TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS

Size: px
Start display at page:

Download "TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS"

Transcription

1

2 Table of Contents Engineer: Stantec Page 1 of TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Invitation For Bids Instructions To Bidders Form of General Bid Bid Bond Notice of Award Agreement Performance Bond Payment Bond Notice to Proceed General Conditions Supplemental General Conditions 00820a - Change Order 00820b - Application for Payment 00820d - Certificate of Substantial Completion 00820e - Certificate of Final Completion Excerpts from Applicable State Law Attachment A Massachusetts Prevailing Wage Rates DIVISION 1 - GENERAL REQUIREMENTS Summary of Work Measurement and Payment Special Provisions Contract Coordination Maintenance of Flow Dig Safe Field Engineering Permits Standard and Code-Making Organization Preconstruction/Project Meetings Submittals and Substitutions Progress Schedules Shop Drawings, Product Data and Samples Schedule of Values Construction Photographs Quality Control Testing Laboratories Services Temporary Controls Control of Work Dust Control Environmental Protection Traffic Control Products Storage and Protection Product Options and Substitutions Contract Closeout Requirements Final Cleaning Project Record Documents Warranties and Bonds

3 Table of Contents Engineer: Stantec Page 2 of DIVISION 2 - SITE WORK Sewer Data Dewatering Excavation Support Earthwork Rock and Boulder Excavation Exploratory Excavation Slope Protection and Erosion Control Restoration of Sidewalk Curbing Pavement Paint Markings Resurfacing Sanitary Sewage System Sewer Cleaning TV Inspection Chemical Root Control Structural Lining - Cure-in-Place Restoration of Growth Miscellaneous Work and Cleaning Up DIVISION 3 - CONCRETE Non-structural Concrete Grout APPENDIX A. Sanitary Sewer CCTV Inspection Logs B. MWRA Toxic Reduction and Control One-Time-Only Discharge Request C. MWRA Request To Conduct Root Control

4 Table of Contents Engineer: Stantec Page 1 of DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS Section Invitation for Bids Instructions To Bidders Form of General Bid Bid Bond Notice of Award Agreement Performance Bond Payment Bond Notice to Proceed General Conditions Supplemental General Conditions 00820a - Change Order 00820b - Application for Payment 00820d - Certificate of Substantial Completion 00820e - Certificate of Final Completion Excerpts from Applicable State Law Attachment A Massachusetts Prevailing Wage Rates

5 Invitation For Bids Engineer: Stantec Section Page 1 of SECTION INVITATION FOR BIDS Sealed bids for furnishing the following item will be received at the Office of the Purchasing Agent, 149 Main Street, Watertown, MA, 02472, until the time specified below at which time the bids will be publicly opened and read: ITEM BID OPENING Bid: Inflow and Infiltration Removal Project March 23, :00 AM Contract 17-01S In general, the Base Bid of this project includes, but is not limited to 8-inch full length replacement, point repair replacements, service replacements, installation of approximately 290 feet of 6-inch, 3,225 feet of 8-inch, 1,090 feet of 10-inch, 765 feet of 12-inch and 1,190 feet of 15-inch cured-in-place pipe (CIPP) liner, mainline heavy cleaning, and chemical root control. The Additive Alternate work includes CIP lining of sewers and appurtenant work on Porter Street. The project shall be complete within 240 days of the Notice to Proceed. Contract Documents, including Specifications and Drawings, may be obtained by from the Watertown Purchasing Department. Contact the Purchasing Department at purchasing@watertown-ma.gov between 8:00 a.m. 4:00 p.m. starting Friday, February 24, 2017 through to Thursday, March 23, 2017 at 11:00 a.m. Bids will be opened in the Office of the Purchasing Agent on Thursday, March 23, 2017, at 11:00 a.m, Town Hall, Lower Hearing Room, 149 Main Street, Watertown, MA, Each Bid must be accompanied by a bid security consisting of a BID BOND, CASH, or, CERTIFIED CHECK issued by a responsible bank or trust company in the amount of 5% of the bid price. All bids for this project are subject to applicable public bidding laws of Massachusetts, including G.L. c.30, 39M, as amended. It is the intention of the Owner to award the Contract to the lowest qualified responsive bidder. The bidder must submit a bid on the Base Bid (Items 1 thru 18 in the Schedule of Prices) and Additive Alternate No. 1 (Items 19 and 20 in the Schedule of Prices). The Owner reserves the right to award the Contract based on the lowest base bid or the lowest base bid plus Additive Alternate No. 1. Attention is directed to the minimum wage rates to be paid as determined by the Commissioner of Labor and Workforce Development and the weekly payroll record submittal requirements under the provisions of Massachusetts General Laws, Chapter 149, Section 26 through 27D inclusive. Selection of the contractor will be based upon bidder qualifications, including evidence of past performance in similar projects, and bid price. The contract will be awarded to the bidder deemed by the awarding authority to be the lowest responsible and eligible bidder. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays, and legal holidays excluded, after the opening of the bids.

6 Invitation For Bids Engineer: Stantec Section Page 2 of The Town reserves the right to waive any informalities, to accept or reject, in whole or in part any or all bids, or take whatever other action may be deemed to be in the best interest of the Town. Town of Watertown Raeleen Bandini, MCPPO Director of Purchasing END OF SECTION

7 Instructions to Bidders Engineer: Stantec Section Page 1 of Receipt and Opening of Bids SECTION INSTRUCTIONS TO BIDDERS The Town of herein called the Town, acting by and through its Town Manager, will receive sealed Bids for the project known as Infiltration and Inflow Removal Project Contact 17-01S. General bids shall be addressed to Purchasing Department, Office of the Director of Purchasing, Lower Level, 149 Main Street, Watertown, MA, and endorsed "Bid for Construction of Infiltration and Inflow Removal Project will be received at the Office of the Purchasing Agent until 11:00 a.m. prevailing time, on Thursday, March 23, 2017 at which time and place said bids will be publicly opened and read aloud. It is the intention of the Owner to award the Contract to the lowest qualified responsive bidder. The bidder must submit a bid on the Base Bid (Items 1 thru 18 in the Schedule of Prices) and all Additive Alternate No. 1 (Items 19 and 20 in the Schedule of Prices). The Owner reserves the right to award the Contract based on the lowest base bid or the lowest base bid plus the Additive Alternate No. 1. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified will not be considered. The bidder agrees that its bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids. 2. Location and Work to be Done The Base Bid Work consists of but is not limited to 8-inch full length replacement, point repair replacements, service replacements, installation of approximately 290 feet of 6-inch, 3,100 feet of 8-inch, 1,090 feet of 10-inch, 475 feet of 12-inch and 1,190 feet of 15-inch cured-inplace pipe (CIPP) liner, mainline heavy cleaning and chemical root control. The Additive Alternate Work consists of 460 feet of 8-inch cured-in-place pipe liner on Porter Street. The location, general characteristics, and principal details of the Work are indicated on plans entitled: Infiltration and Inflow Removal Project Contract 17-01S dated February 2017 Additional drawings showing details in accordance with which the Work is to be done may be furnished by addendum from time to time during the bidding period by the Town or its Architect/Engineer, and shall then become a part of the Contract Documents. The Contractor shall furnish all labor, services, materials, equipment, plant, machinery, apparatus, appliances, tools, supplies, and all other things necessary to do all work required for the completion of each item of the Work and as herein specified. The Work to be done and paid for under any item shall not be limited to the exact extent mentioned or described but shall include all incidental work necessary or customarily done for the completion of that item. 3. Preparation of Bid Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures.

8 Instructions to Bidders Engineer: Stantec Section Page 2 of Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and endorsed with the name of the project as specified in Receipt and Opening of Bids, above. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in Receipt and Opening of Bids, above. 4. Bid Opening Procedure The following list of requirements shall apply to each filed bid. Bids not meeting all the requirements for timeliness and security will be rejected; bids not meeting signature and addenda requirements will be rejected prior to checking of bid amounts. Bids shall be filed at the place and before the time specified in Receipt and Opening of Bids, above. Properly executed bid security shall be placed in a sealed envelope and shall be attached to the outside of the envelope containing the bid. Bid signatures will be checked. All addenda will be sent certified mail, with return receipt requested, and/or facsimile or to all prospective bidders. All bidders shall include with their bids the written acknowledgment form provided in Section 00300, FORM OF GENERAL BID. The total dollar amount of each bid will be read, and the three apparent lowest bids will be selected for further consideration. These three apparent low bids will be read aloud for the benefit of the other bidders and the bid opening procedure will be closed. All those present at the bid opening may examine all bids after the bid opening and after the reading of the three apparent low bids. 5. Modification Any bidder may modify his bid by written communication at any time prior to the scheduled closing time for receipt of bids. Any telegraphic communication must be received by the Town prior to the closing time, and, provided further, the Town must be satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to the closing time. If written confirmation is not received within two days from the closing time, no consideration will be given to a telegraphic communication. The communication shall not reveal the bid price but shall provide the addition or subtraction or other modification so that the final prices or terms will not be known by the Town until the sealed bid is opened. 6. Ability and Experience of Bidder No award will be made to any bidder who cannot satisfy the Town that he has sufficient ability and experience in this class of work and sufficient capital and plant to enable him to prosecute and complete the work successfully within the time named. The Town's decision or judgment on these matters will be final, conclusive, and binding. The Town may make such investigations as it deems necessary, and the bidder shall furnish to the Town, under oath if so required, all such information and data for this purpose as the Town may request.

9 Instructions to Bidders Engineer: Stantec Section Page 3 of Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 8. Addenda and Interpretations No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally. All information given to bidders other than by means of the plans, specifications, or by addenda, as described below, is given informally and shall not be used as the basis of a claim against the Town. Every request for such interpretation should be in writing addressed to Raeleen Bandini at rbandini@watertown-ma.gov, and to be given consideration must be received at least seven days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, when issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective address furnished by them for such purposes), or sent via facsimile or if time requires. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 9. Security for Faithful Performance Simultaneously with his delivery of the executed Contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor and materials under this contract as specified in Section 00700, GENERAL CONDITIONS included herein. The surety on such bond or bonds shall be a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Town. The bonds shall remain in force for one year after final acceptance of the work by the Town, unless the Town, in writing, releases the Contractor from the obligation sooner. 10. Power of Attorney Attorneys-in-fact who sign Contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 11. Laws and Regulations The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances or bylaws, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the Contract the same as though written out in full. Attention is directed to Section and to other applicable sections of the Contract Documents. 12. Goals for Construction: Minority-owned Business Enterprise (MBE), Women-owned Business Enterprise (WBE) and Equal Opportunity policies of the Massachusetts Water Resources Authority (MWRA) are

10 Instructions to Bidders Engineer: Stantec Section Page 4 of applicable to this Contract. The CONTRACTOR shall comply with all applicable laws and regulations pertaining to nondiscrimination, equal opportunity and affirmative action, including without limitation executive orders and rules and regulations of federal and state agencies of competent jurisdiction. The Bidder shall make positive efforts to achieve: (1) a minority employee work force goal of percent, (2) a woman employee work force goal of 6.90 percent, (3) a goal of 7.24 percent participation of Minority-owned Business Enterprise(s), and (4) a goal of 3.60 percent participation of Woman-owned Business Enterprise(s) within project contracts. At a minimum the community should allow MBEs and WBEs the maximum feasible opportunity to compete for subagreements performed under the project. 13. Project Inspections The Contractor shall make the project site and all project records available to MWRA staff for review during the course of the project. MWRA staff will periodically monitor the progress of work to insure that the project is: (1) proceeding substantially as defined in the Scope of Work / Project Schedule sections of the executed MWRA I/I Local Financial Assistance Agreement; and (2) proceeding in a manner which will produce the quantitative I/I reduction result which the community estimated would be achieved in the executed MWRA I/I Local Financial Assistance Application. 14. Project Audit Provisions: The community, the community s engineer(s), and the community s contractor(s) shall maintain books, records, documents, and other evidence directly related to the performance on all work in accordance with generally accepted professional practice and appropriate accounting procedures and practices. The community, the community s engineer(s), and the community s contractor(s) shall also maintain the financial information and data used by the engineer(s), and the community s contractor(s) in the preparation or support of project invoices and associated progress reports. The Town and any other duly authorized person shall have access to such books, records, documents, and other evidence for inspection, audit, and copying. The community, the engineer(s), and the community s contractor(s) shall provide proper facilities for such access and inspection. All documents shall be kept for at least seven (7) years after the final payment to the engineer(s) or contractor(s), or at least seven (7) years after closeout of the project, whichever is later. The community shall agree to include the wording of the above paragraph in all contracts and subcontracts with third party contractors, vendors and service providers related to this project. 15. Chapter 306 of the Acts of 2004: The Contractor shall comply with Chapter 306 of the Acts of AN ACT RELATIVE TO THE HEALTH AND SAFETY ON PUBLIC CONSTRUCTION PROJECTS. Be it enacted by the Senate and House of Representatives in General Court assembled, and by the authority of the same, as follows: SECTION 1. Section 39M of Chapter 30 of the General Laws, as appearing in the 2002 Official Edition, is hereby amended by striking out subsection (c) and inserting in place thereof the following subsection:- (c) The term "lowest responsible and eligible bidder" shall mean the bidder: (1) whose bid is the lowest of those bidders possessing the skill, ability and integrity necessary for the faithful

11 Instructions to Bidders Engineer: Stantec Section Page 5 of performance of the work; (2) who shall certify, that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (3) who shall certify that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; (4) who, where the provisions of section 8B of chapter 29 apply, shall have been determined to be qualified thereunder; and (5) who obtains within 10 days of the notification of contract award the security by bond required under section 29 of chapter 149; provided that for the purposes of this section the term "security by bond" shall mean the bond of a surety company qualified to do business under the laws of the commonwealth and satisfactory to the awarding authority. SECTION 2. Said chapter 30 is hereby amended by inserting after section 39R the following section:- Section 39S. (a) As used in this section the word "person" shall mean any natural person, joint venture, partnership corporation or other business or legal entity. Any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, alteration, remodeling or repair of any public work by the commonwealth, or political subdivision thereof, or by any county, city, town, district, or housing authority, and estimated by the awarding authority to cost more than $10,000, and any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, installation, demolition, maintenance or repair of any building by a public agency, estimated to cost more than $10,000, shall certify on the bid, or contract, under penalties of perjury, as follows: (1) that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. (b) Any employee found on a worksite subject to this section without documentation of successful completion of a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration shall be subject to immediate removal. (c) The attorney general, or his designee, shall have the power to enforce this section including the power to institute and prosecute proceedings in the superior court to restrain the award of contracts and the performance of contracts in all cases where, after investigation of the facts, he has made a finding that the award or performance has resulted in violation, directly or indirectly, of subsection (b), and he shall not be required to pay to the clerk of the court an entry fee in connection with the institution of the proceeding. SECTION 3. Paragraph E of subdivision (2) of section 44E of chapter 149 of the General Laws, as so appearing, is hereby amended by striking out the second paragraph and inserting in place thereof the following paragraph:- The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for

12 Instructions to Bidders Engineer: Stantec Section Page 6 of each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A. SECTION 4. Paragraph I of subdivision (2) of section 44F of said chapter 149, as so appearing, is hereby amended by striking out the first paragraph and inserting in place thereof the following paragraph:- The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards of subcontracts subject to section 44F. SECTION 5. This act shall take effect on July 1, House of Representatives, July 30, This Bill having been returned by His Excellency the Governor with his objections thereto in writing (see House 5023) has been passed by the House of Representatives, notwithstanding said objections, two-thirds of the House (154 yeas to 0 nays) having agreed to pass the same. Sent to the Senate for its action. Thomas M. Finneran, Speaker. Steven T. James, Clerk. Senate, July 31, Passed by the Senate, notwithstanding the objections of His Excellency the Governor, twothirds of the members present (37 yeas to 0 nays) having approved the same. Robert E. Travaglini, President. William F. Welch, Clerk. Office of the Secretary August 17, Liquidated Damages for Failure to Enter into Contract The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 days after presentation thereof by the Town, shall forfeit to the Town, as liquidated damages for such failure or refusal, the security deposited with his/her bid, but the amount forfeited shall not exceed the difference between his/her bid price and the bid price of the next lowest responsible and eligible bidder. In case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other similar unforeseen circumstances affecting the bidder, his/her bid deposit will be returned. 17. Obligation of Bidder At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect of his bid. 18. Information Not Guaranteed All information given in the Contract Documents relating to subsurface and other conditions, natural phenomena, existing pipes, and other structures is from the best sources at present available to the Town. All such information is furnished only for the information and convenience of bidders and is not guaranteed.

13 Instructions to Bidders Engineer: Stantec Section Page 7 of It is agreed and understood that the Town does not warrant or guarantee that the subsurface or other conditions, natural phenomena, existing pipes, or other structures encountered during construction will be the same as those indicated in the Contract Documents. If is further agreed and understood that no bidder or Contractor shall use or be entitled to use any of the information made available to him or obtained in any examination made by him in any manner as a basis of or ground for any claim or demand against the Town or the Architect/Engineer, arising from or by reason of any variance which may exist between the information made available and the actual subsurface or other structures actually encountered during the construction work, except as may otherwise be expressly provided for in the Contract Documents. 19. Bid Security Each bid and sub-bid must be accompanied by bid security in the form of a certified check, a bid bond, cash, or a treasurer's or cashier's check, payable to the Town, in the amount of five (5) percent of the value of the bid. Such security of general bidders will be returned to all except the three lowest responsible and eligible bidders within five days, Saturdays, Sundays, and legal holidays excluded, after the opening of bids, and the remaining securities will be returned promptly after the Town and the accepted bidder have executed the Contract, or if no notice of intent to award has been presented to the selected contractor within 30 days, Saturdays, Sundays and holidays excluded, after the date of the opening of bids, upon demand of the bidder at any time thereafter. 20. Right to Reject Bid The Town reserves the right to waive any informalities in bids and to reject any and all bids, should the Town deem it to be in the public interest to do so. The Town may also reject bids which in its sole judgment are either incomplete, conditional, obscure or not responsive or which contain additions not called for, erasures not properly initialed, alterations, or similar irregularities. 21. Time for Completion The successful general bidder must agree to commence work within ten (10) days of the date specified in the Notice to Proceed and to fully complete the project within the time limit stated in Section 00300, FORM OF GENERAL BID. 22. Comparison of Bids Bids will be compared on the basis of prices set forth in the bid forms. In the event that there is a discrepancy between the lump sum or unit prices written in words and figures, the prices written in words will govern. 23. Award of Contract The Contract will be awarded to "the lowest responsible and eligible bidder" pursuant to General Laws Chapter 30, Section 39M as amended. Such a bidder shall possess the skill, ability and integrity necessary for the faithful performance of the work, shall be able to furnish labor that can work in harmony with all other elements of labor employed, or to be employed, in the work, and shall otherwise comply with all applicable provisions of law. Contract award shall be subject to availability of an appropriation for funding.

14 Instructions to Bidders Engineer: Stantec Section Page 8 of Statutes Regulating Competitive Bidding Any bid which does not comply with the provisions of Massachusetts General Laws Chapter 30 Section 39M, as amended, need not be accepted and the Town may reject every such bid. 25. Wage Rates Prevailing Wage Rates as determined by the Commissioner of Department of Labor and Workforce Development under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27G, as amended, apply to this project. It is the responsibility of the bidder, before bid opening, to request any additional information on Prevailing Wage Rates for those tradespeople who may be employed for the proposed work under this contract. State schedules of Prevailing Wage rates are included in the Appendix of the Specifications. 26. Contractor Records The Contractor shall comply with the provisions of Massachusetts General Laws, Chapter 30, Section 39R concerning Contractor records. 27. Insurance The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified in the General Conditions and in such form as shall protect him performing work covered by this Contract, and the Town of Watertown and its employees, agents and officials, from all claims an liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this Contract. The Town shall be named as an additional insured. The Contractor covenants and agrees to hold the Town and its employees, agents and officials harmless from loss or damage due to claims for bodily injury or death and/or property damage arising from, or in connection with, operations under this Contract. 28. Project Manager In addition to a project Architect/Engineer, the Town may utilize the services of a project manager, whose duties shall be as set forth in the Agreement for Project Manager Services. END OF SECTION

15 Form of General Bid Engineer: Stantec Section Page 1 of 10 SECTION FORM OF GENERAL BID Bid of (hereinafter called "Bidder")* ( ) ( ) ( ) ( ) a corporation, organized and existing under the laws of the state of. a partnership a joint venture an individual doing business as To the Town of (hereinafter called "Town"). Gentlemen: A) The undersigned Bidder, in compliance with your invitation for bids for the project known as Infiltration and Inflow Removal Project Contract 17-01S, having examined the plans and specifications and related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents and the plans and specifications within the time set forth below, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this bid is a part. The Bidder hereby agrees to commence work on or before the date to be specified in written "Notice to Proceed" of the Town, and to fully complete the project within 240 consecutive calendar days thereafter. The Bidder further agrees to pay as liquidated damages the sum of One Thousand Five Hundred Dollar ($1,500.00) for each consecutive calendar day thereafter that the work is not complete as provided in Section GENERAL CONDITIONS. *Specify corporation, partnership or individual as applicable.

16 Form of General Bid Engineer: Stantec Section Page 2 of 10 B) Bidder acknowledges receipt of and this bid includes the following addenda: No. No. No. No. Dated: Dated: Dated: Dated: C) BID SCHEDULE Item No. Approx. Qty. Item and Unit Prices Bid Unit Prices Dollars Cents Amount Dollars Cents BASE BID 1A 290 L.F. 6-inch CIPP Lining, Furnish and Install per linear foot 1B 3,100 L.F. 8-inch CIPP Lining, Furnish and Install per linear foot 1C 1,090 L.F. 10-inch CIPP Lining, Furnish and Install per linear foot 1D 475 L.F. 12-inch CIPP Lining, Furnish and Install per linear foot 1E 1,190 L.F. 15-inch CIPP Lining, Furnish and Install per linear foot

17 Form of General Bid Engineer: Stantec Section Page 3 of 10 Item No. Approx. Qty. Item and Unit Prices Bid Unit Prices Dollars Cents Amount Dollars Cents EA LF. Reinstate Existing Sewer Services per each 8-Inch Sewer Full Length Replacement per linear foot 4 1 EA. 15-Inch Sewer Point Repair Replacement per each 5 3 EA. Furnish and Install D.I. Service Connection Fitting per each L.F. 6-Inch Sewer Service Lateral Replacement per linear foot 7 1,100 L.F. Heavy Cleaning and CCTV of 8-inch through 12-inch Sewer per linear foot L.F. Chemical Root Control per linear foot

18 Form of General Bid Engineer: Stantec Section Page 4 of 10 Item No. Approx. Qty. Item and Unit Prices Bid Unit Prices Dollars Cents Amount Dollars Cents 9 25 C.Y C.Y C.Y C.Y C.Y. Rock Excavation per cubic yard Sand and Gravel Borrow per cubic yard Gravel Subbase per cubic yard Ordinary Borrow per cubic yard Excavation and Replacement of Unsuitable Material per cubic yard 14 4 EA S.Y. Calcium Chloride per 50 lb. bag 4-Inch Temporary Trench Paving per square yard

19 Form of General Bid Engineer: Stantec Section Page 5 of 10 Item No. Approx. Qty. Item and Unit Prices Bid Unit Prices Dollars Cents Amount Dollars Cents S.Y HRS L.S. 4-Inch Permanent Trench Paving per square yard Uninformed Traffic Officers Fifty and 00/00 per hour Mobilization* lump sump TOTAL BASE BID *Note: The lump sum price for mobilization shall not exceed five percent (5%) of the Total of Bid Items 1 through 17. $50 00 $33, ADDITIVE ALTERNATE NO. 1 PORTER STREET L.F. 8-inch CIPP Lining, Furnish and Install per linear foot EA. Reinstate Existing Sewer Services per each TOTAL ADDITIVE ALTERNATE NO. 1

20 Form of General Bid Engineer: Stantec Section Page 6 of 10 The Bidder agrees to perform the bid work described in the specifications and shown on the plans for the following contract price (Base Bid): $. Should the Owner award both the Base Bid and Additive Alternate No. 1, the Bidder agrees to perform the bid work described in the specifications and shown on the plans for the following contract price (Base Bid plus Additive Alternate No. 1): $. The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. The Bidder understands that all bids for this project are subject to the applicable bidding laws of the Commonwealth of Massachusetts, including General Laws Chapter 30, Section 39M, as amended. The Bidder understands that the Town reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 30 days, Saturdays, Sundays and legal holidays excluded, after the opening of bids. Within 10 days of receipt of the written notice of acceptance of this bid, the Bidder will execute the formal Agreement set forth in Section CONTRACT. Bid security is attached in the sum of five percent (5%) of the total bid in accordance with the conditions of Section INSTRUCTIONS TO BIDDERS. The bid security may become the property of the Town in the event the contract and bond are not executed within the time set forth above. The selected Contractor shall furnish a performance bond and a payment bond in an amount at least equal to one hundred percent (100%) of the contract price in accordance with Section PERFORMANCE BOND, Section PAYMENT BOND, and as stipulated in Section GENERAL CONDITIONS of the specifications. The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all the requirements of the plans and specifications. 1. Have been in business under present name for years. 2. The names and addresses of all persons interested in the bid (if made by a partnership or corporation) as principals, are as follows:

21 Form of General Bid Engineer: Stantec Section Page 7 of 10 (attach supplementary list if necessary)

22 Form of General Bid Engineer: Stantec Section Page 8 of 10 a. 3. The bidder is requested to state below what work of a similar character to that included in the proposed contract he has done, and give references that will enable the Town to judge his experience, skill and business standing (add supplementary page if necessary). Completion Project Contract Design Reference Telephone Date Name Amount Engineer Name No. b. c. d. e. f.

23 Form of General Bid Engineer: Stantec Section Page 9 of Bank reference (Name) (Bank) (Address) (Telephone No.) Pursuant to M.G.L. CH. 62C, Sec. 49A, I certify hereby in writing, under penalties of perjury, that the within named Bidder/Contractor has complied with all laws of the commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting of child support. The undersigned Bidder hereby certifies under penalties of perjury, as follows: (1) that he/she is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. The undersigned certifies under penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this paragraph the word person shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned bidder hereby certifies, under pains and penalties of perjury, that the foregoing bid is based upon the payment to laborers to be employed on the project of wages in an amount no less that the applicable prevailing wage rates established for the project by the Massachusetts Department of Labor and Workforce Development. The undersigned bidder agrees to indemnify the awarding authority for, from and against any loss, expense, damages, actions or claims, including any expense incurred in connection with any delay or stoppage of the project work arising out of or as a result of (1) the failure of the said bid to be based upon the payment of the said applicable prevailing wage rates or (2) the failure of the bidder, if selected as the contractor, to pay laborers employed on the project the said applicable prevailing wage rates.

24 Form of General Bid Engineer: Stantec Section Page 10 of Date: Respectfully submitted: By: (Signature) (Type Name of Bidder) (Title) (Business Address) (City and State) (Telephone Number) END OF SECTION

25 Bid Bond Engineer: Stantec Section Page 1 of SECTION BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the Department of Public Works, Town of as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of, The Condition of the above obligation is such that whereas the Principal has submitted to the Department of Public Works, Watertown, MA, a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing, for the construction of the Infiltration and Inflow Removal Project Contract 17-01S,. NOW, THEREFORE, (a) (b) If said BID shall be rejected, or If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year set forth above. (L.S.) Principal Surety By: IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the project is located. END OF SECTION

26 Notice of Award Engineer: Stantec Section Page 1 of To: SECTION NOTICE OF AWARD PROJECT Description: CONSTRUCTION OF THE INFILTRATION AND INFLOW REMOVAL PROJECT CONTRACT 17-01S DEPARTMENT OF PUBLIC WORKS WATERTOWN, MA The OWNER has considered the Bid submitted by you for the above described Work in response to its Advertisement for Bids dated, and Information for Bidders. You are hereby notified that your Bid has been accepted at the Contract Bid Price of $. You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR's Performance Bond, Payment Bond and certificates of insurance within five (5) days, excluding Saturdays, Sundays and legal holidays from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within the five (5) days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your Bid as abandoned and as a forfeiture of your Bid Security. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the OWNER. Dated this day of, Department of Public Works (OWNER)

27 Notice of Award Engineer: Stantec Section Page 2 of by. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this the day of, By Title END OF SECTION

28 Agreement Engineer: Stantec Section Page 1 of SECTION AGREEMENT THIS AGREEMENT, made this day of, 2017, by and between the party of the first part, the Town of Watertown, hereinafter called "TOWN or : OWNER" acting herein through its Town Manager, and the party of the second part, doing business as *(an individual) (a partnership) (a joint venture) (a corporation) located in the Town of, County of, and State of, hereinafter called "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the TOWN, the CONTRACTOR hereby agrees with the TOWN to commence and complete the project described as follows: Infiltration and Inflow Removal Project, hereinafter called the Project, for the sum of Dollars ($ ) and all extra work in connection therewith, under the terms as stated in the Contract Documents; and at his (it s or their) own proper cost and expense to furnish all the materials, supplies, machinery equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in Section FORM OF GENERAL BID, Section GENERAL CONDITIONS, and Section SUPPLEMENTAL GENERAL CONDITIONS, the plans, which include all maps, plates, blue prints, and the specifications and Contract Documents as prepared by the Town. The CONTRACTOR hereby agrees to commence work under this Contract on or before a date to be specified in written "Notice to Proceed" of the TOWN. The CONTRACTOR further agrees to fully complete the project within 240 consecutive calendar days of the date specified in the Notice to Proceed. The CONTRACTOR further agrees to pay as liquidated damages the sum of $ 1, for each consecutive calendar day thereafter as provided in the Liquidated Damages Paragraph of Article 8 of Section GENERAL CONDITIONS. The CONTRACTOR agrees not to discriminate against or exclude any person from participation herein on grounds of race, religion, color, sex, age or national origin; and that it shall take affirmative actions to ensure that applicants are employed, and that employees are treated during their employment, without regard to race, religion, color, sex, age, handicapped status, or national origin. The CONTRACTOR agrees not to participate in or cooperate with an international boycott, as defined in Section 999 (b)(3) and (4) of the Internal Revenue Code of 1986, as amended, or engage in conduct declared to be unlawful by Section 2 of Chapter 151E of the Massachusetts General Laws. The TOWN agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions, as provided in Section GENERAL CONDITIONS, and to make payments on account thereof as provided in the Estimates and Payments Paragraph of Article 9 of Section GENERAL CONDITIONS. Minority-owned Business Enterprise (MBE), Women-owned Business Enterprise (WBE) and Equal Employment Opportunity policies of the Massachusetts Water Resources Authority (MWRA) and the Town of Belmont are applicable to this Contract. The Contractor shall comply with all applicable laws and regulations pertaining to nondiscrimination, equal opportunity and affirmative action, including without limitation executive orders and rules and regulations of federal and state

29 Agreement Engineer: Stantec Section Page 2 of agencies of competent jurisdiction. The Contractor shall make positive efforts to achieve: (1) a minority employee work force hour goal of 10.0 percent, (2) a woman employee work force hour goal of 6.9 percent, (3) a goal of 7.24 percent participation of Minority-owned Business Enterprises(s), and (4) a goal of 3.6 percent participation of Woman-owned Business Enterprise(s) within project contracts. All MBEs and WBEs shall be certified by the Commonwealth of Massachusetts under the provisions certified by the State Office of Minority and Women Business Assistance (SOMWBA). At a minimum MBEs and WBEs shall have the maximum feasible opportunity to compete for subagreements performed under the project. The Contractor shall make the project site and all project records available to MWRA staff for review during the course of the project. MWRA staff will periodically monitor the progress of work to insure that the project is: (1) proceeding substantially as defined in the Scope of Work / Project Schedule sections of the executed MWRA I/I Local Financial Assistance Agreement; and (2) proceeding in a manner which will produce the quantitative I/I reduction result which the community estimated would be achieved in the executed MWRA I/I Local Financial Assistance Application. IN WITNESS WHEREOF, the parties to these presents have executed this contract in two (2) counterparts, each of which shall be deemed an original, in the year and day first above mentioned.

30 Agreement Engineer: Stantec Section Page 3 of AGREED: TOWN OF WATERTOWN, MASSACHUSETTS (Town) By CONTRACTOR: Michael J. Driscoll (Name) Town Manager (Title) By (Name) (Title) (Address) Approved as to Form: (City and State) By Town Attorney In accordance with M.G.L. C.44, Section 31C, this is to certify that an appropriation in the amount of this contract is available therefore and that the has been authorized to execute the contract and approve all requisitions and change orders. By Auditor

31 Agreement Engineer: Stantec Section Page 4 of CERTIFICATE OF VOTE (to be filed if Contractor is a Corporation) I,, hereby certify that I am the duly qualified (Secretary of the Corporation) and acting Secretary of (Name of Corporation) and I further certify that a meeting of the Directors of said Company, duly called and held on (Date of Meeting), at which all Directors were present and voting, the following vote was unanimously passed: VOTED: To authorize and empower Anyone acting singly, to execute Forms of General Bid, Contracts or Bonds on behalf of the Corporation. I further certify that the above vote is still in effect and has not been changed or modified in any respect. A True Copy: By: (Secretary of Corporation) Attest: (Notary Public) My Commission Expires: (Date)

32 Agreement Engineer: Stantec Section Page 5 of CERTIFICATIONS REQUIRED BY LAW FOR PUBLIC CONSTRUCTION CONTRACTS You must COMPLETE and SIGN the following certifications. You must also print, at the bottom of this page, the name of the contractor for whom these certifications are submitted. TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A(b), I, the undersigned, authorized signatory for the below named contractor, do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. NON-COLLUSION The undersigned certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person'' shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. PUBLIC CONTRACTOR DEBARMENT The undersigned certifies under penalty of perjury that the below named contractor is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. OSHA TRAINING Pursuant to G.L. c. 30, 39S, the Contractor hereby certifies under penalties of perjury as follows: (1) Contractor is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) All employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and they shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) All employees to be employed in the work subject to this contract have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. COMPLETE AND SIGN BELOW: Authorized Person s Signature Date Print Name & Title of Signatory Name of Contractor END OF SECTION

33 Performance Bond Engineer: Stantec Section Page 1 of 3 SECTION PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) a hereinafter called Principal and (Corporation, Partnership, Joint Venture or Individual) of, State of (Surety) (City & State) hereinafter called the "Surety" and licensed by the State Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of, hereinafter called "Town", in the sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of, 20 (the Construction Contract ), for the construction described as follows: Infiltration and Inflow Removal Project. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of the Construction Contract during the original term thereof, and any extensions thereof which may be granted by the Town, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under the Construction Contract, and shall fully indemnify and save harmless the Town from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Town all outlay and expense which the Town may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the Surety s obligation under this Bond shall arise after (1) the Town has declared the Principal in default of the Construction Contract or any provision thereof or (2) has declared that the Principal has failed, or is otherwise unable or unwilling, to execute the work consistent with, and in conformance to, the Construction Contract (collectively referred to as a Contractor Default ). The determination of a Contractor Default shall be made solely by the Town. The Town need not terminate the Construction Contract to declare a Contractor Default or to invoke its rights under this Bond.

34 Performance Bond Engineer: Stantec Section Page 2 of 3 When the Surety s obligation under this Bond arises, the Surety, at its sole expense and at the consent and election of the Town, shall promptly take one of the following steps: (1) arrange for the Principal to perform and complete the work of the Construction Contract: (2) arrange for a contractor other than the Principal to perform and complete the work of the Construction Contract; (3) reimburse the Town, in a manner and at such time as the Town shall decide, for all costs and expenses incurred by the Town in performing and completing the work of the Construction Contract. Surety will keep Town reasonably informed of the progress, status and results of any investigation of any claim of the Town. If the Surety does not proceed as provided in this Bond with due diligence and all deliberate speed, the Surety shall be deemed to be in default of this Bond, and the Town shall be entitled to enforce any remedy available to the Town. After the Surety s obligation under this Bond arises, the Surety is obligated, to the limit of the amounts of this Bond, for (1) the correction of defective work and completion of the Construction Contract; (2) additional design, professional services, and legal costs, including attorneys fees, resulting from the Contractor Default or from the default of the Surety under this Bond; (3) any additional work beyond the Construction Contract made necessary by the Contractor Default or default of the Surety under this Bond; (4) indemnification obligation of the Principal, if any, as provided in the Construction Contract; and (5) liquidated damages as provided in the Construction Contract, or if none are so specified, actual and foreseeable consequential damages resulting from the Contractor Default or default of the Surety under this Bond. Any proceeding, legal or equitable, under this Bond shall be instituted in any court of competent jurisdiction in the Commonwealth of Massachusetts. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Construction Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Construction Contract or to the work or to the specifications.

35 Performance Bond Engineer: Stantec Section Page 3 of 3 IN WITNESS WHEREOF, this instrument is executed in ( ) counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: Principal (Principal Secretary) By (Address-Zip Code) (SEAL) Witness as to Principal (Address-Zip Code) ATTEST: By Surety (Attorney-in-Fact) (SEAL) Witness as to Surety (Address-Zip Code) (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. END OF SECTION

36 Payment Bond Engineer: Stantec Section Page 1 of 2 SECTION PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) a (Corporation, Partnership, Joint Venture or Individual) hereinafter called "Principal" and of, (Surety) State of hereinafter called the Surety and licensed by the State (City and State) Division of Insurance to do business under the laws of the Commonwealth of Massachusetts, are held and firmly bound to the Town of, Massachusetts, hereinafter called "Town", in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Town, dated the day of, 20, for the construction described as follows: NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the work or to the specifications.

37 Payment Bond Engineer: Stantec Section Page 2 of 2 PROVIDED, FURTHER, that no final settlement between the Town and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in ( ) counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: Surety By (Attorney-in-Fact) (SEAL) Witness as to Surety (Address-Zip Code) (Address-Zip Code) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is a Partnership, all partners should execute Bond. END OF SECTION

38 Notice to Proceed Engineer: Stantec Section Page 1 of SECTION NOTICE TO PROCEED To: Date: Project: CONSTRUCTION OF THE INFILTRATION/INFLOW REMOVAL PROJECT CONTRACT 17-01S WATERTOWN, MA You are hereby notified to commence Work in accordance with the Agreement dated, 20 on or before, 20 and you have fully completed the Work within 240 consecutive calendar days thereafter. The date of completion of all Work is therefore, 20. Department of Public Works ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged By: this the of day, 20 By: Title: END OF SECTION

39 General Conditions Engineer: Stantec Section Page 1 of SECTION GENERAL CONDITIONS ARTICLE 1 - GENERAL PROVISIONS ARTICLE 2 - ADMINISTRATION OF THE CONTRACT ARTICLE 3 - TOWN ARTICLE 4 - CONTRACTOR ARTICLE 5 - SUBCONTRACTORS ARTICLE 6 - CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS ARTICLE 7 - CHANGES IN THE WORK / CLAIMS FOR ADDITIONAL COSTS ARTICLE 8 - TIME ARTICLE 9 - PAYMENTS AND COMPLETION ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY ARTICLE 11 - INSURANCE AND BONDS ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK ARTICLE 13 - MISCELLANEOUS PROVISIONS ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT

40 General Conditions Engineer: Stantec Section Page 2 of ARTICLE 1 - GENERAL PROVISIONS 1.1 DEFINITIONS THE CONTRACT DOCUMENTS The Contract Documents consist of the Town-Contractor Agreement, the Conditions of the Contract (General, Supplemental and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after execution of the Contract, and all applicable laws, ordinances and regulations. A Modification is (1) a written amendment to the contract signed by both parties, (2) a Change Order, (3) a written interpretation issued by the Town or (4) a written order for a minor change in the Work issued pursuant to Paragraph 7.4. The Contract Documents include Bidding Documents such as the Advertisement or Invitation to Bid, the Instructions to Bidders, sample forms, the Contractor's Bid or portions of Addenda relating to any of these, or any other documents, specifically enumerated in the Town-Contractor Agreement. In the event of a conflict among the Contract Documents, they shall be construed according to the following priorities: first Modifications; second Agreement; third Addenda; fourth General Conditions; fifth specifications; sixth Drawings THE CONTRACT The Contract Documents from the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. All Work mentioned or indicated in the Contract Documents shall be performed by the Contractor as part of this Contract unless it is specifically indicated in the Contract Documents that such Work is to be done by others. Should the Drawings or the Specifications disagree in themselves or with each other, the Contractor shall provide the better quality or greater quantity of Work unless otherwise directed by written addendum to the Contract THE WORK The Work comprises the completed construction required by the Contract Documents and includes all labor necessary to produce such construction, and all materials and equipment incorporated or to be incorporated in such construction THE PROJECT The project is the total construction of which the Work performed under the Contract Documents may be the whole or a part OR EQUAL The use of the words "Or Equal" following the name of any manufacturer, vendor or proprietary product shall be understood to mean that articles or materials may be substituted which, in the opinion of the Town, are equal in quality, durability, appearance, strength, design and performance to the articles or materials named or described and will perform adequately in providing a first-class facility. When submitting shop drawing information on articles or materials which are being proposed as substitutes for specified items, the Contractor shall clearly identify them as such. If the articles or materials are accepted as equal to those on which dimensions on the drawings are based, any dimensional variance from those shown and/or specified shall be shown on the shop drawings prepared by the Contractor, illustrating the manner in which conformity to dimensions and design is to be obtained. All such drawings shall be subject to the approval of the Town and the installation of the article shall not proceed without first obtaining said approval. 1.2 EXECUTION, CORRELATION AND INTENT The Contract Documents shall be signed in not less than quadruplicate by the Town and Contractor By executing the Contract, the Contractor represents that he has visited the site, familiarized himself with the local conditions under which the Work is to be performed, and correlated his observations with the requirements of the Contract Documents.

