ely way drainage outfall repair - request for...

81
ADDENDUM No.3 for INVITATION FOR BID (IFB) Ely Way Drainage Outfall Repair TOWN OF LONGMEADOW MASSACHUSETTS November 18, 2011

Upload: others

Post on 23-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

ADDENDUM No.3

for

INVITATION FOR BID (IFB)

Ely Way Drainage Outfall Repair

TOWN OF LONGMEADOW

MASSACHUSETTS

November 18, 2011

Page 2: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

This document serves as Addendum No.3 for the Invitation for Bid (IFB) for Ely Way Drainage

Outfall Repair. This Addendum forms part of the IFB and modifies the original document.

Acknowledge the receipt of all addenda numbers issued on the BID SUBMISSION FORM. Failure to do so may subject the bidder to disqualification.

The following changes and/or additions are to be made to the original Invitation for Bid

dated October 13, 2011, Addendum No.1 dated October 13, 2011; and Addendum No.2

dated November 10, 2011:

1) SUPPLY OF BID DOCUMENTS:

The bid submission deadline remains the same as documented in Addendum No. 2 which

is Friday, December 2, 2011 at 12:00 noon. The Invitation for Bid (IFB) document

supplied with this addendum also reflects this same bid deadline. The IFB document is

on the following pages.

Page 3: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

1

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL

REPAIR

TOWN OF LONGMEADOW

MASSACHUSETTS

October 13, 2011

1

Page 4: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

2

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

INDEX:

Legal Notice 3

Scope of Work 4

Bid Terms and Conditions 4-9

1.0 General

2.0 Equality of Materials

3.0 Performance of Services

4.0 Contract Award Requirements

5.0 Compliance with the Law and Regulations

6.0 Bid Pricing

7.0 Compensation

8.0 Job Site Inspection

9.0 Specifications 10-42

00300 Geotechnical Data

02240 Dewatering

02315 Excavation, Backfilling and Compaction

02503 Testing of Sewer and Storm Drain Pipe

02518 Corrugated Polyethylene Drainage Pipe & Fittings

02530 Manholes and Catchbasins

02740 Bitumineous Concrete Pavement

02920 Lawns and Grasses

02960 Pre-Construction Inspection

Attachment A- Prevailing Wage Rates 43-55

Attachment B- Sample Agreement 56-63

Attachment C- Plans:

Ely Way Drain Outfall Repair 64-70

Bid Submission Forms (8 pages) 71-78

2

Page 5: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

3

LEGAL NOTICE:

INVITATION FOR BID (IFB)

ELY WAY DRAINAGE OUTFALL REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

The Town of Longmeadow, MA, is accepting sealed bids for the supply and performance of a Ely

Way Drainage Outfall Repair. 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: Ely Way Drainage Outfall 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: Friday, December 2, 2011 at 12:00 noon. Bids should be labeled “IFB: Ely Way

Drainage Outfall 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 6: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

4

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL 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 repair and slope stabilization that includes but is

not limited to clearing and grubbing, tree and stump removal, installation of

approximately 150 linear feet (lf) of 24-inch corrugated pipe, 2 manhole

structures, 50 square yards (sy) of riprap, 2000 cubic yards (cy) of backfill,

repaving of driveway, placement of erosion and sedimentation control, re-

grading of the site, planting of shrubs, trees, 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 per plan.

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: Ely Way Drainage Outfall 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 MassHighway specifications,

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.

4

Page 7: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

5

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.

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 96 hours (four

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

5

Page 8: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

6

damages in the amount of $100.00 per calendar day for non-

completed work after the completion deadline requirement.

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

6

Page 9: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

7

Successful bidder shall be as fully responsible to the Town for the

acts and omissions of its sub-contractors and of persons either 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 payment bond in the amount of

100% of the contract, and a Performance Bond in the amount of

100% of the contract. The bonds 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

7

Page 10: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

8

subcontractors, employees or agents in the performance of, or as a

result of, the work under this agreement. The contractor and any

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.

8

Page 11: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

9

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

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.

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. Access to the location of the project location

involves access to private property. SCHEDULED ACCESS IS

REQUIRED FOR VISITING THE PROJECT LOCATION. Bidders

can contact the Longmeadow Engineering Department at 413-567-

3400 to coordinate a site visit.

9.0 SPECIFICATIONS

9

Page 12: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

10

SECTION 00300

GEOTECHNICAL DATA

PART 1 GENERAL

1. SUMMARY

A. For the preparation of Bidding Documents, ENGINEER has relied upon the following reports and

tests of subsurface and latent physical conditions of the site. The location of all bore holes is

shown on the Drawings.

B. Soil boring data (shown on drawing sheet-1)

a. The subsurface data are not guaranteed as to accuracy or completeness, nor are they

a part of the Contract Documents.

b. Bidders are cautioned that the subsurface data have been utilized for general design

purposes only. No explicit or implicit representation is made as to the nature of the

materials which may be encountered below the surface of the ground.

c. The making available of this subsurface data to Bidders is not intended to relieve

them from their responsibility to familiarize themselves with the subsurface and

other site conditions.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION – NOT USED

END OF SECTION

10

Page 13: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

11

SECTION 02240

DEWATERING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes

1. General Dewatering

Pipeline Trench Dewatering

B. Related Sections

1. Section 02315 - Excavation, Backfilling and Compaction

2. Section 02320 - Borrow Materials

1.2 SUBMITTALS

A. Prepare dewatering, 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.

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

Test Method

11

Page 14: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

12

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

1. Furnish, install, operate and maintain dewatering 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 system is operational and the excavation may

proceed without disturbance to the final subgrade.

