sloped 1 inch per foot to drain toward the flow through channel. Brick surfaces exposed to sewage flow shall be constructed with the nominal 2″ x 8″ face exposed (i.e., bricks on edge).

3. Manhole covers and frames shall be set in a full mortar bed and bricks, a maximum of 12 inches thick for conical tops and 6 inches thick for flat top sections, and shall be utilized to assure frame and cover are set to the existing grade. The manhole frames and covers shall be reset to final grade prior to placement of final paving.

E. Dampproofing 1. Outer surfaces of precast manholes shall be given two coats of bituminous dampproofing at the rate of

30-60 sq. ft. per gallon in accordance with manufacturer’s instructions. 6.2 LEAKAGE TEST

A. Sewer Manholes shall be leak tested in conjunction with the pipeline in accordance with Section 02503 6.3 CLEANING

A. New manholes shall be thoroughly cleaned of silt, debris and foreign matter of any kind, prior to final inspection.

END OF SECTION

37

Page 38: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

SECTION 02920

LAWNS AND GRASSES

PART 7 GENERAL 7.1 SUMMARY

A. Section Includes 1. Restoration of all vegetated areas disturbed during construction including:

a. Lawn areas b. Grass surfaces c. Tree belts d. Easements

2. Products specified herein include loam, starter fertilizer, lime, and lawn seed. B. Related Sections

1. Section 02315 – Excavation, Backfill, and Compaction 7.2 REFERENCES

A. ASTM D5539 – Standard Specification for Seed Starter Mix 7.3 QUALITY ASSURANCE

A. Seed shall be placed only between the periods from April 15th to June 1st, and from August 15th to October 1st, unless otherwise approved by the Engineer.

7.4 SUBMITTALS A. Submit the following for approval:

1. Lawn seed mixture including percent by weight of each seed type, and manufacturer/supplier name. 2. Suitable laboratory analysis of the soil to determine the quantity of fertilizer and lime to be applied. 3. Lime and starter fertilizer application rates based on laboratory soil tests.

PART 8 PRODUCTS 8.1 MATERIALS

A. Loam 1. Loam shall consist of fertile, friable, natural topsoil typical of the locality without admixture of subsoil,

refuse or other foreign materials and shall be obtained from a well-drained arable site. It shall not be a swampy mulch nor shall it contain excessive quantities of sand or clay. It shall be free of stumps, roots, heavy or stiff clay, stones larger than 1-inch in diameter, lumps, coarse sand, noxious weeds, sticks, brush or other litter.

2. The loam shall have an acidity range, such that its pH ranges from 5.5 to 7.6. B. Starter Fertilizer

1. Starter fertilizer shall bear the manufacturer’s name and guaranteed statement of analysis, and shall be applied in accordance with the manufacturer’s directions.

2. Shall be Scott’s Starter Fertilizer, or equal, with timed nitrogen release to prevent burning. C. Lime

1. Lime shall be pelletized type for prolonged time release to soil. D. Lawn Seed

38

Page 39: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

1. Lawn seed shall be a fresh, clean, new crop seed. The weed seed content shall be less than 0.5% by weight. The seed shall contain a high percentage of perennial grasses.

2. Seed shall be Scotts Play Area Mixture, Scotts Pure Premium Sun and Shade Brand (North) Grass Seed Mixture, or equal.

PART 9 EXECUTION 9.1 PREPARATION

A. The Contractor shall salvage all existing loam, which shall be stockpiled at an acceptable on-site location. Under no circumstances shall existing topsoil be removed from the project site for another use by the Contractor.

B. The ground surface shall be fine graded and raked so as to prepare the surface of the loam for lime, fertilizer and seed.

C. The Contractor shall perform a laboratory soil test on the proposed loam before placing any lime, fertilizer, or seed. This work shall be in accordance with ASTM D5539 (Standard Specification for Seed Starter Mix).

9.2 APPLICATION A. Fertilizer and lime shall be applied to the surface of the ground in accordance with the manufacturer’s

instructions, and based on the results of the certified soils test. B. The seed shall then be placed using a drop or rotary spreader at the rate recommended by the seed

manufacturer for the intended use of the lawn or grass area being restored. C. After spreading of the seed, lightly rake the surface to work the seed in. The surface shall then be rolled.

9.3 MAINTENANCE A. Maintain loamed and seeded areas by mulching, covering, netting, watering, fencing, etc., until an acceptable

stand of vegetation is approved by the Engineer. B. Suitable signs and barricades should be placed to protect the seeded areas. After the grass has started, all

areas and parts of areas that fail to show a uniform stand of grass for any reason whatsoever, shall be reseeded until all areas are covered with a satisfactory growth of grass.

9.4 SPECIAL CONSIDERATIONS A. Following the final top course of paving all pavement edges, waterways, sidewalks, berms, etc. shall be

brought to grade with loam, fine graded, raked, seeded, and rolled to the satisfaction of the Engineer. Whenever possible the final surface of the loam backup shall slope away from the surface edge to allow proper sheeting of runoff. The Contractor shall be solely responsible for protecting, maintaining, and repairing this work until a satisfactory start of healthy grass is established.

B. Loam and seed for the installation of grinder pump stations, low pressure sewer service connections, and associated piping on individual properties is not included under the “Loam and Seed” bid item. Instead, these costs shall be included under the applicable low-pressure sewer service connection pipeline, grinder pump station, or abandonment unit price items that pertain to that work. However, the methods and materials for restoring lawns on individual properties shall be in accordance with this Section, where directed along the mainline pipe route.

C. Upon removal of the haybales and siltation fence, the Contractor shall loam and seed all disturbed areas. D. In locations where the project area passes through existing grass, weed brush or tree-surfaced areas that are

not covered by a specific lawn repair item, surface restoration shall be as follows: 1. After completion of backfilling, the existing loam and surface materials, which were salvaged during

excavation, shall be returned to the top of the trench. 2. After natural settlement and compaction has taken place, the trench surface shall be harrowed, dragged

and raked as necessary to produce a smooth and level surface.

39

Page 40: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

3. The area is then to be sowed with “orchard grass” or “rye grass” or other such materials to hold the soil and produce a growth similar to that existing prior to construction.