41 General Conditions Engineer: Stantec Section Page 3 of The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Work not covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferable therefrom as being necessary to produce the intended results. Words and abbreviations which have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings The organization of the Specifications into divisions, sections and articles, and the arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade Unless otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings All indications or notations which apply to one of a number of similar situations, materials or processes shall be deemed to apply to all such situations, materials or processes wherever they appear in the Work, except where a contrary result is clearly indicated by the Contract Documents Where codes, standards, requirements and publications of public and private bodies are referred to in the Specifications, references shall be understood to be to the latest revision prior to the date of receiving bids, except where otherwise indicated Where no explicit quality or standards for materials or workmanship are established for Work, such Work is to be of good quality for the intended use and consistent with the quality of the surrounding Work and of the construction of the Project generally All manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the manufacturer's written or printed directions and instructions unless otherwise indicated in the Contract Documents Test boring or soil test information included with the Contract Documents or otherwise made available to the Contractor was obtained by the Town for use by the Architect/Engineers in the design of the Project or Work. The Town does not hold out such information to the Contractor as a completely accurate indication of subsurface conditions, and no claim for extra cost or extension of time resulting from a reliance by the Contractor on such information shall be allowed except as provided by Chapter 30, Section 39N of the General Laws of the Commonwealth of Massachusetts Where the Work is to fit with existing conditions or work to be performed by others, the Contractor shall fully and completely join the Work with such conditions or work, unless otherwise specified. 1.3 OWNERSHIP AND USE OF DOCUMENTS All Drawings, Specifications and copies thereof furnished by the Town are and shall remain the Town's property. They are to be used only with respect to this Project and are not to be used on any other project without the prior written consent of the Town. With the exception of one contract set for each party to the Contract, such documents are to be returned or suitably accounted for to the Town at the completion of the Work. Submission or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of any reserved rights.

42 General Conditions Engineer: Stantec Section Page 4 of ARTICLE 2 - ADMINISTRATION OF THE CONTRACT 2.1 TOWN S REPRESENTATIVE The designated representative of the Town ( Architect/Engineer ) will administer the Contract and visit the site at intervals appropriate to the stage of construction to familiarize himself generally with the progress and quality of the Work and to determine in general if the Work is proceeding in accordance with the Contract Documents. However, the Architect/Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Town may also retain a separate Project Manager, who shall work with the Architect/Engineer in the administration of the Contract The Architect/Engineer and Project Manager shall at all times have access to the Work wherever it is in preparation and progress. The Contractor shall provide facilities for such access so the Town may perform its functions under the Contract Documents Based on his observations and an evaluation of the Contractor's Applications for Payment, the Architect/Engineer will determine the amounts owing to the Contractor and will issue Certificates for Payment in such amounts, as provided in Article The Architect/Engineer will render information necessary for the proper execution or progress of the Work within twenty (20) days of any request by the contractor or in accordance with any time limit agreed upon The Architect/Engineer will have authority to reject Work which does not conform to the Contract Documents. Whenever, in his opinion, he considers it necessary or advisable for the implementation of the intent of the Contract Documents, he will have authority to require special inspection or testing of the Work in accordance with Section whether or not such Work be then fabricated, installed or completed. Any such rejection of work shall not relieve the Contractor of the responsibility for maintaining protection of the Work and the Town's property The Architect/Engineer will review and approve or take other appropriate action upon Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for conformance with the design concept of the Work and with the information given in the Contract Documents. The approval of a specific item shall not indicate approval of an assembly of which the item is a component The Architect/Engineer will prepare Change Orders in accordance with Section 7.1 herein, and will have authority to order minor changes in the Work as provided in Section The Architect/Engineer will conduct inspections to determine the date of Substantial Completion and Final Completion, will review written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of Section 9.9. ARTICLE 3 - TOWN 3.1 DEFINITION The Town is the person or entity identified as such in the Town-Contractor Agreement and is referred to throughout the Contract Documents as if singular in number. The term Town means the Town or, as applicable, the Town s authorized representative ( Architect/Engineer ), which for this Project shall be the Resident / Project Representative. The Town may also retain a separate Project Manager, who shall work with the Architect/Engineer in the administration of the Contract. The form of agreement between the Town and the Architect/Engineer and/or the Project Manager shall be made available to the Contractor upon request.

43 General Conditions Engineer: Stantec Section Page 5 of INFORMATION AND SERVICES REQUIRED OF THE TOWN The Town shall, at the written request of the Contractor, prior to commencement of the Work and thereafter, furnish to the Contractor reasonable evidence that financial arrangements have been made to fulfill the Town's obligations under the Contract The Town shall furnish available surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a legal description of the site. Except as otherwise stated in the Contract Documents, the Contractor shall be entitled to reasonably rely on the accuracy of information furnished by the Town except to the extent that the Contractor s review thereof reveals, or in the exercise of reasonable diligence should have revealed, any inaccuracy or incompleteness therein. The Contractor shall exercise proper precautions relating to the safe performance of the Work Information or services required of the Town by the Contract Documents shall be furnished by the Town with reasonable promptness Unless otherwise provided in the Contract Documents, the Contractor will be furnished, free of charge, 6 copies of Drawings and Project Manuals as are reasonably necessary for execution of the Work, all additional copies will be furnished upon request at the cost of reproduction. 3.3 TOWN'S RIGHT TO STOP THE WORK If the Contractor fails to correct Work which is not in accordance with the requirements of the Contract Documents as required by Section 12.2 or persistently fails to carry out Work in accordance with the Contract Documents, the Town may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, the right of the Town to stop the Work shall not give rise to a duty on the part of the Town to exercise this right for the benefit of the Contractor or any other person or entity. The Contractor shall resume the Work after such stoppage promptly upon written notice to do so from the Town. 3.4 TOWN'S RIGHT TO CARRY OUT THE WORK If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Town to commence and continue correction of such default or neglect with diligence and promptness, the Town may, without prejudice to other remedies the Town may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Town's expenses and compensation for the Architect/Engineer's additional services made necessary by such default, neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Town. ARTICLE 4 - CONTRACTOR 4.1 GENERAL The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor or the Contractor's authorized representative The Contractor shall perform the Work in accordance with the Contract Documents The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Town in the administration of the Contract, or by tests, inspections or approvals required or performed by persons other than the Contractor.

44 General Conditions Engineer: Stantec Section Page 6 of REVIEW OF CONTRACT DOCUMENTS BY CONTRACTOR The Contractor shall carefully study and compare the Contract Documents and shall at once report to the Town any error, inconsistency or omission he may discover. If the Contractor performs any construction activity it knows or reasonably should know involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Town, the Contractor shall assume appropriate responsibility for such performance and shall bear an appropriate amount of the attributable costs for such correction Any claim by the Contractor or Subcontractors that, in submitting their respective bids, they did not include all items as shown in the Contract Documents, will be given no consideration for an adjustment of any kind. If any item is specified in a Section which would not normally furnish this item it shall be the responsibility of the Contractor to coordinate the situation with the Subcontractor, and if the item under consideration is not to be provided by the Subcontractor it shall be the responsibility of the Contractor to provide the work in question, without any additional cost to the Town. 4.3 SUPERVISION AND CONSTRUCTION PROCEDURES The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention which shall not be less than such state of skill and attention generally rendered by the contracting profession for projects similar to the Project in scope, difficulty and location. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Town and Architect/Engineer and shall not proceed with that portion of the Work without further written instructions from the Architect/Engineer The Contractor shall be responsible to the Town for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for or on behalf of the Contractor or any of its Subcontractors this obligation shall also extend to the presence on the Site of suppliers of materials or equipment, their employees, contractors, and agents engaged in the Work The Contractor shall not be relieved from his obligations to perform the Work in accordance with the Contract Documents either by the activities or duties of the Town in its administration of the Contract, or by inspection, tests or approvals required or performed under Section 13.5 by persons other than the Contractor The Contractor shall retain a registered professional engineer or registered land surveyor, acceptable to the Architect/Engineer, to establish the exterior lines and required elevations for all buildings and structures to be erected, and to establish lines and grades for associated roads, utilities and grading. The engineer or surveyor shall certify the actual location of constructed elements of the Work. 4.4 LABOR AND MATERIALS Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them.

45 General Conditions Engineer: Stantec Section Page 7 of WARRANTY The Contractor warrants to the Town that materials and equipment furnished under the Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, that the Work will be free from defects not inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract Documents and, promptly after written notification of nonconformance, shall be repaired or replaced by the Contractor with Work conforming to such requirements. Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the Town, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment The Contractor shall be responsible for determining that all materials furnished for the Work meet all requirements of the Contract Documents. The Town may require the Contractor to produce reasonable evidence that a material meets such requirements, such as certified reports of past tests by qualified testing laboratories, reports of studies by qualified experts, or other evidence which, in the opinion of the Town, would lead to a reasonable certainty that any material used, or proposed to be used, in the Work meets the requirements of the Contract Documents. All such data shall be furnished at the Contractor's expense If the Contractor proposes to use a material which, while suitable for the intended use, deviates in any way from the detailed requirements of the Contract Documents, the Contractor shall inform the Town in writing of the nature of such deviations at the time the material is submitted for approval In informing the Town of deviations or substitutions, the Contractor shall provide, upon request, evidence leading to a reasonable certainty that the proposed substitution or deviation will provide a quality of result at least equal to that otherwise attainable. If, in the opinion of the Town, the evidence presented by the Contractor does not provide a sufficient basis for such reasonable certainty, the Town may reject such substitution or deviation without further investigation Any additional cost, or any loss or damage arising from the substitution of any material or any method for those originally specified shall be borne by the Contractor, notwithstanding approval or acceptance of such substitution by the Town, unless such substitution was made at the written request or direction of the Town The warranty provided in this Section 4.5 shall be in addition to and not in limitation of any other warranty required by the Contract Documents or otherwise prescribed by law The Contractor shall procure and deliver to the Town, no later than the date claimed by the Contractor as the date of Substantial Completion, all special warranties required by the Contract Documents. Delivery by the Contractor shall constitute the Contractor's guarantee to the Town that the warranty will be performed in accordance with its terms and conditions The Contractor shall guarantee all Work for a period of one year after Date of Substantial Completion, or by the terms of any special guarantee required by the Contract Documents. The Contractor shall, upon written notice from the Town, promptly correct defective Work or Work not in accordance with the Contract Documents. 4.6 TAXES The Contractor shall pay applicable sales, consumer, use and similar taxes for the Work provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. The project is exempt from the Massachusetts Sales Tax to the extent permitted by G.L. c.64h, 6(f). The exemption number can be obtained from the Town upon request by the successful bidder.

46 General Conditions Engineer: Stantec Section Page 8 of PERMITS, FEES AND NOTICES Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for all permits and fees, licenses and inspections necessary for proper execution and completion of the Work which are customarily secured after execution of the Contract and which are legally required when bids are received or negotiations concluded The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations and lawful orders of public authorities applicable to performance of the Work If the Contractor observes that portions of the Contract Documents are at variance therewith, the Contractor shall promptly notify the Town in writing, and necessary changes shall be accomplished by appropriate Modification If the Contractor performs Work it knows or should know to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Architect/Engineer and Town, the Contractor shall assume appropriate responsibility for such Work and shall bear the costs attributable to correction. 4.8 SUPERINTENDENT The Contractor shall employ a competent full time superintendent and necessary assistants who shall be in attendance at the Project site at all times during the progress of the Work. The superintendent shall represent the Contractor and all communications given to the superintendent shall be as binding as if given to the Contractor. Important communications shall be confirmed in writing. Other communications shall be so confirmed on written request in each case. The Contractor shall remove the superintendent if requested to do so by the Town and shall replace him with a competent person acceptable to the Town The Contractor shall coordinate and supervise the Work performed by Subcontractors to the end that the Work is carried out without conflict between trades and so that no trade, at any time, causes delay to the general progress of the Work. The Contractor and all Subcontractors shall at all times afford each trade, any separate contractor, or the Town, every reasonable opportunity for the installation of Work and the storage of materials The Contractor shall arrange for and attend job meetings with the Town and such other persons as the Town may from time to time wish to have present. The Contractor shall be represented by a principal, project manager, general superintendent or other authorized main office representative, as well as by the Contractor's own superintendent. An authorized representative of any Subcontractor or Subsubcontractor shall attend such meetings if the representative's presence is requested by the Architect/Engineer. Such representatives shall be empowered to make binding commitments on all matters to be discussed at such meetings, including costs, payments, change orders, time schedules and manpower. Any notices required under the Contract may be served on such representatives. 4.9 CONTRACTOR'S CONSTRUCTION SCHEDULES The Contractor, within twenty (20) calendar days after being awarded the Contract, shall prepare and submit for the Town's information and approval a Contractor's construction schedule for the Work. The schedule shall not exceed time limits current under the Contract Documents, shall be revised, subject to the Town s approval, at appropriate intervals as required by the conditions of the Work and Project, shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. The construction schedule shall be in such form and contain such information as the Town requires. The construction schedule shall be resource loaded for the Contractor and all subcontractors, with each resource identified by name, description, unit of measure, and calendar assignment. For each class of work included in the Contractor s schedule of values, the construction schedule shall show the percentage of completion to be obtained and the total dollar value of the work to be completed as of the first of each month until Substantial Completion. All calculations shall be on the basis of work in place, but not including the value of materials delivered but not in place.

47 General Conditions Engineer: Stantec Section Page 9 of DOCUMENTS AND SAMPLES AT THE SITE The Contractor shall maintain at the site for the Town one record copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record field changes and selections made during construction, and one record copy of approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Architect/Engineer and shall be delivered to the Architect/Engineer for submittal to the Town upon completion of the Work SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work Samples are physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged The Contractor shall review for compliance with the Contract Documents, approve and submit to the Architect/Engineer Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Town or of separate contractors By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. By approving and submitting Shop Drawings, Product Data, Samples, and similar submittals the Contractor thereby represents that the Contractor has determined and verified all dimensions, quantities, field dimensions, relations to existing work, coordination with work to be installed later, coordination with information on previously accepted Shop Drawings, Product Data, Samples, or similar submittals and verification of compliance with all the requirements of the Contract Documents. The accuracy of all such information is the responsibility of the Contractor The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Town's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Town in writing of such deviation at the time of submittal and (1) the Town has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Town's approval thereof USE OF SITE The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment CUTTING AND PATCHING The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly.

48 General Conditions Engineer: Stantec Section Page 10 of The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Town or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Town or a separate contractor except with written consent of the Town and of such separate contractor; such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the Town or a separate contractor the Contractor's consent to cutting or otherwise altering the Work CLEANING UP The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials If the Contractor fails to clean up as provided in the Contract Documents, the Town may do so and the cost thereof shall be charged to the Contractor ACCESS TO WORK The Contractor shall at all times provide the Town access to the Work in preparation and progress wherever located ROYALTIES, PATENTS AND COPYRIGHTS The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Town harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Town. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Town INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Town and agents and employees from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work by the Contractor or Subcontractor(s). Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Section In claims against any person or entity indemnified under this Section 4.17 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. ARTICLE 5 - SUBCONTRACTORS 5.1 DEFINITIONS A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor.

49 General Conditions Engineer: Stantec Section Page 11 of A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor. 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Town the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect/Engineer will promptly reply to the Contractor in writing stating whether or not the Town or the Architect/Engineer, after due investigation, has reasonable objection to any such proposed person or entity The Contractor shall not contract with a proposed person or entity to whom the Town has made reasonable and legally permissible and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection If the Town has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Town has no reasonable objection The Contractor shall not change a Subcontractor, person or entity previously selected if the Town makes reasonable objection to such substitute. 5.3 SUBCONTRACTUAL RELATIONS By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Town and Architect/Engineer. Each subcontract agreement shall preserve and protect the rights of the Town and Architect/Engineer under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Town. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. ARTICLE 6 - CONSTRUCTION BY TOWN OR BY SEPARATE CONTRACTORS 6.1 TOWN'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS The Town reserves the right to perform construction or operations related to the Project with the Town's own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Town-Contractor Agreement.

50 General Conditions Engineer: Stantec Section Page 12 of The Town shall provide for coordination of the activities of the Town's own forces and of each separate contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with other separate contractors and the Town in reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Town until subsequently revised. 6.2 MUTUAL RESPONSIBILITY The Contractor shall afford the Town and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Town or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect/Engineer apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Town's or separate contractor's completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable The Town shall be reimbursed by the Contractor for costs incurred by the Town which are payable to a separate contractor because of delays, improperly timed activities or defective construction of the Contractor The Contractor shall promptly remedy damage wrongfully caused by the Contractor to completed or partially completed construction or to property of the Town or separate contractors as provided in Section ARTICLE 7 - CHANGES IN THE WORK / CLAIMS FOR ADDITIONAL COSTS 7.1 CHANGE ORDER A Change Order is a written order to the Contractor signed by the Town, issued after execution of the Contract, authorizing a change in the Work or an adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order The Town, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All such changes in the Work shall be authorized by Change Order, and shall be performed under the applicable conditions of the Contract Documents and applicable General Laws Upon request of the Town or the Architect/Engineer, the Contractor shall without cost to the Town submit to the Architect/Engineer, in such form as the Architect/Engineer may require, an accurate written estimate of the cost of any proposed extra Work or change. The estimate shall indicate the quantity and unit cost of each item of materials, and the number of hours of work and hourly rate for each class of labor, as well as the description and amounts of all other costs chargeable under the terms of this Article. Unit labor costs for the installation of each item of materials shall be shown if required by the Architect/Engineer. The Contractor shall promptly revise and resubmit each estimate if the Architect/Engineer determines that it is not in compliance with the requirements of this Article, or that it contains errors of fact or mathematical errors. If required by the Architect/Engineer, in order to establish the exact cost of new Work added or of previously required Work omitted, the Contractor shall obtain and furnish to the Architect/Engineer bona fide proposals from recognized suppliers for furnishing any material included in such Work. Such estimates shall be furnished promptly so as to occasion no delay in the Work, and shall be furnished at the Contractor's expense. The Contractor shall state in the estimate any extension of time required for the completion of the Work if the change or extra work is ordered.

51 General Conditions Engineer: Stantec Section Page 13 of The cost or credit to the Town resulting from a change in the Work shall be determined in one or more of the following ways: 1. by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; 2. by unit prices stated in the Contract Documents or subsequently agreed upon; 3. by cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; or 4. by the method provided in Section If none of the methods set forth in Section is agreed upon, the Contractor, provided he receives a written order signed by the Town, shall promptly proceed with the Work involved. The cost of such Work shall then be determined by the Town on the basis of the reasonable expenditures and savings of those performing the Work attributable to the change, including, in the case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such case, and also under Section above, the Contractor shall keep and present an itemized accounting together with appropriate supporting data for inclusion in a Change Order. Unless otherwise provided in the Contract Documents, cost shall be limited to the following: actual cost of materials, including sales tax and cost of delivery; labor, including social security, old age and unemployment insurance, and fringe benefits required by agreement or custom; workers' or workmen's compensation insurance; bond premiums, and rental value of equipment and machinery. Pending final determination of cost to the Town, payments on account shall be made on the Town's Certificate for Payment. The amount of credit to be allowed by the Contractor to the Town for any deletion or change which results in a net decrease in the Contract Sum will be the amount of the actual net cost. When both additions and credits covering related Work or substitutions are involved in any one change, the allowance for overhead and profit shall be figured on the basis of the net increase, if any, with respect to that change Unit prices shall be as stated in the Bid Form and the Contract shall include all costs of the Contractor to the Town as listed in Section No additional charges shall be allowed for these items under any circumstances. 7.2 CONCEALED CONDITIONS Should concealed conditions encountered in the performance of the Work below the surface of the ground or should concealed or unknown conditions in an existing structure be at variance with the conditions indicated by the Contract Documents, or should unknown physical conditions below the surface of the ground or should concealed or unknown conditions in an existing structure of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract, be encountered, the Contract Sum shall be equitably adjusted by Change Order upon claim by either party made within twenty days after the first observance of the conditions. 7.3 MINOR CHANGES IN THE WORK The Town will have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by written order, and shall be binding on the Town and the Contractor. The Contractor shall carry out such written orders promptly, regardless of whether it objects to an absence of adjustment in the Contract Time or Contract Sum. 7.4 CLAIMS FOR ADDITIONAL COSTS Definition. The word Claim shall mean a written demand by the Contractor for an increase in the Contract Time or the Contract Sum. The Contractor is responsible for substantiating its Claims. The word Claim shall not include claims by the Town. The Town may withhold from the Contractor the value of any claims against the Contractor in accordance with Massachusetts General Laws, including, but not limited to, Sections 39G and 39K of Chapter 30.

52 General Conditions Engineer: Stantec Section Page 14 of Time Limits on Claims. Contractor must initiate Claims within fourteen (14) calendar days after occurrence of the event giving rise to such Claim by written notice to the Architect/Engineer and the Town. Such written notice must (1) be signed by the Contractor; (2) conspicuously identify on its face that the notice serves as a notice of claim; (3) explain in sufficient detail the basis of the Claim; (4) identify the date of the event giving rise to such Claim; and (5) state the exact dollar amount of the increase in the Contract Sum being requested, if any, and the number of days extension to the Contract Time sought, if any. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property. No such claim shall be valid unless so made If the Contractor claims that additional cost is involved because of, but not limited to, (1) any written interpretation by the Town, (2) any order by the Town to stop the Work where the Contractor was not at fault, (3) any written order for a minor change in the Work issued or (4) failure of payment by the Town, the Contractor shall make such claim as provided in this Section 7.4. ARTICLE 8 - TIME 8.1 DEFINITIONS Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work The date of commencement of the Work is the date established in a notice to proceed. If there is no notice to proceed, it shall be the date of the Town-Contractor Agreement or such other date as may be established therein The Date of Substantial Completion of the Work or designated portion thereof is the Date certified by the Town when construction is substantially complete, in accordance with the Contract Documents, other than only customary punch list items, the lack of or completion of which will not interfere with the Town's use, so the Town can lawfully occupy and utilize the Work or designated portion thereof for the use for which it is intended. The Date of Final Completion of the Work is the date on which the Town issues its final Certificate for Payment in accordance with Section 9.9 hereof The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. 8.2 PROGRESS AND COMPLETION All time limits stated in the Contract Documents are of the essence of the Contract The Contractor shall begin the Work on the date of commencement as defined in Section He shall carry the Work forward expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time, and Final Completion thereafter in accordance with the provisions of the Contract Documents. If the Contractor fails to keep pace with the construction schedule prepared pursuant to Section 4.9, as measured by the certificates for payment issued by the Architect/Engineer, the Town may require the Contractor, at the Contractor s sole cost, to accelerate the progress of the work by adding personnel or increasing the hours of work or by other means acceptable to the Town. 8.3 DELAYS AND EXTENSIONS OF TIME If the Contractor claims that he is delayed at any time in the progress of the Work by any act or neglect of the Town or by any employee of the Town, or by any separate contractor employed by the Town, or by changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, or any causes beyond the Contractor's or its Subcontractor's control, or by delay authorized by the Town, then, provided such delay in no way results from the act or neglect of the Contractor or any of its Subcontractors, the Contract Time may be extended by Change Order for such reasonable time as the Town may determine.

53 General Conditions Engineer: Stantec Section Page 15 of Any claim for extension of time shall be made in writing to the Town not more than seven (7) days after the commencement of the delay; otherwise it shall be waived. In the case of a continuing delay only one claim is necessary. The Contractor shall provide an estimate of the probable effect of such delay on the progress of the Work If no agreement is made stating the dates upon which interpretations of the Contract Documents by the Architect/Engineer shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after written request is made for them, and not then unless such claim is reasonable The Contractor hereby agrees that the Contractor shall have no claim for damages of any kind against the Town on account of any delay in the commencement or performance of the Work and/or any hindrance, delay or suspension of any portion of the Work, whether such delay is caused by the Town, or otherwise, except as and to the extent expressly provided under M.G.L. c.30, 39O in the case of written orders by the Town. The Contractor acknowledges that the Contractor's sole remedy for any such delay and/or suspension will be an extension of time as provided in this Article. 8.4 LIQUIDATED DAMAGES It is expressly understood and agreed, by and between the Contractor and Town, that the time for the completion of the Work described herein is a reasonable time for the completion of same, taking into consideration the average climatic range and usual industrial and/or residential conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to substantially complete the Work within the times herein specified, or any proper extension thereof granted by the Town, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, to pay to the Town the amount specified in the Agreement not as a penalty but as liquidated damages for such breach of contract, for each and every calendar day that the Contractor shall be in default after the time stipulated for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Town because of the impracticability of fixing and ascertaining the actual damages the Town would in such event sustain, and said amount is agreed to be the amount of damages which the Town would sustain and said amount shall be deducted by the Town from periodic payments. ARTICLE 9 - PAYMENTS AND COMPLETION 9.1 CONTRACT SUM The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Town to the Contractor for performance of the Work under the Contract Documents. 9.2 SCHEDULE OF VALUES Before the first Application for Payment, the Contractor shall submit to the Architect/Engineer a schedule of values allocated to various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as the Architect/Engineer may require. This schedule, unless objected to by the Architect/Engineer, in which case it shall be revised until acceptable to the Architect/Engineer shall be used as a basis for reviewing the Contractor's Applications for Payment. 9.3 APPLICATIONS FOR PAYMENT The Contractor shall submit to the Town an itemized Application for Payment supported by such data substantiating the Contractor's right to payment as provided elsewhere in the Contract Documents for the period ending the last day of each month within the Contract period. The Application shall contain a separate line item or section for each subtrade category and a listing of the amount paid to each subcontractor as of the date of the Application Such applications may not include requests for payment for portions of the Work for which the Contractor does not intend to pay to a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay.

54 General Conditions Engineer: Stantec Section Page 16 of Unless otherwise provided in the Contract Documents, payments may be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site and, if approved in advance by the Town, payments may similarly be made for materials or equipment suitably stored at some other location agreed upon in writing. Payments for materials or equipment stored on or off the site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Town to establish the Town's title to such materials or equipment or otherwise protect the Town's interest, including applicable insurance and transportation to the site for those materials and equipment stored off the site. The Contractor shall assume responsibility to protect all such materials from loss or damage at no cost to the Town, until they are finally incorporated into the Work, whether or not they have been paid for by the Town The Contractor warrants that title to all Work, materials and equipment covered by an Application for Payment will pass to the Town either by incorporation in the construction or upon the receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, claims, security interests or encumbrances, hereinafter referred to in this Article 9 as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person performing Work at the site or furnishing materials and equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. 9.4 CERTIFICATES FOR PAYMENT The Architect/Engineer will, within ten days after receipt of the Contractor's properly completed and supported Application for Payment, either issue to the Town a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect/Engineer determines is properly due, or notify the Contractor and Town in writing of the Architect/Engineer's reasons for withholding certification in whole or in part as provided in Section The issuance of a Certificate for Payment by the Architect/Engineer shall not be deemed to represent that he has made exhaustive or continuous on-site inspections to check the quality or quantity of the Work or that he has reviewed the construction means, methods, techniques, sequences or procedures, or that he has made any examination to ascertain how or for what purpose the Contractor has used the moneys previously paid on account of the Contract Sum. 9.5 DECISIONS TO WITHHOLD CERTIFICATION The Town shall withhold its Payment in whole or in part, to the extent necessary reasonably to protect itself. If the Town is unable to make payment in the amount of the Application, he will notify the Contractor as provided in Section If the Contractor and the Town cannot agree on a revised amount, the Town will issue a Certificate for Payment for the amount for which it determines is properly due. The Town may also decline to make payment and the Architect/Engineer because of subsequently discovered evidence or subsequent observations, may nullify the whole or any part of any Certificate for Payment previously issued, to such extent as may be necessary in its opinion to the Town from loss because of:.1 defective work not remedied,.2 third party claims filed or reasonable evidence indicating probable filing of such claims,.3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment,.4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum,.5 damage to the Town or another Contractor,.6 reasonable evidence that the Work will not be completed within the Contract Time, or.7 material failure to carry out the Work in accordance with the Contract Documents When the above grounds in Section are removed, payment shall be made for amounts withheld because of them.

55 General Conditions Engineer: Stantec Section Page 17 of PROGRESS PAYMENTS After the Architect/Engineer has issued a Certificate for Payment, the Town shall make payment in the manner and within the time provided in General Laws Chapter 30, Section 39, and the Contract Documents. The Town reserves the right to a 5% general retainage from each progress payment, which retainage shall be released to the Contractor upon substantial completion, less amounts properly allocated to punch list work and potential claims of the Town The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Town, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the Work The Town shall not have any obligation to pay or to see to the payment of any moneys to any Subcontractor except as may otherwise be required by law No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Town, shall constitute an acceptance of any Work not in accordance with the Contract Documents Notwithstanding the provisions of Section 9.6 all progress payments shall be made in accordance with Chapter 30, Sections 39F, 39G and 39K (as appropriate) of the General Laws of the Commonwealth of Massachusetts, as amended. 9.7 SUBSTANTIAL COMPLETION When the Contractor considers that the Work, or a designated portion thereof which is acceptable to the Town, is substantially complete as defined in Section 8.1.3, the Contractor shall prepare for submission to the Town a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. When the Town on the basis of an inspection determines that the Work or designated portion thereof is substantially complete, he will then prepare a Certificate of Substantial Completion which shall establish the Date of Substantial Completion, shall state the responsibilities of the Town and the Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein. Warranties required by the Contract Documents shall commence on the Date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to the Town and the Contractor for their written acceptance of the responsibility assigned to them in such Certificate Upon Substantial Completion of the Work or designated portion thereof and upon application by the Contractor and Certification by the Architect/Engineer, the Town shall make payment, reflecting adjustment in retainage, if any, for such Work or portion thereof as provided in the Contract Documents The Contractor shall complete and correct any incomplete or defective work within forty-five (45) calendar days from the date of Substantial Completion. 9.8 PARTIAL OCCUPANCY OR USE The Contractor agrees to the use and occupancy of the Project or any portion thereof before Substantial Completion of the Work. The Town will cooperate with the Contractor with respect to the completion of the Work by taking such reasonable steps as may be possible to avoid interference with the Contractor s Work provided that they do not interfere with the proper functioning of the facility. The Contractor shall not be responsible for wear and tear or damage resulting solely from temporary occupancy. Use and occupancy of any part of the Work prior to Substantial Completion shall not relieve the Contractor from maintaining the required payment and performance bonds and insurance required by this Contract.

56 General Conditions Engineer: Stantec Section Page 18 of FINAL COMPLETION AND FINAL PAYMENT Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect/Engineer will make such inspection and, when it finds the Work acceptable under the Contract Documents and the Contract fully performed, it will issue a final Certificate for Payment stating that to the best of its knowledge, information and belief, and on the basis of its observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said final Certificate, is due and payable Neither the final payment nor the remaining retained percentage shall become due until the Contractor submits to the Town (1) an affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Town or his property might in any way be responsible, have been fully paid or otherwise satisfied, (2) consent of surety, if any, to final payment and (3), if required by the Town, other data establishing payment or satisfaction of all such obligations, receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the Town. If any Subcontractor refuses to furnish a release or waiver required by the Town, the Contractor may furnish a bond satisfactory to the Town to indemnify him against any such lien. If any such lien remains unsatisfied after all payments are made, the Contractor shall refund to the Town all moneys that the latter may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment Notwithstanding anything in the Contract Documents to the contrary, final payment shall be made in accordance with the requirements of G.L.c.30, 39K (building projects) or 39G (public works projects), as amended. ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY 10.1 SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract SAFETY OF PERSONS AND PROPERTY The Contractor shall take all reasonable precautions for safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: 1. all employees on the Work and other persons who may be affected thereby; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and 3. other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying Towns and users of adjacent sites and utilities.

57 General Conditions Engineer: Stantec Section Page 19 of When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel The Contractor shall promptly remedy all damage or loss to any property referred to in Sections and caused in whole or in part by the Contractor, any Subcontractor, any Subsubcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and for which the Contractor is responsible under Sections and , except damage or loss solely attributable to the acts or omissions of the Town, the Engineer or anyone directly or indirectly employed by the Town or Engineer, or by anyone for whose acts the Town or Engineer may be liable, and not attributable to the acts or omissions of the Town, the Engineer or anyone directly or indirectly employed by them, or by anyone for whose acts it may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to his obligation under Section The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Town and Architect/Engineer The Contractor shall not load or permit any part of the construction or site to be loaded so as to endanger its safety The Contractor shall at all times protect excavations, trenches, buildings and materials from rain water, groundwater, backup or leakage of sewers, drains and other piping, and from water of any other origin and shall remove promptly any accumulation of water. The Contractor shall provide and operate all pumps, piping and other equipment necessary to this end The Contractor shall remove snow and ice which might result in damage or delay During the progress of the Work and at all times prior to the date of Substantial Completion or occupancy of the Work by the Town, whichever is earlier, the Contractor shall provide temporary heat, ventilation, and enclosure, adequate to permit the Work to proceed in a timely fashion, and to prevent damage to completed Work or Work in progress, or to materials stored on the premises HAZARDOUS MATERIALS If the Contractor encounters or recognizes on the site any material known or reasonably believed to be hazardous, including but not limited to asbestos or polychlorinated biphenyl (PCB), the Contractor shall immediately stop Work in the area affected and report the condition to the Town and Architect/Engineer in writing. The Contractor and the Town shall cooperate in implementing measures to remove or contain said material and the Contractor shall comply with all directions of the Architect/Engineer in the implementation of such removal or containment EMERGENCIES In any emergency affecting the safety of persons or property, the Contractor shall act, at his discretion, to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Article 7 for Changes in the Work.

58 General Conditions Engineer: Stantec Section Page 20 of ARTICLE 11 - INSURANCE AND BONDS 11.1 CONTRACTOR'S LIABILITY INSURANCE The Contractor shall purchase and maintain in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 1..claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 4. claims for damages insured by usual personal injury liability coverage; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; 6. claims for damages because of bodily injury, death of a person or property damage arising out of Township, maintenance or use of a motor vehicle; 7. claims for bodily injury or property damage arising out of completed operations; and The insurance required by Section shall include all major divisions of coverage, and shall be on a comprehensive general basis including Premises and Operations (including X-C-U), Town's and Contractor's Protective, Products and Completed Operations, and Owned, Non-owned, and Hired Motor Vehicles. Such insurance shall be written for not less than any limits of liability required by law or those set forth in the Contract Documents, whichever is greater. All insurance shall be written on an occurrence basis, unless the Town approves in writing coverage on a claims-made basis. Coverage s, whether written on an occurrence or claims-made basis, shall be maintained without interruption from date of commencement of the Work until date of final payment and termination of any coverage required to be maintained after final payment. The Town shall be added as an Additional Insured on all policies. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and authorized to do business in Massachusetts. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits certificates of insurance Certificates of insurance acceptable to the Town shall be filed with the Town prior to commencement of the Work. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverage s afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Town. If any of the foregoing insurance coverage s are required to remain in force after final payment and are reasonably available, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment as required by Section Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. These certificates shall set forth evidence of all coverage required by Section and The Contractor shall furnish to the Town copies of any endorsements that are subsequently issued amending limits of coverage TOWN'S LIABILITY INSURANCE The Contractor shall procure and pay for an Town s policy of Town s protective liability insurance insuring the Town and its officers, employees and agents against claims which may arise from operations under the Contract or relating thereto.

59 General Conditions Engineer: Stantec Section Page 21 of PROPERTY INSURANCE The Contractor shall purchase and maintain property insurance upon the entire Work at the site to the full insurable value thereof. Coverage for such liability insurance shall be provided by a company or companies reasonably acceptable to the Town and which have, and shall maintain throughout the pendency of this contract, a minimum financial rating of not less than A+ according to A.M. Best or AAA according to Moody's. Contractor shall furnish to Town written confirmation as to the insurance carrier's most current financial ratings when it submits the Certificate of Insurance. Such insurance shall include the interests of the Town, the Contractor, Subcontractors and Sub-subcontractors in the work and shall insure against the perils of fire and extended coverage and shall include "all risks" insurance for physical loss or damage including without duplication, theft, vandalism and malicious mischief. This insurance shall also cover portions of the Work stored off the site or in transit. If this insurance is written with stipulated amounts deductible, the Town shall not be responsible for any difference between the payments made by the insurance carrier and the claim. The policy shall contain a provision that coverage s afforded under policies will not be canceled or allowed to expire until at least 30 days' written notice has been given to the Town. The Town shall be named insured within the policy The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require Subcontractors to make payments to their Sub-subcontractors in similar manner The Town shall have the power to adjust and settle with its insurers any loss for which it has obtained insurance Upon the occurrence of an insured loss, the Town and the Contractor shall cooperate with each other and with each other's insurer in the submission of claims and related information and the distribution of any insurance proceeds. If after such a loss no other special agreement is made, replacement of damaged work shall be covered by an appropriate change order MINIMUM AMOUNT OF INSURANCE In no case shall the limits of liability for the insurance required by this section be less than specified in the Supplemental General Conditions PERFORMANCE BOND AND PAYMENT BOND The Contractor shall furnish a Performance Bond in an amount at least equal to one hundred percent (100%) of the Contract price as security for the faithful performance of this Contract and also a Payment Bond in an amount not less than one hundred percent (100%) of the Contract price as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract. The Performance Bond and the Payment Bond may be in one or in separate instruments in accordance with local law, and in a form acceptable to the Town, and shall remain in effect through the one-year warranty period. ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK 12.1 UNCOVERING OF WORK If any portion of the work should be covered contrary to the request of the Town or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Town, be uncovered for his observation and shall be replaced at the Contractor's expense.

60 General Conditions Engineer: Stantec Section Page 22 of If any other portion of the Work has been covered which the Town has not specifically requested to observe prior to being covered, the Town may request to see such Work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Contract Documents, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Town. If such Work be found not in accordance with the Contract Documents, the Contractor shall pay such costs unless it be found that this condition was caused by the Town or a separate contractor as provided in Article 6, in which event the Town shall be responsible for the payment of such costs. The Contractor shall bear the cost of any loss, or damages to the Town resulting from such failure or defect CORRECTION OF WORK The Contractor shall promptly correct all Work rejected by the Town as defective or as failing to conform to the Contract Documents whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including compensation for the Town's additional services made necessary thereby The Contractor shall provide a document to the Town certifying that if within one year after the Date of Substantial Completion of the Work or designated portion thereof or within one year after acceptance by the Town of designated equipment or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or requiring excessive service or maintenance or not in accordance with the Contract Documents, the Contractor shall correct it within seven (7) days after receipt of a written notice from the Town to do so unless the Town has previously given the Contractor a written acceptance of such approval, which written acceptance shall specifically refer to such defect. This obligation shall survive termination of the Contract. The Town shall give such notice reasonably promptly after discovery of the condition. The provisions of this paragraph are in addition to, and not in limitation of, the Town's other rights and remedies hereunder and in law and equity The Contractor shall remove from the site all portions of the Work which are defective or nonconforming and which have not been corrected under Sections 4.5.1, and , unless removal is waived by the Town in writing If the Contractor fails to correct defective or nonconforming Work as provided in Sections 4.5.1, and the Town may correct it in accordance with Section If the Contractor does not proceed with the correction of defective or non-conforming Work within a reasonable time fixed by written notice from the Town, the Town may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Town may upon ten additional days' written notice sell such Work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor, including compensation for the Town's additional services made necessary thereby. If such proceeds of sale do not cover all costs which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Town The Contractor shall bear the cost of making good all work of the Town or separate contractors destroyed or damaged by such correction or removal Nothing contained in this Section 12.2 shall be construed to establish a period of limitation with respect to any other obligation which the Contractor might have under the Contract Documents, including Section 4.5 hereof. The establishment of the time period of one year after the Date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which his obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to his obligation other than specifically to correct the Work.

61 General Conditions Engineer: Stantec Section Page 23 of ACCEPTANCE OF NONCONFORMING WORK If the Town prefers to accept defective or nonconforming Work, he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect a reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. ARTICLE 13 - MISCELLANEOUS PROVISIONS 13.1 GOVERNING LAW The Contract shall be governed by the law of the Commonwealth of Massachusetts. All applicable provisions of Federal, state, or local laws, by-laws, rules, or regulations are incorporated into the Contract as if fully set forth herein SUCCESSORS AND ASSIGNS The Town and the Contractor each bind himself, his partners, successors, assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of such other party in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign the Contract or sublet it as a whole without the written consent of the Town, nor shall the Contractor assign any moneys due or to become due to him hereunder, without the previous written consent of the Town WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice RIGHTS AND REMEDIES Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise imposed or available by law No action or failure to act by the Town or Architect/Engineer shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed in writing TESTS AND INSPECTIONS If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any portion of the Work to be inspected, tested or approved, the Contractor shall give the Town timely notice of its readiness so the Town may observe such inspection, testing or approval. The Contractor shall bear all costs of such inspections, tests or approvals conducted by public authorities which are normal and customary for the type of work required by the Contract. Unless otherwise provided, the Town shall bear all costs of other inspections, tests or approvals. All testing methods, organizations, and personnel shall be approved by the Town before the start of testing Work, without regard to what party will ultimately pay for such Work If the Town determines that any Work requires special inspection, testing, or approval which Section does not include, it will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as provided in Section If such special inspection or testing reveals a failure of the Work to comply with the requirements of the Contract Documents, the Contractor shall bear all costs thereof, including compensation for the Town's additional services made necessary by such failure; otherwise the Town shall bear such costs, and an appropriate Change Order shall be issued Required certificates of inspection, testing or approval shall be secured by the Contractor and promptly delivered by him to the Town.