3. Unless otherwise specified, continue dewatering and 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.

12

Page 15: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

13

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 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. Use dams to prevent backwatering of construction areas

i. Gradually dewater and re-water river and stream segments to avoid abrupt changes

in stream flow

j. Segregate clean diversion water from sediment-laden runoff or seepage water

k. Use anti-seep collars around diversion pipes

l. Use upstream sumps to collect groundwater and prevent it from entering the

construction site

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

remove sediment

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

construction area

o. Use appropriate energy dissipaters and erosion control at pipe outlets

p. When using diversion pipes make sure adequate pumping capacity is available to

handle storm flows

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.

13

Page 16: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

14

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

14

Page 17: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

15

SECTION 02315

EXCAVATION, BACKFILLING AND COMPACTION

PART 1 GENERAL

1.1 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

1.2 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

1.3 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.

15

Page 18: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

16

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).

1.4 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. 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.

D. Independent 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. Independent Tester to be approved by the Town and paid for by

Contractor.

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 at

16

Page 19: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

17

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.

1.5 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 2 PRODUCTS

2.1 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.

2.2 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.

2.3 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.

17

Page 20: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

18

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.

2.4 PROCESSED GRAVEL

Backfill material shall be processed gravel meeting the requirements of MassHighway M1.03.1.

2.5 FILTER FABRIC

Geosynthetic fabric for use as wrap around stone bedding material for weep holes and

underdrains to be Mirafi 140N or approved equal.

2.6 GEOGRID

Geosynthetic material for use as gravel backfill reinforcement to be geogrid Tensar TX-5 or

approved equal.

2.7 TEMPORARY STABILIZATION FABRIC

Sloped seeded areas shall be covered with fiber matting such as CS2, jute netting, or any other

open fabric capable of decomposing.

PART 3 EXECUTION

3.1 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.

3.2 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.

18

Page 21: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

19

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.

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.

19

Page 22: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

20

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 in

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

simultaneously.

20

Page 23: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

21

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.

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

21

Page 24: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

22

SECTION 02503

TESTING OF SANITARY SEWER AND STORM DRAINAGE SYSTEMS

PART 1 GENERAL

1. SUMMARY

Section Includes

1. Video inspection of storm drainage systems

PART 2 PRODUCTS

A. Not used

PART 3 EXECUTION

A. TESTING OF GRAVITY SEWER SYSTEMS

1. All gravity sewers shall be tested for allowable leakage by low pressure air test or by an infiltration or

exfiltration water test as described herein.

2. Low Pressure Air Test

i. After completing backfill of a section of pipe, conduct a Line Acceptance Test using

low-pressure air. The test shall be performed according to the specified procedures

and under the supervision of the Engineer. Testing procedures noted in the following

paragraph shall be explicitly followed.

ii. Pneumatic plugs shall be seal tested before being used in the actual test installation.

One length of pipe shall be laid on the ground and sealed at both ends with the

pneumatic plugs to be checked. Air shall be introduced into the plugs to 25 psig. The

sealed pipe shall be pressurized to 5 psig. The plugs shall hold against this pressure

without bracing and without movement of the plugs out of the pipe.

iii. After a manhole reach of pipe has been backfilled and cleaned, and the pneumatic

plugs are checked by the above procedure, the plugs shall be placed in the line at each

manhole and inflated to 25 psig. Low pressure air shall be introduced into this sealed

line until the internal air pressure reaches 4 psig greater than the average back

pressure of any groundwater that may be over the pipe. At least two minutes shall be

allowed for the air pressure to stabilize. After the stabilization period (3.5 psig

minimum pressure in the pipe), the air hose from the control panel to the air supply

shall be disconnected. The portion of the line being tested shall be termed

"Acceptable" if the time required in minutes for the pressure to decrease from 3.5 to

2.5 psig (greater than the average back pressure of any groundwater that may be over

the pipe) shall not be less than the time shown for the given diameters and lengths in

Table 1 (at the end of this section).

iv. Air tests shall cover a 1.0 psig pressure drop; 0.5 psig pressure drop tests are not

acceptable.

22

Page 25: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

23

v. In areas where groundwater is known to exist, install a one-half inch diameter capped

pipe nipple, approximately 10 long, through the manhole wall on top of one of the

sewer lines entering the manhole. This shall be done at the time the sewer line is

installed. Immediately prior to Line Acceptance Test, the groundwater shall be

determined by removing the pipe cap, blowing air through the pipe nipple to remove

any obstructions, and then connecting clear plastic tube to the nipple. The hose shall

be held vertically and a measurement of the height shall be taken after the water has

stopped rising in this plastic tube. The height in feet shall be divided by 2.3 to

establish the pressure in pounds per square inch (psig) that will be added to all

readings. (For example, if the height of water is 11-1/2 feet, then the added pressure

will be 5 psig. This increases the 3.5 psig to 8.5 psig, and the 2.5 psig to 7.5 psig.