4. The cost of repairing the trench surface in this manner shall be included in the trench excavation price.

END OF SECTION

40

Page 41: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

ATTACHMENT A- PREVAILING WAGE RATES

41

Page 42: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

Construction(2 AXLE) DRIVER - EQUIPMENT $44.670 06/01/2011 $45.020 08/01/2011 $45.680 12/01/2011

$45.980 06/01/2012 $46.330 08/01/2012 $47.360 12/01/2012

(3 AXLE) DRIVER - EQUIPMENT $44.740 06/01/2011 $45.090 08/01/2011 $45.750 12/01/2011

$46.050 06/01/2012 $46.400 08/01/2012 $47.430 12/01/2012

(4 & 5 AXLE) DRIVER - EQUIPMENT $44.860 06/01/2011 $45.210 08/01/2011 $45.870 12/01/2011

$46.170 06/01/2012 $46.520 08/01/2012 $47.710 12/01/2012

ADS/SUBMERSIBLE PILOT $103.680 08/01/2010 $107.800 08/01/2011

AIR TRACK OPERATOR $42.590 06/06/2011 $43.140 12/05/2011 $44.140 06/04/2012

$45.090 12/03/2012

AIR TRACK OPERATOR (HEAVY & HIGHWAY) $42.720 06/01/2011 $43.970 12/01/2011

ASBESTOS WORKER (PIPES & TANKS) $40.250 12/01/2009

ASPHALT RAKER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

ASPHALT RAKER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

AUTOMATIC GRADER-EXCAVATOR (RECLAIMER) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

BARCO-TYPE JUMPING TAMPER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

BATCH/CEMENT PLANT - ON SITE $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

BLOCK PAVER, RAMMER / CURB SETTER $42.590 06/06/2011 $43.140 12/05/2011 $44.140 06/04/2012

$45.090 12/03/2012

BLOCK PAVER, RAMMER / CURB SETTER (HEAVY &

HIGHWAY)

$42.720 06/01/2011 $43.970 12/01/2011

BOILER MAKER $55.850 01/01/2010

BOILERMAKER - Local 29APPRENTICE:

Ratio Step

1:5 %

1

65.00

2

65.00

3

70.00

4

75.00

5

80.00

6

85.00

7

90.00

8

95.00

Apprentice wages shall be no less than the following:

Step 1$42.66/2$42.66/3$44.54/4$46.43/5$48.31/6$50.20/7$52.08/8$53.97

BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY

WATERPROOFING)

$57.900 03/07/2011 $59.250 09/05/2011 $60.650 03/05/2012

BRICK/PLASTER/CEMENT MASON - Local 1 Springfield/PittsfieldAPPRENTICE:

Ratio Step

1:5 %

1

50.00

2

60.00

3

70.00

4

80.00

5

90.00

6

95.00

Apprentice wages shall be no less than the following:

Step 1$40.88/2$44.28/3$47.69/4$51.09/5$54.50/6$56.20

BULLDOZER/POWER SHOVEL/TREE SHREDDER

/CLAM SHELL

$47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

CAISSON & UNDERPINNING BOTTOM MAN $51.250 06/01/2011 $52.500 12/01/2011

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 1 of 1020110613-053

42

Page 43: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

CAISSON & UNDERPINNING LABORER $50.100 06/01/2011 $51.350 12/01/2011

CAISSON & UNDERPINNING TOP MAN $50.100 06/01/2011 $51.350 12/01/2011

CARBIDE CORE DRILL OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

CARPENTER $48.900 04/04/2011 $49.650 10/03/2011

CARPENTER - Local 108 Hampden HampshireAPPRENTICE:

Ratio Step

** %

1

50.00

2

60.00

3

70.00

4

75.00

5

80.00

6

80.00

7

90.00

8

90.00

Pre-6/09 Step1$22.39/2$23.83/3$34.04/4$36.92/5$40.91/6$42.35 ** 1: 1-5/2: 6-8/3:9-11/Steps: 6 mos (600 hrs)/rates by step

7$44.91/8$46.34Post-6/09:1$22.39/2$25.26/3$36.92/4$38.365&6$40.91/7&8$44.91

CEMENT MASONRY/PLASTERING $58.050 03/07/2011 $59.360 09/05/2011 $60.720 03/05/2012

CHAIN SAW OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

COMPRESSOR OPERATOR $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

CRANE/BACKHOE/FRONT-END LOADER OPERATOR $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

DELEADER (BRIDGE) $64.410 01/01/2011 $65.410 07/01/2011 $66.410 01/01/2012

$67.410 07/01/2012 $68.410 01/01/2013

PAINTER Local 35 - BRIDGES/TANKSAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.

Step 1$29.31/2$36.86/3$39.01/4$41.16/5$51.51/6$53.66/7$55.81/8$60.11

DEMO: ADZEMAN $50.100 06/01/2011 $51.350 12/01/2011

DEMO: BACKHOE/LOADER/HAMMER OPERATOR $51.100 06/01/2011 $52.350 12/01/2011

LABORER Demo Backhoe/Loader/Hammer OperatorAPPRENTICE:

Ratio Step

1:5 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice wages shall be no less than the following:

Step 1$38.28/2$41.49/3$44.69/4$47.90

DEMO: BURNERS $50.850 06/01/2011 $52.100 12/01/2011

LABORER Demo BurnersAPPRENTICE:

Ratio Step

1:5 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice Wages shall be no less than the following:

Step 1$38.13/2$41.31/3$44.49/4$47.67

DEMO: CONCRETE CUTTER/SAWYER $51.100 06/01/2011 $52.350 12/01/2011

DEMO: JACKHAMMER OPERATOR $50.850 06/01/2011 $52.100 12/01/2011

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 2 of 1020110613-053

43

Page 44: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

DEMO: WRECKING LABORER $50.100 06/01/2011 $51.350 12/01/2011

LABORER Demo Wrecking LaborerAPPRENTICE:

Ratio Step

1:5 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice wages shall be no less than the following:

Step 1$37.68/2$40.79/3$43.89/4$47.00

DIVER $77.520 08/01/2010 $80.270 08/01/2011

DIVER TENDER $62.570 08/01/2010 $65.320 08/01/2011

DIVER TENDER (EFFLUENT) $81.250 08/01/2010 $85.380 08/01/2011

DIVER/SLURRY (EFFLUENT) $103.680 08/01/2010 $107.800 08/01/2011

ELECTRICIAN $50.050 01/01/2011

ELECTRICIAN - Local 7APPRENTICE:

Ratio Step

2:3**** %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

Apprentice wages shall be no less than the following: Steps 1-2 are 1000 hrs; Steps 3-6 are 1500 hrs.