62 General Conditions Engineer: Stantec Section Page 24 of The Contractor shall obtain and deliver promptly to the Architect/Engineer any occupancy permit and any certificates of final inspection of any part of the Contractor's work and operating permits for any mechanical apparatus, such as elevators, escalators, boilers, air compressors, etc., which may be required by law to permit full use and occupancy of the premises by the Town. Receipt of such permits or certificates by the Architect/Engineer shall be a condition precedent to Substantial Completion of the Work Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work LIMITATION OF LIABILITY The Town shall be liable, if ever, only to the extent of its interest in the Project; and no officer, director, partner, agent or employee of the Town shall ever be personally or individually liable with respect to this Contract or the Work. Each Subcontract shall include the foregoing limitation, which shall be effective if the Town ever succeeds to the Contractor's rights and obligations under a Subcontract DEFENSE OF SUITS The Contractor shall be responsible for, and shall defend and pay all costs, attorneys' fees and liabilities, both direct and indirect, as a result of litigation arising out of this Contract Neither final acceptance nor occupation of the premises by the Town shall relieve the Contractor of responsibility for all claims for labor, materials, and equipment arising out of this Contract The Contractor shall indemnify and hold harmless the Town and the Architect/Engineer and their agents and employees from and against all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work. ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT 14.1 TERMINATION BY THE CONTRACTOR The Contractor may terminate the Contract if the Work is stopped for a period of 30 consecutive days through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for the following reason: 1. because the Architect/Engineer has not issued a Certificate for Payment and has not notified the Contractor of the reason for withholding certification as provided in Section 9.4.1, or because the Town has not made payment on a Certificate for Payment properly issued within the time stated in the Contract Documents If one the above reason exists, the Contractor may, upon seven additional days written notice to the Town and Architect/Engineer, terminate the Contract and recover from the Town payment for the Work executed and for all materials or equipment not incorporated in the Work, but delivered and suitably stored at the site. The payment for materials or equipment stored at the site shall be conditioned upon submission by the Contractor of bills of sale or such other evidence as is satisfactory to the Town to establish the Town's title to such material or equipment or otherwise protect the Town's interest.

63 General Conditions Engineer: Stantec Section Page 25 of TERMINATION BY THE TOWN FOR CAUSE The Town may without prejudice to any other right or remedy deem this Contract terminated for cause if any of the following defaults shall occur and not be cured within ten (10) days after the giving of notice thereof by the Town to the Contractor and any surety that has given bonds in connection with this Contract: 1. The Contractor has filed a petition, or a petition has been filed against the Contractor with its consent, under any federal or state law concerning bankruptcy, reorganization, insolvency or relief from creditors, or if such a petition is filed against the Contractor without its consent and is not dismissed within sixty (60) days; or if the Contractor is generally not paying its debts as they become due; or if the Contractor becomes insolvent; or if the Contractor consents to the appointment of a receiver, trustee, liquidator, custodian or the like of the Contractor or of all or any substantial portion of its assets and such appointment or possession is not terminated within sixty (60) days; or if the Contractor makes an assignment for the benefit of creditors; 2. The Contractor refuses or fails, except in cases for which extension of time is provided under this Contract's express terms, to supply enough properly skilled workers or proper materials to perform its obligations under this Contract, or the Architect/Engineer has determined that the rate of progress required for the timely completion of the Work is not being met; 3. The Contractor fails to make prompt payment to Subcontractors or for materials, equipment, or labor; 4. All or a part of the Work has been abandoned; 5. The Contractor has sublet or assigned all or any portion of the Work, the Contract, or claims thereunder, without the prior written consent of the Town, except as expressly permitted in this Contract; 6. The Contractor has failed to comply with any applicable Laws, regulations or government orders; 7. The Contractor fails to maintain, or provide to the Town evidence of the insurance or bonds required by this Contract, or 8. The Contractor has failed to prosecute the Work or any portion thereof to the standards required under this Contract or has otherwise breached any material provision of this Contract The Town shall give the Contractor and any surety notice of such termination for cause, but the giving of notice of such termination shall not be a condition precedent or subsequent to the termination's effectiveness. In the event of such termination, and without limiting any other available remedies, the Town may, at its option: 1. hold the Contractor and its sureties liable in damages for a breach of Contract; 2. notify the Contractor to discontinue all work, or any part thereof, and the Contractor shall discontinue all work, or any part thereof, as the Town may designate; 3. complete the Work, or any part thereof, and charge the expense of completing the Work or part thereof, to the Contractor; 4. require the surety or sureties to complete the Work and perform all of the Contractor's obligations under this Contract If the Town elects to complete all or any portion of the Work as specified in Section above, it may take possession of all materials, equipment, tools, machinery, implements at or near the Site owned by the Contractor and finish the Work at the Contractor's expense by whatever means the Town may deem expedient; and the Contractor shall cooperate at its expense in the orderly transfer of the same to a new contractor or to the Town as directed by the Town. In such case the Town shall not make any further payments to the Contractor until the Work is completely finished. The Town shall not be liable for any depreciation, loss or damage to said materials, machinery, implements or tools during said use and the Contractor shall be solely responsible for their removal from the site of the Work after the Town has no further use for them. Unless so removed within fifteen days after notice to the Contractor to do so, they may be sold at public auction, and the proceeds credited to the Contractor s account; or they may, at the option of the Town, be stored at the Contractor s expense subject to a lien for the storage charges.

64 General Conditions Engineer: Stantec Section Page 26 of Damages and expenses incurred under Section above shall include, but not be limited to, costs for the design or extra engineering services and Project Manager services required, in the opinion of the Town, to successfully inspect and administer the construction contract through final completion of the Work Expenses charged under Section above may be deducted and paid by the Town out of any moneys then due or to become due the Contractor under this Contract All sums damages, and expenses incurred by the Town to complete the Work shall be charged to the Contractor. In case the damages and expenses charged are less than the sum that would have been payable under this Contract if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference. In case such expenses shall exceed the said sum, the Contractor shall pay the amount of the excess to the Town TERMINATION BY THE TOWN FOR CONVENIENCE The Town may terminate this Contract for convenience even though the Contractor is not in default by giving notice to the Contractor specifying in said notice the date of termination In the event that the Contract is terminated pursuant to Section 14.1, the Contractor shall be reimbursed in accordance with the Contract Documents for all Work performed up to the termination date, and for all materials or equipment not incorporated in the Work, but delivered and suitably stored at the site. Payment for materials or equipment stored at the site shall be conditioned upon submission by the Contractor of bills of sale or such other evidence as is satisfactory to the Town to establish the Town's title to such material or equipment or otherwise protect the Town's interest. The payment provided in this section shall be considered to fully compensate the Contractor for all claims and expenses and those of any consultants, Subcontractors, and suppliers, directly or indirectly attributable to the termination, including any claims for lost profits Upon termination of this Contract for convenience as provided in Section of this Article, the Contractor shall: (1) stop the Work; (2) stop placing orders and Subcontracts in connection with this Contract; (3) cancel all existing orders and Subcontracts; (4) surrender the site to the Town in a safe condition; (5) transfer to the Town all materials, supplies, work in process, appliances, facilities, equipment and machinery of this Contract, and all plans, Drawings, specifications and other information and documents used in connection with this Contract. END OF SECTION

65 Supplemental General Conditions Engineer: Stantec Section Page 1 of SECTION SUPPLEMENTAL GENERAL CONDITIONS SC 1.1 INTRODUCTION The following provisions modify, change, delete from or add to Section GENERAL CONDITIONS. Where any Subsection of the General Conditions is modified or any Article Paragraph, Subparagraph or Clause thereof is modified or deleted by these Supplemental General Conditions, the unaltered provisions of that Article, Paragraph, Subparagraph or Clause shall remain in effect. SC 2.1 PREVAILING WAGE In accordance with General Laws Chapter 149, Section 26 through 27D, the Contractor is obligated to comply with the prevailing wage rates established by the Commissioner of the Department of Labor and Workforce Development for mechanics, apprentices, chauffeurs, teamsters and laborers employed on the Project. The schedule of applicable prevailing wage rates for the Project, together with a Certificate of Compliance therewith, are set forth in Attachment A herein. SC 3.1 CONTRACTOR'S LIABILITY INSURANCE In no case shall the limits of liability be less than the following: 1. Contractor's Liability Insurance a. Workers Compensation, etc. under the General Conditions: State: Statutory Applicable Federal Statutory Employer's Liability: $500,000. b. Comprehensive General Liability (including Premises-Operations; Independent Contractor's Protection; Products Liability and Completed Operations; Broad Form Property Damage); Bodily Injury (including completed operations and products liability for up to 3 years after the completion of the project): $ 1,000,000. Each Occurrence $3,000,000. Annual Aggregate Property Damage: $ 1,000,000. Each Occurrence $3,000,000. Annual Aggregate or a combined single limit of $2,000,000. Property Damage Liability Insurance will provide Explosion, Collapse and Underground coverages. Personal Injury, with employment exclusion deleted $ 3,000,000. Annual Aggregate

66 Supplemental General Conditions Engineer: Stantec Section Page 2 of c. Comprehensive Automobile Liability: SC 4.1 Bodily Injury: $1,000,000. Each Person $1,000,000. Each Occurrence Property Damage: $1,000,000. Each Occurrence or a combined single limit of $ 2,000,000 d. Contractual Liability: Bodily Injury: $1,000,000. Each Occurrence Property Damage: $1,000,000. Each Occurrence $2,000,000. Annual Aggregate Insert the following definitions in Article 1 in the proper place in alphabetical order: "AWARDING AUTHORITY - same definition as OWNER. BIDDER - any person, firm or corporation submitting a BID for the work. FINAL COMPLETION - the work has been fully completed and ready for its intended use as required by Contract Documents and to the satisfaction of ENGINEER and OWNER, and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. If a tentative list of items to be completed or corrected was issued with a certificate by Substantial Completion or issued subsequent thereto, such items shall be completed or corrected before work is considered fully completed." Add the following sentence to the definition of "WORK": The CONTRACTOR shall work during regular work hours (7:00 AM to 4:00 PM Monday through Friday) excluding holidays as defined in the wage rate decision. Work at other times, including nights and weekends, shall be at the option of, and only with written approval of, the OWNER. Add the following sentence to the definition of "SUBSTANTIAL COMPLETION": The CONTRACTOR shall not be given phased or staged substantial completion as equipment is started up and operated. All new equipment which is installed under this Contract, whether operating or not, shall remain in the full control and responsibility of the CONTRACTOR until the entire project reaches substantial completion.

67 Supplemental General Conditions Engineer: Stantec Section Page 3 of Add the following to paragraph 1.1.1: The General Conditions, Supplementary General Conditions and Special Conditions are complementary and shall be read together. Insofar as these Sections cannot be reconciled, the Special Conditions take precedence over all other conditions, and the Supplementary General Conditions take precedence over the General Conditions. SC 5.1 Add the following paragraphs to Article 3: "3.4.5 ENGINEER shall furnish a Resident Project Representative (RPR), assistants and other field staff to assist ENGINEER in observing performance of the Work of the CONTRACTOR General Through more extensive on-site observations of the Work in progress and field checks of materials and equipment by the RPR and assistants, ENGINEER shall endeavor to provide further protection for the OWNER against defects and deficiencies in the Work; but, the furnishing of such services will not make the ENGINEER responsible for or give ENGINEER control over construction means, methods, techniques, sequences or procedures or for safety precautions or programs, or responsibility for CONTRACTOR'S failure to perform the Work in accordance with the Contract Documents. The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER'S agreement with the OWNER and in the construction Contract Documents, and are further limited and described as follows: RPR is ENGINEER'S agent at the site, will act as directed by and under the supervision of the ENGINEER and will confer with ENGINEER regarding RPR'S actions. RPR'S dealings in matters pertaining to the on-site Work shall in general be with ENGINEER and CONTRACTOR, keeping OWNER advised as necessary. RPR'S dealings with subcontractors shall only be through or with the full knowledge and approval of the CONTRACTOR. RPR shall generally communicate with OWNER with the knowledge of and under the direction of the ENGINEER Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work in general is proceeding in accordance with the Contract Documents. b. Report to ENGINEER whenever RPR believes that any work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and start-ups.

68 Supplemental General Conditions Engineer: Stantec Section Page 4 of SC 6.1 d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. e. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. f. Conduct final inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected. g. Observe that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance. Add the following paragraph to paragraph 4.5.4: "Wherever it may be written that an equipment manufacturer must have a specified period of experience with his product, equipment which does not meet the specified experience period can be considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit for the duration of the specified time period which will guarantee replacement of that equipment in the event of failure." Add the following sentence to paragraph 5.3.1: "The CONTRACTOR shall submit one copy of each of his subcontracts to the ENGINEER demonstrating compliance with this and related requirements." Add the following paragraph to paragraph 4.3.1: "This Project is subject to the Contract Work Hours and Safety Standards Act. The Contract Work Hours and Safety Standards Act (40 USC 327 et seq) and the regulations of the Department of Labor under 29 CFR Part 5 require contractors and subcontractors to pay wages to laborers and mechanics on the basis of an eight hour work day and 40 hour work week and to pay at least time and a half for work performed in excess of these time limitations. Also, the Act prohibits contractors and subcontractors from requiring laborers and mechanics to work in hazardous, unsanitary or dangerous conditions (see 29 CFR Part 1926)." Add the following paragraph to paragraph : "It is the CONTRACTOR'S responsibility to prepare, coordinate and review all submittals prior to delivery to the ENGINEER. The ENGINEER will review each submittal and the first resubmittal without cost to the CONTRACTOR. The CONTRACTOR, however, shall reimburse the OWNER for all reasonable costs associated with the ENGINEER'S and his consultant's review of each subsequent resubmittal. For the purpose of this paragraph only, submittals include Section Shop Drawings, Product Data and Samples." SC 7.1 Article Add the following to paragraph 7.2: There have been no reports of explorations and tests of subsurface conditions utilized by the ENGINEER in preparation of the Contract Documents. All existing structures and subsurface structures identified by the ENGINEER were based on the best information available.

69 Supplemental General Conditions Engineer: Stantec Section Page 5 of SC 8.1 Paragraph is changed by deleting the phrase mutually acceptable fixed or percentage fee and replacing with fifteen percent fee for overhead and profit. Add the following paragraphs to Paragraph 8.3: SC 9.1 "8.3.5 The ENGINEER shall evaluate CONTRACTOR's request for extension of Contract Time as follows: a. The ENGINEER will determine whether the amount of labor (man-hours) reasonably correlates to the magnitude of the addition or reduction of the work. b. If the labor requested is determined reasonable, the ENGINEER shall evaluate the impact the additional labor has on the rate of the entire crew. This evaluation will consider whether the addition in work is critical to the CONTRACTOR's schedule and, if critical, to what extent the progress of the CONTRACTOR's overall crew is affected. c. The CONTRACTOR shall provide the ENGINEER with all information necessary for ENGINEER to make this analysis The CONTRACTOR is not entitled to any time extension until the CONTRACTOR's scheduled completion date exceeds the contract completion date No Damages for Delay: The CONTRACTOR shall not be entitled to damages for any delay regardless of the cause of the same. The CONTRACTOR s only remedy in the event of a delay shall be an extension of the Contract Time and only to the extent allowed in the Contract documents. Add the following to Paragraph 8.4: The Bid and the Agreement contain a paragraph specifying the Contract Time stated as a number of consecutive calendar days following execution of the Contract, and the dollar amount of liquidated damages to be paid to the OWNER for each calendar day beyond the specified completion period that the work remains uncompleted The date of beginning and the Contract Time for the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed The CONTRACTOR will proceed with the work at such rate of progress to insure Final Completion within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the Contract Time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work If the CONTRACTOR shall fail to fully complete the work within the Contract Time, or extension of time granted by the OWNER, then the CONTRACTOR will pay to the OWNER the amount for liquidated damages as specified in the Bid and Agreement for each calendar day that the CONTRACTOR shall be in default after the time stipulated in the BID and Agreement.

70 Supplemental General Conditions Engineer: Stantec Section Page 6 of SC The CONTRACTOR shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the CONTRACTOR has promptly given written notice of such delay to the OWNER or ENGINEER: To any preference, priority or allocation order duly issued by the OWNER To unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to, acts of God, or of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, abnormal and unforeseeable weather; and To any delays of Subcontractors occasioned by any of the causes specified in Paragraphs and above. Add the following language at the end of Paragraph : "Certificates from the insurance carrier shall be filed in triplicate with the OWNER and shall state the type of coverage, limits of liability and the expiration date on each certificate. With respect to insurance identified in paragraphs , , , and (Comprehensive General Liability), such insurance shall name the TOWN OF WATERTOWN and STANTEC CONSULTING SERVICES INC. as additional named insured." SC CHANGE OF CONTRACT PRICE Paragraph is changed by deleting the phrase Contractor must initiate claims within fourteen (14) calendar days after occurrence and replacing with Contractor must initiate claims within seven (7) calendar days after occurrence. END OF SECTION

71 Change Order Engineer: Stantec Section 00820a - Page 1 of SECTION 00820a CHANGE ORDER Contract Amount (As Bid)...$ Net Change in Contract Price (this Change Order)...$ Net Change in Contract Price (all other Change Orders)...$ Total Adjusted Contract Price...$ Page 1 of 2 Project Number Change Order Number This Change Order extends the time to complete the Work by calendar days. The extended completion date is. This Change Order checked by: (Chief) Resident Engineer Date This Change Order is requested by: This Change Order is recommended by Consultant Engineer P.E. # Date The undersigned agree to the terms of the Change Order and certifies that such Change Order is in conformance with M. G. L. C.30, Section 39I. Contractor Date Owner Date Certification of Appropriation under M. G. L. C.44, Section 31C: Adequate funding in an amount sufficient to cover the total cost of this Change Order is available. By: Certification Officer Date

72 Change Order Engineer: Stantec Section 00820a - Page 2 of CHANGE ORDER Page 2 of 2 Public Entity Project Number Contract Number Change Order Number Contract Title Owner's Name : Owner's Address Contractor's Name: Contractor's Address: Description of Change Reason for Change END OF SECTION

73 Application for Payment Engineer: Stantec Section 00820b - Page 1 of SECTION 00820b APPLICATION FOR PAYMENT (Use latest version of AIA Document G702 and G703 or approved substitute. Breakdown of work shall be per specification section).

74 Certificate of Substantial Completion Engineer: Stantec Section 00820d - Page 1 of SECTION 00820d CERTIFICATE OF SUBSTANTIAL COMPLETION ======================================================================= OWNER'S Project No. ENGINEER'S Project No. Project: Construction of ======================================================================= CONTRACTOR Contract Date Contract for Construction of ======================================================================= Project or Specified Part Shall Include ======================================================================= DEFINITION OF SUBSTANTIAL COMPLETION The date of Substantial Completion of a Project or specified part of a Project is the date when the construction is sufficiently completed, in accordance with the Contract Documents, so that the Project or specified part of the Project can be utilized for the purpose for which it was intended. To: Town of, Massachusetts And To (CONTRACTOR) Date of Substantial Completion The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR and ENGINEER, and the Project is hereby declared to be substantially completed on the above date.

75 Certificate of Substantial Completion Engineer: Stantec Section 00820d - Page 2 of A tentative list of items to be completed or corrected is appended hereto. The failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. Watertown Dept. of Public Works OWNER AUTHORIZED REPRESENTATIVE Date Stantec Consulting Services Inc. ENGINEER AUTHORIZED REPRESENTATIVE Date ======================================================================= The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list. CONTRACTOR AUTHORIZED REPRESENTATIVE Date ======================================================================= EXCEPTIONS AS TO GUARANTEES AND WARRANTIES: ATTACHMENTS: END OF SECTION

76 Certificate of Final Completion of Work Engineer: Stantec Section 00820e - Page 1 of SECTION 00820e CERTIFICATE OF FINAL COMPLETION OF WORK CONTRACT NO. AGREEMENT DATE CONTRACT DESCRIPTION: Construction of the COMPLETION DATE PER AGREEMENT AND CHANGE ORDERS FINAL CERTIFICATION OF CONTRACTOR I hereby certify that the Work as identified in the Final Payment Request for construction Contract Work dated, represents full compensation for the actual value of Work completed. All Work completed conforms to the terms of the Agreement and authorized changes. Date CONTRACTOR Signature Title FINAL CERTIFICATION OF ENGINEER I have reviewed the CONTRACTOR'S Final Payment Request dated and hereby certify that to the best of my knowledge, the cost of the Work identified on the Final Estimate represents full compensation for the actual value of Work completed and that the Work has been completed in accordance with the terms of the Agreement and authorized changes. This certification is provided in accord with the terms of General Condition Article 14. STANTEC CONSULTING SERVICES INC. Date Signature Title

77 Certificate of Final Completion of Work Engineer: Stantec Section 00820e - Page 2 of FINAL ACCEPTANCE OF OWNER I, as representative of the OWNER, accept the above Final Certifications and authorize Final Payment in the amount of $ and direct the Contractor's attention to the General Conditions - Article 14. The guaranty for all Work completed subsequent to the date of Substantial Completion, expires one (1) year from the date of this Final Acceptance. DEPARTMENT OF PUBLIC WORKS WATERTOWN, MASSACHUSETTS Date Authorized Representative Signature END OF SECTION

78 Applicable Provisions of MGL s Engineer: Stantec Section Page 1 of SECTION Incorporation of Applicable Provisions of the Massachusetts General Laws Certain provisions of the Massachusetts General Laws are applicable to Construction contracts including, but not limited to, those contained in Chapter 30 and Chapter 149. All applicable provisions of the Massachusetts General Laws are incorporated into the Contract as if fully set forth herein, and shall prevail over any conflicting provisions of the General or Supplemental General Conditions.

79 Attachment A Massachusetts Prevailing Wage Rates

80 CHARLES D. BAKER Governor KARYN E. POLITO Lt. Governor THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H RONALD L. WALKER, II Secretary WILLIAM D MCKINNEY Director Awarding Authority: Town of Watertown, MA Contract Number: 17-01S City/Town: WATERTOWN Description of Work: The work consists of 8-inch full length replacement, point repair replacements, service replacements, cured-in-place lining of 6" through 15", mainline heavy cleaning and chemical root control. Job Location: Boylston St, Nichols St & Rutland St Areas Information about Prevailing Wage Schedules for Awarding Authorities and Contractors This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the Wage Request Number on all pages of this schedule. An Awarding Authority must request an updated wage schedule from the Department of Labor Standards ( DLS ) if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects (bid pursuant to G.L. c.149a), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149, 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L. c The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor. All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the journeyworker's rate for the trade. The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a) the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F rental of equipment contracts. Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or and keep them on file for three years. Each weekly payroll report must contain: the employee s name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and Issue Date: 02/14/2017 Wage Request Number:

81 Classification Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" ASBESTOS REMOVER - PIPE / MECH. EQUIPT. HEAT & FROST INSULATORS LOCAL 6 (BOSTON) ASPHALT RAKER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $33.25 $10.91 $10.89 $ /01/2016 $33.32 $10.91 $10.89 $ /01/2016 $33.44 $10.91 $10.89 $ /01/2015 $88.29 $9.80 $19.23 $ /01/2016 $37.10 $7.60 $14.15 $ /01/2017 $38.10 $7.60 $14.15 $ /01/2017 $38.95 $7.60 $14.15 $ /01/2018 $39.90 $7.60 $14.15 $ /01/2018 $40.85 $7.60 $14.15 $ /01/2019 $41.85 $7.60 $14.15 $ /01/2019 $42.85 $7.60 $14.15 $ /01/2016 $33.90 $11.50 $7.10 $ /01/2017 $34.90 $11.50 $7.10 $ /01/2017 $35.90 $11.50 $7.10 $ /01/2018 $36.90 $11.50 $7.10 $ /01/2018 $37.90 $11.50 $7.10 $ /01/2019 $38.90 $11.50 $7.10 $ /01/2019 $39.90 $11.50 $7.10 $ /01/2020 $40.90 $11.50 $7.10 $ /01/2020 $41.90 $11.50 $7.10 $ /01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $0.00 Total Rate $55.05 $55.12 $55.24 $ $58.85 $59.85 $60.70 $61.65 $62.60 $63.60 $64.60 $52.50 $53.50 $54.50 $55.50 $56.50 $57.50 $58.50 $59.50 $60.50 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $70.63 $71.63 $72.63 $70.63 $71.63 $72.63 Issue Date: 02/14/2017 Wage Request Number: Page 2 of 37

82 Classification BARCO-TYPE JUMPING TAMPER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" BOILER MAKER BOILERMAKERS LOCAL 29 Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $37.10 $7.60 $14.15 $ /01/2017 $38.10 $7.60 $14.15 $ /01/2017 $38.95 $7.60 $14.15 $ /01/2018 $39.90 $7.60 $14.15 $ /01/2018 $40.85 $7.60 $14.15 $ /01/2019 $41.85 $7.60 $14.15 $ /01/2019 $42.85 $7.60 $14.15 $ /01/2017 $42.92 $6.97 $16.21 $0.00 Total Rate $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $58.85 $59.85 $60.70 $61.65 $62.60 $63.60 $64.60 $66.10 Apprentice - BOILERMAKER - Local 29 Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $27.90 $6.97 $10.54 $0.00 $ $27.90 $6.97 $10.54 $0.00 $ $30.04 $6.97 $11.35 $0.00 $ $32.19 $6.97 $12.16 $0.00 $ $34.34 $6.97 $12.97 $0.00 $ $36.48 $6.97 $13.78 $0.00 $ $38.63 $6.97 $14.59 $0.00 $ $40.77 $6.97 $15.40 $0.00 $63.14 Notes: Apprentice to Journeyworker Ratio:1:5 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (WALTHAM) 02/01/2017 $50.76 $10.18 $19.79 $ /01/2017 $50.76 $10.75 $19.22 $0.00 $80.73 $80.73 Issue Date: 02/14/2017 Wage Request Number: Page 3 of 37

83 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Waltham Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.38 $10.18 $19.79 $0.00 $ $30.46 $10.18 $19.79 $0.00 $ $35.53 $10.18 $19.79 $0.00 $ $40.61 $10.18 $19.79 $0.00 $ $45.68 $10.18 $19.79 $0.00 $75.65 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.38 $10.75 $19.22 $0.00 $ $30.46 $10.75 $19.22 $0.00 $ $35.53 $10.75 $19.22 $0.00 $ $40.61 $10.75 $19.22 $0.00 $ $45.68 $10.75 $19.22 $0.00 $75.65 Notes: Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" CARBIDE CORE DRILL OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" 12/01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $37.45 $7.60 $14.35 $ /01/2016 $36.30 $7.60 $14.35 $ /01/2016 $36.30 $7.60 $14.35 $ /01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $0.00 $70.19 $71.18 $72.17 $59.40 $58.25 $58.25 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 Issue Date: 02/14/2017 Wage Request Number: Page 4 of 37

84 Classification CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) Effective Date Base Wage Health Pension Supplemental Unemployment 09/01/2016 $37.80 $9.90 $17.00 $ /01/2017 $38.77 $9.90 $17.00 $ /01/2017 $39.78 $9.90 $17.00 $ /01/2018 $40.78 $9.90 $17.00 $ /01/2018 $41.82 $9.90 $17.00 $ /01/2019 $42.85 $9.90 $17.00 $0.00 Total Rate $64.70 $65.67 $66.68 $67.68 $68.72 $69.75 Apprentice - CARPENTER - Zone 2 Eastern MA Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $18.90 $9.90 $1.63 $0.00 $ $22.68 $9.90 $1.63 $0.00 $ $26.46 $9.90 $12.11 $0.00 $ $28.35 $9.90 $12.11 $0.00 $ $30.24 $9.90 $13.74 $0.00 $ $30.24 $9.90 $13.74 $0.00 $ $34.02 $9.90 $15.37 $0.00 $ $34.02 $9.90 $15.37 $0.00 $59.29 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.39 $9.90 $1.63 $0.00 $ $23.26 $9.90 $1.63 $0.00 $ $27.14 $9.90 $12.11 $0.00 $ $29.08 $9.90 $12.11 $0.00 $ $31.02 $9.90 $13.74 $0.00 $ $31.02 $9.90 $13.74 $0.00 $ $34.89 $9.90 $15.37 $0.00 $ $34.89 $9.90 $15.37 $0.00 $60.16 Notes: Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (WALTHAM) 01/01/2017 $45.67 $12.20 $19.41 $ /01/2017 $46.30 $12.20 $19.41 $ /01/2018 $46.54 $12.20 $19.41 $ /01/2018 $46.79 $12.20 $19.41 $ /01/2019 $47.03 $12.20 $19.41 $ /01/2019 $47.27 $12.20 $19.41 $ /01/2020 $47.52 $12.20 $19.41 $1.30 $78.58 $79.21 $79.45 $79.70 $79.94 $80.18 $80.43 Issue Date: 02/14/2017 Wage Request Number: Page 5 of 37

85 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - CEMENT MASONRY/PLASTERING - Eastern Mass (Waltham) Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.84 $12.20 $12.41 $0.00 $ $27.40 $12.20 $14.41 $1.30 $ $29.69 $12.20 $15.41 $1.30 $ $31.97 $12.20 $16.41 $1.30 $ $34.25 $12.20 $17.41 $1.30 $ $36.54 $12.20 $18.41 $1.30 $ $41.10 $12.20 $19.41 $1.30 $74.01 Effective Date - 07/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.15 $12.20 $12.41 $0.00 $ $27.78 $12.20 $14.41 $1.30 $ $30.10 $12.20 $15.41 $1.30 $ $32.41 $12.20 $16.41 $1.30 $ $34.73 $12.20 $17.41 $1.30 $ $37.04 $12.20 $18.41 $1.30 $ $41.67 $12.20 $19.41 $1.30 $74.58 Notes: Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. CHAIN SAW OPERATOR LABORERS - ZONE 1 Apprentice to Journeyworker Ratio:1:3 For apprentice rates see "Apprentice- LABORER" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2017 $48.38 $10.00 $15.25 $ /01/2016 $31.17 $10.00 $15.25 $ /01/2017 $31.86 $10.00 $15.25 $ /01/2017 $32.55 $10.00 $15.25 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $71.63 $72.63 $73.63 $56.42 $57.11 $57.80 $75.36 Issue Date: 02/14/2017 Wage Request Number: Page 6 of 37

86 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.71 $7.85 $0.00 $0.00 $ $28.28 $7.85 $3.66 $0.00 $ $30.85 $7.85 $3.99 $0.00 $ $33.42 $7.85 $4.32 $0.00 $ $35.99 $7.85 $14.11 $0.00 $ $38.56 $7.85 $14.44 $0.00 $ $41.13 $7.85 $14.77 $0.00 $ $46.27 $7.85 $15.44 $0.00 $69.56 Notes: Steps are 750 hrs. DEMO: ADZEMAN LABORERS - ZONE 1 Apprentice to Journeyworker Ratio:1:1 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" DEMO: BURNERS LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" 12/01/2016 $36.50 $7.60 $14.15 $ /01/2017 $37.50 $7.60 $14.15 $ /01/2017 $38.35 $7.60 $14.15 $ /01/2018 $39.30 $7.60 $14.15 $ /01/2018 $40.25 $7.60 $14.15 $ /01/2019 $41.25 $7.60 $14.15 $ /01/2019 $42.25 $7.60 $14.15 $ /01/2016 $37.50 $7.60 $14.15 $ /01/2017 $38.50 $7.60 $14.15 $ /01/2017 $39.35 $7.60 $14.15 $ /01/2018 $40.30 $7.60 $14.15 $ /01/2018 $41.25 $7.60 $14.15 $ /01/2019 $42.25 $7.60 $14.15 $ /01/2019 $43.25 $7.60 $14.15 $ /01/2016 $37.25 $7.60 $14.15 $ /01/2017 $38.25 $7.60 $14.15 $ /01/2017 $39.10 $7.60 $14.15 $ /01/2018 $40.05 $7.60 $14.15 $ /01/2018 $41.00 $7.60 $14.15 $ /01/2019 $42.00 $7.60 $14.15 $ /01/2019 $43.00 $7.60 $14.15 $0.00 $58.25 $59.25 $60.10 $61.05 $62.00 $63.00 $64.00 $59.25 $60.25 $61.10 $62.05 $63.00 $64.00 $65.00 $59.00 $60.00 $60.85 $61.80 $62.75 $63.75 $64.75 Issue Date: 02/14/2017 Wage Request Number: Page 7 of 37

87 Classification DEMO: CONCRETE CUTTER/SAWYER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" DEMO: JACKHAMMER OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DRAWBRIDGE OPERATOR (Construction) ELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- ELECTRICIAN" Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $37.50 $7.60 $14.15 $ /01/2017 $38.50 $7.60 $14.15 $ /01/2017 $39.35 $7.60 $14.15 $ /01/2018 $40.30 $7.60 $14.15 $ /01/2018 $41.25 $7.60 $14.15 $ /01/2019 $42.25 $7.60 $14.15 $ /01/2019 $43.25 $7.60 $14.15 $ /01/2016 $37.25 $7.60 $14.15 $ /01/2017 $38.25 $7.60 $14.15 $ /01/2017 $39.10 $7.60 $14.15 $ /01/2018 $40.05 $7.60 $14.15 $ /01/2018 $41.00 $7.60 $14.15 $ /01/2019 $42.00 $7.60 $14.15 $ /01/2019 $43.00 $7.60 $14.15 $ /01/2016 $36.50 $7.60 $14.15 $ /01/2017 $37.50 $7.60 $14.15 $ /01/2017 $38.35 $7.60 $14.15 $ /01/2018 $39.30 $7.60 $14.15 $ /01/2018 $40.25 $7.60 $14.15 $ /01/2019 $41.25 $7.60 $14.15 $ /01/2019 $42.25 $7.60 $14.15 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2015 $58.86 $9.80 $19.23 $ /01/2015 $42.04 $9.80 $19.23 $ /01/2015 $63.06 $9.80 $19.23 $ /01/2015 $88.23 $9.80 $19.23 $ /01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $0.00 Total Rate $59.25 $60.25 $61.10 $62.05 $63.00 $64.00 $65.00 $59.00 $60.00 $60.85 $61.80 $62.75 $63.75 $64.75 $58.25 $59.25 $60.10 $61.05 $62.00 $63.00 $64.00 $70.19 $71.18 $72.17 $87.89 $71.07 $92.09 $ $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 Issue Date: 02/14/2017 Wage Request Number: Page 8 of 37

88 Classification ELECTRICIAN ELECTRICIANS LOCAL 103 Effective Date Base Wage Health Pension Supplemental Unemployment 09/01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $0.00 Total Rate $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 Apprentice - ELECTRICIAN - Local 103 Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $18.85 $13.00 $0.57 $0.00 $ $18.85 $13.00 $0.57 $0.00 $ $21.21 $13.00 $13.36 $0.00 $ $21.21 $13.00 $13.36 $0.00 $ $23.57 $13.00 $13.73 $0.00 $ $25.92 $13.00 $14.09 $0.00 $ $28.28 $13.00 $14.46 $0.00 $ $30.63 $13.00 $14.83 $0.00 $ $32.99 $13.00 $15.20 $0.00 $ $35.35 $13.00 $15.57 $0.00 $63.92 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $19.33 $13.00 $0.58 $0.00 $ $19.33 $13.00 $0.58 $0.00 $ $21.75 $13.00 $13.37 $0.00 $ $21.75 $13.00 $13.37 $0.00 $ $24.17 $13.00 $13.75 $0.00 $ $26.58 $13.00 $14.11 $0.00 $ $29.00 $13.00 $14.48 $0.00 $ $31.41 $13.00 $14.85 $0.00 $ $33.83 $13.00 $15.22 $0.00 $ $36.25 $13.00 $15.60 $0.00 $64.85 Notes: : App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80 Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2017 $55.86 $15.28 $15.71 $0.00 $86.85 Issue Date: 02/14/2017 Wage Request Number: Page 9 of 37

89 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - ELEVATOR CONSTRUCTOR - Local 4 Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.93 $15.28 $0.00 $0.00 $ $30.72 $15.28 $15.71 $0.00 $ $36.31 $15.28 $15.71 $0.00 $ $39.10 $15.28 $15.71 $0.00 $ $44.69 $15.28 $15.71 $0.00 $75.68 Notes: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio:1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIRE ALARM INSTALLER ELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- ELECTRICIAN" 01/01/2017 $39.10 $15.28 $15.71 $ /01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $41.37 $10.00 $15.15 $ /01/2017 $42.25 $10.00 $15.15 $ /01/2017 $42.98 $10.00 $15.15 $ /01/2018 $43.69 $10.00 $15.15 $ /01/2016 $42.82 $10.00 $15.15 $ /01/2017 $43.71 $10.00 $15.15 $ /01/2017 $44.44 $10.00 $15.15 $ /01/2018 $45.16 $10.00 $15.15 $ /01/2016 $21.98 $10.00 $15.15 $ /01/2017 $22.51 $10.00 $15.15 $ /01/2017 $22.93 $10.00 $15.15 $ /01/2018 $23.36 $10.00 $15.15 $ /01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $0.00 $70.09 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $66.52 $67.40 $68.13 $68.84 $67.97 $68.86 $69.59 $70.31 $47.13 $47.66 $48.08 $48.51 $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 Issue Date: 02/14/2017 Wage Request Number: Page 10 of 37

90 Classification FIRE ALARM REPAIR / MAINTENANCE / COMMISSIONINGELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FLAGGER & SIGNALER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" FLOORCOVERER FLOORCOVERERS LOCAL 2168 ZONE I Effective Date Base Wage Health Pension Supplemental Unemployment 09/01/2016 $35.35 $13.00 $15.57 $ /01/2017 $36.25 $13.00 $15.60 $ /01/2017 $36.96 $13.00 $15.62 $ /01/2018 $37.86 $13.00 $15.65 $ /01/2018 $38.75 $13.00 $15.67 $ /01/2019 $39.65 $13.00 $15.70 $ /01/2016 $37.65 $10.00 $15.25 $ /01/2017 $38.49 $10.00 $15.25 $ /01/2017 $39.32 $10.00 $15.25 $ /01/2016 $20.50 $7.60 $14.15 $ /01/2016 $42.13 $9.80 $17.62 $0.00 Total Rate $63.92 $64.85 $65.58 $66.51 $67.42 $68.35 $62.90 $63.74 $64.57 $42.25 $69.55 Apprentice - FLOORCOVERER - Local 2168 Zone I Effective Date - 03/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.07 $9.80 $1.79 $0.00 $ $23.17 $9.80 $1.79 $0.00 $ $25.28 $9.80 $12.25 $0.00 $ $27.38 $9.80 $12.25 $0.00 $ $29.49 $9.80 $14.04 $0.00 $ $31.60 $9.80 $14.04 $0.00 $ $33.70 $9.80 $15.83 $0.00 $ $35.81 $9.80 $15.83 $0.00 $61.44 Notes: Steps are 750 hrs. FORK LIFT/CHERRY PICKER OPERATING ENGINEERS LOCAL 4 Apprentice to Journeyworker Ratio:1:1 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) GLAZIERS LOCAL 35 (ZONE 2) 12/01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $31.17 $10.00 $15.25 $ /01/2017 $31.86 $10.00 $15.25 $ /01/2017 $32.55 $10.00 $15.25 $ /01/2017 $40.91 $7.85 $16.10 $0.00 $70.63 $71.63 $72.63 $56.42 $57.11 $57.80 $64.86 Issue Date: 02/14/2017 Wage Request Number: Page 11 of 37

91 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - GLAZIER - Local 35 Zone 2 Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.46 $7.85 $0.00 $0.00 $ $22.50 $7.85 $3.66 $0.00 $ $24.55 $7.85 $3.99 $0.00 $ $26.59 $7.85 $4.32 $0.00 $ $28.64 $7.85 $14.11 $0.00 $ $30.68 $7.85 $14.44 $0.00 $ $32.73 $7.85 $14.77 $0.00 $ $36.82 $7.85 $15.44 $0.00 $60.11 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 HOISTING ENGINEER/CRANES/GRADALLS OPERATING ENGINEERS LOCAL 4 12/01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $0.00 $70.63 $71.63 $72.63 Issue Date: 02/14/2017 Wage Request Number: Page 12 of 37

92 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - OPERATING ENGINEERS - Local 4 Effective Date - 12/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $24.96 $10.00 $0.00 $0.00 $ $27.23 $10.00 $15.25 $0.00 $ $29.50 $10.00 $15.25 $0.00 $ $31.77 $10.00 $15.25 $0.00 $ $34.04 $10.00 $15.25 $0.00 $ $36.30 $10.00 $15.25 $0.00 $ $38.57 $10.00 $15.25 $0.00 $ $40.84 $10.00 $15.25 $0.00 $66.09 Effective Date - 06/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $25.51 $10.00 $0.00 $0.00 $ $27.83 $10.00 $15.25 $0.00 $ $30.15 $10.00 $15.25 $0.00 $ $32.47 $10.00 $15.25 $0.00 $ $34.79 $10.00 $15.25 $0.00 $ $37.10 $10.00 $15.25 $0.00 $ $39.42 $10.00 $15.25 $0.00 $ $41.74 $10.00 $15.25 $0.00 $66.99 Notes: Apprentice to Journeyworker Ratio:1:6 HVAC (DUCTWORK) SHEETMETAL WORKERS LOCAL 17 - A For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) ELECTRICIANS LOCAL 103 For apprentice rates see "Apprentice- ELECTRICIAN" HVAC (TESTING AND BALANCING - AIR) SHEETMETAL WORKERS LOCAL 17 - A For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) PIPEFITTERS LOCAL 537 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" 02/01/2017 $43.72 $11.45 $23.07 $ /01/2017 $44.82 $11.45 $23.07 $ /01/2018 $45.97 $11.45 $23.07 $ /01/2016 $47.13 $13.00 $17.41 $ /01/2017 $48.33 $13.00 $17.45 $ /01/2017 $49.28 $13.00 $17.48 $ /01/2018 $50.48 $13.00 $17.51 $ /01/2018 $51.67 $13.00 $17.55 $ /01/2019 $52.87 $13.00 $17.59 $ /01/2017 $43.72 $11.45 $23.07 $ /01/2017 $44.82 $11.45 $23.07 $ /01/2018 $45.97 $11.45 $23.07 $ /01/2016 $50.19 $9.70 $18.14 $ /01/2017 $51.19 $9.70 $18.14 $0.00 $80.59 $81.69 $82.84 $77.54 $78.78 $79.76 $80.99 $82.22 $83.46 $80.59 $81.69 $82.84 $78.03 $79.03 Issue Date: 02/14/2017 Wage Request Number: Page 13 of 37