The allowable drop of one pound per square inch and the timing remain the same.)

vi. The maximum starting test pressure should not exceed 9 psig, regardless of

groundwater level above the pipe. If the groundwater level is such that the added

pressure would be greater than 5.5 psig (12.7 feet), the pipe section may be tested

using a starting pressure of 9 psig.

vii. Each pipe nipple installed to measure groundwater levels should be recapped

subsequent to the air testing procedure to prevent future infiltration.

viii. As an alternative to installing a pipe nipple in a manhole to measure the height of

groundwater, the Contractor shall excavate a test pit over the pipe to determine the

height of groundwater.

3. Vacuum Test for Manholes - Gravity Sewer Lines

i. After a manhole has been constructed, conduct a Manhole Acceptance Test using the

following vacuum test procedure:

a. Plug all lift holes with an approved non-shrink grout.

b. Plug all pipes entering the manhole, taking care to securely brace the

plug from being drawn into the manhole.

c. The test head shall be placed at the inside of the top of the cone

section and the seal inflated in accordance with the manufacturers'

recommendations.

d. Draw a vacuum of 10 inches of mercury and shut off the vacuum

pump. With the valves closed, the time shall be measured for the

vacuum to drop to 9 inches. The manhole shall pass if the time is

greater than:

2. 1 min. 0 sec. for 0-ft. to 10-ft. deep manholes

3. 1 min. 15 sec. for 10-ft. to 15-ft. deep manholes

4. 1 min. 30 sec. for 15-ft. to 25-ft. deep manholes

ii. If the manhole fails the initial test, necessary repairs shall be made with a non-shrink

grout. Retesting shall proceed until a satisfactory test is obtained.

4. Infiltration/Exfiltration Test

i. All gravity type sewers shall be subjected to either an infiltration or an exfiltration test

unless otherwise specified. The type of test required will be contingent upon

groundwater conditions in the area where lines are to be tested. These tests shall

include losses or gains through manholes as well as through pipe walls and joints, as

well as through house connection fittings and pipe. No building shall be connected to

a newly installed sewer until such time as the sewer has been satisfactorily tested.

23

Page 26: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

24

ii. Where lines are installed in areas having a high groundwater level, an infiltration test

continuing for at least four (4) hours shall be carried out by the Contractor under the

supervision of the Engineer. Various sections of the sewer shall be isolated through

the use of watertight plugs and the quantity of water entering the pipe during a

predetermined time shall be measured. If the conditions are such that groundwater

table varies depending on surrounding influence and time of the year or if the table

elevation is unknown at the time of testing, the Contractor will be required to excavate

test holes as directed by the Engineer.

iii. Where lines are installed in relatively dry areas, an exfiltration test shall be imposed

on the sewer. This test shall be carried out by isolating various sections of the line

through the use of watertight plugs and filling the line with water to a predetermined

level. The loss of water in a predetermined time shall be determined by measuring the

quantity of water required to refill the line to the original level.

iv. The length of line tested at one time shall be as directed by the Engineer and shall be

dependent upon the grade of the sewer.

v. Losses through manholes shall be included in determining the loss in a line. For

exfiltration test, manholes will be filled to the bottom of the cone or flat top section

and allowed to stabilize before beginning test. Refilling to reference line may be

required before commencing test.

vi. The maximum acceptable loss, through either infiltration or exfiltration, shall not

exceed 100 gallons per mile per 24 hours per inch of diameter of the pipe tested.

When two (2) or more pipeline sections are tested at the same time, the allowable

leakage for the shortest section shall be used as the acceptable loss for the entire

length being tested.

5. Allowable Deflection Test for PVC or HDPE Pipe (Sewer or Drain Pipe) - Unless otherwise specified,

all PVC or HDPE Pipe shall be tested for allowable deflection in accordance with the procedure noted

below.

i. Pipe deflection measured not less than sixty days (60) after the backfill has been

completed as specified shall not exceed five (5.0) percent. Deflection shall be

computed by multiplying the amount of deflection (average outside diameter less

twice the average wall thickness diameter when measured) by 100 and dividing by the

nominal diameter of the pipe.

ii. Deflection shall be measured with a rigid mandrel (Go-No-Go) device cylindrical in

shape and constructed with a minimum of nine or ten evenly spaced arms or prongs.

Submit drawings of the mandrel with complete dimensions for each diameter of pipe

to be tested. Hand pull the mandrel through all sewer and drain lines.

iii. Uncover any section of pipe not passing the mandrel and replace the bedding and

backfill to prevent excessive deflection. Retest repaired pipe until acceptable.

6. Test Failures

i. In case leakage or deflection exceeds the above specified amount, locate the failure

and repair them at no expense to the Owner.

ii. Pipelines with shear-type breaks, fishmouths or damaged gaskets, cracked bells or

couplings, hairline fractures, or structural damage shall be replaced in kind.

Mechanical sleeve couplings, poured concrete collars or similar repairs are not

permitted. The use of pressure grouting repair techniques will not be allowed without

the written consent of the Engineer.