Step 1$24.97/2$26.66/3$33.01/4$34.70/5$38.84/6$40.72

ELEVATOR CONSTRUCTOR $61.610 01/01/2011 $63.110 01/01/2012

ELEVATOR CONSTRUCTOR - Local 41APPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

65.00

4

70.00

5

80.00

Apprentice wages shall be no less than the following: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year

Step 1$38.68/2$40.97/3$45.56/4$47.85/5$52.44

ELEVATOR CONSTRUCTOR HELPER $47.850 01/01/2011 $48.900 01/01/2012

FENCE & GUARD RAIL ERECTOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

FIELD ENG - PARTY CHIEF (BLDG, SITE, HVY CONST) $30.230 06/01/1999

FIELD ENG-CHIEF OF SURVEY(BLDG, SITE, HVY CONST) $31.230 06/01/1999

FIELD ENG-INST./ROD PERSON(BLDG, SITE, HVY CONST) $27.740 06/01/1999

FIRE ALARM INSTALLER $50.050 01/01/2011

FIRE ALARM REPAIR / MAINTENANCE

/ COMMISSIONING

$35.510 06/01/2011 $36.010 01/01/2012

FIREMAN $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

OPERATING ENG. - Local 98 Class 3APPRENTICE:

Ratio Step

1:6 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice wages shall be no less than the following: Steps 1-2 are 1000 hrs.; Steps 3-4 are 2000 hrs.

Step 1$35.25/2$38.19/3$41.12/4$44.06

FLAGGER & SIGNALER (HEAVY & HIGHWAY) $36.780 06/01/2011 $36.780 12/01/2011

FLOORCOVERER $50.330 03/01/2011 $51.580 09/01/2011

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 3 of 1020110613-053

44

Page 45: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

FLOORCOVERER - Local 2168 Zone IIIAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

85.00

Apprentice rates shall be no less than the following: Steps are 750 hrs.

Step 1$23.99/2$25.41/3$35.61/4$37.03/5$39.57/6$40.99/7$43.53/8$44.95

FORK LIFT $47.210 06/01/2011 $48.080 12/01/2011 $49.030 06/01/2012

$49.980 12/01/2012

GENERATORS/LIGHTING PLANTS $43.760 06/01/2011 $44.630 12/01/2011 $45.580 06/01/2012

$46.530 12/01/2012

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) $48.380 06/01/2011 $49.930 06/01/2012

GLAZIER - Local 1333APPRENTICE:

Ratio Step

1:1 %

1

50.00

2

56.25

3

62.50

4

68.75

5

75.00

6

81.25

7

87.50

8

93.75

Apprentice wages shall be no less than the following:

Step 1$25.77/2$27.81/3$30.36/4$32.40/5$34.95/6$36.99/7$44.29/8$46.33

GRADER/TRENCHING MACHINE/DERRICK $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

HVAC (DUCTWORK) $50.950 01/01/2011

HVAC (ELECTRICAL CONTROLS) $50.050 01/01/2011

HVAC (TESTING AND BALANCING - AIR) $50.950 01/01/2011

HVAC (TESTING AND BALANCING -WATER) $55.460 03/17/2011 $55.960 09/17/2011 $56.460 03/17/2012

$57.210 09/17/2012 $57.960 03/17/2013

HVAC MECHANIC $55.460 03/17/2011 $55.960 09/17/2011 $56.460 03/17/2012

$57.210 09/17/2012 $57.960 03/17/2013

HYDRAULIC DRILLS (HEAVY & HIGHWAY) $42.720 06/01/2011 $43.970 12/01/2011

INSULATOR (PIPES & TANKS) $52.980 09/01/2010

ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 SpringfieldAPPRENTICE:

Ratio Step

1:4 %

1

50.00

2

60.00

3

70.00

4

80.00

Apprentice wages shall be no less than the following: Steps are 1 year

Step 1$33.00/2$36.99/3$40.99/4$44.98

IRONWORKER/WELDER $52.260 03/16/2010

IRONWORKER - Local 7 SpringfieldAPPRENTICE:

Ratio Step

%

1

60.00

2

70.00

3

75.00

4

80.00

5

85.00

6

90.00

Apprentice wages shall be no less than the following: Structural 1:6; Ornamental 1:4

Step 1$41.62/2$44.28/3$45.61/4$46.94/5$48.27/6$49.60

JACKHAMMER & PAVING BREAKER OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 4 of 1020110613-053

45

Page 46: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

LABORER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012

$44.340 12/03/2012

LABORER - Zone 3 Building & SiteAPPRENTICE:

Ratio Step

1:5 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice wages shall be no less than the following:

Step 1$31.56/2$34.13/3$36.70/4$39.27

LABORER (HEAVY & HIGHWAY) $41.970 06/01/2011 $43.220 12/01/2011

LABORER - Zone 3 Heavy & HighwayAPPRENTICE:

Ratio Step

1:5 %

1

60.00

2

70.00

3

80.00

4

90.00

Apprentice wages shall be no less than the following:

Step 1$31.69/2$34.26/3$36.83/4$39.40

LABORER: CARPENTER TENDER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012

$44.340 12/03/2012

LABORER: CEMENT FINISHER TENDER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012

$44.340 12/03/2012

LABORER: MASON TENDER $42.840 06/06/2011 $43.390 12/05/2011 $44.390 06/04/2012

$45.340 12/03/2012

LABORER: MASON TENDER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

LABORER: MULTI-TRADE TENDER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012

$44.340 12/03/2012

LABORER: TREE REMOVER $41.840 06/06/2011 $42.390 12/05/2011 $43.390 06/04/2012

$44.340 12/03/2012

This classification applies to the wholesale removal

of standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines.