93 Classification HVAC MECHANIC PIPEFITTERS LOCAL 537 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HYDRAULIC DRILLS LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" INSULATOR (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (BOSTON) Effective Date Base Wage Health Pension Supplemental Unemployment 09/01/2016 $50.19 $9.70 $18.14 $ /01/2017 $51.19 $9.70 $18.14 $ /01/2016 $37.10 $7.60 $14.15 $ /01/2017 $38.10 $7.60 $14.15 $ /01/2017 $38.95 $7.60 $14.15 $ /01/2018 $39.90 $7.60 $14.15 $ /01/2018 $40.85 $7.60 $14.15 $ /01/2019 $41.85 $7.60 $14.15 $ /01/2019 $42.85 $7.60 $14.15 $ /01/2016 $45.09 $11.75 $14.20 $ /01/2017 $47.09 $11.75 $14.20 $ /01/2018 $49.34 $11.75 $14.20 $ /01/2019 $51.84 $11.75 $14.20 $0.00 Total Rate $78.03 $79.03 $58.85 $59.85 $60.70 $61.65 $62.60 $63.60 $64.60 $71.04 $73.04 $75.29 $77.79 Apprentice - ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Boston Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.55 $11.75 $10.45 $0.00 $ $27.05 $11.75 $11.20 $0.00 $ $31.56 $11.75 $11.95 $0.00 $ $36.07 $11.75 $12.70 $0.00 $60.52 Effective Date - 09/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.55 $11.75 $10.45 $0.00 $ $28.25 $11.75 $11.20 $0.00 $ $32.96 $11.75 $11.95 $0.00 $ $37.67 $11.75 $12.70 $0.00 $62.12 Notes: Steps are 1 year Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER IRONWORKERS LOCAL 7 (BOSTON AREA) 09/16/2016 $44.05 $7.80 $20.85 $ /16/2017 $44.65 $7.80 $20.85 $0.00 $72.70 $73.30 Issue Date: 02/14/2017 Wage Request Number: Page 14 of 37

94 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - IRONWORKER - Local 7 Boston Effective Date - 09/16/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $26.43 $7.80 $20.85 $0.00 $ $30.84 $7.80 $20.85 $0.00 $ $33.04 $7.80 $20.85 $0.00 $ $35.24 $7.80 $20.85 $0.00 $ $37.44 $7.80 $20.85 $0.00 $ $39.65 $7.80 $20.85 $0.00 $68.30 Effective Date - 03/16/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $26.79 $7.80 $20.85 $0.00 $ $31.26 $7.80 $20.85 $0.00 $ $33.49 $7.80 $20.85 $0.00 $ $35.72 $7.80 $20.85 $0.00 $ $37.95 $7.80 $20.85 $0.00 $ $40.19 $7.80 $20.85 $0.00 $68.84 Notes: ** Structural 1:6; Ornamental 1:4 Apprentice to Journeyworker Ratio:** JACKHAMMER & PAVING BREAKER OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" LABORER LABORERS - ZONE 1 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $0.00 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 Issue Date: 02/14/2017 Wage Request Number: Page 15 of 37

95 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - LABORER - Zone 1 Effective Date - 12/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $21.81 $7.60 $14.15 $0.00 $ $25.45 $7.60 $14.15 $0.00 $ $29.08 $7.60 $14.15 $0.00 $ $32.72 $7.60 $14.15 $0.00 $54.47 Effective Date - 06/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $22.41 $7.60 $14.15 $0.00 $ $26.15 $7.60 $14.15 $0.00 $ $29.88 $7.60 $14.15 $0.00 $ $33.62 $7.60 $14.15 $0.00 $55.37 Notes: Apprentice to Journeyworker Ratio:1:5 LABORER: CARPENTER TENDER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" LABORER: CEMENT FINISHER TENDER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" 12/01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $ /01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $ /01/2016 $36.50 $7.60 $14.15 $ /01/2017 $37.50 $7.60 $14.15 $ /01/2017 $38.35 $7.60 $14.15 $ /01/2018 $39.30 $7.60 $14.15 $ /01/2018 $40.25 $7.60 $14.15 $ /01/2019 $41.25 $7.60 $14.15 $ /01/2019 $42.28 $7.60 $14.15 $0.00 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 $58.25 $59.25 $60.10 $61.05 $62.00 $63.00 $64.03 Issue Date: 02/14/2017 Wage Request Number: Page 16 of 37

96 Classification LABORER: MASON TENDER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" LABORER: MULTI-TRADE TENDER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $0.00 Total Rate $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 LABORER: TREE REMOVER LABORERS - ZONE 1 12/01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $0.00 This classification applies to all tree work associated with the removal of standing trees, and trimming and removal of branches and limbs when the work is not done for a utility company for the purpose of operation, maintenance or repair of utility company equipment. For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $0.00 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2017 $38.78 $10.75 $17.67 $0.00 $67.20 Issue Date: 02/14/2017 Wage Request Number: Page 17 of 37

97 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.39 $10.75 $17.67 $0.00 $ $23.27 $10.75 $17.67 $0.00 $ $27.15 $10.75 $17.67 $0.00 $ $31.02 $10.75 $17.67 $0.00 $ $34.90 $10.75 $17.67 $0.00 $63.32 Notes: Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2017 $50.80 $10.75 $19.22 $0.00 $80.77 Apprentice - MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.40 $10.75 $19.22 $0.00 $ $30.48 $10.75 $19.22 $0.00 $ $35.56 $10.75 $19.22 $0.00 $ $40.64 $10.75 $19.22 $0.00 $ $45.72 $10.75 $19.22 $0.00 $75.69 Notes: Apprentice to Journeyworker Ratio:1:5 MECH. SWEEPER OPERATOR (ON CONST. SITES) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MECHANICS MAINTENANCE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 1) MILLWRIGHTS LOCAL Zone 1 12/01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $37.97 $9.90 $18.25 $ /01/2017 $38.87 $9.90 $18.25 $ /01/2017 $39.77 $9.90 $18.25 $ /01/2018 $40.67 $9.90 $18.25 $ /01/2018 $41.57 $9.90 $18.25 $ /01/2019 $42.47 $9.90 $18.25 $0.00 $70.19 $71.18 $72.17 $70.19 $71.18 $72.17 $66.12 $67.02 $67.92 $68.82 $69.72 $70.62 Issue Date: 02/14/2017 Wage Request Number: Page 18 of 37

98 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - MILLWRIGHT - Local 1121 Zone 1 Effective Date - 10/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $20.88 $9.90 $5.17 $0.00 $ $24.68 $9.90 $14.96 $0.00 $ $28.48 $9.90 $15.91 $0.00 $ $32.27 $9.90 $16.84 $0.00 $59.01 Effective Date - 04/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $21.38 $9.90 $5.17 $0.00 $ $25.27 $9.90 $14.96 $0.00 $ $29.15 $9.90 $15.91 $0.00 $ $33.04 $9.90 $16.84 $0.00 $59.78 Notes: Steps are 2,000 hours Apprentice to Journeyworker Ratio:1:5 MORTAR MIXER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" OILER (OTHER THAN TRUCK CRANES,GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - ZONE 2 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $22.96 $10.00 $15.25 $ /01/2017 $23.47 $10.00 $15.25 $ /01/2017 $23.99 $10.00 $15.25 $ /01/2016 $26.94 $10.00 $15.25 $ /01/2017 $27.54 $10.00 $15.25 $ /01/2017 $28.15 $10.00 $15.25 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2017 $51.41 $7.85 $16.10 $0.00 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $48.21 $48.72 $49.24 $52.19 $52.79 $53.40 $70.19 $71.18 $72.17 $75.36 Issue Date: 02/14/2017 Wage Request Number: Page 19 of 37

99 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - PAINTER Local 35 - BRIDGES/TANKS Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.71 $7.85 $0.00 $0.00 $ $28.28 $7.85 $3.66 $0.00 $ $30.85 $7.85 $3.99 $0.00 $ $33.42 $7.85 $4.32 $0.00 $ $35.99 $7.85 $14.11 $0.00 $ $38.56 $7.85 $14.44 $0.00 $ $41.13 $7.85 $14.77 $0.00 $ $46.27 $7.85 $15.44 $0.00 $69.56 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.painters LOCAL 35 - ZONE 2 01/01/2017 $42.31 $7.85 $16.10 $0.00 $66.26 Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - New Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.16 $7.85 $0.00 $0.00 $ $23.27 $7.85 $3.66 $0.00 $ $25.39 $7.85 $3.99 $0.00 $ $27.50 $7.85 $4.32 $0.00 $ $29.62 $7.85 $14.11 $0.00 $ $31.73 $7.85 $14.44 $0.00 $ $33.85 $7.85 $14.77 $0.00 $ $38.08 $7.85 $15.44 $0.00 $61.37 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, REPAINT) PAINTERS LOCAL 35 - ZONE 2 01/01/2017 $40.37 $7.85 $16.10 $0.00 $64.32 Issue Date: 02/14/2017 Wage Request Number: Page 20 of 37

100 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - PAINTER Local 35 Zone 2 - Spray/Sandblast - Repaint Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.19 $7.85 $0.00 $0.00 $ $22.20 $7.85 $3.66 $0.00 $ $24.22 $7.85 $3.99 $0.00 $ $26.24 $7.85 $4.32 $0.00 $ $28.26 $7.85 $14.11 $0.00 $ $30.28 $7.85 $14.44 $0.00 $ $32.30 $7.85 $14.77 $0.00 $ $36.33 $7.85 $15.44 $0.00 $59.62 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (TRAFFIC MARKINGS) LABORERS - ZONE 1 For Apprentice rates see "Apprentice- LABORER" PAINTER / TAPER (BRUSH, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.painters LOCAL 35 - ZONE 2 12/01/2016 $36.35 $7.60 $14.15 $ /01/2017 $37.35 $7.60 $14.15 $ /01/2017 $38.20 $7.60 $14.15 $ /01/2018 $39.15 $7.60 $14.15 $ /01/2018 $40.10 $7.60 $14.15 $ /01/2019 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $ /01/2017 $40.91 $7.85 $16.10 $0.00 $58.10 $59.10 $59.95 $60.90 $61.85 $62.85 $63.85 $64.86 Apprentice - PAINTER - Local 35 Zone 2 - BRUSH NEW Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.46 $7.85 $0.00 $0.00 $ $22.50 $7.85 $3.66 $0.00 $ $24.55 $7.85 $3.99 $0.00 $ $26.59 $7.85 $4.32 $0.00 $ $28.64 $7.85 $14.11 $0.00 $ $30.68 $7.85 $14.44 $0.00 $ $32.73 $7.85 $14.77 $0.00 $ $36.82 $7.85 $15.44 $0.00 $60.11 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 Issue Date: 02/14/2017 Wage Request Number: Page 21 of 37

101 Classification PAINTER / TAPER (BRUSH, REPAINT) PAINTERS LOCAL 35 - ZONE 2 Effective Date Base Wage Health Pension Supplemental Unemployment 01/01/2017 $38.97 $7.85 $16.10 $0.00 Total Rate $62.92 Apprentice - PAINTER Local 35 Zone 2 - BRUSH REPAINT Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $19.49 $7.85 $0.00 $0.00 $ $21.43 $7.85 $3.66 $0.00 $ $23.38 $7.85 $3.99 $0.00 $ $25.33 $7.85 $4.32 $0.00 $ $27.28 $7.85 $14.11 $0.00 $ $29.23 $7.85 $14.44 $0.00 $ $31.18 $7.85 $14.77 $0.00 $ $35.07 $7.85 $15.44 $0.00 $58.36 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PANEL & PICKUP TRUCKS DRIVER TEAMSTERS JOINT COUNCIL NO. 10 ZONE A PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND DECK) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" PILE DRIVER PILE DRIVER LOCAL 56 (ZONE 1) 12/01/2016 $33.08 $10.91 $10.89 $ /01/2015 $42.04 $9.80 $19.23 $ /01/2015 $42.04 $9.80 $19.23 $0.00 $54.88 $71.07 $71.07 Apprentice - PILE DRIVER - Local 56 Zone 1 Effective Date - 08/01/2015 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.02 $9.80 $19.23 $0.00 $ $25.22 $9.80 $19.23 $0.00 $ $29.43 $9.80 $19.23 $0.00 $ $31.53 $9.80 $19.23 $0.00 $ $33.63 $9.80 $19.23 $0.00 $ $33.63 $9.80 $19.23 $0.00 $ $37.84 $9.80 $19.23 $0.00 $ $37.84 $9.80 $19.23 $0.00 $66.87 Notes: Apprentice to Journeyworker Ratio:1:3 PIPEFITTER & STEAMFITTER PIPEFITTERS LOCAL /01/2016 $50.19 $9.70 $18.14 $ /01/2017 $51.19 $9.70 $18.14 $0.00 $78.03 $79.03 Issue Date: 02/14/2017 Wage Request Number: Page 22 of 37

102 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - PIPEFITTER - Local 537 Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $20.08 $9.70 $7.50 $0.00 $ $22.59 $9.70 $18.14 $0.00 $ $30.11 $9.70 $18.14 $0.00 $ $35.13 $9.70 $18.14 $0.00 $ $40.15 $9.70 $18.14 $0.00 $67.99 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $20.48 $9.70 $7.50 $0.00 $ $23.04 $9.70 $18.14 $0.00 $ $30.71 $9.70 $18.14 $0.00 $ $35.83 $9.70 $18.14 $0.00 $ $40.95 $9.70 $18.14 $0.00 $68.79 Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. Refrig/AC Mechanic **1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) Apprentice to Journeyworker Ratio:** PIPELAYER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" PLUMBERS & GASFITTERS PLUMBERS & GASFITTERS LOCAL 12 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $51.69 $11.32 $15.46 $ /01/2017 $52.69 $11.32 $15.46 $0.00 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $78.47 $79.47 Issue Date: 02/14/2017 Wage Request Number: Page 23 of 37

103 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - PLUMBER/GASFITTER - Local 12 Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $18.09 $11.32 $5.74 $0.00 $ $20.68 $11.32 $6.49 $0.00 $ $28.43 $11.32 $8.73 $0.00 $ $33.60 $11.32 $10.23 $0.00 $ $38.77 $11.32 $11.72 $0.00 $61.81 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $18.44 $11.32 $5.74 $0.00 $ $21.08 $11.32 $6.49 $0.00 $ $28.98 $11.32 $8.73 $0.00 $ $34.25 $11.32 $10.23 $0.00 $ $39.52 $11.32 $11.72 $0.00 $62.56 Notes: ** 1:2; 2:6; 3:10; 4:14; 5:19/Steps are 1 yr Step4 with lic$58.50 Step5 with lic$65.36 Apprentice to Journeyworker Ratio:** PNEUMATIC CONTROLS (TEMP.) PIPEFITTERS LOCAL 537 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" PNEUMATIC DRILL/TOOL OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" POWDERMAN & BLASTER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 09/01/2016 $50.19 $9.70 $18.14 $ /01/2017 $51.19 $9.70 $18.14 $ /01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $37.35 $7.60 $14.15 $ /01/2017 $38.35 $7.60 $14.15 $ /01/2017 $39.20 $7.60 $14.15 $ /01/2018 $40.15 $7.60 $14.15 $ /01/2018 $41.10 $7.60 $14.15 $ /01/2019 $42.10 $7.60 $14.15 $ /01/2019 $43.10 $7.60 $14.15 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $0.00 $78.03 $79.03 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $59.10 $60.10 $60.95 $61.90 $62.85 $63.85 $64.85 $70.63 $71.63 $72.63 Issue Date: 02/14/2017 Wage Request Number: Page 24 of 37

104 Classification PUMP OPERATOR (CONCRETE) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING, OTHER) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" READY MIX CONCRETE DRIVERS after 4/30/10 (Drivers Hired After 4/30/2010)TEAMSTERS LOCAL 25b READY-MIX CONCRETE DRIVER TEAMSTERS LOCAL 25b RECLAIMERS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" RESIDENTIAL WOOD FRAME (All Other Work) CARPENTERS -ZONE 2 (Residential Wood) Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $31.17 $10.00 $15.25 $ /01/2017 $31.86 $10.00 $15.25 $ /01/2017 $32.55 $10.00 $15.25 $ /01/2016 $28.03 $8.23 $9.31 $ /01/2017 $28.18 $8.23 $9.72 $ /01/2017 $28.18 $8.48 $9.72 $ /01/2016 $29.33 $8.23 $9.31 $ /01/2017 $29.48 $8.23 $9.72 $ /01/2017 $29.48 $8.48 $9.72 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $25.32 $9.80 $16.82 $0.00 Total Rate $70.63 $71.63 $72.63 $56.42 $57.11 $57.80 $45.57 $46.13 $46.38 $46.87 $47.43 $47.68 $70.19 $71.18 $72.17 $51.94 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.carpenters -ZONE 2 (Residential Wood) 10/01/2016 $25.69 $7.07 $7.18 $ /01/2017 $26.31 $7.07 $7.18 $ /01/2017 $26.93 $7.07 $7.18 $ /01/2018 $27.35 $7.07 $7.18 $ /01/2018 $27.77 $7.07 $7.18 $ /01/2019 $28.20 $7.07 $7.18 $ /01/2019 $28.63 $7.07 $7.18 $0.00 As of 9/1/09 Carpentry work on wood-frame residential WEATHERIZATION projects shall be paid the RESIDENTIAL WOOD FRAME CARPENTER rate. $39.94 $40.56 $41.18 $41.60 $42.02 $42.45 $42.88 Issue Date: 02/14/2017 Wage Request Number: Page 25 of 37

105 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - CARPENTER (Residential Wood Frame) - Zone 2 Effective Date - 10/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $15.41 $7.07 $0.00 $0.00 $ $15.41 $7.07 $0.00 $0.00 $ $16.70 $7.07 $7.18 $0.00 $ $17.98 $7.07 $7.18 $0.00 $ $19.27 $7.07 $7.18 $0.00 $ $20.55 $7.07 $7.18 $0.00 $ $21.84 $7.07 $7.18 $0.00 $ $23.12 $7.07 $7.18 $0.00 $37.37 Effective Date - 04/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $15.79 $7.07 $0.00 $0.00 $ $15.79 $7.07 $0.00 $0.00 $ $17.10 $7.07 $7.18 $0.00 $ $18.42 $7.07 $7.18 $0.00 $ $19.73 $7.07 $7.18 $0.00 $ $21.05 $7.07 $7.18 $0.00 $ $22.36 $7.07 $7.18 $0.00 $ $23.68 $7.07 $7.18 $0.00 $37.93 Notes: Apprentice to Journeyworker Ratio:1:5 RIDE-ON MOTORIZED BUGGY OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" ROLLER/SPREADER/MULCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) ROOFERS LOCAL 33 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2017 $41.36 $11.10 $13.80 $ /01/2017 $42.46 $11.10 $13.80 $ /01/2018 $43.61 $11.10 $13.80 $ /01/2018 $44.71 $11.10 $13.80 $ /01/2019 $45.86 $11.10 $13.80 $0.00 $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $70.19 $71.18 $72.17 $66.26 $67.36 $68.51 $69.61 $70.76 Issue Date: 02/14/2017 Wage Request Number: Page 26 of 37

106 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - ROOFER - Local 33 Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.68 $11.10 $3.44 $0.00 $ $24.82 $11.10 $13.80 $0.00 $ $26.88 $11.10 $13.80 $0.00 $ $31.02 $11.10 $13.80 $0.00 $ $35.16 $11.10 $13.80 $0.00 $60.06 Effective Date - 08/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.23 $11.10 $3.44 $0.00 $ $25.48 $11.10 $13.80 $0.00 $ $27.60 $11.10 $13.80 $0.00 $ $31.85 $11.10 $13.80 $0.00 $ $36.09 $11.10 $13.80 $0.00 $60.99 Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. (Hot Pitch Mechanics' receive $1.00 hr. above ROOFER) Apprentice to Journeyworker Ratio:** ROOFER SLATE / TILE / PRECAST CONCRETE ROOFERS LOCAL 33 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER SHEETMETAL WORKERS LOCAL 17 - A 02/01/2017 $41.61 $11.10 $13.80 $ /01/2017 $42.71 $11.10 $13.80 $ /01/2018 $43.86 $11.10 $13.80 $ /01/2018 $44.96 $11.10 $13.80 $ /01/2019 $46.11 $11.10 $13.80 $ /01/2017 $43.72 $11.45 $23.07 $ /01/2017 $44.82 $11.45 $23.07 $ /01/2018 $45.97 $11.45 $23.07 $2.35 $66.51 $67.61 $68.76 $69.86 $71.01 $80.59 $81.69 $82.84 Issue Date: 02/14/2017 Wage Request Number: Page 27 of 37

107 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - SHEET METAL WORKER - Local 17-A Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.49 $11.45 $5.24 $0.00 $ $17.49 $11.45 $5.24 $0.00 $ $19.67 $11.45 $10.31 $1.24 $ $19.67 $11.45 $10.31 $1.24 $ $21.86 $11.45 $11.21 $1.34 $ $21.86 $11.45 $11.46 $1.34 $ $26.23 $11.45 $13.02 $1.52 $ $28.42 $11.45 $13.93 $1.61 $ $32.79 $11.45 $15.74 $1.80 $ $37.16 $11.45 $17.05 $1.97 $67.63 Effective Date - 08/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $17.93 $11.45 $5.24 $0.00 $ $17.93 $11.45 $5.24 $0.00 $ $20.17 $11.45 $10.31 $1.26 $ $20.17 $11.45 $10.31 $1.26 $ $22.41 $11.45 $11.21 $1.35 $ $22.41 $11.45 $11.46 $1.36 $ $26.89 $11.45 $13.02 $1.54 $ $29.13 $11.45 $13.93 $1.64 $ $33.62 $11.45 $15.74 $1.82 $ $38.10 $11.45 $17.05 $2.00 $68.60 Notes: Steps are 6 mos. SIGN ERECTOR PAINTERS LOCAL 35 - ZONE 2 Apprentice to Journeyworker Ratio:1:4 06/01/2013 $25.81 $7.07 $7.05 $0.00 $39.93 Issue Date: 02/14/2017 Wage Request Number: Page 28 of 37

108 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - SIGN ERECTOR - Local 35 Zone 2 Effective Date - 06/01/2013 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $12.91 $7.07 $0.00 $0.00 $ $14.20 $7.07 $2.45 $0.00 $ $15.49 $7.07 $2.45 $0.00 $ $16.78 $7.07 $2.45 $0.00 $ $18.07 $7.07 $7.05 $0.00 $ $19.36 $7.07 $7.05 $0.00 $ $20.65 $7.07 $7.05 $0.00 $ $21.94 $7.07 $7.05 $0.00 $ $23.23 $7.07 $7.05 $0.00 $37.35 Notes: Steps are 4 mos. Apprentice to Journeyworker Ratio:1:1 SPECIALIZED EARTH MOVING EQUIP < 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE A SPECIALIZED EARTH MOVING EQUIP > 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE A SPRINKLER FITTER SPRINKLER FITTERS LOCAL (Section A) Zone 1 12/01/2016 $33.54 $10.91 $10.89 $ /01/2016 $33.83 $10.91 $10.89 $ /01/2017 $55.08 $8.77 $17.20 $ /01/2017 $56.08 $8.77 $17.20 $0.00 $55.34 $55.63 $81.05 $82.05 Issue Date: 02/14/2017 Wage Request Number: Page 29 of 37

109 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - SPRINKLER FITTER - Local 550 (Section A) Zone 1 Effective Date - 01/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $19.28 $8.52 $8.70 $0.00 $ $22.03 $8.52 $8.70 $0.00 $ $24.79 $8.52 $8.70 $0.00 $ $27.54 $8.52 $8.70 $0.00 $ $30.29 $8.52 $8.70 $0.00 $ $33.05 $8.52 $10.20 $0.00 $ $35.80 $8.52 $10.20 $0.00 $ $38.56 $8.52 $10.20 $0.00 $ $41.31 $8.52 $10.20 $0.00 $ $44.06 $8.52 $10.20 $0.00 $62.78 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $19.63 $8.52 $8.70 $0.00 $ $22.43 $8.52 $8.70 $0.00 $ $25.24 $8.52 $8.70 $0.00 $ $28.04 $8.52 $8.70 $0.00 $ $30.84 $8.52 $8.70 $0.00 $ $33.65 $8.52 $10.20 $0.00 $ $36.45 $8.52 $10.20 $0.00 $ $39.26 $8.52 $10.20 $0.00 $ $42.06 $8.52 $10.20 $0.00 $ $44.86 $8.52 $10.20 $0.00 $63.58 Notes: Apprentice entered prior 9/30/10: 40/45/50/55/60/65/70/75/80/85 Steps are 850 hours Apprentice to Journeyworker Ratio:1:3 STEAM BOILER OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $35.35 $13.00 $15.57 $ /01/2017 $36.25 $13.00 $15.60 $ /01/2017 $36.96 $13.00 $15.62 $ /01/2018 $37.86 $13.00 $15.65 $ /01/2018 $38.75 $13.00 $15.67 $ /01/2019 $39.65 $13.00 $15.70 $0.00 $70.19 $71.18 $72.17 $70.19 $71.18 $72.17 $63.92 $64.85 $65.58 $66.51 $67.42 $68.35 Issue Date: 02/14/2017 Wage Request Number: Page 30 of 37

110 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - TELECOMMUNICATION TECHNICIAN - Local 103 Effective Date - 09/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $14.14 $13.00 $0.42 $0.00 $ $14.14 $13.00 $0.42 $0.00 $ $15.91 $13.00 $11.53 $0.00 $ $15.91 $13.00 $11.53 $0.00 $ $17.68 $13.00 $11.80 $0.00 $ $19.44 $13.00 $12.07 $0.00 $ $21.21 $13.00 $12.36 $0.00 $ $22.98 $13.00 $12.63 $0.00 $ $24.75 $13.00 $13.91 $0.00 $ $26.51 $13.00 $14.19 $0.00 $53.70 Effective Date - 03/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $14.50 $13.00 $0.44 $0.00 $ $14.50 $13.00 $0.44 $0.00 $ $16.31 $13.00 $12.54 $0.00 $ $16.31 $13.00 $12.54 $0.00 $ $18.13 $13.00 $12.81 $0.00 $ $19.94 $13.00 $13.09 $0.00 $ $21.75 $13.00 $13.37 $0.00 $ $23.56 $13.00 $13.65 $0.00 $ $25.38 $13.00 $13.93 $0.00 $ $27.19 $13.00 $14.21 $0.00 $54.40 Notes: Apprentice to Journeyworker Ratio:1:1 TERRAZZO FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE 02/01/2017 $49.70 $10.75 $19.22 $0.00 $79.67 Issue Date: 02/14/2017 Wage Request Number: Page 31 of 37

111 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - TERRAZZO FINISHER - Local 3 Marble & Tile Effective Date - 02/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.85 $10.75 $19.22 $0.00 $ $29.82 $10.75 $19.22 $0.00 $ $34.79 $10.75 $19.22 $0.00 $ $39.76 $10.75 $19.22 $0.00 $ $44.73 $10.75 $19.22 $0.00 $74.70 Notes: Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" TEST BORING DRILLER HELPER LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" TEST BORING LABORER LABORERS - FOUNDATION AND MARINE For apprentice rates see "Apprentice- LABORER" TRACTORS/PORTABLE STEAM GENERATORS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A TUNNEL WORK - COMPRESSED AIR LABORERS (COMPRESSED AIR) For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) LABORERS (COMPRESSED AIR) For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - FREE AIR LABORERS (FREE AIR TUNNEL) For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - FREE AIR (HAZ. WASTE) LABORERS (FREE AIR TUNNEL) For apprentice rates see "Apprentice- LABORER" VAC-HAUL TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 12/01/2016 $37.70 $7.60 $14.35 $ /01/2016 $36.42 $7.60 $14.35 $ /01/2016 $36.30 $7.60 $14.35 $ /01/2016 $44.94 $10.00 $15.25 $ /01/2017 $45.93 $10.00 $15.25 $ /01/2017 $46.92 $10.00 $15.25 $ /01/2016 $34.12 $10.91 $10.89 $ /01/2016 $48.58 $7.60 $14.75 $ /01/2016 $50.58 $7.60 $14.75 $ /01/2016 $40.65 $7.60 $14.75 $ /01/2016 $42.65 $7.60 $14.75 $ /01/2016 $33.54 $10.91 $10.89 $0.00 $59.65 $58.37 $58.25 $70.19 $71.18 $72.17 $55.92 $70.93 $72.93 $63.00 $65.00 $55.34 Issue Date: 02/14/2017 Wage Request Number: Page 32 of 37

112 Classification WAGON DRILL OPERATOR LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" WASTE WATER PUMP OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" WATER METER INSTALLER PLUMBERS & GASFITTERS LOCAL 12 Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $36.60 $7.60 $14.15 $ /01/2017 $37.60 $7.60 $14.15 $ /01/2017 $38.45 $7.60 $14.15 $ /01/2018 $39.40 $7.60 $14.15 $ /01/2018 $40.35 $7.60 $14.15 $ /01/2019 $41.35 $7.60 $14.15 $ /01/2019 $42.35 $7.60 $14.15 $ /01/2016 $45.38 $10.00 $15.25 $ /01/2017 $46.38 $10.00 $15.25 $ /01/2017 $47.38 $10.00 $15.25 $ /01/2016 $51.69 $11.32 $15.46 $ /01/2017 $52.69 $11.32 $15.46 $0.00 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" Rental of Equipment - East (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 12/01/2016 $33.25 $10.91 $0.00 $0.00 Total Rate $58.35 $59.35 $60.20 $61.15 $62.10 $63.10 $64.10 $70.63 $71.63 $72.63 $78.47 $79.47 $44.16 (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BULLDOZER/GRADER/SCRAPER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" 12/01/2016 $33.32 $10.91 $0.00 $ /01/2016 $33.44 $10.91 $0.00 $ /01/2015 $88.29 $9.80 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2016 $44.94 $10.00 $0.00 $ /01/2017 $45.93 $10.00 $0.00 $ /01/2017 $46.92 $10.00 $0.00 $ /01/2016 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2017 $48.38 $10.00 $0.00 $ /01/2016 $31.17 $10.00 $0.00 $ /01/2017 $31.86 $10.00 $0.00 $ /01/2017 $32.55 $10.00 $0.00 $ /01/2015 $58.86 $9.80 $0.00 $0.00 $44.23 $44.35 $98.09 $55.38 $56.38 $57.38 $55.38 $56.38 $57.38 $54.94 $55.93 $56.92 $56.38 $57.38 $58.38 $41.17 $41.86 $42.55 $68.66 Issue Date: 02/14/2017 Wage Request Number: Page 33 of 37

113 Classification DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER" FLAGGER & SIGNALER LABORERS - ZONE 1 For apprentice rates see "Apprentice- LABORER" FORK LIFT/CHERRY PICKER OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" HOISTING ENGINEER/CRANES/GRADALLS OPERATING ENGINEERS LOCAL 4 Effective Date Base Wage Health Pension Supplemental Unemployment 08/01/2015 $42.04 $9.80 $0.00 $ /01/2015 $63.06 $9.80 $0.00 $ /01/2015 $88.23 $9.80 $0.00 $ /01/2016 $20.50 $7.60 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2016 $31.17 $10.00 $0.00 $ /01/2017 $31.86 $10.00 $0.00 $ /01/2017 $32.55 $10.00 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $0.00 Total Rate $51.84 $72.86 $98.03 $28.10 $55.38 $56.38 $57.38 $41.17 $41.86 $42.55 $55.38 $56.38 $57.38 Issue Date: 02/14/2017 Wage Request Number: Page 34 of 37

114 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - OPERATING ENGINEERS - Local 4 Effective Date - 12/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $24.96 $10.00 $0.00 $0.00 $ $27.23 $10.00 $0.00 $0.00 $ $29.50 $10.00 $0.00 $0.00 $ $31.77 $10.00 $0.00 $0.00 $ $34.04 $10.00 $0.00 $0.00 $ $36.30 $10.00 $0.00 $0.00 $ $38.57 $10.00 $0.00 $0.00 $ $40.84 $10.00 $0.00 $0.00 $50.84 Effective Date - 06/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $25.51 $10.00 $0.00 $0.00 $ $27.83 $10.00 $0.00 $0.00 $ $30.15 $10.00 $0.00 $0.00 $ $32.47 $10.00 $0.00 $0.00 $ $34.79 $10.00 $0.00 $0.00 $ $37.10 $10.00 $0.00 $0.00 $ $39.42 $10.00 $0.00 $0.00 $ $41.74 $10.00 $0.00 $0.00 $51.74 Notes: Apprentice to Journeyworker Ratio:1:6 LABORER LABORERS - ZONE 1 12/01/2016 $36.35 $7.60 $0.00 $ /01/2017 $37.35 $7.60 $0.00 $ /01/2017 $38.20 $7.60 $0.00 $ /01/2018 $39.15 $7.60 $0.00 $ /01/2018 $40.10 $7.60 $0.00 $ /01/2019 $41.10 $7.60 $0.00 $ /01/2019 $42.10 $7.60 $0.00 $0.00 $43.95 $44.95 $45.80 $46.75 $47.70 $48.70 $49.70 Issue Date: 02/14/2017 Wage Request Number: Page 35 of 37

115 Classification Effective Date Base Wage Health Pension Supplemental Unemployment Total Rate Apprentice - LABORER - Zone 1 Effective Date - 12/01/2016 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $21.81 $7.60 $0.00 $0.00 $ $25.45 $7.60 $0.00 $0.00 $ $29.08 $7.60 $0.00 $0.00 $ $32.72 $7.60 $0.00 $0.00 $40.32 Effective Date - 06/01/2017 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $22.41 $7.60 $0.00 $0.00 $ $26.15 $7.60 $0.00 $0.00 $ $29.88 $7.60 $0.00 $0.00 $ $33.62 $7.60 $0.00 $0.00 $41.22 Notes: Apprentice to Journeyworker Ratio:1:5 OILER (OTHER THAN TRUCK CRANES,GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PANEL & PICKUP TRUCKS DRIVER TEAMSTERS JOINT COUNCIL NO. 10 ZONE A POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (CONCRETE) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING, OTHER) OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" 12/01/2016 $22.96 $10.00 $0.00 $ /01/2017 $23.47 $10.00 $0.00 $ /01/2017 $23.99 $10.00 $0.00 $ /01/2016 $26.94 $10.00 $0.00 $ /01/2017 $27.54 $10.00 $0.00 $ /01/2017 $28.15 $10.00 $0.00 $ /01/2016 $44.94 $10.00 $0.00 $ /01/2017 $45.93 $10.00 $0.00 $ /01/2017 $46.92 $10.00 $0.00 $ /01/2016 $33.08 $10.91 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2016 $45.38 $10.00 $0.00 $ /01/2017 $46.38 $10.00 $0.00 $ /01/2017 $47.38 $10.00 $0.00 $ /01/2016 $31.17 $10.00 $0.00 $ /01/2017 $31.86 $10.00 $0.00 $ /01/2017 $32.55 $10.00 $0.00 $0.00 $32.96 $33.47 $33.99 $36.94 $37.54 $38.15 $54.94 $55.93 $56.92 $43.99 $55.38 $56.38 $57.38 $55.38 $56.38 $57.38 $41.17 $41.86 $42.55 Issue Date: 02/14/2017 Wage Request Number: Page 36 of 37

116 Classification ROLLER/SPREADER/MULCHING MACHINE OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" SPECIALIZED EARTH MOVING EQUIP < 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE A SPECIALIZED EARTH MOVING EQUIP > 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE A TRACTORS/PORTABLE STEAM GENERATORS OPERATING ENGINEERS LOCAL 4 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE A TREE TRIMMER OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 Effective Date Base Wage Health Pension Supplemental Unemployment 12/01/2016 $44.94 $10.00 $0.00 $ /01/2017 $45.93 $10.00 $0.00 $ /01/2017 $46.92 $10.00 $0.00 $ /01/2016 $33.54 $10.91 $0.00 $ /01/2016 $33.83 $10.91 $0.00 $ /01/2016 $44.94 $10.00 $0.00 $ /01/2017 $45.93 $10.00 $0.00 $ /01/2017 $46.92 $10.00 $0.00 $ /01/2016 $34.12 $10.91 $0.00 $ /31/2016 $18.51 $3.55 $0.00 $0.00 Total Rate $54.94 $55.93 $56.92 $44.45 $44.74 $54.94 $55.93 $56.92 $45.03 $22.06 This classification applies only to tree work done: (a) for a utility company, R.E.A. cooperative, or railroad or coal mining company, and (b) for the purpose of operating, maintaining, or repairing the utility company s equipment, and (c) by a person who is using hand or mechanical cutting methods and is not on the ground. This classification does not apply to wholesale tree removal. TREE TRIMMER GROUNDMAN OUTSIDE ELECTRICAL WORKERS - EAST LOCAL /31/2016 $16.32 $3.55 $0.00 $0.00 This classification applies only to tree work done: (a) for a utility company, R.E.A. cooperative, or railroad or coal mining company, and (b) for the purpose of operating, maintaining, or repairing the utility company s equipment, and (c) by a person who is using hand or mechanical cutting methods and is on the ground. This classification does not apply to wholesale tree removal. VAC-HAUL/CATCH BASIN CLEANING TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 12/01/2016 $33.54 $10.91 $0.00 $0.00 $19.87 $44.45 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 D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. 11E-11L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L. All steps are six months (1000 hours.) Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. Issue Date: 02/14/2017 Wage Request Number: Page 37 of 37

117 General Requirements Engineer: Stantec Table of Contents - Page 1 of DIVISION 1 - GENERAL REQUIREMENTS Section Summary of Work Measurement and Payment Special Provisions Contract Coordination Maintenance of Flow Dig Safe Field Engineering Permits Standard and Code-Making Organization Preconstruction/Project Meetings Submittals and Substitutions Progress Schedules Shop Drawings, Product Data and Samples Schedule of Values Construction Photographs Quality Control Testing Laboratories Services Temporary Controls Control of Work Dust Control Environmental Protection Traffic Control Products Storage and Protection Product Options and Substitutions Contract Closeout Requirements

118 General Requirements Engineer: Stantec Table of Contents - Page 2 of Final Cleaning Project Record Documents Warranties and Bonds

119 Summary of Work Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Description of Work. B. Contract type. C. Work sequence. D. Use of premises DESCRIPTION OF WORK SECTION SUMMARY OF WORK A. In general, the project includes, but is not limited to 8-inch full length replacement, point repair replacements, service replacements, installation of approximately 290 feet of 6-inch, 3,225 feet of 8-inch, 1,090 feet of 10-inch, 765 feet of 12-inch and 1,190 feet of 15-inch cured-in-place pipe (CIPP) liner, mainline heavy cleaning, and chemical root control. The Additive Alternate work includes CIP lining of sewers and appurtenant work. The project shall be complete within 240 days. B. Refer to the tabulations of work on pages through herein. The work shall include all incidental work shown on the Drawings or Standard Details, specified herein, obviously implied or necessary. C. Work also includes complying with MWRA Requirements CONTRACT TYPE A. Construct the Work under a unit price contract WORK SEQUENCE A. The work shall be prosecuted in such order and manner, as the Engineer shall accept. The Contractor shall, immediately after the award of the contract, prepare in detail a progress schedule covering all parts of the work, which shall be submitted to the Engineer. The progress schedule shall state the method and shall forecast the date for carrying out each portion of the work to be done. The Contractor shall also submit details of his method for controlling groundwater, stormwater flows and sewage flows to the Engineer for acceptance. B. If the progress of the work has been or will be materially affected by changes in the work, or if the Contractor's performance has materially failed to conform to the approved schedule, the Contractor shall, upon request by the Engineer, submit a revised progress schedule for the balance of the work. C. Before beginning any portion of the work, the Contractor shall give the Engineer due notice and ample time for making necessary preparations. D. Generally, no excavation shall be done in streets during the four-month period from December 1 to April 1, unless approval has been granted in writing by the Engineer. When work is interrupted during this winter period, the time originally allowed to complete the contract will be extended by the number of days lost.