24

Page 27: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

25

iii. After repairs have been made, the line shall be re-tested and the process of repairing

and re-testing shall be repeated until results within the above specified limits are

obtained.

7. Alignment of Gravity Sewers and Drains

i. Gravity sewers and drains shall be laid accurately to line and grade.

ii. After completion of the construction, including backfilling, it must be possible to sight

from manhole to manhole THROUGH THE PIPE. This accuracy of laying the pipe

can be easily checked as construction progresses.

iii. In the event that the completed main fails to meet the requirement for alignment

because of horizontal displacement, the Contractor will be allowed to construct

intermediate manholes at his own cost. In the event that the completed sewer main

fails to meet the requirement for alignment because of vertical displacement, remove

and replace the sewer to the proper grades.

8. Video Inspection

i. Video inspection shall be performed upon completion of backfill.

B. PAYMENT FOR TESTS

No separate payment shall be made for preparing or carrying out tests and video inspection of

pipelines or structures. The Contractor shall furnish all materials, equipment, gauges, pumps,

specials, temporary tappings in line, and water or other things required for making the tests. An

allowance for these tests shall be included in the cost for furnishing and installing manholes and

pipe. The manholes and pipe as installed under this Contract will be 100% tested.

25

Page 28: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

26

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:

26

Page 29: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

27

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

27

Page 30: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

28

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

I. No pipe shall be laid in water, in an unsuitable trench or during unsuitable weather conditions.

3.3 VIDEO INSPECTION

A. Drain pipe shall be video inspected and copy of record to be submitted for approval prior to

payment of pipe. No

END OF SECTION

28

Page 31: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

29

SECTION 02530

MANHOLES AND CATCHBASINS

PART 1 GENERAL

1.1 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.

1.2 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.

1.3 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.

1.4 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

29

Page 32: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

30

be carefully inspected before final approval. Cement mortar used for repairs shall have a

minimum compressive strength 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 2 PRODUCTS

2.1 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.

2.2 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.

30

Page 33: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

31

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.

2.3 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.

2.4 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.

2.5 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.

2.6 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.

2.7 MANHOLE CHIMNEYS

31

Page 34: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

32

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.

2.8 DAMPPROOFING

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

concrete structures.

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 3 EXECUTION

3.1 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

32

Page 35: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

33

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 40F 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.

3.2 LEAKAGE TEST

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

02503

3.3 CLEANING

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

final inspection.

END OF SECTION

33

Page 36: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

34

SECTION 02740

BITUMINOUS CONCRETE PAVEMENT

PART 1 GENERAL

1.1 SUMMARY

Section Includes

Bituminous concrete paving.

A. Related Sections

1. Section 02315 - Excavation, Backfilling and Compaction

2. Section 02320 – Borrow material

3. Section 02760 – Pavement Markings

1.2 REFERENCES

A. Commonwealth of Massachusetts Department of Public Works "Standard Specifications for

Highways and Bridges", 1988 Edition as amended.

B. AASHTO Standard Specifications for Transportation Materials and Methods of Sampling and

Testing, 1990 Edition, as amended.

1.3 SUBMITTALS

A. Product information and mix design for each mix specified under this Section.

B. Product data sheets for all additives proposed in the mix design.

C. Certificate indicating the mixes specified meet or exceed the requirements specified herein.

D. Certificate indicating the mix plant conforms to TAI Manual MS-3, Commonwealth of

Massachusetts Department of Public Works "Standard Specifications for Highways and

Bridges".

QUALITY ASSURANCE

Perform Work in accordance with TAI Manual MS-8., Commonwealth of Massachusetts Department

of Public Works "Standard Specifications for Highways and Bridges".

Mixing Plant: Conform to TAI Manual MS-3, Commonwealth of Massachusetts Department of

Public Works "Standard Specifications for Highways and Bridges".

Obtain materials from same source throughout.

PART 2 PRODUCTS

2.1 MATERIALS

A. General

Bituminous materials shall conform to the requirements of these Specifications.

34

Page 37: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

35

Bitumen delivered to a project or to a mix plant must be accompanied by a proper certificate

signed by the producer’s authorized representative. Shipments of material not

accompanied by a certificate will not be accepted for use in the work.

Bituminous Concrete Paving shall be Class I, Type I-1, as specified in Sections 460 and M3.11.0 of

the above referenced Massachusetts Department of Public Works "Standard Specifications for

Highways and Bridges", 1988 edition, as amended.

Cutback Asphalts: Materials shall be blends of asphalts cements and suitable solvents. They shall be

homogeneous, free from water, and conform to the requirements of AASHTO M 81 for the

rapid curing type and AASHTO M 82 for the medium curing type.

Asphalt Primer: Material shall be suitable for priming concrete and masonry surfaces prior to the

application of waterproofing asphalt. It shall conform to the requirements of AASHTO M 116.

Asphalt Emulsions: Materials shall be homogeneous and shall show no separation after mixing within

thirty days after delivery. They shall conform to the requirements of AASHTO M 140 with the

following exception: Viscosity determination will not be required for material sampled at the

point of delivery.

Cationic Emulsified Asphalt: Material shall be a homogeneous for a minimum of 3 months. The

material shall conform to the requirements of AASHTO M 208.