LASER BEAM OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

LASER BEAM OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

MARBLE & TILE FINISHERS $50.980 03/07/2011 $52.330 09/05/2011 $53.480 03/05/2012

MARBLE-TILE-TERRAZZO FINISHER-Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:

Ratio Step

1:3 %

1

50.00

2

60.00

3

70.00

4

80.00

5

90.00

6

95.00

Apprentice wages shall be no less than the following: Steps are 800 hours

Step 1$37.27/2$40.01/3$42.75/4$45.50/5$48.24/6$49.61

MARBLE MASONS,TILELAYERS & TERRAZZO MECH $57.900 03/07/2011 $59.250 09/05/2011 $60.650 03/05/2012

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 5 of 1020110613-053

46

Page 47: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

MARBLE-TILE-TERRAZZO MECH - Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:

Ratio Step

1:5 %

1

50.00

2

60.00

3

70.00

4

80.00

5

90.00

6

95.00

Apprentice wages shall be no less than the following;

Step 1$40.88/2$44.28/3$47.69/4$51.09/5$54.50/6$56.20

MECH. SWEEPER OPERATOR (NON-CONSTRUCTION) $29.590 07/01/2010 $30.290 07/01/2011

MECH. SWEEPER OPERATOR (ON CONST. SITES) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

MECHANIC/WELDER/BOOM TRUCK $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

MILLWRIGHT (Zone 3) $54.530 04/01/2011

MILLWRIGHT - Local 1121 Zone 3APPRENTICE:

Ratio Step

1:5 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

85.00

Apprentice wages shall be no less than the following:

Step 1$35.44/2$36.95/3$40.05/4$41.56/5$43.87/6$45.38/7$47.69/8$49.20

MORTAR MIXER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

OILER $42.680 06/01/2011 $43.550 12/01/2011 $44.500 06/01/2012

$45.450 12/01/2012

OTHER POWER DRIVEN EQUIPMENT - CLASS VI $40.700 06/01/2011 $41.570 12/01/2011 $42.520 06/01/2012

$43.470 12/01/2012

PAINTER (BRIDGES/TANKS) $64.410 01/01/2011 $65.410 07/01/2011 $66.410 01/01/2012

$67.410 07/01/2012 $68.410 01/01/2013

PAINTER Local 35 - BRIDGES/TANKSAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.

Step 1$29.31/2$36.86/3$39.01/4$41.16/5$51.51/6$53.66/7$55.81/8$60.11

PAINTER (SPRAY OR SANDBLAST, NEW) *

* If 30% or more of surfaces to be painted are new construction,

NEW paint rate shall be used.

$44.480 01/01/2011 $45.480 07/01/2011 $46.480 01/01/2012

$47.480 07/01/2012 $48.480 01/01/2013

PAINTER Local 35 Zone 3 - Spray/Sandblast - NewAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following:

Step 1$21.24/2$24.18/3$25.53/4$26.87/5$36.42/6$37.76/7$39.10/8$41.79

PAINTER (SPRAY OR SANDBLAST, REPAINT) $41.800 01/01/2011 $42.800 07/01/2011 $43.800 01/01/2012

$44.800 07/01/2012 $45.800 01/01/2013

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 6 of 1020110613-053

47

Page 48: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

PAINTER Local 35 Zone 3 - Spray/Sandblast - RepaintAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following:

Step 1$19.90/2$22.71/3$23.92/4$25.13/5$34.54/6$35.75/7$36.96/8$39.38

PAINTER (TRAFFIC MARKINGS) $41.970 06/01/2011 $43.220 12/01/2011

PAINTER / TAPER (BRUSH, NEW) *

* If 30% or more of surfaces to be painted are new construction, NEW

paint rate shall be used.

$43.080 01/01/2011 $44.080 07/01/2011 $45.080 01/01/2012

$46.080 07/01/2012 $47.080 01/01/2013

PAINTER - Local 35 Zone 3 - BRUSH NEWAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.

Step 1$20.54/2$23.41/3$24.69/4$25.96/5$35.44/6$36.71/7$37.98/8$40.53

PAINTER / TAPER (BRUSH, REPAINT) $40.400 01/01/2011 $41.400 07/01/2011 $42.400 01/01/2012

$43.400 07/01/2012 $44.400 01/01/2013

PAINTER Local 35 Zone 3 - BRUSH REPAINTAPPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

90.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.

Step 1$19.20/2$21.94/3$23.08/4$24.22/5$33.56/6$34.70/7$35.84/8$38.12

PANEL & PICKUP TRUCKS DRIVER $44.500 06/01/2011 $44.850 08/01/2011 $45.510 12/01/2011

$45.810 06/01/2012 $45.860 08/01/2012 $47.350 12/01/2012

PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND

DECK)

$58.840 04/04/2011 $60.210 08/01/2011

PILE DRIVER $58.840 04/04/2011 $60.210 08/01/2011

PILE DRIVER - Local 56 Zone 3APPRENTICE:

Ratio Step

1:3 %

1

60.00

2

65.00

3

70.00

4

75.00

5

80.00

6

85.00

7

90.00

8

95.00

Apprentice wages shall be no less than the following: Apprentice wages shall be no less than those set in Zone 1

Step 1$47.62/2$49.49/3$51.36/4$53.23/5$55.10/6$56.96/7$58.83/8$60.70

PIPELAYER $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

PIPELAYER (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

PLUMBER & PIPEFITTER $55.460 03/17/2011 $55.960 09/17/2011 $56.460 03/17/2012

$57.210 09/17/2012 $57.960 03/17/2013

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 7 of 1020110613-053

48

Page 49: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

PLUMBER/PIPEFITTER - Local 104APPRENTICE:

Ratio Step

1:5 %

1

45.00

2

50.00

3

60.00

4

70.00

5

80.00

Apprentice wages shall be no less than the following: Steps are 2000 hrs.