120 Summary of Work Engineer: Stantec Section Page 2 of E. The Contractor shall coordinate all work to minimize the impact on pedestrian and vehicular traffic access to abutting property and disruption of municipal service. The Contractor shall schedule work so as to minimize returning to each site for additional work. F. The work shall be scheduled based on the following priorities, unless otherwise directed by the Engineer. 1. Complete all required work including service replacements, point repairs, chemical root control, heavy cleaning and trimming of intruding services to facilitate CCTV inspections and installations of CIPP liners. 2. Complete all mainline CCTV inspection work. 3. Complete all excavation-related work including, full length replacement, point repairs and service replacements. 4. Complete all trenchless rehabilitation-related work. G. Specific items or locations of work may be directed by the Engineer to be done at specific times in order for additional work to be done on a timely basis USE OF PREMISES A. CONTRACTOR shall limit use of premises for work, for storage, and for access, to allow: 1. OWNER occupancy on OWNER'S property. 2. Normal public use of public property, rights-of-way, etc. 3. Access to private property. B. Coordinate use of premises under direction of ENGINEER. C. Assume full responsibility for protection and safekeeping of products under this Contract. D. Obtain and pay for use of additional storage or work areas needed for operations under this Contract. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not used

121 Sheet No. Street FULL LENGTH CIPP LINING Sewer Manhole No. Direction Start End Pipe Diameter (inches) Pipe Material No. of Service Connections No. of Intruding Service Connections 3 Nichols Ave Downstream VC Base Bid 3 Nichols Ave Downstream VC Base Bid 3 Nichols Ave Upstream VC Base Bid 3 Nichols Ave Upstream VC Base Bid 3 Nichols Ave Upstream VC Base Bid 3 Nichols Ave Downstream VC Base Bid 3 Arlington St at Nichols Ave Downstream VC Base Bid 3 Arlington St at Nichols Ave Downstream VC Base Bid 4 Boylston St Easement Downstream VC Base Bid 4 Boylston St Downstream VC Base Bid 4 Boylston St Downstream VC Base Bid 4 Boylston St Downstream VC Base Bid 4 Nichols Ave Easement Downstream VC Base Bid 4 Nichols Ave Easement Downstream VC Base Bid 4 Nichols Ave Easement Downstream VC Base Bid 5 Edward Rd Downstream VC Base Bid 5 Rutland St Downstream VC Base Bid 5 Rutland St Downstream VC Base Bid 5 Rutland St Easement Downstream VC Base Bid 5 Rutland St Downstream VC Base Bid 5 Rutland St Downstream VC Base Bid 5 Evans St Downstream VC Base Bid 5 Evans St Downstream VC Base Bid 5 Evans St Downstream VC Base Bid 5 Evans St Downstream VC Base Bid 6 Gilbert St Downstream VC Base Bid 6 Gilbert St Downstream A 8 VC Base Bid 6 Gilbert St Downstream 13164A VC Base Bid 6 Main St Downstream VC Base Bid 6 Main St Upstream VC Base Bid 7 Porter St Upstream VC Add. Alt. No. 1 7 Porter St Downstream VC Add. Alt. No. 1 7 Porter St Upstream VC Add. Alt. No. 1 Length (feet) TOTALS 6,

122 Sheet No. Street FULL LENGTH REPLACEMENT, POINT REPAIRS AND SERVICE LATERAL REPLACEMENTS Sewer Manhole No. Direction Start End Pipe Diameter (inches) Pipe Material No. of Point Repairs (Excavation) Point Repair Locations * No. of Service Connections Replaced Location of Services Replaced * 3 Nichols Ave Downstream VC '-164' 4 Dartmouth St Upstream VC ' 6^ 6 Gilbert St Downstream VC '(9:00) 6 Gilbert St Downstream 13164A VC '(9:00) Length (feet) TOTALS * Location from Start Manhole ^Connect to existing service lateral at edge of trench after inspection of existing service lateral

123 Sheet No. HEAVY CLEANING & CCTV INSPECTION/CHEMICAL ROOT CONTROL Direction Start End 5 Edward Rd Downstream VC YES YES 5 Rutland St Downstream VC YES 5 Rutland St Downstream VC YES 5 Street Rutland St Easement Sewer Manhole No. Pipe Diameter (inches) Pipe Material Length (feet) Joint Spacing (ft) No. of Service Connections No. of Intruding Service Connections Chemical Root Control Heavy Cleaning/ CCTV Inspection Downstream VC YES YES TOTALS 1,

124 Measurement and Payment Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 PROCEDURES SECTION MEASUREMENT AND PAYMENT + A. For unit price items, the CONTRACTOR shall be paid for the actual amount of work accepted during the period of construction. After the Work is completed and before final payment is made, the ENGINEER shall make final measurements to determine the quantities of the various items of work accepted as the basis for final payment. B. For lump sum items, the CONTRACTOR shall be paid in accordance with the progress schedule and schedule of values on the basis of actual work accepted until the work item is completed. Upon completion of the item, 100% of the lump sum price may be paid, less retained amounts. C. All units of measurement shall be standard United States convention as applied to the individual items of work as specified and as interpreted by the ENGINEER. D. At the end of each day's work, the CONTRACTOR'S superintendent or other authorized representative of the CONTRACTOR may meet with the Resident Project Representative and determine the quantities of unit price and/or lump sum price work accomplished and/or completed during the work day. E. Once each month the CONTRACTOR will prepare and sign an Application for Payment, and submit the original and five (5) copies for review and signature of the Resident Project Representative and the ENGINEER'S Construction Project Manager. These completed forms will provide the basis upon which payment will be made to the CONTRACTOR SCOPE OF PAYMENT A. Payments to the CONTRACTOR will be made for the actual quantities of the contract unit price items performed and accepted in accordance with the Contract Documents. Upon completion of construction, if these actual quantities show either an increase or decrease from the quantities given in the Bid, the contract unit prices will still prevail, except as provided in the General Conditions, Supplementary Conditions or Special Conditions. B. No payment of any Application for Payment or of any retained percentage shall relieve the CONTRACTOR of his obligation to repair or replace any defective parts of the construction or to be responsible for all damage due to such defects during the construction period or the one-year correction period PARTIAL PAYMENTS A. Partial payments shall be made monthly as the work progresses. All partial invoices and payments shall be subject to correction in the final Application for Payment PAYMENT FOR MATERIAL DELIVERED A. When requested by the CONTRACTOR, and at the discretion of the OWNER, payment may be made for all or part of the value of acceptable, non-perishable materials and equipment which are to be incorporated into the Work, which have not been used and which have been delivered to the construction site, and placed in storage area acceptable to the OWNER. The Application for Payment shall be accompanied by such data, satisfactory to the OWNER, that will establish the OWNER'S title to the material and equipment and protect the OWNER'S interest therein, including insurance. Each subsequent Application for Payment shall include an affidavit of the CONTRACTOR stating that all previous progress payments received on account of the Work

125 Measurement and Payment Engineer: Stantec Section Page 2 of have been applied to discharge in full, all of the CONTRACTOR'S obligations reflected in prior Applications for Payment. The OWNER shall have the right to deduct from the next progress payment, an amount equal to payment for said material and/or equipment if reasonable and adequate proof is not submitted. B. Materials and equipment, when so paid for by the OWNER, shall become the property of the OWNER and in the event of default on the part of the CONTRACTOR, the OWNER may use, or cause to be used, these materials and equipment in the construction of the Work. The CONTRACTOR shall be responsible for any damage to, or loss of, these materials and equipment. The amount paid by the OWNER shall reduce the estimated amounts due the CONTRACTOR as the material is incorporated into the Work. C. No partial payment shall be made for fuels, supplies, lumber, false work, or other expendable or temporary materials, or on temporary structures of any kind which are not a permanent part of the Contract. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 GENERAL A. The items of work required by the General Conditions, Supplementary Conditions, Special Conditions and Division 1 - General Requirements shall not be measured and paid separately, except as expressly indicated therein, but shall be included in the prices bid for each unit and lump sum item. B. The payment for various unit and lump sum items listed below shall include all materials, labor, tools, equipment and incidental work necessary to complete the item in accordance with the plans and specifications whether or not the particular work is mentioned in the following paragraphs INCH CIPP (ITEM 1A) 8-INCH CIPP (ITEM 1B) 10-INCH CIPP (ITEM 1C) 12-INCH CIPP (ITEM 1D) 15-INCH CIPP (ITEM 1E) A. Measurement: Cured-In-Place pipe (CIPP) installation shall be measured horizontally from center to center of manholes. B. Payment: 1. Payment will be made at the contract unit price per linear foot, which price shall be full compensation for furnishing, installing, jointing, and testing CIPP including providing access for liner installation, maintaining existing sewer flows, notifications to customers, sewer cleaning, sewer TV inspections before CIPP installation and after CIPP installation, trimming of protruding service laterals or obstructions, temporary controls, traffic control including signage and any other incidental work pertaining to installation of the liner.

126 Measurement and Payment Engineer: Stantec Section Page 3 of Payment will be full compensation for daily maintenance and final cleanup of the project site including all final project closeout costs. 3. Payment will be full compensation for complying with MWRA requirements for entire project, including insurance and agreement provisions, and coordination with MWRA, DPW, local businesses and residents. 4. Payment will be compensation for removal, storage, testing, treatment and disposal of condensate and water used for curing CIPP liner sections REINSTATE EXISTING SEWER SERVICES (ITEM 2) A. Measurement: 1. Reinstate Existing Sewer Services shall be measured per service reinstated following CIPP installation. B. Payment: 1. Payment will be made at the contract unit price per service, which price shall be full compensation for reinstating sewer service, sewer cleaning, TV inspections, maintaining existing sewer flows, temporary controls, etc. and proper disposal of excess and unsuitable material off-site. 2. Payment shall also include traffic control, except policing INCH SEWER FULL LENGTH REPLACEMENT (ITEM 3) A. Measurement: 1. 8-inch Sewer Full Length Replacement shall be the actual length in linear feet installed in accordance with the drawings and specifications, measured along the centerlines of the pipes, from the starting point to the end of each pipe with no deductions for manholes or Y- branches. For measurement purposes, beginning and end points of pipes shall be at the centerline of the structures they are connected to. B. Payment: 1. Payment will be made at the contract unit price per linear foot for each size and type of pipe, shall be full compensation for removing existing 6 vitrified clay pipe and furnishing all new PVC pipe, including Y-branches, and other materials required to rebuild the pipelines; all necessary earth excavation; stockpiling and rehandling pipe; cutting and removal of all pavement as required; furnishing and placing an envelope of crushed stone from 6 inches below pipes to 1 foot above the pipes laying; setting and jointing all pipes and fittings and making all connections to all pipes; maintaining/replacement of adjacent utilities show on the Drawings; all testing including post CCTV inspection; backfilling; by-pass pumping; markers; disposal of surplus excavated materials; damaged or defective pipe sections and parts of structures as directed by the engineer; wood and/or steel sheeting and bracing not paid for elsewhere; compacting; topsoiling, seeding and/or sodding; replacement of all types of walkways (slate, brick, bituminous, conctrete, etc.) to their original conditions and all other work and expenses incidental thereto. 2. Payment will be full compensation for furnishing all materials, labor, tools and equipment, and for performing all work required to make connections to the existing manholes where shown on the Drawings, and for alterations to the inverts of the existing manholes if required. 3. Payment shall also include traffic control, except policing.

127 Measurement and Payment Engineer: Stantec Section Page 4 of INCH SEWER POINT REPAIR REPLACEMENT (ITEM 4) A. Measurement: inch Sewer Point Repair Replacement shall be the number of pipeline point repair replacement made as measured by the Engineer. A Point Repair Replacement is defined as a pipe replacement at a single location of 0-20 feet. No distinction is made for depth. B. Payment: 1. Payment will be made at the contract unit price per Point Repair Replacement shall be full compensation for removing and disposing of existing vitrified clay pipe and providing all new pipe, fittings, couplings, adapter couplings and other materials required to rebuild the pipelines; stockpiling and rehandling pipe; cutting and disposing of pavement; earth excavation to a depth of 6 inches below the pipe; furnishing and placing an envelope of crushed stone from 6 inches below pipe to 1 foot above top of pipe; laying, setting and jointing all pipe and fittings and making connections to existing pipes and services; backfilling; maintenance of flow; dewatering; markers; compacting; disposal of surplus and unsuitable excavated materials; temporary sheeting and bracing; couplings; flexible couplings; bituminous concrete curbing; granite curbing; topsoiling and seeding or sodding; and all other work and expense incidental thereto. 2. Payment shall also include traffic control, except policing FURNISH AND INSTALL D.I. SERVICE CONNECTION FITTING (ITEM 5) A. Measurement: 1. Furnish and Install D.I. Service Connection Fitting shall be the number of D.I. service connection fittings built complete. No distinction is made for depth. B. Payment: 1. Payment will be made at the contract unit price per D.I. Service Connection Fitting shall be full compensation for removing existing vitrified clay pipe and providing D.I. service connection fittings of the size and type shown on the Drawings, couplings, up to six (6) feet of new sewer main as required and all other materials required - stockpiling and rehandling pipe; cutting and disposing of pavement; earth excavation to a depth of 6 inches below the pipe; furnishing and placing an envelope of crushed stone from 6 inches below pipe to 1 foot above top of pipe; laying, setting and jointing all pipe and fittings and making connections to existing pipes and services; maintaining/replacement of adjacent utilities show on the Drawings; backfilling; maintenance of flow; dewatering; markers; compacting; disposal of surplus excavated materials as directed by the Engineer; temporary sheeting and bracing; bituminous concrete curbing; granite curbing; topsoiling and seeding or sodding; and all other work and expense incidental thereto. 2. Payment shall also include traffic control, except policing INCH SEWER SERVICE LATERAL REPLACEMENT (ITEM 6) A. Measurement: 1. 6-inch Sewer Service Lateral Replacement shall be the actual length in linear feet installed in accordance with the drawings and specifications, measured along the centerlines of the pipe, from the starting point to the end of each pipe.

128 Measurement and Payment Engineer: Stantec Section Page 5 of B. Payment: 1. Payment will be made at the contract unit price per linear foot and shall be full compensation for removing existing 6 vitrified clay pipe and furnishing all new PVC pipe, and other materials required to rebuild the service lateral; all necessary earth excavation; stockpiling and rehandling pipe; cutting and removal of all pavement as required; furnishing and placing an envelope of crushed stone from 6 inches below pipes to 1 foot above the pipes laying; setting and jointing all pipes and fittings and making all connections to all pipes; maintaining/replacement of adjacent utilities show on the Drawings; all testing including post CCTV inspection; backfilling; by-pass pumping; markers; disposal of surplus excavated materials; damaged or defective pipe sections and parts of structures as directed by the engineer; wood and/or steel sheeting and bracing not paid for elsewhere; compacting; topsoiling, seeding and/or sodding; replacement of all types of walkways (slate, brick, bituminous, conctrete, etc.) to their original conditions and all other work and expenses incidental thereto. 2. Payment shall also include traffic control, except policing 3.08 HEAVY CLEAN AND CCTV OF 8-INCH THROUGH 12-INCH SEWER (ITEM 7) A. Measurement: 1. Heavy Cleaning shall be the length of sewer cleaned and televised measured from the centerline of the upstream manhole to centerline of the downstream manhole. Heavy cleaning is defined as 10 or more passes made with a high velocity jet cleaner, including root removal. B. Payment: 1. Payment will be made at the contract unit price for full compensation of all work, labor, materials and equipment for heavy cleaning, removal and legal disposal of debris, mechanical root removal and all other work and expense incidental thereto. 2. Payment shall also include traffic control, except policing 3.09 CHEMICAL ROOT CONTROL (ITEM 8) A. Measurement: 1. Chemical Root Control shall be the length in linear feet of sewer chemically treated as measured from the centerline of the upstream manhole to the centerline of the downstream manhole. B. Payment: 1. Payment will be made at the contract unit price for all labor, materials, tools and equipment necessary to chemically treat the sewer pipe for root control, including obtaining the MWRA permit. 2. Payment shall also include traffic control, except policing 3.10 ROCK EXCAVATION (ITEM 9) A. Measurement: Rock shall be measured for payment as defined in Section and shall be excavated within the following limits: 1. Manholes and Structures: 12 inches from outside limits of structure including footings and 6 inches below the bottom of base slabs.

129 Measurement and Payment Engineer: Stantec Section Page 6 of Pipe: Six inches below pipe invert and width of two feet plus pipe diameter (three foot minimum width). 3. Only boulders larger than 1 cubic yard will be measured to trench limits. B. Payment: 1. Payment will be made at the contract unit price per cubic yard for the number of cubic yards of rock actually removed by either blasting or non-blasting methods, as measured by the ENGINEER. The contract unit price shall be full compensation for the cost of the preconstruction survey including photographs and VHS tape, rock removal, furnishing and placing of refill material and disposing of excavated rock off-site SAND AND GRAVEL BORROW (ITEM 10) GRAVEL SUBBASE (ITEM 11) ORDINARY BORROW (ITEM 12) A. Measurement: 1. Where foundation gravel is ordered beneath the pipeline, the width allowed will be 2 feet greater than the inside diameter of the pipe (minimum 3 feet wide). 2. The pay limit for gravel surfacing or base course, where ordered, shall be 5 feet in width for single trench, centered over the pipe and 7'-6" for common trench centered between the pipes and to the depth ordered. 3. Where sand or common fill is ordered for pipeline backfill, the pay limit will be two (2) feet greater than the inside diameter of the pipe (minimum 3 feet wide) and to the depth ordered by the ENGINEER. 4. Measurement will be on a cubic yard basis within the limits described above. B. Payment: 1. Payment for gravel surfacing over excavation will be allowed only to replace an original gravel surfacing or where, in the opinion of the ENGINEER, a gravel base course is required under permanent pavement. 2. Payment will not be made for foundation gravel placed by the CONTRACTOR in locations where, in the opinion of the ENGINEER, satisfactory conditions would exist if the trenches were dewatered by well points, or some other approved means. 3. Payment will be made under this item for backfill to replace rock or boulder excavation made in paved roadways. 4. Payment for sand or common borrow will be made at the contract unit price bid for the quantity of material actually furnished and placed within the limits ordered by the ENGINEER EXCAVATION AND REPLACEMENT OF UNSUITABLE MATERIAL (ITEM 13) A. Measurement: 1. Measurement shall be for the actual number of cubic yards of excavation of unsuitable material performed outside the limits of the normal pipe laying operations and as approved by the ENGINEER.

130 Measurement and Payment Engineer: Stantec Section Page 7 of B. Payment: 1. Payment shall be full compensation for saw cutting pavement, removing of pavement, legal disposal of removed pavement, excavation, excavation support, dewatering, temporary controls, back-filling with excavated material. Restoration of growth, restoration of pavement will be paid for under the appropriate items CALCIUM CHLORIDE (ITEM 14) A. Measurement: 1. Calcium chloride will be measured by the number of 50 lb. bags used as directed by the ENGINEER. B. Payment: 1. The accepted quantity of calcium chloride will be paid for at the contract unit price bid INCH TEMPORARY TRENCH PAVING (ITEM 15) A. Measurement 1. Measurement shall be for the actual number of square yards of temporary bituminous concrete trench pavement as measured along the centerline of the sewer for a pay limit of trench width plus 6 inch cut back. 2. Areas beyond these limits will be resurfaced as specified at no additional cost to the OWNER. B. Payment 1. Payment will be made at the contract unit price per square yard, which price shall be full compensation for saw cutting and trimming existing pavement; temporary controls, removing and disposing of sawn pavement; removal of backfill to allow placement of subbase and trench patch; furnishing and placing 12-inches minimum of subbase and 4- inch bituminous concrete trench patch in two 2-inch lifts, restoration of pavement markings and maintaining trench patch INCH PERMANENT TRENCH PAVING (ITEM 16) A. Measurement 1. Measurement shall be for the actual number of square yards of permanent bituminous concrete trench pavement as measured along the centerline of the sewer for a pay limit of trench width plus 12 inch cut back. 2. Areas beyond these limits will be resurfaced as specified at no additional cost to the OWNER. B. Payment 1. Payment will be made at the contract unit price per square yard, which price shall be full compensation for saw cutting and trimming existing pavement; temporary controls, removing and disposing of sawn pavement; removal of backfill to allow placement of subbase and trench patch; furnishing and placing 12-inches minimum of subbase and 4- inch bituminous concrete trench patch in two 2-inch lifts, restoration of pavement markings and maintaining trench patch.

131 Measurement and Payment Engineer: Stantec Section Page 8 of UNIFORMED TRAFFIC OFFICERS (ITEM 17) A. Measurement: The number of hours worked by uniformed traffic officers. B. Payment: 1. Payment will be made at the hourly allowance established in the bid form for the uniformed traffic officer. 2. CONTRACTOR shall submit receipts from the Police Department showing officer's name, hours worked, location of assignment and hourly rate with all claims for compensation under this item MOBILIZATION (ITEM 18) A. Description: Mobilization shall consist of preparatory work and operations including, but not limited to, those necessary for the movement of personnel, equipment, supplies, construction photographs and incidentals to the Project site; for the establishment of the CONTRACTOR'S field office and buildings, and other facilities necessary for work on the Project and final site cleanout; and, for all other work and operations which must be performed prior to beginning and closing out the work. B. The lump sum price for mobilization shall not exceed five percent (5%) of the total of bid items 1 through 17. C. Payment: 1. Payment will be made at the contract lump sum price, which price shall be full compensation for all costs incurred in furnishing all labor, tools, materials, equipment and incidentals for the preparatory work and operations described. 2. Payments will be made following the completion of five percent (5%) of the total Contract Price as approved by the ENGINEER. PART 4 ADDITIVE ALTERNATES 4.01 ADDITIVE ALTERNATE NO. 1 (Items 19 and 20) A. SEWER LINING (Item 19) 1. Measurement. The quantity of cured-in-place full-length liner to be paid for under Items 19 shall be the length of sewers lined as measured from the centerline of the upstream manhole to the centerline of the downstream manhole. 2. Payment. Payment under Item 19 at the contract unit price shall be full compensation for all materials, labor and equipment required to clean, perform pre and post lining CCTV inspection and line the existing sewers, including removal of break-in service connection protrusions and mineral deposits as required. B. REINSTATEMENT OF SERVICE CONNECTIONS (Item 20) 1. Measurement. The quantity to be paid for under Item 20 shall be the number of sewer service connections reinstated that were closed by the installation of the CIPP liner.

132 Measurement and Payment Engineer: Stantec Section Page 9 of Payment. Payment under Item 20 at the contract until price per unit shall be full compensation for all materials, labor and equipment required to restore closed sewer service connections with the use of the appropriate size cutter tool fitted with a CCTV camera. END OF SECTION

133 Special Provisions Engineer: Stantec Section Page 1 of PART 1 GENERAL SECTION SPECIAL PROVISIONS 1.01 WATER FOR CONSTRUCTION PURPOSES A. In locations where water is in sufficient supply, the Contractor may be allowed to use water without charge for construction purposes. The express approval of the Owner shall be obtained before water is used. Waste of water by the Contractor shall be sufficient cause for withdrawing the privilege of unrestricted use. B. If no water is available, the Contractor shall supply water at no additional cost to the Owner PIPE AND MANHOLE LOCATION A. New Pipe and Manholes will be located substantially as indicated on drawings. The minimum depth of burial for the pipe shall be 4 feet and shall be installed beneath existing water services to maintain that minimum. Invert elevations as indicated on the drawings refer to the bottom of the inside of the pipe. The right is reserved to the Owner, acting through the Engineer to make such modifications as may be found desirable to avoid interference with existing structures or for other reasons DIMENSIONS OF EXISTING STRUCTURES A. Where the dimensions and locations of existing structures are of critical importance in the installation or connections of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any material or equipment which is dependent on the correctness of such information OCCUPYING PRIVATE PROPERTY A. The Contractor shall not enter upon nor occupy with men, equipment or materials any property outside of the public highways, Town property or Town easements, except after the consent of the owners or their agents COORDINATION WITH UTILITIES A. The Contractor shall coordinate all work involving all local utilities. The Contractor shall satisfy himself as to the existing conditions or the areas in which he is to perform his work. He shall conduct and arrange his work so as not to impede or interfere with the work of other contractors working in the same or adjacent areas. The Contractor shall also be responsible for coordinating any and all work performed by his subcontractors. B. The Contractor shall coordinate utility locations through "Dig Safe" as specified in Section CONNECTIONS TO EXISTING SYSTEM A. The Owner will, upon 24-hour notice from the Contractor, assist the Contractor by locating and opening and closing valves for providing water to the Contractor. No damages shall be claimed by the Contractor for delays nor shall any damages claimed because of water not being available. B. The cost of Owner's personnel providing assistance to the Contractor as stated above shall be incurred by the Owner if said assistance is provided during the normal working hours (Monday through Friday, 8:00 A.M. to 3:00 P.M.) of the personnel. The cost of any

134 Special Provisions Engineer: Stantec Section Page 2 of assistance by town personnel required by the Contractor outside of these normal working hours shall be incurred by the Contractor at the current rate of pay for overtime for the personnel providing the assistance. The Owner shall bill the Contractor directly for providing this service MAINTENANCE OF TRENCH SURFACE A. After backfilling and compacting the trench, the Contractor shall be responsible to keep the ground surface dry and passable at all times until the surface has been restored to original conditions PERMITS A. The Contractor shall obtain and pay for all permits required for this work unless specified otherwise. Permits required for this work include Street Opening Permit GROUNDWATER SAMPLING AND CONTINGENCIES A. The Contractor shall notify the Engineer immediately if any groundwater in the trench has abnormal odors and/or appearance. All water sampling and testing will be performed by the Engineer. The Contractor shall have no claims against the Owner for delays caused by sampling, testing or developing construction contingencies due to groundwater contamination. B. If groundwater or soil contamination is present, the Contractor shall immediately: 1. Notify Division Hazardous Wastes (Northeast Region Wilmington) and receive instructions as to the appropriate measures to be taken while working in that area; 2. Notify the Engineer and Owner in writing, mailed within 48 hours following discovery of the suspected hazardous materials; C. Actions at the construction site following completion of these steps shall be at the direction of the Division of Hazardous Waste. The Contractor shall perform work to insure that basic measures necessary to protect the health and welfare of residents and abutters are immediately adopted DISPOSAL OF MATERIALS, LEDGE, BOULDERS AND ASPHALT A. All ledge, boulders, asphalt and other material removed from the trench and not acceptable as backfill, shall be disposed of at the Contractor s expense. B. The Town will not accept any disposal material. The Contractor shall make arrangements to dispose of this material at an approved out-of-town site. C. No broken pavement or asphalt will be allowed in the backfill of the trench RAILROAD REQUIREMENTS A. The Contractor shall provide required insurance certificates, execute railroad s standard agreement, and comply with shop drawing submittal requirements for CIPP design and bypass pumping/maintenance of wastewater flow. PART 2 PRODUCTS NONE THIS SECTION

135 Special Provisions Engineer: Stantec Section Page 3 of PART 3 EXECUTION NONE THIS SECTION END OF SECTION

136 Contract Coordination Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED SECTION CONTRACT COORDINATION A. Coordination of Work required by the Contract DESCRIPTION A. Coordinate scheduling, submittals, and work of the various sections of Specifications to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items to be installed later MEETINGS A. Hold coordination meetings and preinstallation conferences with personnel and subcontractors to assure coordination of Work COORDINATION OF SUBMITTALS A. Schedule and coordinate submittals as specified in Section B. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing equipment in service. C. Coordinate requests for substitutions from all subcontractors to assure compatibility of space, of operating elements, and effect on work of other sections COORDINATION OF CONTRACT CLOSEOUT A. Coordinate completion and cleanup of work in preparation for Substantial Completion. B. After OWNER occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, in a manner that minimizes disruption of OWNER'S activities. C. Assemble and coordinate closeout submittals specified in Section COORDINATION WITH OTHER CONTRACTORS A. Cooperate with other contractors working within the same site or on adjacent sites. B. Coordinate the Work of this Contract with other contractors so as not to interfere with or hinder the progress or completion of the work being performed by other contractors. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

137 Infiltration / Inflow Removal Project Maintenance of Flow Engineer: Stantec Section Page 1 of PART 1 GENERAL SECTION MAINTENANCE OF FLOW 1.01 REQUIREMENTS INCLUDED A. Maintenance of Flow and Treatment: Provide for maintaining normal operation of sewage and water, when and where the Contractor s work causes a disruption to the flows. It is expected that during the course of the Contractor s work the piping will be disrupted and will therefore require the Contractor s attention to insure normal operation flows. B. Maintenance of Flow: Before starting construction on any of the unit processes listed above, the Contractor shall submit a maintenance of flow plan to the Engineer indicating the sequence of all procedures, tasks and work he will take to maintain operation of flow. The plan shall be submitted after contract award and at least 14 days prior to commencement of construction that will affect the existing structures or piping and shall be revised, if required, to the satisfaction of the Owner. C. Contractor/Owner Cooperation: In order to maintain the flows at the required level, the Contractor and the Owner will work closely together and in a coordinated manner. It is expected that whereas the Owner is responsible for the routine operation and maintenance of existing facilities, the Contractor shall be required to supervise the operation of new or temporary equipment which is necessary to be operated for the level of flows until Substantial Completion is reached. In these cases, it is the Contractor s responsibility to arrange for routine maintenance, expendable supplies, instructions, and start up of equipment by the equipment manufacturers. D. General: The Contractor shall be responsible for the collection, transportation and disposal of sewage STORMWATER A. The Contractor is responsible for maintaining existing stormwater flows QUALIFICATIONS A. The design, installation and operation of the temporary pumping system shall be the Contractor s responsibility. The Contractor shall employ the services of a vendor who can demonstrate to the Engineer that he specializes in the design and operation of temporary bypass pumping systems. The vendor shall provide at least five (5) references of projects of a similar size and complexity as this project performed by his firm within the past three years. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction SUBMITTALS A. The Contractor shall submit to the Engineer detailed plans and descriptions outlining all provisions and precautions to be taken by the Contractor regarding the handling of existing wastewater flows. This plan must be specific and complete, including such items as schedules, locations, elevations, capacities of equipment, materials and all other incidental items necessary and/or required to insure proper protection of the facilities, including protection of the access and bypass pumping locations from damage due to the discharge flows, and compliance with the requirements and permit conditions specified in these

138 Infiltration / Inflow Removal Project Maintenance of Flow Engineer: Stantec Section Page 2 of Contract Documents. No construction shall begin until all provisions and requirements have been reviewed by the Engineer. B. The plan shall include but is not limited to details of the following: 1. Staging areas for pumps; 2. Sewer plugging method and types of plugs; 3. Number, size, material, location and method of installation of suction piping; 4. Number, size, material, method of installation and the location of the installation of discharge piping; 5. Bypass pump sizes, capacity, number of each size to be on site and power requirements; 6. Calculations of static lift, friction losses, and flow velocity (pump curves showing pumpoperating range shall be submitted); 7. Standby power generator size, location; 8. Downstream discharge plan; 9. Method of protecting discharge manholes or structures from erosion and damage; 10. Thrust and restraint block sizes and locations; 11. Sections showing suction and discharge pipe depth, embedment, select fill and backfill; 12. Method of noise control for each engine driven pump and/or generator; 13. Any temporary pipe supports and anchoring required; 14. Design plans and computation for access to bypass pumping locations; 15. Calculations for selection of bypass pumping pipe size; 16. Schedule for installation of and maintenance of bypass pumping lines; 17. Plan indicating selection location of bypass pumping line locations DESIGN FLOW REQUIREMENTS A. Bypass pumping systems shall have sufficient capacity to pump the peak capacity of the mainline of service pipeline to be bypassed. The Contractor shall provide all pipeline plugs, pumps of adequate size to pump peak flow, and temporary discharge piping to ensure that the total flow of the main can be diverted around the section to be repaired. Bypass pumping system will be required to be on 24 hours per day. B. The Contractor shall have adequate standby equipment available and ready for its operation and use in the event of an emergency or breakdown. One standby pump for each pump utilized shall be installed at the mainline flow bypassing locations, ready for use in case of primary pump failure. One standby pump shall be on site for sewer services. C. Bypass pumping system shall be capable of bypassing the flow around the work area and releasing any amount of flow up to full available flow into the work area as necessary for satisfactory performance of the work QUALITY ASSURANCE A. The Contractor shall perform leakage and pressure tests of the bypass pumping discharge piping using clean water prior to actual operation. The Engineer will be given 24 hours notice prior to testing. Test pressure shall be equal to the allowable working pressure of the pipe. B. The Contractor shall inspect bypass pumping system every two hours to ensure that the system is working correctly.

139 Infiltration / Inflow Removal Project Maintenance of Flow Engineer: Stantec Section Page 3 of C. The Contractor shall insure that the temporary pumping system is properly maintained and a responsible operator shall be on hand at all times when pumps are operating. D. Spare parts for pumps and piping shall be kept on site as required. Adequate hoisting equipment for each pump and accessories shall be maintained on the site. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

140 Dig Safe Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 DESCRIPTION SECTION DIG SAFE A. Comply with all regulations and laws concerning excavation, demolition, or explosive work and be advised of "Dig Safe" requirements DIG SAFE A. Within the Commonwealth, "Dig-Safe" is the name of the Utility Underground Plant Damage Prevention Authority. They are located at 331 Montvale Avenue, Woburn, MA This phone number is B. Contractors must notify "Dig-Safe" of contemplated excavation, demolition, or explosive work in public or private ways, and any Utility Company Right of Way or Easement. C. Contractor must notify the Town of Watertown DPW separate from notifying Dig-Safe. D. This notification must be made at least 72 hours prior to the work, but not more than sixty days before the contemplated work. Such notice shall set forth the name of the street or the route number of said way and an accurate description of the location and nature of the proposed work. E. "Dig-Safe" is required to respond to the notice within 72 hours from the time said notice is received by designating at the locus the location of pipes, mains, wires or conduits. F. Contractor shall not commence work until "Dig-Safe" has responded as noted above. The work shall then be performed in such a manner, and with reasonable precautions taken to avoid damage to utilities under the surface in said areas of work. END OF SECTION

141 Field Engineering Engineer: Stantec Section Page 1 of SECTION FIELD ENGINEERING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide and pay for field engineering services required for Project. 1. Survey work required in execution of Project. 2. Civil, structural or other professional engineering services required to execute CONTRACTOR'S construction methods. B. CONTRACTOR S surveyor shall establish initial base lines as needed, and bench marks, property line corner stakes, and easement and property lines, as required QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified professional engineer or registered land surveyor, acceptable to ENGINEER and OWNER SURVEY REFERENCE POINTS A. Existing basic horizontal and vertical control points for the Project are those designated on Drawings, including sewer manhole locations, rim elevations, and invert elevations. B. Locate and protect control points prior to starting site work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without written notice to ENGINEER. 2. Report to ENGINEER when any reference point is lost or destroyed, or requires relocation. 3. Whenever unable to locate field control points or when a possible error exists, promptly notify the ENGINEER and, in the case of the possible error, provide appropriate documentation PROJECT SURVEY REQUIREMENTS A. Establish and maintain lines and levels, locate and lay out the following, by instrumentation or similar appropriate means: 1. Site improvements. a. Stakes for grading, fill and topsoil placement. b. Utility slopes and invert elevations. 2. Batter boards for structures. 3. Building foundation, column locations and floor levels. 4. Controlling lines and levels required for mechanical and electrical trades.

142 Field Engineering Engineer: Stantec Section Page 2 of RECORDS A. Maintain a complete, accurate log of all control and survey work as it progresses. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

143 Permits Engineer: Stantec Section Page 1 of SECTION PERMITS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. The Contractor shall be responsible for obtaining permits specified under Section GENERAL CONDITIONS, Paragraph ROAD OPENING PERMIT A. A Road Opening Permit issued through the Town of Watertown Department of Public Works will be required for this work. The Permit shall be obtained by the CONTRACTOR and fee will be waived by the Town of Watertown TRENCH PERMIT A. A Trench Permit issued through the Town of Watertown Department of Public Works will be required for this work. The Permit shall be obtained by the CONTRACTOR and fee will be waived by the Town of Watertown MWRA TRAC ONE-TIME-ONLY DISCHARGE PERMIT A. The CONTRACTOR shall provide information for submittal of the permit by the OWNER. The CONTRACTOR shall comply with requirements for removal, storage, testing and disposal of condensate and water used for CIPP liner installation, at no additional cost to the OWNER MWRA ROOT CONTROL REQUEST A. The CONTRACTOR shall provide information for submittal of the permit by the OWNER. The CONTRACTOR shall comply with requirements for conducting chemical root control within the sanitary sewer system, at no additional cost to the OWNER. END OF SECTION

144 Standard and Code-Making Organizations Engineer: Stantec Section Page 1 of SECTION STANDARD AND CODE-MAKING ORGANIZATIONS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Acronyms used in Contract Documents for Reference Standards. B. Source of Reference Standards QUALITY ASSURANCE A. The date of the standard is that in effect as of the Bid date. B. Reference standards shall not act to increase the ENGINEER'S, ENGINEER'S consultants or OWNER'S responsibility or authority over that specified under Division SCHEDULE OF REFERENCES This list is provided for informational purposes. AA AABC AAMA AASHTO ACA ACI ADC AGMA Aluminum Association th Street, N.W., Suite 300 Washington, DC Associated Air Balance Council 1518 K Street, N.W. Washington, DC Architectural Aluminum Manufacturers Association 2700 River Road, Suite 118 Des Plains, IL American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC American Chain Association 152 Rollins Avenue, Suite 208 Rockville, MD American Concrete Institute P.O. Box Detroit, MI Air Diffusion Council 230 North Michigan Avenue Chicago, IL American Gear Manufacturers Association 1500 King Street, Suite 201 Alexandria, VA 22314

145 Standard and Code-Making Organizations Engineer: Stantec Section Page 2 of AGC AHA AI AIA AITC AISC AISI AMCA ANSI AOAC APA ARI ASAE ASHRAE Associated General Contractors of America 1957 E Street, N.W. Washington, DC American Hardboard Association 520 N. Hicks Road Palatine, IL Asphalt Institute Asphalt Institute Building College Park, MD The American Institute of Architects 1735 New York Avenue, NW Washington, DC American Institute of Timber Construction 333 W. Hampden Avenue Englewood, CO American Institute of Steel Construction, Inc. 400 N. Michigan Avenue, 8th Floor Chicago, IL American Iron and Steel Institute th Street, N.W. Washington, DC Air Movement and Control Association 30 West University Drive Arlington Heights, IL American National Standards Institute, Inc Broadway New York, NY Association of Official Agricultural Chemists 1111 N. 19th Street, Suite 210 Arlington, VA American Plywood Association P.O. Box Tacoma, WA Air-Conditioning and Refrigeration Institute 1501 Wilson Blvd. Arlington, VA American Society of Agricultural Engineers 2950 Niles Road St. Joseph, MI American Society of Heating, Refrigerating and Air Conditioning Engineers 1791 Tullie Circle, N.E. Atlanta, GA 30329

146 Standard and Code-Making Organizations Engineer: Stantec Section Page 3 of ASME ASPA ASTM AWWA AWI AWPA AWPB AWS BOCA CDA CISPI CLFMI CRSI American Society of Mechanical Engineers 345 East 47th Street New York, NY American Sod Producers Association 1855-A Hicks Road Rolling Meadows, IL American Society for Testing and Materials 1916 Race Street Philadelphia, PA American Water Works Association 6666 West Quincy Avenue Denver, CO Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington, VA American Wood Preservers Association P.O. Box 849 Stevensville, MD American Wood Preservers Bureau P.O. Box 5283 Springfield, VA American Welding Society 550 NW LeJeune Road, N.W. P.O. Box Miami, FL Building Officials and Code Administrators International, Inc West Flossmoor Road Country Club Hills, IL Copper Development Association Greenwich Office Park 2 Box 1840 Greenwich, CT Cast Iron Soil Pipe Institute 1499 Chain Bridge Road, Suite 203 McLean, VA Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W., Suite 700 Washington, DC Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195

147 Standard and Code-Making Organizations Engineer: Stantec Section Page 4 of CSI DHI DIPRA DOC EJMA ETL FGMA FM FS GA IEEE IMI Construction Specifications Institute 601 Madison Street Alexandria, VA Door and Hardware Institute 7711 Old Springhouse Road McLean, VA Ductile Iron Pipe Research Association 245 Riverchase Parkway East Suite 0 Birmingham, AL United States Department of Commerce National Bureau of Standards Gaithersburg, MD Expansion Joint Manufacturers Association 25 N. Broadway Tarrytown, NY Electrical Testing Laboratories, Inc. Industrial Park Cortland, NY Flat Glass Marketing Association 3310 Harrison White Lakes Professional Building Topeka, KS Factory Mutual Engineering Corporation Standards Laboratories Department 1151 Boston-Providence Turnpike Norwood, MA Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC Gypsum Association 1603 Orrington Avenue, Suite 1210 Evanston, IL Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY International Masonry Institute th Street, N.W. Washington, DC MBMA Metal Building Manufacturers Association 1230 Keith Building Cleveland, OH 44115

148 Standard and Code-Making Organizations Engineer: Stantec Section Page 5 of MFMA MIL ML/SFA NAAMM NEBB NCMA NEMA NFPA NFPA NRCA NSWMA NTMA OSHA Maple Flooring Manufacturers Association 60 Revere Drive, Suite 500 Northbrook, IL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA Metal Lath/Steel Framing Association Division 600 S. Federal Street, Suite 400 Chicago, IL National Association of Architectural Metal Manufacturers 600 S. Federal Street, Suite 400 Chicago, IL National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna, VA National Concrete Masonry Association P.O. Box 781 Herndon, VA National Electrical Manufacturers' Association 2101 L Street, N.W. Washington, DC National Fire Protection Association Batterymarch Park Quincy, MA National Forest Products Association 1250 Connecticut Avenue, N.W. Washington, DC National Roofing Contractors Association 6250 River Road Rosemount, IL National Solid Wastes Management Association 1730 Rhode Island Avenue, N.W. Suite 1000 Washington, D.C National Terrazzo and Mosaic Association 3166 Des Plaines Avenue, Suite 132 Des Plaines, IL Occupational Safety and Health Administration 1 Aster Place Room Broadway New York, NY 10036

149 Standard and Code-Making Organizations Engineer: Stantec Section Page 6 of PCA PCI PS RIS RCSHSB SAE SDI SDI SIGMA SJI SMACNA SPIB SSPC Portland Cement Association 5420 Old Orchard Road Skokie, IL Prestressed Concrete Institute 175 W. Jackson Blvd. Chicago, IL Product Standard U. S. Department of Commerce Washington, DC Redwood Inspection Service 591 Redwood Highway, Suite 3100 Mill Valley, CA Red Cedar Shingle and Handsplit Shake Bureau th Avenue, N.E., Suite 275 Bellevue, WA Society of Automotive Engineers 400 Commonwealth Drive Warrendale, PA Steel Deck Institute P.O. Box 9506 Canton, OH Steel Door Institute c/o A.P. Wherry and Associates, Inc. 712 Lakewood Center North Detroit Avenue Cleveland, OH Sealed Insulating Glass Manufacturers Association 111 East Wacker Drive Chicago, IL Steel Joist Institute th Avenue North, Suite A Myrtle Beach, SC Sheet Metal and Air Conditioning Contractors' National Association P.O. Box 70 Merrifield, VA Southern Pine Inspection Bureau 4709 Scenic Highway Pensacola, FL Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213

150 Standard and Code-Making Organizations Engineer: Stantec Section Page 7 of SSSA TCA UL UNI-B WCLIB Soil Science Society of America 677 S. Segoe Road Madison, WI Tile Council of America, Inc. P.O. Box 326 Princeton, NJ Underwriters' Laboratories, Inc. 333 Pfingsten Road Northbrook, IL Uni-Bell PVC Pipe Association 2655 Villa Creek Drive, Suite 150 Dallas, TX West Coast Lumber Inspection Bureau Box Portland, OR PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

151 Preconstruction/Project Meetings Engineer: Stantec Section Page 1 of SECTION PRECONSTRUCTION/PROJECT MEETINGS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. CONTRACTOR participation in preconstruction conferences. B. CONTRACTOR participation in progress meetings PRECONSTRUCTION CONFERENCE A. ENGINEER will schedule preconstruction conference within 15 days after Notice of Award. B. Attendance: OWNER, ENGINEER, state and/or federal agency representatives, local authorities and CONTRACTOR. C. Agenda: 1. Submittal of executed bonds and insurance certificates. 2. Execution of Contract. 3. Distribution of Contract Documents. 4. Submittal of list of subcontractors, list of products proposed for installation, schedule of values, and progress schedule. 5. Designation of responsible personnel. 6. Submittal of list of products proposed for substitution. 7. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal requests, change orders, and Contract closeout procedures. 8. Certified payroll requirements for CONTRACTOR and Subcontractors. 9. Scheduling and critical work sequencing. 10. Coordination with other contracts and/or work. 11. Use of premises by OWNER and CONTRACTOR. 12. Construction facilities and controls provided by CONTRACTOR. 13. Construction facilities and controls provided by OWNER. 14. Temporary utilities provided by OWNER. 15. Field engineering. 16. Major equipment deliveries and priorities. 17. Project inspection.