Protective Seal Coat Emulsion: Material shall be a homogeneous emulsion consisting of coal tar pitch

dispersed in water by means of a mineral colloid. Any separation or coagulation of its

components shall be capable of being overcome by moderate stirring. The material shall

contain no asphaltic materials or chemical emulsifiers. When tested according to prescribed

methods it shall meet the following requirements:

Minimum Maximum

Percent Water (AASHTO T 55) 50

Percent Non-Volatile Matter (ASTM D 2939, Sec. 7) 48

Percent Ash in Non-Volatile Matter (ASTM D 2939, Sec.9)

20 45

Percent Solubility of Non-Volatile Matter in CS2 (AASHTO T 44)

40

Resistance to Water (ASTM D 446) No blistering, loss of adhesion or re-emulsification

Resistance to Petroleum Solvents (ASTM D 446 – with Solvents substituted for water)

No penetration and no loss of adhesion

B. Hot Poured Joint Sealer: Sealer shall be composed of a mixture of materials which will form a

resilient and adhesive compound capable of effectively sealing joints in concrete and shall

conform to the requirements of AASHTO M 173.

C. Joint and Crack Sealer, Asphaltic-Fiber: Material shall consist of a blend of asphalt cement

(AC-20) and polyester fibers. The asphalt-fiber blend shall consist of 6% fiber mass to mass of

asphalt.

D. Calcium chloride shall meet requirements of AASHTO M-144 and shall be spread wherever

directed to control dust conditions. The Engineer may direct the Contractor to employ

sprinkling of water in lieu of calcium chloride for dust control.

E. Tack coat shall consist of either emulsified asphalt, Grade MS-1 conforming to Section

M3.03.0, or cutback asphalt, Grade MC-70 or MC-250 conforming to Section M3.02.0 of the

above-referenced Specifications.

35

Page 38: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

36

PART 3 EXECUTION

3.1 PAVING – GENERAL

Install bituminous concrete pavement in accordance with Section 460 of the Massachusetts

Department of Public Works "Standard Specifications for Highways and Bridges", 1988 edition,

as amended.

A. Place binder course as soon as possible after the gravel base has been prepared, shaped and

compacted for Town streets and driveway/sidewalk repair.

B. Place and compact binder course by steel-wheeled rollers of sufficient weight to thoroughly

compact the bituminous concrete.

C. Maintain pavement under this Contract during the guarantee period of one year and promptly

(within 3 days of notice given by the Owner) refill and repave areas which have settled or are

otherwise unsatisfactory for traffic.

D. All pavement thicknesses referred to herein are compacted thicknesses. Place sufficient mix to

ensure that the specified thickness of pavement occurs wherever called for.

E. In no case will pavement be placed until the gravel base is dry and compacted to at least 95%

maximum density at optimum moisture content.

F. No mix shall be placed on wet or damp surfaces.

G. Regardless of any temperature requirements, no mix conforming to the requirements of these

specifications shall be placed after October 31 or before May 1 of any year.

H. All manhole frames, catchbasin frames and utility boxes are to be set to the grade of the binder

course until such time as the top course is placed. Then reset the frames to the grade of the top

course. Frames and utility boxes shall not be allowed to protrude above the surface of the

binder course. All excavated materials removed for raising of the frames and utility boxes are

to be replaced with concrete. This ring of concrete shall be filled flush with the surrounding

binder course.

I. Furnish and spread calcium chloride on disturbed surfaces to control dust conditions.

J. The contact surfaces of curbings, castings, and other structures shall be painted with a tack coat

prior to placement of paving.

K. Along curbs, structures and all other places not accessible with a roller, the paving mixture shall

be thoroughly compacted with tampers. Such tampers shall not weigh less than 25 pounds and

shall have a tamping face no more than 50 square inches in size. The surface of the mixture

after compaction shall be smooth and true to the established line and grade.

L. When the air temperature falls below 50ºF, extra precautions shall be taken in drying the

aggregates, controlling the temperatures of the materials and placing and compacting the

mixtures.

M. No mixtures shall be placed when the air temperature is below 40ºF, or when the material on

which the mixtures are to be placed contains frost or has a surface temperature ENGINEER

considers too low.

N. No vehicular traffic or loads shall be permitted on the newly completed pavement until adequate

stability has been attained and the material has cooled sufficiently to prevent distortion or loss

of fines. If the climatic or other conditions warrant it, the period of time before opening to

traffic may be extended at the discretion of the Engineer.

O. Existing drainage patterns shall not be altered by the new pavement construction unless

otherwise shown on the Drawings.

36

Page 39: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

37

P. Maintain binder course in a condition suitable for traffic throughout the construction period.

Defects shall be repaired within 3 days of notification.

Q. Prepare the binder course for placement of the top course. The binder course shall be regraded,

placing additional bituminous concrete where settling has occurred, repairing the existing surface

and replacing broken or damaged sections at no additional cost to the Owner. The binder course

surface shall be in all respects acceptable to the Engineer before the final pavement is placed. The

surface shall then be broom cleaned.

R. Following preparation of the binder course, apply the tack coat at 0.10 gallons per square yard

and place the top course.

S. Apply joint adhesive to all longitudinal joints for proper adhesion of the new bituminous

concrete pavement to the existing.