Step 1$31.42/2$33.16/3$36.62/4$40.08/5$48.54

PNEUMATIC CONTROLS (TEMP.) $55.460 03/17/2011 $55.960 09/17/2011 $56.460 03/17/2012

$57.210 09/17/2012 $57.960 03/17/2013

PNEUMATIC DRILL/TOOL OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

POWDERMAN & BLASTER $42.840 06/06/2011 $43.390 12/05/2011 $44.390 06/04/2012

$45.340 12/03/2012

POWDERMAN & BLASTER (HEAVY & HIGHWAY) $42.970 06/01/2011 $44.220 12/01/2011

PUMP OPERATOR (CONCRETE) $47.520 06/01/2011 $48.390 12/01/2011 $49.340 06/01/2012

$50.290 12/01/2012

PUMP OPERATOR (DEWATERING, OTHER) $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

READY-MIX CONCRETE DRIVER $30.870 05/01/2008

RESIDENTIAL WOOD FRAME CARPENTER **

** The Residential Wood Frame Carpenter classification applies only

to the construction of new, wood frame residences that do not exceed

four stories including the basement.

$32.140 04/01/2010

As of 9/1/09 Carpentry work on wood-frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate.

CARPENTER (Residential Wood Frame) - Local 108APPRENTICE:

Ratio Step

** %

1

60.00

2

60.00

3

65.00

4

70.00

5

75.00

6

80.00

7

85.00

8

90.00

Apprentice Wages Shall be no less than the following: ** 1: 1-5, 2: 6-8, 3: 9-11

Step 1$18.92/2$23.92/2$24.95/4$25.98/5$27.01/6$28.03/7$29.06/8$30.09

RIDE-ON MOTORIZED BUGGY OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

ROLLER OPERATOR $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012

$49.150 12/01/2012

ROOFER (Coal tar pitch) $46.000 01/01/2011 $46.500 07/16/2011 $46.750 01/01/2012

$47.250 07/16/2012 $47.500 01/01/2013

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) $45.000 01/01/2011 $45.500 07/16/2011 $45.750 01/01/2012

$46.250 07/16/2012 $46.500 01/01/2013

ROOFER - Local 248APPRENTICE:

Ratio Step

1:3 %

1

60.00

2

65.00

3

70.00

4

75.00

5

80.00

6

85.00

7

90.00

8

95.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.Roofer(Tear Off)1:1; Same as above

Step 1$23.34/2$35.94/3$37.23/4$38.53/5$39.82/6$41.12/7$42.41/8$43.71

ROOFER SLATE / TILE / PRECAST CONCRETE $46.000 01/01/2011 $46.500 07/16/2011 $46.750 01/01/2012

$47.250 07/16/2012 $47.500 01/01/2013

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 8 of 1020110613-053

49

Page 50: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

ROOFER (Slate/Tile/Precast Concrete) - Local 248APPRENTICE:

Ratio Step

1:3 %

1

60.00

2

65.00

3

70.00

4

75.00

5

80.00

6

85.00

7

90.00

8

95.00

Apprentice wages shall be no less than the following: Steps are 750 hrs.

Step 1$23.64/2$36.76/3$38.08/4$39.40/5$40.72/6$42.04/7$43.36/8$44.68

SCRAPER $46.990 06/01/2011 $47.860 12/01/2011 $48.810 06/01/2012

$49.760 12/01/2012

SELF-POWERED ROLLERS AND COMPACTORS (TAMPERS) $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012

$49.150 12/01/2012

SELF-PROPELLED POWER BROOM $43.760 06/01/2011 $44.630 12/01/2011 $45.580 06/01/2012

$46.530 12/01/2012

SHEETMETAL WORKER $50.950 01/01/2011

SHEET METAL WORKER - Local 63APPRENTICE:

Ratio Step

1:3 %

1

45.00

2

50.00

3

55.00

4

60.00

5

65.00

6

70.00

7

75.00

8

80.00

9

85.00

10

90.00

Apprentice wages shall be no less than the following Steps:

1$17.64/2$19.60/3$25.11/4$27.39/5$29.69/6$31.97/7$34.24/8$40.76/9$43.31/10$45.86

SIGN ERECTOR $37.780 06/01/2009

SIGN ERECTOR - Local 35 Zone 3APPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

7

80.00

8

85.00

9

90.00

Apprentice wages shall be no less than the following: Steps are 4 mos.

Step 1$19.48/2$23.12/3$24.36/4$25.60/5$30.34/6$31.58/7$32.82/8$34.06/9$35.30

SPECIALIZED EARTH MOVING EQUIP < 35 TONS $44.960 06/01/2011 $45.310 08/01/2011 $45.970 12/01/2011

$46.270 06/01/2012 $46.620 08/01/2012 $47.650 12/01/2012

SPECIALIZED EARTH MOVING EQUIP > 35 TONS $45.250 06/01/2011 $45.600 08/01/2011 $46.260 12/01/2011

$46.560 06/01/2012 $46.910 08/01/2012 $47.940 12/01/2012

SPRINKLER FITTER $56.700 01/01/2010

SPRINKLER FITTER - Local 676APPRENTICE:

Ratio Step

1:1 %

1

40.00

2

45.00

3

50.00

4

55.00

5

60.00

6

65.00

7

70.00

8

75.00

9

80.00

10

85.00

Apprentice wages shall be no less than the following Steps:

1$32.40/2$34.43/3$36.45/4$38.48/5$40.50/6$42.53/7$44.55/8$46.58/9$48.60/10$50.63

TELECOMMUNICATION TECHNICIAN $35.510 06/01/2011 $36.010 01/01/2012

TELECOMMUNICATION TECHNICIAN - Local 7APPRENTICE:

Ratio Step

1:1 %

1

50.00

2

55.00

3

60.00

4

65.00

5

70.00

6

75.00

Apprentice wages shall be no less than the following: Steps are 800 hours

Step 1$24.61/2$25.69/3$26.78/4$27.87/5$28.96/6$30.06

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 9 of 1020110613-053

50

Page 51: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

Effective Dates and Total RatesClassification

Job Location:

Description of Work:

Contract Number: City/Town:

Awarding Authority:

Lt. GovernorTIMOTHY P. MURRAY

As determined by the Commissioner under the provisions of the

Massachusetts General Laws, Chapter 149, Sections 26 to 27HGovernor

DEVAL L. PATRICK

Prevailing Wage Rates

DEPARTMENT OF LABOR STANDARDSEXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT

THE COMMONWEALTH OF MASSACHUSETTS

LONGMEADOW

WILLOW BROOK ROAD DRAIN & SEWER REPAIR WORKS

WILLOW BROOK RD, LONGMEADOW, MA

Town of Longmeadow

Secretary

HEATHER E. ROWEDirector

JOANNE F. GOLDSTEIN

TERRAZZO FINISHERS $50.980 03/07/2011 $52.330 09/05/2011 $53.480 03/05/2012

MARBLE-TILE-TERRAZZO FINISHER-Local 1 Marble/Tile (Spr/Pitt)APPRENTICE:

Ratio Step

1:3 %

1

50.00

2

60.00

3

70.00

4

80.00

5

90.00

6

95.00

Apprentice wages shall be no less than the following: Steps are 800 hours

Step 1$37.27/2$40.01/3$42.75/4$45.50/5$48.24/6$49.61

TEST BORING DRILLER $51.500 06/01/2011 $52.750 12/01/2011

TEST BORING DRILLER HELPER $50.220 06/01/2011 $51.470 12/01/2011

TEST BORING LABORER $50.100 06/01/2011 $51.350 12/01/2011

TRACTORS $46.380 06/01/2011 $47.250 12/01/2011 $48.200 06/01/2012

$49.150 12/01/2012

TRAILERS FOR EARTH MOVING EQUIPMENT $45.540 06/01/2011 $45.890 08/01/2011 $46.550 12/01/2011

$46.850 06/01/2012 $47.200 08/01/2012 $48.230 12/01/2012

TUNNEL WORK - COMPRESSED AIR $62.930 06/01/2011 $64.180 12/01/2011

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) $64.930 06/01/2011 $66.180 12/01/2011

TUNNEL WORK - FREE AIR $55.000 06/01/2011 $56.250 12/01/2011

TUNNEL WORK - FREE AIR (HAZ. WASTE) $57.000 06/01/2011 $58.250 12/01/2011

VAC-HAUL $44.960 06/01/2011 $45.310 08/01/2011 $45.970 12/01/2011

$46.270 06/01/2012 $46.620 08/01/2012 $47.650 12/01/2012

WAGON DRILL OPERATOR $42.090 06/06/2011 $42.640 12/05/2011 $43.640 06/04/2012

$44.590 12/03/2012

WAGON DRILL OPERATOR (HEAVY & HIGHWAY) $42.220 06/01/2011 $43.470 12/01/2011

WATER METER INSTALLER $55.460 03/17/2011 $55.960 09/17/2011 $56.460 03/17/2012

$57.210 09/17/2012 $57.960 03/17/2013

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) unless otherwise specified.

* Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof.

** Multiple ratios are listed in the comment field.

*** The job site ratio of 2 apprentices (APP) for every 3 journeymen (JM) is allowed as follows:

1 JM: 1 APP; 2-3 JM: 2 APP; 4-6 JM: 4 APP; 7-9 JM: 6 APP; 10-12 JM: 8 APP; 13-15 JM: 10 APP; etc.

**** The job site ratio of 2 apprentices (APP) for every 3 journeymen (JM) is allowed as follows:

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27

Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a

violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the

Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: Wage Request Number:06/13/2011 Page 10 of 1020110613-053

51

Page 52: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

ATTACHMENT B- SAMPLE CONTRACT

TERMS AND CONDITIONS

52

Page 53: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

ATTACHMENT B: SAMPLE CONTRACT (To be completed upon contract award)

AGREEMENT

This Agreement, made this __________________ day of ___________________ in the year two thousand ten between the Town of Longmeadow, acting by and through its Town Manager and/or its Select Board hereinafter called Owner and hereinafter called Contractor with an address of .

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:

ARTICLE 1 WORK

1.1 Contractor shall complete all Work as specified or indicated in the Town of Longmeadow Contract Documents: Town of Longmeadow, IFB: Willow Brook Road Drain & Sewer Repair, dated June 15, 2011.

ARTICLE 2 ENGINEER

2.1 The Project has been designed by Town of Longmeadow Engineer, Yem Lip, who is hereinafter called Engineer. Engineer will act as Owner’s representative, assuming all duties and responsibilities, rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents.

ARTICLE 3 CONTRACT TIMES 3.1 Milestone Dates for Completion

A. The work is to be completed within 60 days of the execution of the contract.

3.2 Liquidated Damages

A. Liquidated Damages for Failure to Achieve Substantial Completion:

1. Owner and Contractor recognize that time is of the essence as to Substantial Completion and that Owner will suffer financial loss if the Work is not substantially complete within either of the time specified in Article 3, Paragraph 3.1 A., plus any extensions thereof allowed in accordance with the Bid Terms and Conditions. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by Owner if the Work is not substantially complete on time. Accordingly, if the Contractor shall neglect, fail or refuse to complete the Work within the time specified for Substantial Completion, or any proper extension granted by the Owner, then the Contractor agrees, as partial consideration for the awarding of this contract, to pay to the Owner $100.00 per calendar day for non-completed work after the milestone date of completion as identified in Agreement section 3.1. The amount is fixed and agreed upon by and between the Contractor and the Owner, not as a penalty, but because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and the amount is agreed to be the amount of damages that the Owner would sustain. The Owner shall have the right to deduct the amount of any such accruing damages from any periodic payments due to the Contractor under this contract.

53

Page 54: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

B. Additional Damages for Failure to Achieve Final Completion:

1. Owner and Contractor recognize that, even after Substantial Completion has been achieved, any delay in achieving final completion beyond the time specified in Article 3, Paragraph 3.1 A above, may cause the OWNER further damage. Accordingly, after Substantial Completion, if Contractor shall neglect, refuse or fail to complete the remaining Work within the Contract Time, Contractor shall pay Owner the actual costs reasonably incurred by the Owner for each day that expires after the time specified in Article 3, Paragraph 3.1 A for the Work to be completed and made ready for final payment until the Work is completed and ready for final payment. The Owner shall have the right to deduct the amount of any such accruing costs from any monies due the Contractor under this Contract..

ARTICLE 4 CONTRACT PRICE

4.1 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the prices stated in Contractor’s Bid, attached hereto as an exhibit. The amount submitted on the Bid Submission Forms, items 1 through thirteen has a grand total bid amount of $ .