152 Preconstruction/Project Meetings Engineer: Stantec Section Page 2 of Labor requirements. 19. Requirements of railroads, highway departments, other agencies and utility companies. 20. Rights-of-way and easements. 21. Winter maintenance. 22. Security and housekeeping procedures. 23. Payments to CONTRACTOR. 24. Procedures for testing. 25. Procedures for maintaining record documents. 26. Requirements for start-up of equipment. 27. Inspection and acceptance of equipment put into service during construction period. 28. Substantial completion of Work. 29. Final completion of Work PROGRESS MEETINGS A. ENGINEER will schedule and administer progress meetings at least once per month throughout progress of the Work. B. ENGINEER will make physical arrangements for meetings, prepare agenda, notify CONTRACTOR as to whether Subcontractor's or supplier's representatives should attend, preside at meetings, record minutes, and distribute copies of minutes to participants within two (2) weeks after meeting. C. Attendance: CONTRACTOR'S Superintendent or authorized representative, representatives of major subcontractors and suppliers; ENGINEER; and other representatives as appropriate to agenda topics for each meeting. D. Tentative Agenda: 1. Review of Work progress. 2. Review of progress schedule. 3. Delivery schedules. 4. Submittals. 5. Pending changes and substitutions. 6. Payrolls. 7. Subcontractor's progress. 8. Other items affecting progress of Work.

153 Preconstruction/Project Meetings Engineer: Stantec Section Page 3 of PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

154 Submittals and Substitutions Engineer: Stantec Section Page 1 of SECTION SUBMITTALS AND SUBSTITUTIONS PART 1 GENERAL 1.01 DESCRIPTION A. Work included: 1. Wherever possible throughout the Contract Documents, the minimum acceptable quality of workmanship and materials has been defined either by manufacturer's name and catalog number or by reference to recognized industry standards. 2. To ensure that the specified products are furnished and installed in accordance with design intent, procedures have been established for advance submittal of design data and for its review and approval or rejection by the Engineer. B. Related work described elsewhere: 1. Contractual requirement for submittals - General Conditions and Supplementary Conditions. 2. Individual submittals required - Pertinent sections of these Specifications PRODUCT HANDLING Make all submittals of Shop Drawings, samples, requests for substitutions and other items in strict accordance with the provisions of this Section of these Specifications. PART 2 PRODUCTS 2.01 SHOP DRAWINGS A. Scale required: Unless otherwise specifically directed by the Engineer, make all Shop Drawings accurately to a scale sufficiently large to show all pertinent features of the item and its method of connection to the work. B. Quantity: Unless otherwise specifically directed by the Engineer, submit not less than six (6) copies of the Shop Drawings to the Engineer MANUFACTURER'S CERTIFICATIONS A. For pipe, cement, steel reinforcement, paint and similar materials which are normally tested in the shop by the manufacturer, furnish the Engineer certified records of physical, chemical and other pertinent tests and/or certified statements from the manufacturer that the materials have been manufactured and tested in conformity with the specifications. Where such a small quantity of material is required as to make physical tests or chemical analyses impractical, a certificate from the manufacturer stating the results of such tests or analyses of similar materials which were concurrently produced, may, at the discretion of the Engineer, be considered as the basis for the acceptance of such materials.

155 Submittals and Substitutions Engineer: Stantec Section Page 2 of B. Each manufacturer's certificate shall be endorsed or accompanied by the Contractor's certificate that the material certified by the manufacturer will be the material incorporated in the work SAMPLES A. Accuracy of sample: Unless otherwise specifically directed by the Engineer, all samples shall be of the precise article proposed to be furnished SUBSTITUTIONS A. Engineer's approval required: 1. The Contract is based on the materials, equipment and methods described in the Contract Documents. 2. The Engineer will consider proposals for substitution of materials, equipment and methods only when such proposals are accompanied by full and complete technical data and all other information required by the Engineer to evaluate the proposed substitution. 3. Do not substitute materials, equipment or methods unless such substitution has been specifically approved for this Work by the Engineer. B. "Or equal": 1. Where the phrase "or equal" occurs in the Contract Documents, do not assume that material, equipment or methods will be approved as equal by the Engineer unless the item has been specifically approved for this Work by the Engineer. 2. The decision of the Engineer shall be final. C. Availability of specified items: 1. Verify prior to bidding that all specified items will be available in time for installation during orderly and timely progress of the work. 2. In the event specified item or items will not be so available, so notify the Engineer prior to receipt of bids MANUALS A. General: Manuals are required to be submitted covering electrical and mechanical items included in this work, prepare all such manuals in durable plastic binders approximately 8-1/2 by 11 inches in size and with at least the following: 1. Identification on, or readable through, the front cover stating the general nature of the manual. 2. Neatly typewritten index near the front of the manual furnishing information as to location in the manual of all emergency data regarding the installation. 3. Complete instructions regarding operations and maintenance of all equipment involved. 4. Complete nomenclature of all replaceable parts, their part numbers, current cost and name and address of nearest vendor of parts.

156 Submittals and Substitutions Engineer: Stantec Section Page 3 of Copy of all guarantees and warranties issued. 6. Copy of the approved Shop Drawings with all data concerning changes made during construction. B. Extraneous data: Where contents of manuals include manufacturer's catalog pages, clearly indicate the precise items included in this installation and delete, or otherwise clearly indicate all manufacturer's data with which this installation is not concerned. C. Number of copies required: Unless otherwise specifically directed by the Engineer, deliver not less than four (4) copies of the manual to the Engineer. PART 3 EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Completely identify each submittal and resubmittal by showing at least the following information: 1. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. 2. Name of project. 3. Drawing number and Specifications Section number to which the submittal applies. 4. Whether this is an original submittal or resubmittal COORDINATION OF SUBMITTALS A. General: Prior to submittal for Engineer's review, use all means necessary to fully coordinate all material, including the following procedures: 1. Determine and verify all field dimensions and conditions, materials, catalog numbers and similar data. 2. Coordinate as required with all trades and with all public agencies involved. 3. Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured. 4. Clearly indicate all deviations from the Contract Documents. B. Grouping of submittals: Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items. The Engineer may reject partial submittals as not complying with the provisions of the Contract Documents.

157 Submittals and Substitutions Engineer: Stantec Section Page 4 of TIMING OF SUBMITTALS A. General: Make all submittals far enough in advance of scheduled dates of installation to provide all required time for reviews, for securing necessary approvals, for possible revision and resubmittal and for placing orders and securing delivery. B. Delays: Costs of delays occasioned by tardiness of submittals may be backcharged as necessary and shall not be borne by the Owner. END OF SECTION

158 Progress Schedules Engineer: Stantec Section Page 1 of SECTION PROGRESS SCHEDULES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for preparation and submittal of construction Progress Schedules and periodic updating FORMAT A. Prepare Schedules as a horizontal bar chart or network with separate bar or node for each major portion of Work or operation, identifying first work day of each week and identifying each portion of the Work that is critical to timely project completion. All project scheduling shall be prepared using critical path method analysis. B. Sequence of Listings: The chronological order of the start of each item of Work. C. Scale and Spacing: Provide space for notations and revisions. D. Sheet Size: Multiple of 22 x 34 inches CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by major specification section number. C. Identify work of separate stages or separate floors, and other logically grouped activities. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the last day of each month. E. Provide separate schedule of submittal dates for shop drawings, product data and samples, and dates reviewed submittals will be required from ENGINEER. Show decision dates for selection of finishes. F. Coordinate content with Section Schedule of Values. G. CONTRACTORS shall not manipulate float time which results in a schedule that varies substantially from the contract time allowed in these Contract Documents REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect.

159 Progress Schedules Engineer: Stantec Section Page 2 of SUBMITTALS A. Submit initial schedules at the preconstruction conference. After review, resubmit required revised data within ten (10) days. B. Submit revised progress schedules for review, with each application for payment. C. Submit four (4) copies which will be retained by ENGINEER DISTRIBUTION A. Distribute copies of reviewed schedules to job site file, subcontractors, suppliers, and other concerned entities. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION

160 Shop Drawings, Product Data and Samples Engineer: Stantec Section Page 1 of SECTION SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for submittals. B. Schedule of submittals SHOP DRAWINGS A. Present in a clear and thorough manner. Title each drawing with Project name and number; identify each element of drawings by reference to sheet number, detail and schedule of Contract Documents. The CONTRACTOR shall use and complete the transmittal form included at the end of this Section. B. Identify field dimensions; show relation to adjacent or critical features or Work or products. C. Minimum Sheet Size: 22 x 17 inches or multiples of 8-1/2 x 11 inches. D. Number Required: Six (6) copies of each page or sheet assembled in separate sets PRODUCT DATA A. Submit only pages which are pertinent; mark each copy of standard printed data to identify pertinent products, referenced to Specification Section and Article number. Show reference standards, performance characteristics, and capacities; wiring and piping diagrams and controls; component parts; finishes; dimensions; and required clearances. Provide Material Safety Data Sheets required by OSHA for all chemicals to be supplied under this Contract. Submittals made without the required transmittal form which clearly identifies the respective specification section number for which the submittal is being made will be returned without review. It is the CONTRACTOR'S responsibility to make clearly identified submittals. B. Modify manufacturer's standard schematic drawings and diagrams to supplement standard information and to provide information specifically applicable to the Work. Delete information not applicable. C. Provide manufacturer's preparation, assembly, delivery, storage, installation, start up, adjusting, and finishing instructions. D. If similar or identical submittal material can be submitted under more than one specification section, the CONTRACTOR shall make separate clearly identified submittals for each specification section. Submittal materials for any specification section shall be complete for that section; partial submittals are unacceptable SAMPLES A. Submit full range of manufacturer's standard finishes, except when more restrictive requirements are specified, indicating colors, textures, and patterns, for ENGINEER'S selection. B. Submit samples to illustrate functional characteristics of products, including parts and attachments.

161 Shop Drawings, Product Data and Samples Engineer: Stantec Section Page 2 of C. Acceptable samples which may be used in the Work are indicated in the specification section. D. Label each sample with identification required for transmittal letter. E. Provide field samples of finishes at Project, at location acceptable to ENGINEER, as required by individual specification sections. Install each sample complete and finished. Acceptable finishes in place may be retained in completed work. F. Those provisions of paragraph 1.03 which relate to submittal identification and completeness are applicable for sample submittal CONTRACTOR REVIEW A. Review submittals prior to transmittal; determine and verify field measurements, field construction criteria, manufacturer's catalog numbers, and conformance of submittal with requirements of Contract Documents. B. Coordinate submittals with requirements of Work and of Contract Documents. C. Sign and date each sheet of shop drawings and product data, and each sample label to certify compliance with requirements of Contract Documents. Notify ENGINEER in writing at time of submittal, of any deviations from requirements of Contract Documents. D. Do not fabricate or ship products or begin work which requires submittals until return of submittal that ENGINEER has reviewed. E. CONTRACTOR shall check and verify all field measurements and shall be responsible for prompt submission of all shop and working drawings so that there shall be no delay in the Work. F. CONTRACTOR shall be responsible for the delays and/or additional expenses that result from the CONTRACTOR'S failure to submit a complete submittal and/or to identify portions of the submittal that does not conform to the specifications SUBMITTAL REQUIREMENTS A. Transmit submittals with required submittal form included herewith, in accordance with the Progress Schedule and in such sequence to avoid delay in the Work. B. Apply CONTRACTOR'S stamp, signed certifying to review, verification of products, field dimensions and field construction criteria, and coordination of information with requirements of Work and Contract Documents. C. Coordinate submittals into logical groupings to facilitate interrelation of the several items: 1. Finishes which involve ENGINEER selection of colors, textures, or patterns. 2. Associated items which require correlation for efficient function or for installation. D. Submit six (6) copies of shop drawings; three (3) of which will be retained by ENGINEER upon review; the other three (3) will be returned to the CONTRACTOR. E. Submit six (6) copies of product data; three (3) copies which will be retained by ENGINEER upon review; the other three (3) copies will be returned to the CONTRACTOR. F. Submit number of samples required by individual specification sections.

162 Shop Drawings, Product Data and Samples Engineer: Stantec Section Page 3 of G. Submit to ENGINEER using transmittal form provided in this Section. Identify Project by title and number. Identify work and product by specification section and paragraph number. ENGINEER will designate a submittal number upon receipt. H. Review by ENGINEER of any deviation in material, workmanship or equipment proposed subsequent to approval of the shop drawings, samples or design data shall be requested in writing by the CONTRACTOR RESUBMITTALS A. Make resubmittals under procedures specified for initial submittals; identify changes made since previous submittal ENGINEER REVIEW A. ENGINEER will respond to submittals with reasonable promptness. B. Submittals reviewed will be returned stamped as follows: NO EXCEPTION TAKEN REVISE AS NOTED RESUBMISSION NOT REQUIRED REVISE AS NOTED RESUBMISSION REQUIRED REJECTED REVIEW BY STANTEC IS FOR THE SOLE PURPOSE OF ASCERTAINING GENERAL CONFORMITY WITH DESIGN. CONTRACTOR IS RESPONSIBLE FOR DIMENSIONS, FABRICATIONS AND CONSTRUCTION METHODS, COORDINATION OF SUB-TRADES, DETAIL DESIGN OF COMPONENTS, AND ERRORS OR OMISSIONS ON SHOP DRAWINGS. STANTEC Date: By: 1.09 DISTRIBUTION A. Duplicate and distribute reproductions of shop drawings, copies of product data, and samples, which bear ENGINEER'S stamp to job site file, Record Documents file, subcontractors, suppliers, other affected contractors, and other entities requiring information SCHEDULE OF SUBMITTALS A. Shop drawings, product data and sample submittals shall be made in a timely and logical fashion taking into account work scheduling and job progress.

163 Shop Drawings, Product Data and Samples Engineer: Stantec Section Page 4 of B. It is the CONTRACTOR'S responsibility to prepare, coordinate, and review all submittals prior to delivery to ENGINEER. The ENGINEER will review each submittal and the first resubmittal at no cost to the CONTRACTOR. The CONTRACTOR shall reimburse the OWNER for all reasonable costs associated with the ENGINEER'S, and his consultants, review of each subsequent resubmittal REVIEW QUALIFICATION A. Regardless of corrections made or acceptance of such drawings by the ENGINEER, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Contract Documents. The CONTRACTOR shall notify the ENGINEER in writing of any deviations at the time he furnishes such drawings. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used.

164 Shop Drawings, Product Data and Samples Engineer: Stantec Section Page 5 of SUBMITTAL FORM (TO BE USED AS A COVER TO EACH SUBMITTAL) Date 1. The attached submittal covers materials or equipment specified under Specification Section No., titled and Drawing No. titled. No other specification sections or drawings related to this submittal. 2. This submittal covers material or equipment that is: (circle one): a. in full compliance with that specified b. in compliance with that specified except for the attached minor deviations: 3. Certification (Identify the minor deviations with particularity. If the ENGINEER determines these deviations to be other than minor, the submittal will be rejected and the CONTRACTOR must submit a request for substitute materials or equipment. ENGINEER'S REVIEW AND ACCEPTANCE OF SHOP DRAWINGS OR SAMPLES SHALL NOT RELIEVE CONTRACTOR FROM RESPONSIBILITY FOR ANY VARIATION FROM THE REQUIREMENTS OF THE CONTRACT DOCUMENTS UNLESS CONTRACTOR EXPRESSLY BRINGS EACH VARIATION TO THE ENGINEER'S ATTENTION AND ENGINEER HAS GIVEN WRITTEN ACCEPTANCE OF EACH SUCH VARIATION BY A SPECIFIC WRITING). Signed Title Company CONTRACTOR END OF SECTION

165 Schedule of Values Engineer: Stantec Section Page 1 of SECTION SCHEDULE OF VALUES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Procedures for preparation and submittal of schedule of values FORMAT A. Type schedule on AIA Document G703 or alternate form approved by ENGINEER. B. Follow table of contents of Contract Documents for listing component parts. Identify each line item by number and title of major specification section. Separate items by corresponding division. C. If Project is bid as unit price, follow bid item schedule for listing component parts CONTENT A. List estimated installed value of each major item of Work and each subcontracted item of Work as a separate line item to serve as a basis for computing values for Progress Payments. Round off values to nearest dollar. Each line item shall have a maximum value of $25,000 unless the item cannot be subdivided further. Line items shall be subtotaled by corresponding division. B. For each major subcontract, list products and operations of that subcontract as separate line items. C. Coordinate listed items with Progress Schedule. D. For lump sum contracts, component listing shall each include a directly proportional amount of CONTRACTOR'S overhead, profit and bonds and insurance costs. E. For items on which payments will be requested for stored products, list sub-values for cost of stored products. F. The sum of values listed shall equal total Contract Price. G. If Project is bid as unit price contract, follow bid item schedule for listing component parts. H. Unbalanced schedule of values will not be acceptable and, when discovered, will be returned for adjustment to reflect actual costs SUBMITTAL A. Submit six (6) copies of schedule ten (10) days prior to first Application for Payment.

166 Schedule of Values Engineer: Stantec Section Page 2 of SUBSTANTIATING DATA A. When ENGINEER requires substantiating information, submit data justifying line item amounts in question. Only those line item amounts which the CONTRACTOR can justify to the ENGINEER'S satisfaction will be acceptable. B. Provide six (6) copies of data with cover letter. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION

167 Construction Photographs Engineer: Stantec Section Page 1 of SECTION CONSTRUCTION PHOTOGRAPHS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Construction photography. B. Submittals DESCRIPTION A. Provide photographs of site and construction throughout progress of Work, produced by a commercial photographer, acceptable to ENGINEER. B. Take photographs prior to ground breaking, for each Application for Payment and upon final acceptance. C. The CONTRACTOR shall have six (6) views taken at intervals noted under paragraph 1.02 B. The six (6) views shall be delivered to the ENGINEER as 8-inch by 10-inch prints, within three (3) days of exposure PRINTS A. Full color; three prints of each view. B. Paper: Single weight, neutral black image tone, white base. C. Finish: Smooth surface, glossy. D. Size: 8 x 10 inch. E. Prints shall be furnished in 3-hole punched, plastic sleeves. F. Identify each print on back. List name of Project, phase, orientation of view, date and time of view, name and address of photographer, and photographer's numbered identification of exposure NEGATIVES A. Deliver negatives to ENGINEER upon final completion of Project. Catalog and index negatives in chronological sequence; provide typed table of contents TECHNIQUE A. Provide factual presentation showing accurate details of construction. B. Provide correct exposure and focus, high resolution and sharpness, maximum depth of field, and minimum distortion VIEWS A. Consult with ENGINEER for instructions on views required.

168 Construction Photographs Engineer: Stantec Section Page 2 of DELIVERY OF PRINTS A. Deliver prints with transmittal letter within three (3) days after ENGINEER selects views to be made into prints. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION

169 Quality Control Engineer: Stantec Section Page 1 of SECTION QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General quality control. B. Manufacturers' field services QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances, more rigid standards, or more precise workmanship are specified. B. Perform work using persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking MANUFACTURERS' INSTRUCTIONS A. Comply with manufacturer's printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, as appropriate. B. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from ENGINEER before proceeding MANUFACTURERS' CERTIFICATES A. As required by individual specification sections, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

170 Testing Laboratory Services Engineer: Stantec Section Page 1 of SECTION TESTING LABORATORY SERVICES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Cooperate with testing laboratory consultant in obtaining samples and performing testing. B. Pay testing laboratory consultant for all costs incidental to and for the testing and retesting of any material found not to be in conformance with the Contract Documents DESCRIPTION A. The CONTRACTOR will select an independent testing laboratory consultant to be employed by the CONTRACTOR to perform concrete and soil testing as directed by the ENGINEER. The ENGINEER will approve all testing laboratory consultants. B. The CONTRACTOR will pay for all services performed by the independent testing laboratory consultant including those services described in paragraph 1.02 C. C. The CONTRACTOR shall pay for all services performed by the independent testing laboratory consultant for the following: 1. retesting resulting from failure of the submitted materials to meet specified standards; 2. retesting resulting from a change in the source of approved material; 3. testing required for more than one (1) sample when original samples for the same material are from two (2) different sources; or, 4. retesting required by a change in the composition of the delivered material. These additional services include, but are not limited to, material resampling, retesting and follow-up report preparation. The CONTRACTOR shall pay for such retesting whether the retest finds conformance or nonconformance with the Contract Documents. D. The CONTRACTOR shall pay for all services performed under paragraph 1.02 C. within 30 days of receipt of invoice for additional services from the independent testing laboratory consultant ADDITIONAL RESPONSIBILITIES A. Provide access to all work for testing purposes. B. Cooperate with ENGINEER in obtaining concrete cylinders for testing by laboratory personnel. C. Cooperate with laboratory personnel performing ACI field testing of concrete and other testing as required by the ENGINEER. D. Provide labor and facilities to allow access to work to be tested, to obtain and handle samples at the site or at the source of products to be tested, to facilitate tests and inspections and for storage of test samples.

171 Testing Laboratory Services Engineer: Stantec Section Page 2 of SCHEDULE OF INSPECTIONS AND TESTS A. Discuss schedule at the preconstruction conference. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 MATERIAL TESTING FREQUENCY: A. Material Testing Frequency: The following testing frequencies are minimum required for all structural and non-structural fill, grading and embankment. 1. Field In-Place Density and Moisture Content - Screened gravel and crushed stone shall be compacted as specified and indicated. For other backfill and fill materials, minimum test frequency shall be as follows, and no less than one test per: a. Trenches under structures foundation preparation: Every 1000 lin. ft. per lift. b. Trenches under roadways subbase: Every 1000 lin. ft. top two lifts. c. Trenches in areas without structures or roadways: Every 2000 lin. ft. per top two lifts. d. Subbase for Paved Roadways: Every 200 lin. ft. per lift. e. Subbase for Paved Areas: 1,000 sq. ft. per lift. f. Embankment Fill Under Structure: 2,000 sq. ft. per lift. g. Around Structures: 2,500 sq. ft. per lift. 2. Moisture Density - One per source, except for screened gravel and crushed stone. Repeat the moisture density test every 5,000 cubic yard of material use, and whenever visual inspection indicates a change in material gradation as determined by the Engineer. 3. Gradation Analysis - A minimum of one per source and for each moisture density test and whenever visual inspection indicates a change in material gradation. 4. If in-place density shows subgrade or fills are below specified density, provide additional compaction and testing. END OF SECTION

172 Temporary Controls Engineer: Stantec Section Page 1 of SECTION TEMPORARY CONTROLS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Providing and maintaining methods, equipment, and temporary construction, as necessary to provide controls over environmental conditions at the construction site and related areas under CONTRACTOR'S control. Removal of physical evidence of temporary facilities at completion of the Work DUST CONTROL A. Provide positive methods and apply dust control materials such as calcium chloride or water to minimize raising dust from construction operations, and provide positive means to prevent dust from dispersing into the atmosphere WATER CONTROL A. Provide methods to control surface water to prevent damage to the Project, the site, or adjoining properties. Control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper disposal. B. Provide, operate and maintain pumps and equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas in accordance with local, state and federal regulations RODENT CONTROL A. Provide rodent control as necessary to prevent infestation of construction or storage area. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. B. Use rodenticide in full accordance with the manufacturer's printed instructions and recommendations, and local, state and federal regulations DEBRIS CONTROL A. Maintain all areas under CONTRACTOR'S control free of debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking areas, or along access roads and haul routes. 1. Provide containers for deposit of debris. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas and enforce requirements. 3. Schedule periodic collection and disposal of debris to prevent accumulation.

173 Temporary Controls Engineer: Stantec Section Page 2 of POLLUTION CONTROL A. Provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. B. Provide equipment and personnel to perform emergency measures required to contain any spillages, and to remove contaminated soils or liquids. Excavate and dispose of any contaminated earth in accordance with local, state and federal regulations, and replace with suitable compacted fill and topsoil. C. Take all appropriate measures to prevent harmful substances from entering surface waters and groundwater. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams, or in sanitary or storm sewers. D. Provide systems to prevent dispersal of harmful pollutants into the atmosphere EROSION CONTROL A. Plan and execute construction and earth work by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. 1. Minimize areas of exposed bare soil. 2. Provide temporary control measures such as berms, dikes and drains. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion. Apply corrective measures as required to control erosion. D. Construct sediment basins, diversion ditches, hay bale dikes or such other erosion control devices to control runoff from any area subject to erosion during construction. All such precautionary measures including, but not limited to, construction of sediment basins, diversion ditches, benches, berms or hay bale dikes or laying fiber matting on slopes until vegetation is established, shall be at no extra cost to the OWNER. E. Comply with all local, state and federal permits and requirements TRAFFIC SAFETY A. Schedule construction and place excavated material so that vehicular and pedestrian traffic may be maintained at all times. The CONTRACTOR shall be responsible for obtaining required state and local highway opening/curb cut permits prior to commencing construction of work in a highway. B. Traffic shall be protected by barricades, warning and advance warning signs. The placement and materials shall be in general compliance with the U.S. Department of Transportation's Manual on Uniform Traffic Control Devices, latest edition, and be subject to the approval of the OWNER and ENGINEER. If the CONTRACTOR'S operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect barricades or fences and/or take other safety measures in accordance with local, state and federal regulations.

174 Temporary Controls Engineer: Stantec Section Page 3 of PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION

175 Control of Work Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 PLANT SECTION CONTROL OF WORK The CONTRACTOR shall furnish all plant and equipment which shall be efficient, appropriate and capable of securing a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Proposal. If at any time such plant and/or equipment appears to the ENGINEER to be inefficient, inappropriate or insufficient for securing the quality of work or for producing the rate of progress required, he may order the CONTRACTOR to increase the efficiency, change the character or increase the plant and/or equipment, and the CONTRACTOR shall conform to such orders. Failure of the ENGINEER to give such orders shall in no way relieve the CONTRACTOR of his obligation to secure the quality of the work and rate or progress required PIPE LOCATIONS Pipelines shall be located substantially as indicated on the Drawings, but the ENGINEER reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the CONTRACTOR's convenience and does not relieve him from laying and jointing different or additional items where required TEST PITS Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the CONTRACTOR at the direction of the ENGINEER. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the ENGINEER OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons and damage to property. The CONTRACTOR shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the ENGINEER. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the ENGINEER may require special construction procedures such as limiting the length of open trench and prohibiting stacking excavated material in the street. Unless otherwise directed by the ENGINEER, no trenches shall be left open at the end of the work day. B. The CONTRACTOR shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night.

176 Control of Work Engineer: Stantec Section Page 2 of MAINTENANCE OF TRAFFIC A. Unless permission to close the street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. Should the Chief of Police deem it necessary, uniformed officers will be assigned to direct traffic CARE AND PROTECTION OF PROPERTY A. The CONTRACTOR shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the CONTRACTOR, such property shall be restored by the CONTRACTOR, at his expense, to a condition similar or equal to that existing before the damage was done and at least meeting the specifications contained herein. B. All sidewalks, driveways and curbing which are disturbed by the CONTRACTOR's operations shall be restored to their original condition by the use of similar or comparable materials and constructed according to the specifications contained herein. C. Along the location of this work all fences, walks, bushes, trees, shrubbery and other physical features shall be protected and restored in a thoroughly workmanlike manner. Fences and other features removed by the CONTRACTOR shall be replaced in their original location. All grass areas beyond the limits of construction which have been damaged by the CONTRACTOR shall be regraded and seeded. D. The protection, removal and replacement of existing physical features along the line of work shall be part of the work under the Contract, and all costs in connection therewith shall be included in the unit and/or lump sum prices established under the items in the Proposal PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. The existing utilities and all other structures shown on these plans are based on the best information available and may not be in the exact location shown or may not be shown at all. The CONTRACTOR will be solely responsible for field investigation, personally, of all existing utilities to his complete satisfaction. B. The CONTRACTOR shall assume full responsibility for the protection of all buildings, structures and utilities, public or private, including poles, signs, services to buildings, treatment plant piping, water pipes, hydrants, sewers, drains, and electric and telephone cables, whether or not they are shown on the Drawings. The CONTRACTOR shall carefully support and protect all such structures and utilities from injury of any kind. Any damage resulting from the CONTRACTOR's operations shall be repaired by him at his expense. C. Protection and temporary removal and replacement of existing utilities and structures as described in this Section shall be a part of the work under the Contract and all costs in connection therewith shall be included in the price established in the Proposal COOPERATION WITHIN THIS CONTRACT All firms or persons authorized to perform any work under this Contract shall cooperate with the General CONTRACTOR and his subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required.

177 Control of Work Engineer: Stantec Section Page 3 of CONTROL OF SOIL EROSION AND SILTATION A. The CONTRACTOR shall not allow any construction site debris to enter any water body and also prohibited is the discharge of any water from the construction site into any water body except by permit. B. Therefore, it shall be the CONTRACTOR's responsibility to take all necessary precautions to prevent and control erosion and to construct sediment basins, diversion ditches or such other construction to satisfactorily accommodate runoff from any area subject to erosion during the construction of this project. All such precautionary measures including but not necessarily limited to construction of sediment basins, diversion ditches, benches and berms or laying fiber matting on slopes until vegetation is established, shall be at no extra cost to the Owner CLEANUP During the course of the work, the CONTRACTOR shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work. At the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition SANITARY REGULATIONS A. Sanitary conveniences for the use of all persons employed on the work, properly screened from public observation, shall be provided in sufficient numbers in such manner and at such locations as may be approved. The contents shall be removed and disposed of in a satisfactory manner as the occasion requires. The CONTRACTOR shall rigorously prohibit the committance of nuisances within, on or about the work. Any employees found violating these provisions shall be discharged and not again employed on the work without the written consent of the ENGINEER. The sanitary conveniences specified above shall be the obligation and responsibility of the CONTRACTOR SAFETY AND HEALTH REGULATIONS A. This project is subject to all of the Safety and Health Regulations (CRF 29 Part 1926 as amended) as promulgated by the U.S. Department of Labor on June 24, 1974, and to the Massachusetts Department of Labor and Industries, Division of Industrial Safety "Rules and Regulations for the Prevention of Accidents in Construction Operations" (Industrial Bulletin No. 12). CONTRACTORS are urged to make themselves familiar with the requirements of these regulations MAINTENANCE OF DRAINAGE FACILITIES A. All existing drainage facilities including, but not limited to; brooks, streams, canals, channels, ditches, culverts, catch basins and drainage piping shall be adequately safeguarded so as not to impede drainage or to cause siltation of downstream areas in any manner whatsoever. If the CONTRACTOR damages or impairs through circumstances beyond his control any of the aforesaid drainage facilities, he shall repair the same within the same day. B. At the conclusion of the work, the CONTRACTOR shall remove all silt in drainage structures caused by his operations.

178 Control of Work Engineer: Stantec Section Page 4 of PART 2 PRODUCTS None this section. PART 3 EXECUTION None this section. END OF SECTION

179 Dust Control Engineer: Stantec Section Page 1 of SECTION DUST CONTROL PART 1 GENERAL 1.01 DESCRIPTION A. This section of the specification covers the control of dust via calcium chloride. PART 2 PRODUCTS 2.01 CALCIUM CHLORIDE A. Calcium chloride shall conform to the requirements of AASHO-M 144, Type I or Type II and Specification for Calcium Chloride, ASTM D98. The calcium chloride shall be packaged in moisture proof bags or in airtight drums with the manufacturer, name of product, net weight, and percentage of calcium chloride guaranteed by the manufacturer legibly marked on each container. B. Calcium chloride failing to meet the requirements of the aforementioned specifications or that which has become caked or sticky in shipment, may be rejected by the Engineer. PART 3 EXECUTION 3.01 APPLICATION A. Calcium chloride shall be applied when ordered by the Engineer. B. Calcium chloride shall be uniformly applied at the rate of 1-1/2 pounds per square yard or at any other rate as directed by the Engineer. Application shall be by means of a mechanical spreader, or other approved methods. The number and frequency of applications shall be determined by the Engineer. END OF SECTION

180 Environmental Protection Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 DESCRIPTION SECTION ENVIRONMENTAL PROTECTION A. The work covered by this section of the specifications consists of furnishing all labor, materials, tools and equipment and performing all work required for the prevention of environmental pollution during and as a result of construction operations under this contract. B. The requirements set forth in this section of the specifications apply to cross country areas, stream crossings and areas adjacent to wetlands, unless otherwise specifically stated NOTIFICATION A. The Engineer will notify the Contractor in writing of any noncompliance with the foregoing provisions. The Contractor shall, after receipt of such notice, immediately take corrective action. Such notice, when delivered to the Contractor or his authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the Contractor fails to act promptly, the Engineer may order stoppage of all or part of the work until satisfactorily corrective action has been taken. No claim for an extension of time or for excess costs or damage incurred by the Contractor as a result of time lost due to any stop orders shall be made unless it was later determined that the Contractor was in compliance IMPLEMENTATION A. Prior to commencement of work, the Contractor shall meet with representatives of the Engineer to develop mutual understandings relative to compliance of the environmental protection program. PART 2 PRODUCTS None Used PART 3 EXECUTION 3.01 AREAS OF CONSTRUCTION ACTIVITY A. Insofar as possible, the Contractor shall confine his construction activities to those areas defined by the plans and specifications. All land resources within the project boundaries and outside the limits of permanent work performed under this contract shall be preserved in their present condition or be restored to a condition after completion of construction at least equal to that which existed prior to work under this contract PROTECTION OF WATER RESOURCES A. The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids or harmful materials. It is the Contractor's responsibility to comply with all applicable Federal, State, County and Municipal laws regarding pollution of rivers and streams. B. Special measures should be taken to insure against spillage of any pollutants into public waters or drainage systems.

181 Environmental Protection Engineer: Stantec Section Page 2 of PROTECTING AND MINIMIZING EXPOSED AREAS A. The Contractor shall limit the area of land which is exposed and free from vegetation during construction. In areas where the period of exposure will be greater than two (2) months, temporary vegetation, mulching or other protective measures should be provided as specified. B. The Contractor shall take account of the conditions of the soil where temporary cover crop will be used to insure that materials used for temporary vegetation are adaptive to the sediment control. Materials to be used for temporary vegetation shall be approved by the Engineer LOCATION OF STORAGE MATERIAL A. The location of the Contractor's storage areas for equipment and/or materials shall be upon cleared portions of the job site or areas to be cleared, and shall require written approval of the Engineer. Plans showing storage facilities for equipment and materials shall be submitted for approval of the Engineer. B. No excavated materials or materials used in backfill operations shall be deposited within a minimum distance of twenty-five (25) feet of any watercourse or any drainage facility. Adequate measures for erosion and sediment control such as the placement of baled hay or straw around the downstream perimeter of stockpiles shall be employed to protect any downstream areas from siltation. C. The Engineer may designate a particular area or areas where the Contractor may store materials used in his operations PROTECTION OF LANDSCAPE A. Except in areas marked on the plans to be cleared, the Contractor shall not deface, injure, or destroy trees or shrubs nor remove or cut them without special authority. No ropes, cables or guys shall be fastened to or attached to any existing nearby trees for anchorages unless specifically authorized by the Engineer. The Contractor shall in any event be responsible for any damage resulting from such use. B. Where, in the opinion of the Engineer, trees may possibly be defaced, bruised, injured, or otherwise damaged by the Contractor's equipment or by his blasting or other operations, the Engineer may direct the Contractor to adequately protect such trees by placing boards, planks, poles or fencing around them. Any trees or landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition at the expense of the Contractor. The Engineer will decide what method of restoration shall be used, and whether damaged trees shall be treated and healed or removed and disposed DISCHARGE OF DEWATERING OPERATIONS A. Any water that is pumped and discharged from the trench and/or excavation as part of the Contractor's water handling shall be filtered by an approved method prior to its discharge into a receiving water or drainage system. B. The pumped water shall be filtered through baled hay, a vegetative filter strip or a vegetated channel to trap sediment occurring as a result of the construction operations. The vegetated channel shall be constructed such that the discharge flow rate shall not exceed a velocity of more than 1 foot per second. The sediment shall be cleared from the channel periodically.

182 Environmental Protection Engineer: Stantec Section Page 3 of DUST CONTROL A. During the progress of the work, the Contractor shall conduct his operations and maintain the area of his activities including sweeping and sprinkling of streets as necessary, so as to minimize the creation and dispersion of dust. If the Engineer decides that it is necessary to use calcium chloride for more effective dust control, the Contractor shall furnish and spread the material, as directed. Calcium chloride shall be as specified under SECTION 01562, DUST CONTROL SEPARATION OF TOPSOIL A. From areas within which excavations are to be made, loam and topsoil shall be carefully removed and separately stored to be used again as directed. The topsoil shall be stored in an area acceptable to the Engineer and adequate measures shall be employed to prevent erosion of said material REPLACEMENT OF TOPSOIL IN CROSS COUNTRY ROUTES A. The contractor shall replace, back to its original locations and depths, that topsoil which has been separated according to the provisions described above BALED HAY OR STRAW A. To trap sediment and to prevent sediment from clogging drainage systems, baled hay or straw shall be used where directed by the Engineer. Care shall be taken to keep them from breaking apart. The bales should be staked to prevent overturning, flotation, or displacement. All deposited sediment shall be removed periodically SILT FENCE A. Where directed by the Engineer, the Contractor shall erect and maintain a temporary silt fence. The silt fence shall be used specifically to contain sediment from runoff water and to minimize environmental damage caused by construction. B. The silt fence shall be wirebound fence securely erected within the work area limits. The fence shall be 3 feet high and the unpainted picket of 3/8-inch by l-1/2-inch wide dimensions shall be bound together an approximate distance of 2-inches apart by at least 13-gauge galvanized steel wire. The Contractor shall place bales of hay or straw alongside the fence and secure them in place. The trapped sediment shall be periodically removed. C. If in the opinion of the Engineer the silt fence is not providing adequate sediment control, the Engineer shall direct the Contractor to provide additional measures such as covering the fence with a plastic filter fabric or other methods to adequately control erosion MAINTENANCE AND REMOVAL A. The CONTRACTOR shall maintain protection measures throughout construction and shall remove and dispose temporary protection measures following completion of the work. END OF SECTION

183 Traffic Control Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED SECTION TRAFFIC CONTROL A. Providing, erecting, and maintaining all necessary barricades, lighting, signals, signs, traffic control devices, and employ uniformed officers and flagging personnel as required for the protection of the Work and safety of the public. The Work shall be done in strict accordance with the requirements of the governing authority and be in place prior to the commencement of construction. B. CONTRACTOR'S methods for routing of traffic during construction and streets to be closed shall be presented for approval to the ENGINEER and local and/or state highway department representative at the preconstruction conference. C. No street shall be shut down to through traffic without prior approval of the Department of Public Works issued at least 2 days in advance of work. It is the intent of the Town to always keep at least one lane of traffic open during construction. The ability of emergency vehicles to travel the work area shall be maintained at all times. PART 2 PRODUCTS 2.01 GENERAL A. All barricades, warning signs, lights, temporary signals, and other protective devices must conform to the Manual of Uniform Traffic Control Devices for Streets and Highways published by the U.S. Government Printing Office. PART 3 EXECUTION 3.01 PERMITS A. All work in, upon, under, or across public streets and roads shall be accordance with the permit granted by the governing authority. The CONTRACTOR shall work with the OWNER to obtain the required permits UNIFORMED TRAFFIC OFFICER A. The CONTRACTOR shall employ uniformed traffic control officer(s) on any highway or street whether under state or local jurisdiction, when, in the opinion of the OWNER, the ENGINEER, or the Highway Official, public safety or convenience requires. These services will be required where normal two-way traffic is reduced to one lane and where interference with the normal traffic flow pattern can be expected, such as equipment entering, leaving or crossing roads. B. The CONTRACTOR shall make all arrangements with the local Police Department to obtain police assistance and shall pay all expenses incurred, including the wages of the police officers. The CONTRACTOR shall be required to employ flagging personnel to assist and/or supplement the uniformed traffic officer(s). The bid item for Uniformed Traffic Officer is for payment of the cost of Uniformed Traffic Officers. Flagging personnel, if utilized by the CONTRACTOR, will not be paid for under this item.