T. Pavement markings damaged during the course of the work shall be repaired in accordance with

Section 02760.

3.2 BITUMINOUS CONCRETE TRENCH REPAIR

Upon completion of the pipe trench backfill as specified in Section 02315, place at the top of a

minimum 12 inch gravel base placed and compacted in 2 even lifts, a 2 inch thick bituminous

concrete binder course compacted so the upper surface will provide the proper cross-section

with adjacent pavement. The Contractor will be allowed to backfill trenches to grade with

gravel during the work week, but will be required to install the pavement on these trenches by

the end of the work week. Until such time as the permanent pavement overlay is placed,

maintain all temporary patch areas by filling in any holes which may develop and adding

additional bituminous material to maintain the surface of the temporary patch even with the

adjacent pavement.

After a period of 90 days, or such other period as determined by the Owner, has elapsed since

placement of the trench patch, proceed with the permanent pavement overlay.

3.3 FULL-WIDTH OVERLAY

Prepare the roadway surface prior to the start of spreading bituminous concrete. This shall include but

not be limited to sweeping, repairing, removing of debris, and tack coating the surface of the

road to be overlaid.

Prior to the start of spreading the permanent bituminous concrete overlay, prepare the roadway surface

by placing a shim coat to eliminate surface rutting and settlement.

Prior to the start of spreading the permanent bituminous concrete overlay adjust all structures for the

finish, compacted overlay thickness.

Overlay of Town streets shall be "toed-in" to the existing pavement by sawcutting the width of the

street a 12 inch wide by 3 inch deep groove for the purpose of tying-in the proposed overlay.

Cut the existing pavement by means of a saw; jackhammers will then be used to properly

remove the pavement within the groove. The groove shall be properly tack coated to provide

adequate adhesion to the existing pavement joint.

Immediately after the roadway surface has been prepared, an overlay of Class I bituminous concrete

shall be applied to the Town streets to a minimum depth of 1-1/2 inches.

The finished overlay course shall blend smoothly with all rim elevations of catch basins, manhole

covers, gate box covers and any other utilities and shall in no way interfere with or alter the

existing surface drainage. Driveway aprons which in the opinion of the Engineer are affected by

the overlay shall be overlaid in such a manner to maintain current surface drainage along the

street gutterline. In no case shall surface drainage from the street be shed onto local driveways.

3.4 BITUMINOUS CONCRETE SIDEWALK AND DRIVEWAY REPAIR

37

Page 40: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

38

A. Prior to the start of the work, sawcut the existing pavement in the vicinity of the work to prevent

damage to the pavement outside of the specified paylines and/or the requirements of

construction. Sawcut shall be straight and neat in appearance.

B. Immediately after completing the work, or in no event later than the end of the work day, place

and compact a 12 inch gravel subbase in 2 even lifts to a point 2 inches below the surrounding

area.

A 2 inch thick temporary bituminous concrete top course shall then be placed and compacted so that

the upper surface shall provide the proper cross-section for the driveway or sidewalk. Until

such time as the final pavement is placed, the CONTRACTOR shall maintain all temporary

patch areas by filling any holes that may develop and by adding additional bituminous material

to maintain the surface of the trench even with the adjacent sidewalk or driveway.

During the season when hot mixes are not available, 2 inches of cold patch shall be placed and

compacted as a temporary surface over the trench. The temporary cold patch repair shall be

maintained in good condition until it is excavated and replaced with hot mix.

After a minimum period of 60-90 days after the most recent excavation within the sidewalk or

driveway has passed, or longer if a sufficient period has not elapsed for maximum compaction

to take place, the CONTRACTOR shall remove a sufficient depth of the temporary surfaces and

gravel to provide for the thickness of surface specified. The gravel surface thus exposed shall

be fine graded and thoroughly compacted using mechanical tampers. The edges of the existing

surface that will abut the repair shall be trued up and cut to smooth and even lines at this time.

Cutting shall be done with a saw. The existing paved surface shall be cut back as required by

the ENGINEER to firm ground that has not sloughed or sagged into or toward the excavation.

The permanent bituminous concrete shall consist of two (2) 1-1/2” thick courses, furnished and placed

as hereafter specified.

A 1-1/2” bituminous concrete binder course shall be installed on the gravel base.

A 1-1/2" bituminous concrete top course shall be installed on this binder course, bringing the repaired

trench surface to grade.

C. The top course shall be placed using a paving box specifically designed for the placement of

bituminous concrete.

The mixes shall be placed in accordance with Section 460 of the Massachusetts Department of Public

Works "Standard Specifications for Highways and Bridges", 1988 edition, as amended.

D. Repair shall be neat in appearance and shall blend in with the existing adjoining pavement.

BITUMINOUS CONCRETE BERM REPAIR

E. Install 6” thick compacted gravel base below the area to be repaired.

F. The berm shall match the existing berm as closely as possible and be either Type 1, 2, or 3 as detailed in the Mass. Department of Public Works Construction Standards 1977.

G. Closure between berms installed hereunder and existing berm shall be the same shape and texture as the machine installed bituminous concrete berm.