4.2 The total amount will be adjusted by measurement of actual installed quantities in strict conformity with the provisions contained herein.

ARTICLE 5 PROGRESS PAYMENTS

5.1 Applications for Payment shall be processed in accordance with the General Conditions and in accordance with Massachusetts General Law.

5.2 Owner shall make progress payments on account of the Contract Price on the basis of processed Applications for Payment monthly during construction. All progress payments will be measured by a schedule of values.

5.3 Owner shall retain from progress payments 5 percent of the value of Work completed.

ARTICLE 6 CONTRACTOR’S REPRESENTATIONS

6.1 Contractor makes the following representations:

A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents.

B. Contractor has visited the site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Contractor has carefully studied all:

1. reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Specifications and General Conditions

54

Page 55: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

E. Contractor has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by Contractor, and safety precautions and programs incident thereto.

F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents.

G. Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents.

H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents.

I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor.

J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

6.2 Contract Documents

A. The Contract Documents consist of the following:

1. This Agreement;

2. 100% Payment Bond;

3. 100% Performance Bond;

4. Bid Terms and Conditions, Sections 1 through 9 inclusive of specifications section: 02315, 02518; and 02920;

5. Specifications as listed in the Table of Contents of the Invitation for Bid Document;

6. Attachment A: Prevailing Wage Rates as determined by the Commissioner under the provisions of the MGL, Chapter 149, Sections 26 to 27H

7. Attachment B: Drawings consisting of a one page titled ‘Willow Brook Road Sewer & Drain Repair’

8. Addenda (__________________________);

9. Exhibits to this Agreement (enumerated as follows):

55

Page 56: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

a. Contractor’s Bid Submission Form;

b. Documentation submitted by Contractor prior to Notice of Award;

10. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto:

a. Notice to Proceed;

b. Written Amendments;

c. Work Change Directives;

d. Change Order(s).

B. The documents listed in paragraph 7.1.A are attached to this Agreement (except as expressly noted otherwise above).

C. There are no Contract Documents other than those listed above in this Article 7.

ARTICLE 7 MISCELLANEOUS

7.1 Terms

A. Terms used in this Agreement will have the meanings indicated in the Terms and Conditions.

7.2 Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

7.3 Successors and Assigns

A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents.

7.4 Severability

A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

56

Page 57: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One counterpart each has been delivered to Owner and Contractor. All portions of the contract Documents have been signed or identified by Owner and Contractor or on their behalf.

This Agreement will be effective on _______________________, 2010 (which is the Effective Date of the Agreement).

OWNER: Town of Longmeadow CONTRACTOR: By its Town Manager, Robin Crosbie ______________________________ _____________________________ (Signature) (Signature) _____________________________ (Printed Name & Title) _____________________________ (Company) Address: _____________________________ _____________________________ (Superintendent/Department Manager) _____________________________ _____________________________ ______________________________ (Procurement Compliance-M.G.L 149) Phone: _______________________ Fax: _________________________ _____________________________

(Contractor Federal ID or Social Security)

In accordance with M.G.L. C.44, Section 31C, this is to certify that an appropriation in the amount of this contract is available therefor and that the has been authorized to execute the contract and approve all requisitions and change orders. The Org/Object for funds appropriation is: ________________ / ________________

By: ______________________________ (Town Accountant Signature)

57

Page 58: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

CERTIFICATION AS TO PAYMENT OF STATE TAXES

Pursuant to M.G.L.v.62C,S49A, I certify under the penalties of perjury that the Contractor has complied with all laws of the Commonwealth of Massachusetts relating to taxes. ________________________ _________________________ Social Security Number or Signature of Individual or Federal Identification Number Corporate Name

By:_____________________________ Corporate Officer (If applicable)

CERTIFICATE OF VOTE

(Corporations Only) At a duly authorized meeting of the Board of Directors of the

_________________________ held on ____________________it was VOTED that (Name of Corporation) (Date) _________________________ _________________________ (Name) (Officer) of this company, be and hereby is authorized to execute contracts and bonds in the name and on behalf of said company, and affix its corporate seal hereto; and such execution of any contract or obligation in this company’s name on its behalf by such officer under seal of the company, shall be valid and binding upon this company. ________________________ _________________________ Date (Clerk)

58

Page 59: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

CERTIFICATE OF INSURANCE ( PROVIDE AN INSURANCE CERTIFICATE NAMING LONGMEADOW AS INSURED) This is to certify that the ________________________________(Company) has issued the policies listed below, that these policies are written in accordance with the Company's standard policies and endorsements, except as indicated below or as noted in the attachments hereto, which policies and endorsements will be made available to OWNER upon request, that they provide coverage and limits of liability shown with respect to the insurance indicated, that they are in force on this date, that all deductible amounts are indicated below, and that this Certificate is furnished in accordance with and for the purpose of satisfying the requirements of OWNER in connection with the award and performance of a contract or agreement between the Town of _____________ (OWNER) and 1. Name of Insured __________________________________________________________ 2. Address of Insured _______________________________________________________ 3. Location and Description of Work _________________________________________

_________________________________________ Project Contract No. _______ ________________________________________________________________________

Coverage and Limits of Liability (at least as shown below)

_______________________________ Bodily Injury Property Damage

Liability Liability _________________________________________________________________________ Policy Effective Expiration Each Each Number Date Date Occurrence Aggregate Occurrence Aggregate _________________________________________________________________________ A. Owners Protective Liability has been issued at the expense of Above Insured to ___________________________________________________________________ (Owner) _________ ________ _________ $1,000,000 $1,000,000 $1,000,000 $1,000,000 _________________________________________________________________________ B. Comprehensive General Liability _________ ________ _________ $1,000,000 $1,000,000 $1,000,000 $1,000,000 Including: 1. Operations/Premises 2. XCU 3. Products/Completed Operations 4. Contractual as Below 5. Independent Contractors

6. Broad Form Property Damage 7. Personal Injury _______________________________________________________________________________ C. Auto Liability Each Each Each Including: 1. All Owned Person Accident Accident

2. Hired $1,000,000 $1,000,000 $1,000,000 3. Non-owned

_________ ________ _________ _________________________________________________________________________ D. Workman's Compensation