184 Traffic Control Engineer: Stantec Section Page 2 of C. The intent is to insure public safety by police direction of traffic. Police are not to serve as watchmen to protect the CONTRACTOR'S equipment and materials. D. Nothing contained herein shall be construed as relieving the CONTRACTOR of any of his responsibilities for protection of persons and property under the terms of the Contract REMOVAL A. Upon completion of the work, the CONTRACTOR shall remove and dispose of all temporary materials and construction required under this Section. B. All areas and utilities shall be restored to original or specified conditions at the completion of the Work. END OF SECTION

185 Products Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 QUALITY SECTION PRODUCTS A. Incorporate only new materials and equipment in the work unless otherwise specified. All materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Engineer. Do not deliver material to the work without prior approval of the Engineer. Refer to Section 01300, Submittals and Substitutions. B. Furnish all facilities and labor for the handling and inspection of all materials and equipment. If required by the Engineer, either prior to beginning or during the progress of the work, submit samples of materials for such special tests as may be necessary to demonstrate that they are of the quality specified. Furnish, store, pack and ship such samples as directed. Except as otherwise noted, the Owner will make arrangements and pay for the tests. PART 2 PRODUCTS None this Section. PART 3 EXECUTION 3.01 HANDLING AND STORAGE OF MATERIALS A. Handle and store all materials and equipment to be incorporated in the Work, before, during and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Store cement and lime under a roof and off the ground. Keep completely dry at all times. Store all miscellaneous steel and reinforcing steel off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Handle and store brick, block and similar masonry products in a manner to reduce breakage, chipping, cracking and keep spalling to a minimum. C. Remove promptly from the site of the work all materials which have become so damaged as to be unfit for the use intended or specified. The Contractor shall not receive compensation for the damaged material or its removal. D. Unload and place all materials delivered to the job in a manner which will not hamper the normal operation, or interfere with the flow of necessary traffic. E. The Contractor shall provide suitable equipment and labor and shall handle material at all times so as to avoid damage. Under no circumstances shall pipe be dropped. F. The Contractor shall be fully responsible for all material until final acceptance of the completed work REJECTED MATERIALS AND DEFECTIVE WORK A. Materials furnished by the Contractor and condemned by the Engineer as unsuitable or not in conformity with the specifications shall forthwith be removed from the work by the Contractor, and shall not be made use of elsewhere in the work.

186 Products Engineer: Stantec Section Page 2 of B. Any errors, defects or omissions in the execution of the work or in the materials furnished by the Contractor, even though they may have been passed or overlooked or have appeared after the completion of the work, discovered at any time before the final payment is made hereunder, shall be forthwith rectified and made good by and at the expense of the Contractor and in a manner satisfactory to the Engineer. C. The Contractor shall reimburse the Owner for any expense, losses or damages incurred in consequence of any defect, error, omission or act of the Contractor or his employees, as determined by the Engineer, occurring previous to the final payment. END OF SECTION

187 Storage and Protection Engineer: Stantec Section Page 1 of SECTION STORAGE AND PROTECTION PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Providing secure storage and protection for products to be incorporated into the Work, and maintaining and protecting products after installation and until completion of the Work STORAGE A. Store and protect products immediately upon delivery. Store in accordance with manufacturer's instructions, with seals and labels intact and legible. B. Store products subject to damage by elements in substantial weather tight enclosures. 1. Maintain temperatures within ranges required by manufacturer's instructions. 2. Provide humidity control for sensitive products, as required by the manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. C. Exterior Storage: 1. Provide substantial platforms, blocking or skids to support fabricated products above ground and to prevent soiling or staining. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surfaces such as paved areas, or provide plywood or sheet materials to prevent mixing with foreign matter. a. Provide surface drainage to prevent flow or ponding of rainwater. b. Prevent mixing of refuse or chemically injurious materials or liquids. D. Arrange storage in manner to provide easy access for inspection MAINTENANCE OF STORAGE A. Inspect stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. B. Any product damaged because of improper storage or protection shall be unacceptable for installation and shall be removed from the site.

188 Storage and Protection Engineer: Stantec Section Page 2 of PROTECTION AFTER INSTALLATION A. Provide protection of installed products to prevent damage from subsequent operations. Remove protection when no longer needed, prior to completion of Work. B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Cover projections, wall corners, and jambs, sills and soffits of openings, in areas used for traffic and for passage of products in subsequent work. 2. Protect finished floors and stairs from dirt and damage: a. In areas subject to foot traffic, secure heavy paper, sheet goods, or other materials in place. b. Lay planking or similar materials in place to facilitate movement of heavy products. c. Store products on wood sheathing. D. Waterproofed Surfaces and Roofs. 1. Prohibit use of surfaces for traffic of any kind, and for storage of any products. 2. When some activity must take place in order to carry out the Contract, obtain recommendations of installer for protection of surface. a. Install recommended protection, remove on completion of that activity. b. Restrict use of adjacent unprotected areas. E. Lawns and Landscaping: Prohibit traffic of any kind across planted lawn and landscaped areas. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION

189 Product Options and Substitutions Engineer: Stantec Section Page 1 of SECTION PRODUCT OPTIONS AND SUBSTITUTIONS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. CONTRACTOR'S options in selection of products. B. Products list. C. Requests for substitution of products CONTRACTOR OPTIONS A. Products Specified by Reference Standards or by Description Only: Submit data substantiating that product meets those standards in accordance with Section 01300, if required. B. Products Specified by Naming One or More Manufacturers with a Substitution Paragraph: Submit a request for substitution for products of any manufacturer not specifically named PRODUCTS LIST A. At preconstruction conference submit three (3) copies of a list of major products which are proposed for installation, including name of manufacturer. The CONTRACTOR will not be allowed a substitution for products not identified on this list. B. Tabulate products by specification section number, title, and paragraph number. C. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. D. ENGINEER will not reply to this list of major products. All acceptance or rejection and comments by the ENGINEER will be reserved until submittal of product data for conforming products or products proposed for substitution LIMITATIONS ON SUBSTITUTIONS A. Many sections of these specifications are based on specific manufacturer recommendations. Use of these recommendations does not and is not intended to exclude equal equipment of other manufacturers. The specifications serve only as a guide to minimum quality and performance REQUESTS FOR SUBSTITUTIONS A. Requests for substitutions not made in strict conformance with this paragraph will be unacceptable and will be rejected by the ENGINEER without review. B. Submit separate request for each substitution using the form included at the end of this Section. Document each request with complete data substantiating compliance of proposed substitution with requirements of Contract Documents.

190 Product Options and Substitutions Engineer: Stantec Section Page 2 of C. Identify product by specification sections and paragraph numbers. Provide manufacturer's name and address, trade name of product, and model or catalog number. List fabricators and suppliers as appropriate. D. Attach product data as specified in Section E. List similar projects using product, dates of installation, and names of ENGINEER and OWNER. F. Give itemized comparison of proposed substitution with specified product, listing variations, and reference to Specification section and paragraph numbers. G. Give quality and performance comparison between proposed substitution and the specified product. H. Give cost data comparing proposed substitution with specified product, and amount of net change to Contract Price. I. List availability of maintenance services and replacement materials. J. State effect of substitution on construction schedule, and changes required in other work or products. K. A substitute product may be considered equal to the product identified in the Specifications if (1) it is at least equal in quality, durability, appearance, strength and design; (2) it will perform at least equally the function imposed by the general design for the work being contracted for or the material being purchased; and (3) it conforms substantially, even with deviations, to the detailed requirements for the product in said Specifications REDESIGN A. Redesign of any portion of the work affected by the substitution and coordination of installation of the substitution shall be the responsibility of the CONTRACTOR. There shall be no increase in Contract Price for redesign due to substitution of products CONTRACTOR REPRESENTATION A. Submission of a request for substitution constitutes a representation that CONTRACTOR has investigated proposed product and has determined that it is equal to or superior in all respects to specified product. The ENGINEER, however, will make such determination based on the CONTRACTOR'S request under paragraph B. CONTRACTOR shall provide as a minimum, the same warranty for substitution products as for specified product. C. CONTRACTOR shall coordinate installation of accepted substitute, making such changes as may be required for Work to be complete in all respects. D. CONTRACTOR waives claims for additional costs related to substitution which may later become apparent SUBMITTAL PROCEDURES A. After preconstruction conference, submit six (6) copies of request for substitution.

191 Product Options and Substitutions Engineer: Stantec Section Page 3 of B. ENGINEER will respond to CONTRACTOR'S requests for substitutions with reasonable promptness. C. ENGINEER will notify CONTRACTOR, in writing, of decision to accept or reject requested substitution. D. For accepted products, submit shop drawings, product data, and samples in accordance with Section E. Submit with request such drawings as are necessary to define the redesign necessary to accommodate product substitution. Drawings shall be stamped by a professional engineer registered in the State where the work under this Contract is located, and for the engineering disciplines affected by the substitution. PART 2 PRODUCTS Not Used. PART 3 EXECUTION 3.01 INSTALLATION A. Installation of substitutions shall not be done unless written acceptance of ENGINEER has been given.

192 Product Options and Substitutions Engineer: Stantec Section Page 4 of SUBSTITUTION REQUEST FORM Date: 1. Name of product to be substituted: 2. Name of product requested as substitute: 3. Specification Section Reference: Drawing Number Reference: 4. Attach Product Data to this form. 5. List similar projects using this product: Project Date of Installation Engineer Owner i. ii. iii. 6. Attach itemized comparison by Specification Paragraph. 7. State effect of substitution on: i. Construction Schedule: ii. iii. Project Cost: Changes Required in Other Work: 8. Contractor Representations: i. Contractor has complied with Section in its entirety. ii. iii. iv. Contractor has investigated proposed substitution and has determined that it is equal or superior to the project specified. Contractor will provide same warranty as required for the specified product, as a minimum. Contractor will coordinate installation of substitution through completion.

193 Product Options and Substitutions Engineer: Stantec Section Page 5 of v. Contractor waives all claims for additional costs related to substitution which may later become apparent. vi. Contractor agrees to pay all reasonable fees of the Engineer and other consultants in making an evaluation of this substitution request whether such request is ultimately accepted or not. 9. Certification: Signed Title Company (Contractor) END OF SECTION

194 Contract Closeout Requirements Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED SECTION CONTRACT CLOSEOUT REQUIREMENTS A. Administrative provisions for Contract closeout REQUIREMENTS FOR CLOSEOUT A. Neither the final payment nor the remaining retained percentage shall become due until the CONTRACTOR submits to the ENGINEER: 1. An affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the work for which the OWNER might in any way be responsible, have been paid or otherwise satisfied (see attached form at end of this section). 2. Data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent, and in such form as may be designated by the OWNER. If any subcontractor refuses to furnish a release or waiver required by the OWNER, the CONTRACTOR may furnish a bond satisfactory to the OWNER to indemnify the OWNER against any resulting lien. If any such lien remains unsatisfied after all payments are made, the CONTRACTOR shall refund to the OWNER all monies that the latter may be compelled to pay in discharging such lien, including all costs and attorney's fees. B. Additional requirements for Project closeout shall include submittal, (if not previously submitted) of the following: 1. Evidence of compliance with requirements of governing authorities. a. Certificate of occupancy. b. Certificates of inspection required for mechanical and electrical systems. 2. Warranties and Bonds: In accordance with Section Warranties and Bonds. 3. Evidence of payment of debts and claims in accordance with conditions of the Contract (see attached form at end of this section). 4. Consent of Surety Company to final payment (see attached form at end of this section). 5. Evidence of release of liens in accordance with conditions of the Contract (see attached form at end of this section). PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used.

195 Contract Closeout Requirements Engineer: Stantec Section Page 2 of SECTION CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS OWNER: DEPARTMENT OF PUBLIC WORKS CONTRACT FOR: TOWN OF WATERTOWN INFILTRATION AND INFLOW REMOVAL 124 ORCHARD STREET PROJECT - CONTRACT 17-01S WATERTOWN, MA State of: MASSACHUSETTS County of: MIDDLESEX CONTRACT DATE: The undersigned hereby certifies that, except as listed below, he has paid in full or has otherwise satisfied all obligations for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contract referenced above for which the OWNER or his property might in any way be held responsible. EXCEPTIONS: (If none, write "None". If required by the OWNER, the CONTRACTOR shall furnish bond satisfactory to the OWNER for each exception.) CONTRACTOR: Address: By: Signature: Title: Subscribed and sworn to before me the day of, 20. Notary Public: My Commission Expires:

196 Contract Closeout Requirements Engineer: Stantec Section Page 3 of SECTION CONSENT OF SURETY COMPANY TO FINAL PAYMENT OWNER'S CONTRACT NO.: ENGINEER' PROJECT NO.: AGREEMENT DATE: BOND NUMBER: CONTRACT TITLE: INFILTRATION AND INFLOW REMOVAL PROJECT CONTRACT 17-01S TO: DEPARTMENT OF PUBLIC WORKS FROM: TOWN OF WATERTOWN 124 ORCHARD STREET WATERTOWN, MA In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, the (Surety) on the bond of (Contractor) hereby approves of the final payment to the CONTRACTOR, and agrees that final payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the DEPARTMENT OF PUBLIC WORKS (Owner) as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of, 20. (Surety Company) (Signature of Authorized Representative) Attest: (Seal) (Title) Note: Power of Attorney should be attached in instances where same applies.

197 Contract Closeout Requirements Engineer: Stantec Section Page 4 of SECTION CONTRACTOR'S FINAL LIEN WAIVER OWNER: DEPARTMENT OF PUBLIC WORKS CONTRACT FOR: TOWN OF WATERTOWN INFILTRATION/INFLOW REMOVAL PROJECT 124 ORCHARD STREET CONTRACT 17-01S WATERTOWN, MA State of: MASSACHUSETTS County of: MIDDLESEX CONTRACT DATE: APPLICATION FOR FINAL PAYMENT The undersigned hereby certifies that the amount owed set forth below constitutes the entire value of all work performed and services rendered by, through or under the undersigned with respect to the project not heretofore paid for up to and including the period covered by the above Application for Final Payment; that all work covered by such Application has been incorporated into the project and title thereto has passed to the OWNER free and clear of all liens, claims, security, interests or encumbrances; and that no work covered by such Application has been acquired subject to an agreement under which any interest therein or an encumbrance thereon is retained by the seller or any other person. In consideration of payment of the requisition, the undersigned hereby releases the OWNER from all claims of lien which the undersigned has regarding the Project. The undersigned, in order to induce the OWNER to pay the requisition, hereby represents that it has paid or will pay from the proceeds of the requisition all sums due to those parties who have performed work or provided materials to the undersigned in connection with the Project, and that it will on request of the OWNER provide written evidence of the discharge by the undersigned of its obligations to such parties. Executed under seal as of this day of 20. Amount Owed to CONTRACTOR by OWNER as Final Payment: CONTRACTOR: $ Duly Authorized Amount Unpaid From Previous Application for Payment: $

198 Contract Closeout Requirements Engineer: Stantec Section Page 5 of SECTION CONTRACTOR'S FINAL LIEN WAIVER (Con't) Then personally appeared, the above named and acknowledged the foregoing to be the free act and deed of the above named CONTRACTOR, before me. Subscribed and sworn to on the day of, 20. Notary Public: My Commission Expires: END OF SECTION

199 Final Cleaning Engineer: Stantec Section Page 1 of SECTION FINAL CLEANING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Final cleaning of project. B. Executing final cleanings prior to inspection for Substantial Completion and Final Completion of the Work. PART 2 PRODUCTS 2.01 CLEANING MATERIALS A. Use materials which will not create hazards to health or property, and which will not damage surfaces. B. Use only materials and methods recommended by manufacturer of material being cleaned. PART 3 EXECUTION 3.01 CLEANING A. In addition to removal of debris and cleaning specified in other sections, clean interior and exterior exposed-to-view surfaces. B. Remove temporary protection and labels not required to remain. C. Clean finishes free of dust, stains, films and other foreign substances. D. Clean transparent and glossy materials to a polished condition; remove foreign substances. Polish reflective surfaces to a clear shine. E. Vacuum clean carpeted and similar soft surfaces. F. Clean resilient and hard-surface floors. G. Clean surfaces of equipment; remove excess lubrication. H. Clean plumbing fixtures to a sanitary condition. I. Clean permanent filters of ventilating equipment and replace disposable filters when units have been operated during construction; in addition, clean ducts, blowers, and coils when units have been operated without filters during construction. J. Clean light fixtures and lamps. K. Remove waste, foreign matter, and debris from roofs, gutters, area ways, and drainage systems. L. Remove waste, debris, and surplus materials from site. Clean grounds; remove stains, spills, and foreign substances from paved areas and sweep clean. Rake clean other exterior surfaces. END OF SECTION

200 Project Record Documents Engineer: Stantec Section Page 1 of SECTION PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintaining and submitting record documents and samples MAINTENANCE OF DOCUMENTS AND SAMPLES A. Maintain at the site for OWNER one record copy of: 1. Contract Drawings. 2. Project Manual. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Accepted shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. 9. Manufacturer's operating and maintenance manuals. B. Store record documents and samples in field office apart from documents used for construction. Provide files, racks, and secure storage for record documents and samples. C. Label and file record documents and samples in accordance with section numbers listed in Specification Table of Contents. Label each document "PROJECT RECORD" in neat, large, printed letters. D. Maintain record documents in a clean, dry and legible condition. Do not use record documents for construction purposes. E. Keep record documents and samples available for inspection by ENGINEER RECORDING A. Record information on a set of blue line drawings. B. Use separate colors for recording information for each major system. C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: 1. Measured depths of elements of foundation. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of construction.

201 Project Record Documents Engineer: Stantec Section Page 2 of Field changes of dimensions and details. 5. Changes made by modifications. 6. Details not on original Contract Drawings. 7. References to related shop drawings and modifications. E. Specifications: Legibly mark each item to record actual construction, including: 1. Manufacturer, trade name and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by addenda or modifications. F. Other Documents: Maintain manufacturer's certifications, inspection certifications, and field test records, required by individual Specification sections SUBMITTALS A. At Contract closeout submit record documents and samples, as required in Section 01701, to ENGINEER for use in the preparation of Project Record Drawings. Transmit with cover letter listing: 1. Date. 2. Project title and number. 3. CONTRACTOR'S name, address, and telephone number. 4. Number and title of each Record Document. 5. Signature of CONTRACTOR or authorized representative. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. END OF SECTION

202 Warranties and Bonds Engineer: Stantec Section Page 1 of SECTION WARRANTIES AND BONDS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Preparing and submitting of warranties and bonds FORM OF SUBMITTALS A. Bind in commercial quality 8-1/2 x 11 inch, three-ring side binders, with hardback, cleanable, plastic covers. B. Label cover of each binder with typed or printed title "WARRANTIES AND BONDS", with title of Project; name, address and telephone number of CONTRACTOR; and name of responsible principal. C. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Contract Documents, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. D. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal PREPARATION OF SUBMITTALS A. Obtain warranties and bonds, executed in duplicate by responsible subcontractors, suppliers, and manufacturers within ten (10) days after completion of the applicable item of work. Except for items put into use with OWNER'S permission leave date of beginning of time of warranty open until the date of substantial completion is determined. All warranty coverage shall be extended directly to the benefit of the OWNER. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal TIME OF SUBMITTALS A. For equipment or component parts of equipment put into service during construction with OWNER'S permission, submit documents within ten (10) days after acceptance. B. Make other submittals within ten (10) days after date of substantial completion, prior to final application for payment. C. For items of Work when acceptance is delayed beyond date of substantial completion, submit within ten (10) days after acceptance, listing the date of acceptance as the beginning of the warranty period.

203 Warranties and Bonds Engineer: Stantec Section Page 2 of PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION

204 Site Work Engineer: Stantec Table of Contents - Page 1 of DIVISION 2 - SITE WORK Section Sewer Data Dewatering Excavation Support Earthwork Rock and Boulder Excavation Exploratory Excavation Slope Protection and Erosion Control Restoration of Sidewalk Curbing Pavement Paint Markings Resurfacing Sanitary Sewage System Sewer Cleaning TV Inspection Chemical Root Control Structural Lining - Cure-in-Place Restoration of Growth Miscellaneous Work and Cleaning Up

205 Sewer Data Engineer: Stantec Section Page 1 of 1 SECTION SEWER DATA PART 1 GENERAL 1.01 GENERAL A. This data for existing sewer and manhole conditions has been furnished only for the BIDDER'S information and convenience without any warranty or guarantee, expressed or implied, that the sewer conditions actually encountered will be the same as shown on the inspection logs in Appendix A. Inspection logs are not intended as representations or warranties and it is expressly understood that neither the OWNER nor the ENGINEER will be responsible for any interpretations or conclusions drawn therefrom by the BIDDER. B. The BIDDER shall be especially cognizant of the infiltration observations shown on the inspection logs, in that the measurement was generally estimated visually, only at the time of inspection and may not indicate the true infiltration at that time, or at the time of actual construction. Infiltration data is provided with no guarantee being expressed or implied by the OWNER, ENGINEER or Inspection Consultant as to its meaning with respect to conditions present at the time rehabilitation work is scheduled by the BIDDER or successful Contractor. C. Sewer and manhole inspection information is offered in good faith solely for the purpose of providing the BIDDER all pertinent information available to the OWNER. D. The BIDDER shall satisfy themselves as to sewer and manhole conditions 1.02 DESCRIPTION A. Sewer inspection via closed circuit televison inspections were performed by National Water Main Cleaning Co., BMC Corp, and ADS Environmental Services and available inspection logs for those sewer reaches to be rehabilitated as part of this contract are included in Appendix A. This data is provided solely for the CONTRACTOR'S information and is not warranted to be an accurate representation of existing conditions at the site ADDITIONAL INFORMATION A. The CONTRACTOR shall visit the site and acquaint himself with all existing conditions. PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION

206 Dewatering Engineer: Stantec Section Page 1 of SECTION DEWATERING PART 1 GENERAL 1.01 SYSTEM PERFORMANCE REQUIREMENTS A. Dewatering shall include all necessary control and disposal of groundwater on a continual basis during construction. B. Dewatering shall include the lowering of the groundwater table to relieve any hydrostatic head that could cause a decrease in the stability of the excavated subgrade. It shall also include the intercepting of seepage which could otherwise emerge from the slope or sides of excavations which could cause a decrease in the stability of the excavated subgrade or the slopes or sides of the excavations. C. Dewatering shall be performed during construction to temporarily protect against the following: 1. The loss of any material beneath the excavated subgrade or from the slopes or sides of the excavations or the movement of any fine particle materials from the soil. 2. Any increased vertical or lateral loads on the excavation support systems. 3. Any disturbance, rupture, instability, boiling or heaving of the bottom of excavated subgrade during: a. Excavation. b. Placement of foundation or bedding materials. c. Construction of slabs, footings, pipes, conduits, under-drains and any other structures. d. Backfilling operations ADDITIONAL PROVISIONS A. Provide, operate and maintain any dewatering system required to lower and control groundwater levels and groundwater hydrostatic pressure during the construction of the Work as required by this Section and the Contract Documents. The CONTRACTOR shall assume full responsibility and expense for the adequacy of the dewatering system with no additional time for performance. B. Remove and dispose of water resulting from activities described in paragraph 1.02 A. Provide siltation settling basins for all discharges from dewatering systems. Submit plan of settling basins and discharge facilities for review by ENGINEER prior to dewatering system installation. C. Remove dewatering systems and equipment when no longer required.

207 Dewatering Engineer: Stantec Section Page 2 of PART 2 PRODUCTS A. In order to protect the environment by preventing sediments from entering waterways and wetlands during dewatering activities on construction sites, pump bags and/or biofilter bags may be used. The Contractor may use a pump bag manufactured by Jennian Enterprise of Melrose, Massachusetts or the biofilter bag manufactured by Environmental Protection Products of Williamburg, Michigan or approved equal. PART 3 EXECUTION 3.01 EXECUTION A. The dewatering system shall be capable of developing an excavated subgrade relieved of any hydrostatic pressure that could cause a decrease in the stability of the excavated subgrade and which will provide the necessary groundwater control for the proper performance required for completion of the Work. B. The dewatering system shall not cause damage to newly constructed or existing properties, buildings, utilities and other work due to the loss of support from incompletely drained soils or from removal of soil particles resulting from the dewatering system operation. C. Dewatering facilities shall be located where they will not cause interference with work performed by others. D. If the dewatering system utilized by the CONTRACTOR causes or threatens to cause damage to new or existing facilities, the dewatering system shall be modified at no additional cost to the OWNER. The CONTRACTOR shall be responsible for, and shall repair all damage caused by the dewatering system operation at no additional cost to the OWNER and at no additional time for performance. E. Dispose of subsurface water collected in a manner which conforms to all applicable local and state ordinances, statutes and laws. F. Maintain continual and complete effectiveness of the dewatering system operation to provide a firm, stable, excavated subgrade at all times as required for proper performance of the Work. G. Provide dewatering necessary to maintain the groundwater table below the level of backfill as it is being placed. The groundwater table shall also be maintained at a level which will not result in uplift pressure in excess of 80% of the downward pressure produced by the weight of the structure and any backfill in place JOB CONDITIONS A. Erosion Control: Provide adequate protection from erosion from any of the dewatering operations utilized during the course of the construction. Any damage, disruption or interference to newly constructed work or existing properties, buildings, structures, utilities and/or other work resulting directly or indirectly from dewatering operations conducted under this Contract shall be remedied by the CONTRACTOR, at no cost to the OWNER.

208 Dewatering Engineer: Stantec Section Page 3 of B. Treatment of Dewatering Operations Discharges: Provide such additional treatment devices as may be required to meet the provisions of the Contract. This may include the construction of sumps and/or settling basins, stone rip-rap, silt fences or other requirements. The treatment devices shall be later removed and/or filled in with acceptable backfill material, and restored to original conditions once they are no longer needed, at no additional cost to the OWNER. END OF SECTION

209 Excavation Support Engineer: Stantec Section Page 1 of SECTION EXCAVATION SUPPORT PART 1 GENERAL 1.01 WORK INCLUDED A. Designing, furnishing, installing, maintaining and removing excavation support systems for the following: 1. Excavation. 2. Trench excavation REFERENCE STANDARDS A. ASTM A328 - Steel Sheet Piling. B. NFPA - National Forest Products Association SYSTEM DESCRIPTION A. The construction of the excavation support systems shall include soldier piles, lagging, trench boxes, wood sheeting and steel sheeting, including bracing members such as walers, struts, shores and tieback anchors and all other system members. PART 2 PRODUCTS 2.01 MATERIALS A. Wood: Tongue and groove; #3 common Douglas Fir or Hemlock; or Utility Grade Southern Pine; NFPA grading. B. Steel: ASTM A328. C. Trench Boxes: Fabricated steel. PART 3 EXECUTION 3.01 EXECUTION A. The CONTRACTOR shall be totally responsible for the means and methods of excavation and for the design and construction of the excavation support systems. B. The support system shall be designed to support the maximum loads that will occur during construction. C. Excavation support systems shall be constructed so as to be able to support all vertical and lateral loads and other surcharge loads imposed on the system during construction including earth pressures, utility loads and other surcharges and construction loads in order to provide safe construction of the permanent structures and prevent movement and/or damage to adjacent soil, buildings, structures and utilities.

210 Excavation Support Engineer: Stantec Section Page 2 of D. Do not brace to concrete unless authorized by the ENGINEER, and then only if concrete has reached its design strength as determined by compressive test of representative concrete cylinders which have been cured on site for a period of at least 14 days. E. Do not embed any part or portion of excavation support system in the Work. Do not construct sleeves or openings in the structures to permit bracing through the structures unless authorized by the ENGINEER. F. The CONTRACTOR shall not perform excavations in unstable earth. Stabilize all earth materials behind support walls before excavation is allowed to proceed. G. The CONTRACTOR shall monitor all excavations and provide a means of determining movement of adjacent soil, buildings, structures and utilities. H. Where movement or damage is observed, the CONTRACTOR shall immediately cease excavation operations and correct such deficiency in the excavation support system that allowed for movement or damage and repair all damage at no additional cost to the OWNER and at no additional time for performance. I. The CONTRACTOR shall be responsible for, and shall repair all damage resulting from his excavations and at no additional cost to the OWNER and at no additional time for performance SHEETING LEFT-IN-PLACE A. Cut off all sheeting left-in-place at least three feet below the ground surface, whether such sheeting is ordered left in place by the ENGINEER or is left in place for the convenience of the CONTRACTOR. END OF SECTION

211 Earthwork Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 WORK INCLUDED SECTION EARTHWORK A. Excavating topsoil and stockpiling topsoil for later use. B. Saw cutting pavement and excavating pavement. C. Excavating subsoil and stockpiling subsoil for later use. D. Excavating unsuitable material. E. Excavating rock, boulders, solid rubble masonry and Portland cement concrete that is less than one (1) cubic yard in volume. F. Replacing rock and boulder excavation and excavated unsuitable material. G. Placing select fill materials below and adjacent to utilities, tankage and concrete structures. H. Backfilling excavations. I. Placing materials for bringing site to subgrade and preparing subgrades for foundations. J. Complying with compaction requirements. K. Removing and disposing of excess topsoil and subsoil, excavated unsuitable material, and excavated pavement, rock, boulders, solid rubble masonry and Portland cement concrete off site in accordance with local, state and federal requirements. L. Grading and rough contouring the site to the cut limits required for construction. M. Excavating and trenching for all underground utilities REFERENCE STANDARDS A. ASTM C33 - Concrete Aggregates. B. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates. C. ASTM D75 - Sampling Aggregates. D. ASTM D Test for Density of Soil in Place by the Sand Cone Method. E. ASTM D Tests for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures, Using 10-lb Rammer and 18-inch Drop: (Modified Proctor). F. ASTM D Tests for Density of Soil in Place by the Rubber- Balloon Method. G. ASTM D Tests for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth).

212 Earthwork Engineer: Stantec Section Page 2 of SAMPLES A. Submit Samples in accordance with Section Samples shall be obtained in accordance with ASTM D75. B. Submit in air-tight containers, 25-lb sample of each type of material to be tested, to ENGINEER or testing laboratory TESTING A. Tests and analysis of fill materials will be performed in accordance with Section and the methods in ASTM C136. PART 2 PRODUCTS 2.01 MATERIALS - GENERAL A. Topsoil: Friable, fertile, natural, free-draining loam typical of the locality; free of subsoil, roots, grass, sticks, weeds, clay, sod lumps, debris and stones larger than 1-inch in maximum dimension. Soil shall not be excessively acid or alkaline, nor contain toxic material harmful to plant growth. B. Unsuitable Material: Cut or broken pavement, debris, concrete or other rubble, organic materials; muck, peat, silty soils or clayey soils; rock over 6 inches in maximum dimension; or any material which in the opinion of the ENGINEER will not provide sufficient support or maintain the completed construction in a stable condition COMMON FILL MATERIALS A. Subsoil: Material excavated on site which is friable, compactable, natural soil composed of gravel, sand, or silty or clayey gravel and sand; free from debris, concrete or other rubble, organic matter, muck, peat, excavated rock and boulders over 6 inches in maximum dimension. B. Additional Fill: Imported material which is friable, compactable, natural soil composed of gravel, sand, or silty or clayey gravel and sand; free from debris, concrete or other rubble, organic matter, muck, peat, excavated rock and boulders of 6 inches in maximum dimension SELECT FILL MATERIALS A. Subbase Gravel: Clean mineral aggregate meeting the following limits when tested in accordance with ASTM C136: Sieve Designation Percentage by Weight Passing Square Mesh Sieve TOTAL SAMPLE 1/2-inch No No No Maximum stone size shall be 3-inches in the largest dimension (M Type b)

213 Earthwork Engineer: Stantec Section Page 3 of B. Crushed Gravel: Clean, hard crushed gravel; free from silt, top-soil, clay, and organic matter; uniformly graded from coarse to fine within the following limits when tested in accordance with ASTM C136: Sieve Designation Percentage by Weight Passing Square Mesh Sieve TOTAL SAMPLE 3-inch /2-inch /4-inch No No C. Crushed Stone: Clean, hard, durable crushed particles or fragments of stone or rock of uniform quality; free from thin and elongated pieces, silt, topsoil, clay and organic matter; meeting the following limits in accordance with ASTM C33 stone size No. 67 when tested in accordance with ASTM C136. Sieve Designation Percentage by Weight Passing Square Mesh Sieve TOTAL SAMPLE 1-inch 100 3/4-inch /8-inch No No D. Sand: Clean, hard durable grains; free from silt, topsoil, clay and organic matter; uniformly graded from coarse to fine meeting the following limits when tested in accordance with ASTM C136: Sieve Designation Percentage by Weight Passing Square Mesh Sieve TOTAL SAMPLE 3/8-inch 100 No No No No No Maximum particle size shall be 3/8 inch in the largest dimension (M Type b). E. Washed Crushed Stone: Washed, clean, hard, durable crushed particles or fragments of stone or rock of uniform quality; free from thin and elongated pieces, silt, topsoil, clay and organic matter, meeting the following limits in accordance with ASTM C33 stone size No. 67 when tested in accordance with ASTM C136. Sieve Designation Percentage by Weight Passing Square Mesh Sieve TOTAL SAMPLE 1-inch 100 3/4-inch /8-inch No No

214 Earthwork Engineer: Stantec Section Page 4 of FILTER FABRIC A. Filter fabric shall be Mirafi 140N. Substitution of a product of equal or better quality, detail, function and performance may be proposed for substitution by following the procedures in Section STABILIZATION FABRIC A. Stabilization fabric shall be Mirafi 500X. Substitution of a product of equal or better quality, detail, function and performance may be proposed for substitution by following the procedures in Section PART 3 EXECUTION 3.01 PREPARATION A. Identify required lines, levels, contours, and datum. B. Identify known underground utilities. Stake and flag locations. C. Identify and flag surface and aerial utilities. D. Notify utility companies to locate and temporarily support, remove, and/or relocate utilities. E. Notify DIG-SAFE ( ) PROTECTION A. Protect trees, shrubs, lawns, and other features to remain. B. Protect bench marks, existing structures, fences, stone walls, sidewalks, paving, and curbs. C. Protect above and below grade utilities and structures which are to remain. D. Protect excavations by shoring, bracing, sheet piling or other methods required to prevent cavein or loose soil from falling into excavation in accordance with Section E. Underpin adjacent structures which may be damaged by excavation work, including service utilities and pipe chases. F. Protect bottom of excavations and soil adjacent to and beneath foundations from frost TOPSOIL EXCAVATION A. Excavate and stockpile topsoil from areas to be further excavated, landscaped or graded. Remove and dispose of excess topsoil offsite. Protect stockpiled topsoil from erosion PAVEMENT EXCAVATION A. All pavement shall be cut with saws or acceptable power tools prior to removal. B. Excavate pavement within the limits shown on the Drawings. C. Keep excavated pavement separate from topsoil and subsoil stock-piles. D. Remove and dispose of excavated pavement from site.

215 Earthwork Engineer: Stantec Section Page 5 of SUBSOIL EXCAVATION A. Excavate subsoil from areas to be landscaped or graded to the limits shown on the Drawings. B. Excavate subsoil required for structures, utilities or yard piping and other work to the limits necessary or as shown on the Drawings. C. Stockpile excavated material to be reused and remove and dispose of unsuitable subsoil and excess subsoil off site. Subsoil suitable for reuse shall be in conformance with paragraph 2.02 A. Protect stockpiled subsoil from erosion. D. Remove all muck, peat and other unsuitable material within trench limits or where structures are to be located. If unsuitable material exists at limits of excavation shown on Drawings, obtain excavation authorization from ENGINEER prior to removal of material. Unauthorized excavation of unsuitable material will not be considered for payment. Excavated unsuitable material shall be replaced with backfill material as specified. E. Notify ENGINEER of unexpected subsurface conditions, discovery of unknown utilities or concealed conditions, and discontinue affected work in area until notified to resume work. Unexpected subsurface conditions do not include those conditions identified in the Contract Documents. F. Slope sides of excavation to satisfy state and federal safety requirements (OSHA-29 CFR Part 1926). Install excavation support systems in accordance with Section G. Excavations shall not penetrate normal 45 degree bearing influence plane of any foundation. H. Prevent surface water run-off into excavation in accordance with Section I. When excavation through roots is necessary, cleanly cut roots. J. Correct unauthorized excavation at no cost to OWNER. Backfill with specified materials. K. Maintain bottom of all excavations stable, dry and free of water on a continual basis in accordance with Section BACKFILLING PREPARATION A. Brace walls and slabs of structures to support surcharge forces and construction loads to be imposed by backfilling operations. B. Remove all water, snow, ice and debris from excavations prior to proceeding with work. C. Compact subgrade surfaces disturbed by construction operations to density requirements for backfill material. Do not place bedding, foundation material or backfill on porous, unstable, unsuitable or frozen subgrade BEDDING AND BACKFILLING A. Bedding and backfilling materials shall not contain frozen materials, ice or snow. B. Backfill with crushed gravel beneath pipe where rock, boulders, or unsuitable bearing material have been removed. C. Install pipe on shaped, undisturbed subgrade or on bedding material in accordance with paragraph 3.12 SCHEDULE OF BEDDING, BACKFILL AND COMPACTION. D. Maintain pipe in proper position during placement and compaction of bedding material.

216 Earthwork Engineer: Stantec Section Page 6 of E. Filter fabric shall be placed to completely enclose crushed stone used for bedding material or for replacement material where rock, boulders or unsuitable material have been removed in pipe trenches. Under structures, where crushed stone is used, the filter fabric shall enclose the material on the sides and bottom, and on top, extending 2 feet under all edges of the proposed structure. F. Place and compact bedding for utilities and yard piping in accordance with the specifications and typical trench details shown on the Drawings. G. Backfill excavations and trenches to depths, contours and elevations required. Do not backfill or compact any fill material during unfavorable weather conditions. H. Each layer of backfill shall be compacted to the specified density the same day it is placed. I. Adjust optimum moisture content of backfill materials to attain required compaction density. J. Fill that is too wet for proper compaction shall be disc-harrowed or otherwise dried to a proper moisture content for compacting to the required density. If the fill material cannot be dried to proper moisture content, it shall be replaced with drier material meeting specifications. K. Fill that is too dry for proper compaction shall be watered uniformly over the surface of the loose layer. Sufficient water shall be added to allow compaction to the required density. L. Employ placement and compaction methods that will not disturb or damage Work or existing structures or utilities. Disturbed or damaged Work, structures or utilities shall be repaired at no additional cost to the OWNER and at no additional time for performance. M. Do not backfill against unsupported foundation walls or before required concrete strength has been achieved. Backfill simultaneously on each side of unsupported foundation walls. N. Backfilling shall be performed as required to avoid interference with OWNER'S operations and/or other contractor's or subcontractor's work. O. Grade backfill to provide a smooth surface which will readily shed water and provide positive drainage. Areas to receive compacted fill shall be graded to prevent ponding of surface water runoff BACKFILLING TOLERANCES A. Top Surface of Backfilling or Subgrade: Plus or minus one inch COMPACTION A. The maximum density at optimum moisture content for bedding and backfill materials shall be determined in accordance with ASTM D1557 (Modified Proctor). B. All bedding and backfill materials shall be compacted to the density shown in paragraph 3.12 SCHEDULE OF BEDDING, BACKFILL AND COMPACTION. Do not conduct further backfill operations until compaction tests indicate acceptable results on prior layers. C. Testing density of soil in place (compaction) will be performed in accordance with ASTM D1556, ASTM D1557, ASTM D2167, or ASTM D2922. If tests indicate compacted bedding and/or backfill does not meet specified requirements, remove, replace and retest materials at no additional cost to OWNER and at no additional time for performance. D. Jetting and bucket compaction are not acceptable methods of compaction and consolidation.

217 Earthwork Engineer: Stantec Section Page 7 of GRADING A. Grading Areas to be Loamed and Seeded: 1. Perform all rough grading required to attain the elevations indicated on the Drawings or as required. No materials, including rock or boulders, shall project above rough graded surface. 2. Grade to elevations shown on the Drawings or as required for landscaping. 3. Grade all ruts and other uneven surfaces by surface grading. B. Grading Areas to be Paved or Surfaced: 1. Perform all rough grading, including shaping, sloping, and all work necessary to prepare the subgrades of all roadways, walks and parking areas. Subgrade shall be brought to the bottom elevation of the subbase under paved or surfaced areas. 2. Accomplish all grading within the slope and grade lines as indicated on the Drawings or as necessary to accomplish the Work. Roadways shall be graded to full cross section width at subgrade before placing any type of subbase or pavement except that partial width construction may be permissible where necessary for the maintenance of traffic. C. Slope grade away from structures minimum 2 inches in 10 feet, unless noted otherwise. D. Make gradual changes in grade. Slopes shall transition gradually into level areas. E. Grade all areas completely and remove and dispose of all excess excavated, bedding and backfill materials from site. F. Backfill to original grade or as indicated herein or on the Drawings. Deviations and settlement shall be corrected at no cost to the OWNER and at no additional time for performance FIELD QUALITY CONTROL A. All subgrades and compacted material must be inspected and accepted by the ENGINEER prior to proceeding with work. Sufficient time must be allowed for the ENGINEER to observe and to have necessary tests performed on the subgrade SCHEDULE OF BEDDING, BACKFILL AND COMPACTION A. The following schedule identifies location; bedding and/or backfill materials to be used (identified from upper to lower fill type); maximum loose thicknesses of each fill lift; and, compaction expressed as a percentage of maximum density and optimum moisture determined in accordance with ASTM D1557 (Modified Proctor).