H. The ends of the existing berm shall be cut with a saw prior to construction of bituminous concrete curb repairs.

I. Construction methods and procedures for bituminous concrete curb shall be in accordance with Section 500 of the Massachusetts Department of Public Works Standard Specifications for Highways and Bridges", 1988 edition, as amended.

END OF SECTION

38

Page 41: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

39

SECTION 02920

LAWNS, GRASSES AND PLANT MATERIALS

PART 1 GENERAL

1.1 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

1.2 REFERENCES

A. ASTM D5539 – Standard Specification for Seed Starter Mix

1.3 QUALITY ASSURANCE

A. Seed shall be placed only between the periods from April 15th to June 1

st, and from August 15

th

to October 1st, unless otherwise approved by the Engineer.

1.4 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.

39

Page 42: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

40

3. Lime and starter fertilizer application rates based on laboratory soil tests.

PART 2 PRODUCTS

2.1 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 and organic

content from 4% to 20%.

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

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.

E. Plant Materials

1. Quantity and location: The quantity of plant materials shall be installed in accordance with

the Final Grading Plan.

PART 3 EXECUTION

3.1 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).

D. Site preparation for trees and shrubs planting shall be in accordance with Section 771 of the

Massachusetts Department of Public Works "Standard Specifications for Highways and

Bridges", 1988 edition, as amended.

3.2 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.

40

Page 43: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

41

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.

D. Furnishing, planting and/or transplanting of shrubs and trees shall be in accordance with Section

771 of the Massachusetts Department of Public Works "Standard Specifications for Highways

and Bridges", 1988 edition, as amended.

E. MAINTENANCE

F. Maintain loamed and seeded areas by mulching, covering, netting, watering, fencing, etc., until

an acceptable stand of vegetation is approved by the Engineer.

G. 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.

H. Maintenance and care of shrubs and plants shall be in accordance with Section 771 of the

Massachusetts Department of Public Works "Standard Specifications for Highways and

Bridges", 1988 edition, as amended.

3.3 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. Upon removal of the haybales and siltation fence, the Contractor shall loam and seed all

disturbed areas.

C. 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.

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

41

Page 44: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

42

SECTION 02960

PRE-CONSTRUCTION INSPECTION

PART 1 GENERAL

1.1 SUMMARY

1. Section Includes preconstruction digital video and report documents of abutting structures

within 100 feet of work area.

1.2 SUBMITTALS

A. Two printed copies of the inspection reports with photos.

B. Two copies of the television inspection video and voice audio recordings saved onto

CD-R/WR or DVD-R media.

PART 2 PAYMENT

A. Payment of the bid price for pre-construction inspections shall be full compensation of all

materials, equipment, tools and labor incidental thereto.

END OF SECTION

42

Page 45: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

43

ATTACHMENT A- PREVAILING WAGE RATES

43

Page 46: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05344

Page 47: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05345

Page 48: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05346

Page 49: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05347

Page 50: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05348

Page 51: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05349

Page 52: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05350

Page 53: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05351

Page 54: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05352

Page 55: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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 1020110613-05353

Page 56: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

AGREEMENT

This Agreement, made this __________________ day of ___________________ in the year two

thousand eleven 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: Ely Way Drainage Outfall Repair

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. The

contractor will have the option to complete paving requirements in the Spring of

2012. All work including paving must be completed by May 30, 2012, the

Substantial Completion date.

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.

54

Page 57: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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.

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

55

Page 58: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

surface or subsurface structures at or contiguous to the Site (except

Underground Facilities) which have been identified in the Specifications and

General Conditions

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: 00300, 02240; 02315; 02503; 02518; 02530; 02740; 02920; and

02960;

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

56

Page 59: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

7. Attachment C: Drawings consisting of a one page titled ‘Ely Way Drainage

Outfall Repair, Longmeadow, MA’

8. Addenda;

9. Exhibits to this Agreement (enumerated as follows):

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.

57

Page 60: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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)

58

Page 61: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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)

59

Page 62: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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

________________________________________________________________________

60

Page 63: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

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

61

Page 64: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

53

ATTACHMENT C

PLANS- Ely Way Drainage Outfall Repair Project, Longmeadow, MA

Sheet 1 to 7 on the following page.

Larger copies of the same plan are available through the following methods:

-Pickup up a hard copy at: Town of Longmeadow, Attn: Chad Thompson-

Procurement Manager,735 Longmeadow St, Suite 101,Longmeadow,MA 01106

-Access the plan online at: www.longmeadow.org , select ‘Government’ from

the toolbar, then select ‘Department’, the select ‘Purchasing’, then select the link

labeled: ‘Bid & RFP Finder’. Select RFP documents with the following title

‘IFB: Ely Way Drainage Outfall Repair’. A file containing the plan will be

available that can be printed utilizing your own print capabilities, or can be

viewed and enlarged while viewing the document online.

62

Page 65: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

63

Page 66: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

64

Page 67: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

65

Page 68: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

66

Page 69: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

67

Page 70: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

68

Page 71: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

69

Page 72: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

54

BID SUBMISSION FORM

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL 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

70

Page 73: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

55

BID SUBMISSION FORM

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL 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 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 20 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 15 ea. For each tree including stump removed DBH

over 6-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:

$_________________

71

Page 74: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

56

ITEM

NO.