Compensation Statutory State(s) _________ ________ _________ Coverage B Limit $1,000,000 if Applicable _________________________________________________________________________ E. Umbrella Liability _________ ________ _________ $_________________ Aggregate ________________________________________________________________________

F. Builder's Risk Insurance - "All Risk" Completed Value Form $_________________

_________ ________ _________ As Specified in Contract or Agreement ________________________________________________________________________

59

Page 60: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

CERTIFICATE OF NON-COLLUSION

The undersigned certifies under the penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. _____________________________________________________ (Signature of person signing bid or proposal) _____________________________________________________ (Name of Business) _____________________________________________________ (Date)

END OF SECTION

60

Page 61: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

ATTACHMENT C- PLANS

Willow Brook Road Sewer & Drain Repair, Sheet 1 of 1

61

Page 62: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

62

Page 63: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

BID SUBMISSION FORM

INVITATION FOR BID (IFB): WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

COMPANY NAME: ____________________________________________ Provide the following information regarding the proposer’s experience, facilities, available equipment, and references demonstrating completion of similar work. Provide documentation on the following information requested: REFERENCES: Bidder has performed the following similar work. On separate letterhead, provide location, date, type of work, size or cost, and reference contact information including: organization name, contact name and phone number of client and engineer. At minimum 2 references must be supplied.

Requirement: Supply of references. Have 2 or more references been supplied with the bid? Yes_____, No______

Has the Contractor ever failed to complete any work awarded to it? If so, state when, where, and why? State any additional related business experience:

Date Signature Title Company

63

Page 64: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

BID SUBMISSION FORM

INVITATION FOR BID WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS PRICE SUMMARY SHEET: Provide unit pricing in both dollar amounts and written words.

ITEM NO.

ESTIMATED QUANTITY

ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM DOLLARS CENTS

1 Lump sum Mobilization and Demobilization including

all work incidental thereto, the sum of: ($ ) per lump sum

$_________________

2 1 lump sum For clearing and limited grubbing of the site,

including all work incidental thereto, the sum of: ($ ) per lump sum

$_________________

3 71 c.y. For each cubic yard of unclassified

excavation per direction of engineer, including all work incidental thereto, the sum of: ($ ) per cubic yard

$_________________

4 1 ea. For each tree and stump removed diameter

under 24-inches as specified, including all work incidental thereto, the sum of: ($ ) per each

$_________________

5 20 c.y. For each cubic yard of unsuitable material

excavated and hauled off the site to a suitable disposal area, the sum of: ($ ) per cubic yard

$_________________

6 20 c.y. For each cubic yard of ordinary borrow

material hauled and placed on the site, the sum of: ($ ) per cubic yard

$_________________

64

Page 65: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

ITEM NO.

ESTIMATED QUANTITY

ITEM WITH UNIT BID PRICES WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM DOLLARS CENTS

7 330 l.f. For each linear foot of haybales and siltation

fencing, as specified herein including all work incidental thereto, the sum of: ($ ) per linear foot

$_________________

8 40 l.f. For each linear foot of 18-inch Plastic

corrugated drain pipe including fittings and flared-end piece, furnished and placed as specified herein, the sum of: ($ ) per linear foot

$_________________

9 50 s.y. Placed riprap furnished and placed as

specified and shown on the drawing. ($ ) per square yard

$_________________

10 25 s.y. For each square yard of natural roud stone

for stream bed restoration furnished and placed as specified and shown on the drawing: ($ ) per square yard

$_________________

11 50 s.y. For each square yard of geotextile fabric

installed under riprap furnished and placed as specified herein, the sum of: ($ ) per square yard

$_________________

65

Page 66: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

12 20 c.y. For each cubic yard of loaming, furnished

and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per cubic yard

$_________________

13 500 s.y. For each square yard of fertilizing, loam fine grading and seeding, furnished and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per square yard

$_________________

14 50 s.y. For each square yard of loaming, fertilizing, fine grading and seeding with wetland seed mixed, furnished and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per square yard

$_________________

15 1 each For each 48” diameter precast concrete sewer manhole, furnished and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per each

$_________________

16 75 L.F. For each linear foot of 8” diameter DI Class 52 peipe, furnished and placed in the completed work as specified herein including all work incidental thereto, the sum of: ($ ) per linear feet

$_________________

17 75 L.F. For each linear foot of 8” diameter DI Class 52 pipe, completed work as specified herein including all required fittings, proper disposal of the AC pipe and all work incidental thereto, the sum of: ($ ) per linear feet

$_________________

66

Page 67: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

$___________________________________

Grand Total Amount (Sum of total amounts from line 1-17)

The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Town of Longmeadow in the form included in the Bidding Documents: IFB: Willow Brook Drainage and Sewer Repair, to perform all work as specified or indicated in the Bidding Documents for the Grand Total Amount and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ___________________________________ ____________________________________ Signature Date BIDDER INFORMATION: This Bid will be considered subject to appropriations. The right is reserved to reject any and all bids.

Company Name:

Address:

Town, State I Zip: Telephone: Fax: Email:

Signature: ____________________________________________

Print Name and Title:

Date: Federal ID

67

Page 68: WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIRgov.findrfp.com/docs/10307_IFB-WILLOW.BROOK.DRAIN... · drainage and sewer repairs. Complete specifications, directions and bid packet is

BID SUBMISSION FORM

INVITATION FOR BID

WILLOW BROOK ROAD DRAINAGE AND SEWER REPAIR TOWN OF LONGMEADOW, MASSACHUSETTS

ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges the receipt of the following addenda (if any):

_________, ________, _________, _________, _________ CERTIFICATE OF NON-COLLUSION: REQUIRED FORM: The undersigned certifies under the penalties of perjury that this bid or bid has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business partnership, corporation, union, committee, club or other organization, entity or group of individuals. ___________________________________ ________________________ Signature of person submitting contract/bid Date ___________________________________ Name of Business

CERTIFICATE OF TAX COMPLIANCE: Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support.

_________________________ ___________________________ Social Security Number or Signature of Individual or Federal Identification Number Corporate Name

____________________________

Corporate Officer (if applicable)

68