ESTIMATED

QUANTITY

ITEM WITH UNIT BID PRICES

WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM

DOLLARS CENTS

($ ) per cubic yard

6 200 c.y. For each cubic yard of ordinary borrow

material excavated, stockpiled and reused on

the site as part of access road construction,

the sum of:

($ ) per cubic yard

$_________________

7 700 c.y. For each cubic yard of gravel backfill

furnished, and placed in 2’ lift with geogrid

reinforcement ( Tensar geogrid TX-5 or

equal) and compacted as specified and

shown on plans.

_________________________________

($ ) per cubic yard

$_________________

8 1,300 c.y. For each cubic yard of gravel backfill

furnished, placed and compacted as specified

and shown on plans.

_________________________________

($ ) per cubic yard

$_________________

9 150 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

$_________________

10 50 s.y. Placed riprap furnished and placed as

specified and shown on plans.

($ ) per square yard

$_________________

11 800 s.y. For each square yard of temporary

stabilization fabric (fiber matting such as

72

Page 75: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

57

ITEM

NO.

ESTIMATED

QUANTITY

ITEM WITH UNIT BID PRICES

WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM

DOLLARS CENTS

CS2 or equivalent) installed over seeded

sloped areas furnished and placed as

specified herein, the sum of:

($ ) per square yard

$_________________

12 250 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 2,200 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 2 each For each frame and grate, furnished and

placed in the completed work as specified

herein including all work incidental thereto,

the sum of:

($ ) per each

$_________________

15 2 each For each frame and cover, furnished and

placed in the completed work as specified

herein including all work incidental thereto,

the sum of:

($ ) per each

$_________________

16 2 each For each 48” diameter precast concrete drain

manhole, furnished and placed in the

73

Page 76: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

58

ITEM

NO.

ESTIMATED

QUANTITY

ITEM WITH UNIT BID PRICES

WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM

DOLLARS CENTS

completed work as specified herein including

all work incidental thereto, the sum of:

($ ) per each

$_________________

17 25 ft For each linear foot of 12” diameter high

density polyethylene smooth interior

corrugated pipe, furnished and placed in the

completed work as specified herein including

all work incidental thereto, the sum of:

($ ) per linear feet

$_________________

18 25 ft For each linear foot of 18” diameter high

density polyethylene smooth interior

corrugated pipe, furnished and placed in the

completed work as specified herein including

all work incidental thereto, the sum of:

($ ) per linear feet

$_________________

19 130 ft For each linear foot of 24” diameter high

density polyethylene smooth interior

corrugated pipe, furnished and placed in the

completed work as specified herein including

all work incidental thereto, the sum of:

($ ) per linear feet

$_________________

20 1 ea. For each of 24” diameter high density

polyethylene smooth interior corrugated

flared end piece, furnished and placed in the

74

Page 77: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

59

ITEM

NO.

ESTIMATED

QUANTITY

ITEM WITH UNIT BID PRICES

WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM

DOLLARS CENTS

completed work as specified herein including

all work incidental thereto, the sum of:

($ ) per each

$_________________

21 2 ea For each evergreen trees B&B 3 to 4 feet

high, furnished, planted, fertilized and

mulched as specified herein including all

work incidental thereto, the sum of:

($ ) per each

$_________________

22 2 ea For each deciduous trees B&B 3 to 4 inches

caliper, furnished, planted, fertilized and

mulched as specified herein including all

work incidental thereto, the sum of:

($ ) per each

$_________________

23 7 ea For each evergreen shrubs B&B, furnished,

planted, fertilized and mulched as specified

herein including all work incidental thereto,

the sum of:

($ ) per each

$_________________

24 15 ea For each deciduous shrubs B&B, furnished,

planted, fertilized and mulched as specified

herein including all work incidental thereto,

the sum of:

($ ) per each

$_________________

25 40 ton For repaving of driveway with hot-mixed

asphalt (HMA), furnished, placed and

compacted as specified herein including all

work incidental thereto, the sum of:

75

Page 78: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

60

ITEM

NO.

ESTIMATED

QUANTITY

ITEM WITH UNIT BID PRICES

WRITTEN IN WORDS & FIGURES

AMOUNT OF ITEM

DOLLARS CENTS

($ ) per ton

$_________________

26 2 house For pre-construction inspections of

structures, as specified herein including all

work incidental thereto, the sum of:

($ ) per house

$_________________

$___________________________________

Grand Total Amount (Sum of total amounts from line 1-26)

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: Ely Way

Drainage Outfall 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: ____________________________________________

76

Page 79: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

61

Print Name and Title:

Date:

Federal ID

77

Page 80: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

[Type text]

62

BID SUBMISSION FORM

INVITATION FOR BID

ELY WAY DRAINAGE OUTFALL REPAIR

TOWN OF LONGMEADOW, MASSACHUSETTS

ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges the receipt of the following addenda (if any):

____1___, ____2___, ____3____, _________, _________

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)

78

Page 81: Ely Way Drainage Outfall Repair - Request for proposalgov.findrfp.com/docs/12924_IFB-Ely.Way.Drainage.Outfall.Repair.A3.pdf · The Town of Longmeadow, MA, is accepting sealed bids

(END ADDENDUM NO.3)