218 Earthwork Engineer: Stantec Section Page 8 of LOCATION MATERIAL/THICKNESS LIFTS (LOOSE)/COMPACTION SUBGRADE Disturbed, excavated subgrade Natural subgrade/existing Existing 95 percent or equal to average density of undisturbed subgrade material BACKFILL Beneath structures Crushed Gravel /12 inches min. 8-inch lifts/ 95 percent Beneath structures from which rock, boulders or unsuitable material have been removed Slabs-on-grade Crushed Gravel/12 inches min. top of structural fill to underside of structure Structural Fill/as req d to 12 inches below structure Crushed Gravel/4 inches min. on natural subgrade or structural fill Structural Fill/as req d 8-inch lifts/ 95 percent 4-inch min./ 95 percent 8-inch lifts/ 95 percent Around structures Common Fill/as req d 8-inch lifts to top of fill/ 95 percent Under grassed areas Under landscaped areas Under paved areas Common Fill/from subgrade or 12 inches above pipe to 4 inches below finished grade Common Fill/from subgrade to 12 inches above pipe to 12 inches below finished grade Common Fill/from subgrade or 12 inches above pipe to underside of subbase for paved areas 12-inch lifts/ 90 percent 12-inch lifts/ 90 percent 6-inch lifts/ 95 percent PIPE BLANKET DI pipe Common Fill/from trench bottom to 12 inches above pipe 6-inch lifts/ 95 percent

219 Earthwork Engineer: Stantec Section Page 9 of LOCATION MATERIAL/THICKNESS LIFTS (LOOSE)/COMPACTION HDPE storm drain, PVC storm drain, PVC sewer HDPE sewer PIPE BEDDING Crushed Gravel/from springline of pipe to 12 inches above pipe Sand/from springlline of pipe to 12" above pipe 6-inch lifts/ 95 percent 6-inch lifts/ 95 percent DI water pipe PVC storm drain PVC sewer HDPE storm drain HDPE sewer SUBBASE Shaped, undisturbed subgrade/existing Crushed Stone/6 inches min. below pipe to 12 inches above pipe Crushed Stone/6 inches min. below pipe to 12 inches above pipe Crushed Gravel/6 inches min. below pipe to springline of pipe Sand/6 inches minimum below pipe to springline of pipe Existing/95 percent or equal to average density of undisturbed material 6-inch lifts/ 95 percent 6-inch lifts/ 95 percent 6-inch lifts/ 95 percent 6-inch lifts/ 95 percent Bituminous pavement subbase Reclaimed Subbase Subbase Gravel/12 inches 6-inch lifts/ 95 percent 6-inch lifts/ 95 percent Any area not identified in schedule shall be backfilled with gravel in one (1) foot maximum loose lifts and compacted to a modified Proctor density of ninety-five percent (95%). END OF SECTION

220 Rock and Boulder Excavation Engineer: Stantec Section Page 1 of 4 SECTION ROCK AND BOULDER EXCAVATION PART 1 GENERAL 1.01 WORK INCLUDED A. Conducting preconstruction survey. B. Excavating and disposing of rock (blasting permitted). C. Excavating and disposing of rock (blasting not permitted). D. Excavating and disposing of boulders. E. Backfilling of rock and boulder excavation DEFINITIONS A. Rock shall mean: 1. solid igneous, sedimentary, metamorphic, conglomerate rock or ledgerock which requires for its removal drilling and blasting, wedging, sledging, breaking, ripping or barring and cannot be removed by conventional mechanical excavation equipment. 2. single pieces of solid rubble masonry and Portland cement concrete one cubic yard in volume or larger. B. Boulders shall mean single boulders one cubic yard in volume or larger which can be excavated without drilling and blasting, wedging, sledging or barring. C. Single pieces of rubble masonry, Portland cement concrete or single boulders encountered which are less than one cubic yard in total volume, shale, slate, soft sandstone, nested boulders, weathered rock, and other rock material which is decomposed, stratified or shattered to such an extent that it can be removed by excavating equipment without the need for drilling and blasting shall be considered excavation SUBMITTALS A. Submit plan for the preconstruction survey at the preconstruction conference. B. Submit names of blasters, qualifications, experience record, certificates of insurance and copies of licenses QUALITY ASSURANCE A. Perform all blasting operations using experienced blasters and comply with all applicable local, state and federal regulations. Blasting shall be done only by qualified, reputable persons regularly engaged in this type of work. B. Charges shall be of such power, spacing, and timing that the blasts will not make the excavations unduly large, shatter adjoining rock, nor damage or endanger life, property, work completed or in progress, adjacent utilities, and other structures. CONTRACTOR shall be fully liable for all damage or nuisance caused by the blasting operations and shall promptly repair all damages and settle all claims at no additional cost to OWNER.

221 Rock and Boulder Excavation Engineer: Stantec Section Page 2 of PRODUCT STORAGE AND HANDLING A. Handle and store explosives in strict accordance with applicable local, state and federal regulations. B. Explosives that contain perchlorate shall not be used and will not be allowed on site. C. Keep explosives on site only in such quantity as may be needed for the work under way and only during such time as they are to be used WORK AREAS WHERE BLASTING IS AND IS NOT ALLOWED A. Blasting for rock excavation must be pre-approved by the ENGINEER and OWNER. B. Blasting for rock excavation will not be allowed near buildings. Alternate methods for rock excavation must be used in these areas. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 PRECONSTRUCTION SURVEY A. At the preconstruction conference, the CONTRACTOR shall submit a plan for the preconstruction survey to the ENGINEER and OWNER. This information should be complete and of sufficient detail to inform both the ENGINEER and OWNER of the extent and detail to be achieved throughout the Work. During the course of the survey the CONTRACTOR shall keep the ENGINEER and OWNER informed of the progress of the Work and shall notify them of any modifications to the initial plan. B. The survey shall include examinations of the interior and exterior all structures and utilities on the site and within 500 feet of the site. Photographs, video-tapes and detailed measurements of such properties and buildings shall be included in such examinations. The survey is required wherever rock is to be excavated either by blasting or non-blasting means. C. Tests shall be performed on public and private water supply systems indicating quality and quantity of those systems where warranted. Seismographic monitoring should be utilized in areas where warranted and delineated by the CONTRACTOR. This testing and monitoring shall be done in areas where blasting is permitted and will be utilized by the CONTRACTOR for rock removal. D. The CONTRACTOR shall obtain sufficient information to conduct blasting and drilling operations without damage to person and property throughout the entirety of the Work and take special care and be fully aware of subsurface conditions in sensitive areas. E. The CONTRACTOR shall conduct the preconstruction survey prior to any rock removal activities either by blasting or non-blasting means. The survey shall satisfy the insurance requirements of the Contract and be acceptable to the CONTRACTOR'S insurance carrier, as well as provide data to assess damages to personal property and real estate due to blasting operations. The survey shall be as complete as warranted by the nature of the Work. F. The ENGINEER and OWNER shall in no way be held responsible for the accuracy, adequacy and results of the preconstruction survey. Review of the CONTRACTOR'S plan shall not denote an assumption of liability by either the ENGINEER or OWNER due to the implementation of the survey or construction operations by the CONTRACTOR. The CONTRACTOR shall bear full responsibility for damages to either surveyed or unsurveyed property caused by blasting and construction operations.

222 Rock and Boulder Excavation Engineer: Stantec Section Page 3 of 4 G. There shall be no separate payment for the preconstruction survey LIMITS OF ROCK AND BOULDER EXCAVATION A. Rock excavation shall be performed, unless otherwise directed, so that no projection shall come within vertical planes 12 inches out-side of the structure being built, or within the neat lines of the base of the structure, or as shown on the Drawings. In trenches, the rock shall be removed to the limits shown on the typical trench section. Where excavation is carried beyond the above defined limits, additional space shall be refilled at the CONTRACTOR'S expense with concrete for structures bearing otherwise on rock, or backfill material as specified. B. If rock below limits of excavation is shattered by blasting, the rock shall be removed and the excavation refilled with backfill material as specified, at no additional cost to the OWNER. C. The limits of boulder excavation shall be the actual size of the boulder removed NOTIFICATION A. When rock or boulders are encountered, the material shall be uncovered and the ENGINEER notified. The ENGINEER will take cross sections of the rock or boulders. If the CONTRACTOR uncovers rock or boulders, but fails to notify the ENGINEER and allow ample time for cross sectioning the undisturbed material, the CONTRACTOR shall have no claim to any classification other than that allowed by the ENGINEER. B. When blasting is required for work within 20 feet of a paved roadway, the CONTRACTOR shall establish the elevation of the nearest edge of pavement at 25 foot (maximum) intervals in order to verify any uplift or settlement of the pavement. This information shall be delivered to the ENGINEER prior to blasting BLASTING OPERATIONS A. Conduct all blasting operations in full compliance with all state and federal laws and local ordinances. Take all possible care to avoid injury to persons and damage to property. The rock is to be well covered and sufficient warning given to all persons in the vicinity of the Work before blasting. Care shall be taken to avoid damage to utilities or other structures above and below ground. B. No blasting will be permitted under or adjacent to any street, road, or highway unless permission has been received in writing from the authority having jurisdiction. Should uplift or settlement of surfaces occur after blasting, the roadway shall be returned to its original condition, to the satisfaction of the authorities having jurisdiction and at no additional cost to the OWNER. C. Conform to all local, state, federal and other ordinances and codes relating to the transportation, storage and handling of explosives. Particular attention is called to adherence to requirements of the electric, gas and other utilities which may be located in the project area. D. Explosives that contain perchlorate shall not be used and will not be allowed on site NON- BLASTING OPERATIONS A. In areas where blasting is not allowed, rock excavation may be performed by jack hammering, hoeram operations, expansive chemical splitting, or other processes that do not put other existing utilities and structures at risk of damage. B. Use of explosives in these areas shall not be permitted.

223 Rock and Boulder Excavation Engineer: Stantec Section Page 4 of DISPOSAL AND REMOVAL OF ROCK AND BOULDERS A. Rock and boulders removed shall be considered unsuitable material for backfilling and shall be removed and properly disposed of off-site. B. Disposal of excavated rock shall be by one of the following: 1. Rock suitable in nature and of proper size may be used as riprap where riprap is required in the Work. 2. Incorporation of rock in embankments, fills and other areas. 3. Deliver to area designated by OWNER or ENGINEER. 4. If none of the above applies, remove the rock from the project site and dispose of offsite in accordance with local, state and federal regulations BACKFILLING ROCK AND BOULDER EXCAVATIONS A. Rocks and boulders shall be replaced with backfill material as specified. END OF SECTION

224 Exploratory Excavation Engineer: Stantec Section Page 1 of SECTION EXPLORATORY EXCAVATION PART 1 GENERAL 1.01 WORK INCLUDED A. Exploratory excavation. B. Backfilling exploratory excavation. C. Restoration of surface DESCRIPTION A. Exploratory excavation shall be performed for the purpose of determining the location of underground structures and utilities using tight control machinery supplemented by hand labor. B. Damage to existing structures and utilities must be avoided during exploratory excavation. Any such structures or utility damaged by the CONTRACTOR shall be replaced or repaired at no cost to the OWNER CONTROL OF WORK A. The locations at which exploratory excavations are to be made shall be designated by the ENGINEER in each specific instance. PART 2 PRODUCTS Not used. PART 3 EXECUTION 3.01 SCHEDULING A. Consult frequently with the ENGINEER as to location of the exploratory excavations so that this work may be scheduled sufficiently in advance of installation of other items of the Work. B. Obtain all available information on the location of existing underground structures and utilities prior to starting this type of excavation. C. Notify the owners of the structures and/or utilities to be affected, in sufficient time to allow their representatives to observe the exploratory excavations EXCAVATION A. Conduct all excavations with extreme care so as not to damage any existing structure or utility. If damage occurs notify the ENGINEER and the respective owner immediately. Make repairs promptly. B. When the location of underground structures or utilities has been determined, notify the ENGINEER.

225 Exploratory Excavation Engineer: Stantec Section Page 2 of BACKFILL AND RESTORATION A. Exploratory excavations shall be backfilled and the surface restored according to the applicable section of the Contract Documents unless otherwise directed by the ENGINEER. END OF SECTION

226 Slope Protection and Erosion Control Engineer: Stantec Section Page 1 of SECTION SLOPE PROTECTION AND EROSION CONTROL PART 1 GENERAL 1.01 WORK INCLUDED A. Preventing and controlling soil erosion. B. Furnishing, installing and maintaining erosion control materials REFERENCE STANDARDS A. Massachusetts Department of Environmental Protection Policy SUBMITTALS A. Submit plans and details showing specific slope protection and erosion control measures to be taken for each phase of the construction PROJECT CONDITIONS A. Schedule temporary seeding, mulching and other erosion control measures to take place for implementation as required prior to starting, during, and after construction activities. B. When temporary seeding cannot be accomplished to have established or visible growth by October 15, the disturbed areas shall be covered with 6 inches of mulch for the winter. PART 2 PRODUCTS 2.01 MATERIALS A. Hay Bales: Securely tied baled hay at least 14 inches by 18 inches by 30 inches long. B. Mulch Material: 1. Hay or Straw - Shall be dry, free of mold and weed seeds. 2. Wood Chips - Shall be dry, free of soil and other foreign material. C. Mulch Anchoring: When mulch must be held in place, use mulch netting (paper, twine, plastic, or plastic and wood fiber). D. Fertilizer: Complete fertilizer (standard product). E. Lime: Ground limestone containing not less than 95% total carbonates (calcium or magnesium). F. Temporary Seed Mixture: When it is impractical to establish permanent protective vegetation on disturbed earth by October 15, use "Conservation Mix" or the following seed mixture:

227 Slope Protection and Erosion Control Engineer: Stantec Section Page 2 of Kind of Seed Lbs per Acre Switchgrass (Blackwell or Shelter) 4.0 Big bluestem (Niagara or Kaw) 4.0 Little bluestem (Camper or Blaze) 2.0 Sand lovegrass (NE-27 or Blaze) 1.5 Birdsfoot trefoil (Viking) 2.0 Inoculum specific to Birdsfoot trefoil must be used with this mixture. If seeding by hand, a sticking agent such as milk or cola shall be used to stick inoculum to the seed. If seeding with hydroseeder, use four (4) times the recommended amount of inoculum. G. Permanent Seed Mixture: See Section PART 3 EXECUTION 3.01 GENERAL CONSTRUCTION SEQUENCE TO MINIMIZE EROSION A. Erect hay bale dikes and/or silt fences as shown on Drawings and as may be required in the field to protect property, waterways, wells and springs. B. Commence excavation. Stockpile soil so that erosion is minimized. Extra precautions shall be taken when soil is saturated. C. Control surface water and erosion in accordance with Section Temporary Controls. D. Dewater trench in accordance with Section Filter discharge using hay bales, silt fence, settling basin or natural vegetated buffer as site conditions require and as approved by the ENGINEER. E. Backfill excavation to grade. Grade site to prevent soil erosion. F. Seed and mulch exposed ground SEEDING AND MULCHING A. All areas which will remain open shall be seeded and mulched within five (5) days of being stripped or backfilled and graded. B. Soil samples may be sent to the County Extension Service for analysis to determine the proper seed mixture and fertilizer requirements. C. Temporary seeding procedures shall be as follows: 1. Apply lime at a rate of 75 to 100 pounds per 1000 square feet. Mix thoroughly into top two inches of soil. 2. Apply fertilizer at a rate of 30 pounds per 1000 square feet. Mix thoroughly into the top two inches of soil. 3. Apply seed mixture at a rate of two pounds per 1000 square feet evenly in two intersecting directions. Rake lightly. 4. Apply mulch material within 24 hours after seeding in accordance with the following: a. Hay or Straw: Application rate - 75 to 100 pounds per 1000 square feet. Spread by hand or with machine. Anchor on slopes and where subject to blowing or slipping.

228 Slope Protection and Erosion Control Engineer: Stantec Section Page 3 of b. Wood Chips: Application rate - two to six inches deep. Use for tree and shrub planting. 5. Anchor mulch on all slopes exceeding 5% and other areas as required using mulch netting. Spread over loose mulch and pin to the soil in accordance with the manufacturer's instructions HAY BALE DIKES A. Embed hay bales into soil and anchor in place with stakes as shown on the Drawings. Butt hay bales together tightly. B. Hay bales shall be replaced when they become clogged with soil particles or as directed by the ENGINEER DAMAGE AND REPAIR A. Repair all damages caused by soil erosion or construction equipment at or before the end of each working day. END OF SECTION

229 Restoration of Sidewalks Engineer: Stantec Section Page 1 of SECTION RESTORATION OF SIDEWALKS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing materials, equipment and incidentals required to restore sidewalks. B. Restoration of sidewalks. C. Where part of an existing walk has been damaged by the CONTRACTOR, the entire width of the walk shall be removed and replaced at no additional cost to the OWNER. Patch work will not be accepted REFERENCE STANDARDS A. ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous Type). B. ASTM D Tests for Moisture - Density Relations of Soils and Soil-Aggregate Mixtures, Using 10-lb Rammer and 18-Inch Drop. C. ASTM D Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. D. Massachusetts Highway Department Standard Specifications for Highways and Bridges SUBMITTALS A. Submit certification that component materials and finished products to be delivered to site, conform to VATSSC requirements. PART 2 PRODUCTS 2.01 GENERAL A. Subbase shall be crushed gravel in accordance with Section Earthwork BITUMINOUS CONCRETE SIDEWALKS A. Emulsified Asphalt: B. Bituminous Concrete Pavement: Type I-1 (sidewalk mix) in accordance with MHD Standards PORTLAND CEMENT CONCRETE SIDEWALKS A. Concrete shall have a minimum compressive strength of 4000 psi at 28 days. Construction of sidewalks shall be in accordance with Massachusetts Highway Department Standard Specifications for Highways and Bridges, or as otherwise indicated by these specifications. Concrete sidewalks shall be 5-inches thick minimum. B. Preformed Expansion Joint Filler: 1. Cork expansion joint filler - ASTM D1752.

230 Restoration of Sidewalks Engineer: Stantec Section Page 2 of Bituminous expansion joint filler - ASTM D994. PART 3 EXECUTION 3.01 GENERAL A. The subgrade shall be properly shaped and thoroughly compacted. The subbase, placed to a minimum depth of 8 inches, shall be properly compacted to 90% of maximum dry density as determined by the Modified Proctor Method (ASTM D1557). B. Before a sidewalk is opened to general use, the space on each side of the sidewalk shall be backfilled to the required elevation with top fill, firmly compacted to 85% of maximum dry density as determined by the Modified Proctor Method (ASTM D1557) and neatly graded BITUMINOUS CONCRETE SIDEWALKS A. Forms: Where no forms, curbing or other suitable supports are provided, grade control forms shall be installed to obtain proper alignment and adequate compaction of the sidewalk course. The alignment and grade of all forms set shall be approved by ENGINEER immediately prior to the placing of any material against them. Forms shall be cleaned thoroughly each time they are used. String or wire lines staked to grade will not be acceptable as equivalent to grade control forms. When a suitable abutting curb or header is available and is approved by the ENGINEER as in conformity with the intended grade, it may be utilized as a grade control form. B. Placing Bituminous Sidewalk Material: Bituminous sidewalk material shall be placed on the compacted subbase in two courses, 3 inches thick, total, unless otherwise authorized by the ENGINEER, by either mechanical or hand spreading methods in a manner that the required depth will result after compaction. When placing over an existing surface, the surface shall be cleaned before the bituminous concrete is placed. C. Compaction: Compaction shall be accomplished by means of a hand operated or power roller of a type and weight acceptable to the ENGINEER. In areas inaccessible to the roller, hand tamping will be permitted. The bituminous sidewalk material shall be uniformly compacted and present a smooth, even surface PORTLAND CEMENT CONCRETE SIDEWALKS A. Forms: Approved forms shall be of wood or metal and shall extend for the full depth of the concrete. All forms shall be straight or curved as required, free from warp, of sufficient strength to resist the pressure of the concrete without springing and shall be cleaned and oiled before installing. Bracing and staking of forms shall be such that the forms remain in both horizontal and vertical alignment until their removal. B. The concrete shall be thoroughly compacted and screeded to the desired grade before finishing. C. Finishing: 1. Before the concrete has taken its initial set, it shall be tested for waves or irregularities with a straight-edge 10 feet long. Any unevenness of 1/4-inch or more, either above or below the general contour of the surface shall be immediately remedied. The surface shall be finished with a wooden float. No plastering will be permitted. The edges shall be rounded with an edger having a radius of 1/4-inch.

231 Restoration of Sidewalks Engineer: Stantec Section Page 3 of The surface of the sidewalk, after the floating and screeding process is completed, shall be finished with a broom of a type approved by the ENGINEER, drawn over the surface transverse to the line of traffic. D. Joints: 1. Unless otherwise indicated on the plans or directed by the ENGINEER, expansion joints shall be placed every 20 feet. 2. Expansion joints shall be formed around all appurtenances such as manholes, utility poles and other obstructions extending into and through the sidewalk. Preformed cork joint filler 1/4-inch thick shall be installed in these joints. Expansion joint filler of the thickness indicated shall be installed between concrete sidewalks and any fixed structure such as building or bridge. This expansion joint material shall extend for the full depth of the sidewalk. 3. Between the expansion joints the sidewalk shall be divided at intervals of 5 feet by dummy joints formed by a jointing tool to provide groves approximately 1/8-inch wide and extending to at least 1/3 of the depth of the sidewalk. 4. When the sidewalk is constructed next to a concrete or granite curb, asphalt treated felt shall be placed between sidewalk and curb for the depth of the sidewalk. E. Curing: Concrete shall be cured for four days with an approved covering before subjecting to general use. The surface of the sidewalk shall be swept clean of any sand or dirt before use. END OF SECTION

232 Curbing Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 WORK INCLUDED SECTION CURBING A. Furnishing materials, equipment and incidentals required to remove and reset existing granite curb and edging and to restore bituminous concrete curb. B. Furnishing materials, equipment and incidentals required to install new curb or replace granite damaged during construction REFERENCE STANDARDS A. ASTM D994 - Preformed Expansion Joint Filler for Concrete (Bituminous Type). B. ASTM D Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. C. Massachusetts Highway Department Standard Specifications for Highways and Bridges SUBMITTALS A. Submit certification that component materials and finished products to be delivered to site, conform to the Massachusetts Highway Department Standard Specifications for Highways and Bridges. PART 2 PRODUCTS 2.01 BITUMINOUS CONCRETE CURB A. Bituminous concrete shall be Class I, Type I-1 conforming to the requirements of Section 460 and M3.1.1 of Massachusetts DPW Standard Specifications BITUMINOUS PRIME COAT A. Bituminous prime coat, where required, shall be as per Commonwealth of Massachusetts DPW Specification M B CAST-IN-PLACE CEMENT CONCRETE CURB A. Concrete shall have a minimum compressive strength of 3,500 psi at 28 days. B. Preformed Expansion Joint Filler: 1. Cork expansion joint filler - ASTM D Bituminous expansion joint filler - ASTM D GRANITE CURB A. Granite curb and edging to match existing materials.

233 Curbing Engineer: Stantec Section Page 2 of PART 3 EXECUTION 3.01 BITUMINOUS CONCRETE CURB A. Preparation of Bed: The bituminous concrete curb shall be placed upon bituminous concrete pavement or cement concrete. The surface shall be thoroughly cleaned of all dirt, dust, sand or other loose material and treated with a tack coat of emulsified asphalt, Type RS-1, applied at a rate of from 0.05 to 0.10 gallon per square yard prior to placing of curb. All exposed surfaces not to be treated shall be protected against spattering with the emulsified asphalt. B. Placing: After the tack coat has cured, and becomes tacky, the mix for the curb shall be placed with an automatic bituminous concrete curb laying machine approved by the ENGINEER. The machine shall form curbing that is uniform in texture, shape and density. The ENGINEER may permit the construction of curbing by means other than the automatic curber or machine, such as when short sections or sections with short radii are required. The resulting curbing shall conform in all respects to the curbing produced by the use of the machine. C. Sealing: After the curb has been in place 7 days, the exposed surface shall be treated with 2 coats of emulsified asphalt or tar emulsion CAST-IN-PLACE CEMENT CONCRETE CURB A. Forms: Forms shall be of wood or metal, straight or curved as required and free from warp. All forms shall extend for the entire depth of the curb and shall be braced and secured sufficiently so that no deflection from alignment or grade will occur during the placing of the concrete. B. Mixing and Placing: Compaction of concrete placed in the forms shall be by rodding or other approved methods. Forms shall be left in place for 24 hours or until the concrete has set sufficiently so that they can be removed without injury to the curbing. Upon removal of the forms, the exposed curbing face shall be grout rubbed smooth finished. C. Sections: Curbing shall be constructed in sections having a uniform length of ten feet, unless otherwise ordered. Sections shall be separated by open joints 1/8-inch wide except at expansion joints. D. Expansion Joints: Unless otherwise indicated on the plans or directed by the ENGINEER, expansion joints shall be placed every 20 feet. Expansion joints shall be formed using a preformed expansion joint filler having a thickness of 1/4 inch. When the curb is constructed adjacent to concrete sidewalks, expansion joints shall be located opposite or at expansion joints in the sidewalk. E. Curing: Curbs shall be cured for seven days. The entire exposed surface shall be covered with an approved covering which shall be soaked with water and kept wet for the curing period. F. Backfilling: After the concrete has set sufficiently, the spaces in front and back of the curb shall be filled with suitable material to the required elevation with layers of not more than 6 inches and thoroughly compacted REMOVE, RESET AND ADJUST EXISTING GRANITE CURBING AND EDGING A. General This work shall consist of removing the present curb, edging, curb corners and curb inlets of every type and cross section made of granite, and resetting or temporarily storing on site in accordance with these specifications as may be necessary. The curbing shall be reset to provide a 6-inch reveal or as shown on the plans or established by the ENGINEER. B. Materials

234 Curbing Engineer: Stantec Section Page 3 of Curb, edging, curb inlets and curb corners shall consist of so much of the same as is suitable, in the ENGINEER'S judgment to be reset or stacked. C. Construction Methods The existing granite curbing is of the old heavy style requiring careful handling. The CONTRACTOR shall employ experienced curb setters acceptable to the ENGINEER who can demonstrate past experience in properly resetting this type of curbing. D. Removal 1. A trench of sufficient width and depth shall be excavated so that the present curb, edging, curb corners, and curb inlets can be removed without damage. 2. The pavement along the front face of the curb shall be cut with a saw on a uniform line approximately 18-inches from the curb to the depth of the existing pavement. E. Protection 1. The CONTRACTOR shall mark and protect all curb or edging and keep it in satisfactory condition until the acceptance of the entire contract. Particular care will be required to prevent any unsatisfactory discoloration of the curb or edging. The CONTRACTOR shall replace at his expense any existing curb, edging, curb corners and curb inlets that are to be reset, which are lost or damaged as a result of his operations, or because of his failure to store and protect it in a manner that would eliminate its loss or damage. F. Adjustment 1. The length of any section of curb or edging, shall be altered by cutting in order to fit closures as necessary. The ends of all stones shall be square with the planes of the top and face so that when the stones are placed end-to-end as closely as possible no space shall show in the joint at the top and face of more than 3/4-inch for the full width of the top and for 8-inches down on the face. G. Relaying 1. The construction methods for resetting all curbing or edging, in the final location shall conform to the following: H. Excavating trench 1. The trench for the curb shall be excavated to a width of 18-inches (12-inches from the original existing curb face). The subgrade of the trench shall be a depth below the proposed finished grade of the curb equal to 6-inches plus the depth of the curbstone. I. Preparing Foundation 1. The foundation for the curb shall consist of crushed gravel spread upon the sub-grade and after being thoroughly compacted by tamping shall be 6-inches in depth. 2. The gravel foundation for edging shall be as shown on the plans and shall be thoroughly rammed or tamped until firm and unyielding.

235 Curbing Engineer: Stantec Section Page 4 of The foundation for the curb inlet shall consist of a full bed of Portland cement mortar 3000 psi on the supporting back wall of the catch basin or gutter inlet and sufficient crushed gravel on each side to support the overhang. The trench for the crushed gravel foundation shall be at least 6-inches in depth and 18-inches in width. This trench shall be filled with crushed gravel thoroughly tamped to the required grade. 4. The trench for each curb corner shall be excavated so that a foundation of crushed gravel can be placed which when thoroughly compacted will be 6-inches in depth, and extending 6-inches beyond the front and back of curb corner to the full depth of foundation. Other acceptable material may be used for backing. J. Setting Curb 1. Curbing, curb corners or edging shall be set on additional gravel spread upon the foundation. 2. All spaces under the curb and curb corners shall be filled with gravel thoroughly compacted so that the curb and curb corners will be completely supported throughout their entire length. The curb shall be set at the line and grade required as shown on the plans unless otherwise directed. 3. Curb and curb corners shall be fitted together as closely as possible except for VB curb which shall not fit any closer to each other than 1/4-inch. 4. If curb, curb corners or curb inlets, of different quarries is used on the same project, curbing of each particular quarry shall be segregated and set to give uniform appearance. K. Filling About Trench 1. After the curb, curb corners and curb inlets is set in concrete, the space between it and the wall of the trench shall be filled with gravel thoroughly tamped to the depth directed, care being taken not to affect the line or grade of the curb, curb corners and curb inlets. L. Pointing 1. The joints between curbstones (both front and back) or edging shall be carefully filled with 3,000 psi cement mortar and neatly pointed on the top and front exposed portions. After pointing, the curbstones or edging shall be satisfactorily cleaned of all excess mortar that may have been forced out of the joints. M. Repairing Street Surface 1. After the curb is set to the new line and grade and the joints pointed, High Early Strength cement concrete 3000 psi shall be placed between the face of the curb and the edge of the trench on the street side from the bottom of the curb to a point 8 inches below the top of the curb. When the concrete is set, Bituminous Concrete, Type I-1, shall be placed and compacted by hand or mechanical tampers to the satisfaction of the Engineer. 2. The cement concrete and the bituminous concrete used for street repair are part of this Item and are not to be included under other Bid Items.

236 Curbing Engineer: Stantec Section Page 5 of REPLACE GRANITE CURBING A. Granite curbing shall be installed in accordance with Massachusetts Department of Public Works Standards Section 500-Curb, Curb Inlets, Curb Corners and edging. END OF SECTION

237 Pavement Paint Markings Engineer: Stantec Section Page 1of 1 SECTION PAVEMENT PAINT MARKINGS PART 1 GENERAL 1.01 DESCRIPTION A. Work Included Pavement Marking work shall consist of the required white and/or yellow reflectorized pavement markings at the locations shown or ordered. Stripes indicating center lines, edge lines, barriers, and the like shall be four (4) inches wide or as ordered to match existing markings. PART 2 PRODUCTS 2.01 MATERIALS A. Paint shall conform to Massachusetts Highway Department (MHD) specifications M and M appropriate for REGULAR DRY WHITE or YELLOW TRAFFIC PAINT or FAST DRY TRAFFIC PAINT (temperatures 120 F to 140 F). B. GLASS BEADS FOR TRAFFIC PAINTS shall conform to 708-NH PART 3 EXECUTION 3.01 APPLICATION REQUIREMENTS A. The paint shall be applied at the rate of between 300 and 350 linear feet per gallon for four (4) inch wide stripes and the glass spheres (beads) shall be applied by the drop-on method at the rate of six (6) pounds to each gallon of paint. Beads applied to reflectorized paint pavement arrows may require an increased application rate. The beads shall be distributed in even application over the entire paint surface. B. The painting shall be done in a workmanlike manner, with lines well defined and without deviation. When repainting existing lines, the new line shall follow the exact pattern of the old lines and when new measurements are necessary, they shall be exact. C. The CONTRACTOR shall provide all materials, equipment, labor, protective devices, and warning signs necessary to the safe and efficient performance of the work and the safety of the travelling public. D. Painting shall be done only in seasonable weather in accordance with good painting practice. E. The painted lines shall remain protected until sufficiently dry to bear traffic. END OF SECTION

238 Resurfacing Engineer: Stantec Section Page 1 of SECTION RESURFACING PART 1 GENERAL 1.01 WORK INCLUDED A. This work shall consist of replacing all existing paved surfaces removed or damaged during the performance of the work required under this Contract as well as full width pavement overlay and roadway reconstruction as specified. B. Contractor is to complete work on town roads to the satisfaction Owner and Engineer. C. The limits for pipe resurfacing within this contract are as follows: Temporary Trench Paving 12 gravel subbase 4 pavement depth for trench width plus 1 foot each side in 2 courses (2 ½ binder course and 1 ½ top course) Permanent Paving 4 pavement depth for trench width plus 1 foot each side in 2 courses (2 ½ binder course and 1 ½ top course) 1.02 REFERENCE STANDARDS A. The Commonwealth of Massachusetts, Department of Public Works, Standard Specifications for Highways and Bridges SUBMITTALS A. Submit bituminous concrete mix data as required by Commonwealth of Massachusetts DPW Specification M PART 2 PRODUCTS 2.01 BITUMINOUS CONCRETE A. Bituminous concrete shall be Class I, Type I-1 conforming to the requirements of Section 460 of Mass. DPW Standard Specifications. B. Aggregates shall be of uniform quality crushed to size as necessary and shall be composed of sound, tough, durable pebbles or fragments of rock with or without sand or other inert finely divided mineral aggregate. C. The bituminous concrete pavements shall consist of Class I Bituminous Concrete Type I-1 as shown in Section 460 of the Massachusetts Department of Public Works GRAVEL SUBBASE A. Gravel Subbase shall be as specified under Section EARTHWORK - Subbase Gravel.

239 Resurfacing Engineer: Stantec Section Page 2 of RECLAIMED SUBBASE A. On roadways that are to be pulverized, the existing bituminous pavement and a minimum compacted depth of 8-inches of underlying material shall be pulverized and mixed to produce a consistent homogeneous material, 100 percent passing the 3 inch sieve and without an excess of material passing the No. 200 sieve. B. If the Engineer directs, Gravel Borrow (Type B) shall be blended with the pulverized material in quantities to be established by the Engineer to produce a uniform blend suitable for use as a subbase course. C. The mixed and/or blended subbase course material shall be spread and compacted to the width of the original layout BITUMINOUS PRIME COAT A. Bituminous prime coat, where required, shall be as per Commonwealth of Massachusetts DPW Specification M B. PART 3 EXECUTION 3.01 GENERAL A. Paving of all trenches will include installation of gravel subbase, trench edge preparation and installation of bituminous concrete pavement. B. Testing of bituminous concrete material shall be as required by Commonwealth of Massachusetts DPW Specification 460. C. The Contractor shall saw cut one (1) foot beyond either side of the proposed trench to provide clean, vertical joint for patching. D. In areas where trenching was conducted, the Contractor shall allow a thirty (30) day settling period to transpire before placing pavement, or as determined by the Engineer. E. Weather Limitations: Mixtures shall be placed only when the underlying surface is dry, frostfree and the surface temperature is above forty (40) degrees F for courses greater than one and one fourth (1-1/4) inches in compacted depth and above fifty (50) degrees F for courses less than one and one fourth (1-1/4) inches in compacted depth, or as determined by the Engineer. F. All humps in the pavement from blasting operations or caused by the equipment shall be removed before paving at the Contractor s expense. All loose pieces of pavement on the edge of the trench shall be removed and the edges saw cut before paving at the Contractor s expense. G. Clean edges of existing pavement and coat with emulsified asphalt in accordance with MHD Specifications. H. The temperature of the material shall be a minimum of two hundred and seventy-five (275) and a maximum of three hundred and fifty (350) degrees F when it is applied. I. Placing of any course shall be as nearly continuous as possible, keeping the number of transverse joints at a minimum. Stopping of the paver shall only be done in emergencies. If the Engineer determines that the paving operations result in excessive stopping of the paver, he may suspend all paving operations until the Contractor makes arrangements to synchronize the rate of paving with the rate of delivery of material.

240 Resurfacing Engineer: Stantec Section Page 3 of J. Any displacement occurring as a result of reversing the direction of a roller, or from other causes, shall be corrected at once by the use of lutes and addition of fresh mixture when required. Care shall be exercised in rolling not to displace the line and grade of the edges of the bituminous mixture. K. All courses shall be rolled until all roller marks are eliminated TEMPORARY TRENCH PAVING A. Edges of pavement removed during trenching or other excavations shall be saw cut to provide one (1) foot minimum overlap of the temporary patch on undisturbed material. The disturbed areas shall receive gravel subbase depths and new binder course and new top course to the depths specified above or as directed by the Engineer. B. The subbase for temporary trench repair paving shall consist of subbase gravel in accordance with section Earthwork. C. Binder Course Pavement 1. Prior to placing trench binder course pavement, existing pavement shall be cut by concrete saw or equivalent method to the full depth of pavement, in a neat, true line 12-inches outside limits of excavation within roadway surface. No cutting of pavements shall be done by backhoe, gradall or other ripping equipment. If permanent curb-to-curb top course pavement is placed, cutting back is not required. 2. Immediately prior to installing the binder course, the trimmed edges shall be stable and unyielding, free of loose or broken pieces and all edges shall be thoroughly broomed clean. The contact surfaces of trench sides of bridge curbings, manholes, catch basins or other appurtenant structures in pavement shall be painted thoroughly with a thin uniform coating of bitumen (Specifications RS-1) just before any mixture is placed against them. 3. The compacted depth binder course shall be within the composition limits of binder course as shown in Section M of Massachusetts Department of Public Works Standards. It shall be placed only between the edges of the existing pavement. 4. Unless otherwise permitted by the Engineer for particular conditions, only machine methods of placing shall be used. The equipment for spreading and finishing shall be mechanical, self-powered pavers, capable of spreading and finishing the mixture true to line, grade, width and crown. The mixture shall be placed and compacted only at such time as to permit the proper inspection and checking by the Engineer. 5. After the paving mixtures have been properly spread, initial course compaction shall be obtained by the use of steel wheel rollers having a weight of not less than 240 pounds per inch width of tread 6. Final rolling of the surface binder course shall be performed by a steel wheel roller weighing not less than 285 pounds per inch width of tread at a mix temperature and time sufficient to allow for final smoothing of the surface and thorough compaction. 7. Immediately after placement of binder course pavement, all joints between the existing and surface binder course pavements shall be sealed with bitumen RS-1 and sanded.

241 Resurfacing Engineer: Stantec Section Page 4 of D. Top Course Pavement 1. The compacted depth top course pavement as specified below shall be within the composition limits of top course as shown in Section M of Massachusetts Department of Public Works Standards. The top course shall be placed between the edges of the existing pavement. Prior to placement of the top course, the entire binder over which top course is to be placed shall be broom cleaned and tack coated. This will be an overlay over the entire width of the existing roadway. 2. Unless otherwise permitted by the Engineer for particular conditions, only machine methods of placing shall be used. The equipment for spreading and finishing shall be mechanical, self-powered pavers, capable of spreading and finishing the mixture true to line, grade, width and crown. The mixture shall be placed and compacted only at such time as to permit the proper inspection and checking by the Engineer. 3. After the paving mixtures have been properly spread, initial and intermediate compaction shall be obtained by the use of steel wheel rollers having a weight of not less than 240 pounds per inch width of tread. 4. Final rolling of the top course surface shall be performed by a steel wheel roller weighing not less than 285 pounds per inch width of tread at a mix temperature and time sufficient to allow for final smoothing of the surface and thorough compaction. 5.) Immediately after placement of top course pavement, all joints between the existing and top course pavements shall be sealed with bitumen RS-1 and sanded. E. Temporary pavement shall be installed a minimum of once a week unless otherwise directed by the Engineer. F. The temporary pavement shall be repaired as necessary to maintain the surface in good repair and flush with the existing pavement until replaced by the permanent pavement PERMENANT PAVING A. Permanent Trench Repair Paving 1. Edges of pavement removed during trenching or other excavations shall be saw cut to provide one (1) foot minimum overlap of the permanent patch on undisturbed material. The disturbed areas shall receive gravel subbase as required, a new binder course and new top course to the depths specified above or as directed by the Engineer. 2. The subbase installed during the temporary trench paving operation shall be maintained as the permanent subbase unless directed by the engineer to replaced the material with new gravel subbase. Due to trench settling additional gravel subbase may be required to maintain proper grades. Additional subbase may be required at the direction of the Engineer. 3. Binder Course Pavement a) Prior to placing trench binder course pavement, existing pavement shall be cut by concrete saw or equivalent method to the full depth of pavement, in a neat, true line 12-inches outside limits of excavation within roadway surface. No cutting of pavements shall be done by backhoe, gradall or other ripping equipment. If permanent curb-to-curb top course pavement is placed, cutting back is not required.

242 Resurfacing Engineer: Stantec Section Page 5 of b) Immediately prior to installing the binder course, the trimmed edges shall be stable and unyielding, free of loose or broken pieces and all edges shall be thoroughly broomed clean. The contact surfaces of trench sides of bridge curbings, manholes, catch basins or other appurtenant structures in pavement shall be painted thoroughly with a thin uniform coating of bitumen (Specifications RS-1) just before any mixture is placed against them. c) The inch compacted depth binder course as specified below shall be within the composition limits of binder course as shown in Section M of Massachusetts Department of Public Works Standards. It shall be placed only between the edges of the existing pavement. d). Unless otherwise permitted by the Engineer for particular conditions, only machine methods of placing shall be used. The equipment for spreading and finishing shall be mechanical, self-powered pavers, capable of spreading and finishing the mixture true to line, grade, width and crown. The mixture shall be placed and compacted only at such time as to permit the proper inspection and checking by the Engineer. e) After the paving mixtures have been properly spread, initial course compaction shall be obtained by the use of steel wheel rollers having a weight of not less than 240 pounds per inch width of tread f) Final rolling of the surface binder course shall be performed by a steel wheel roller weighing not less than 285 pounds per inch width of tread at a mix temperature and time sufficient to allow for final smoothing of the surface and thorough compaction. g) Immediately after placement of binder course pavement, all joints between the existing and surface binder course pavements shall be sealed with bitumen RS-1 and sanded. 4. Top Course Pavement a) The inch compacted depth top course pavement as specified below shall be within the composition limits of top course as shown in Section M of Massachusetts Department of Public Works Standards. The top course shall be placed between the edges of the existing pavement. Prior to placement of the top course, the entire binder over which top course is to be placed shall be broom cleaned and tack coated. This will be an overlay over the entire width of the existing roadway. b). Unless otherwise permitted by the Engineer for particular conditions, only machine methods of placing shall be used. The equipment for spreading and finishing shall be mechanical, self-powered pavers, capable of spreading and finishing the mixture true to line, grade, width and crown. The mixture shall be placed and compacted only at such time as to permit the proper inspection and checking by the Engineer. c) After the paving mixtures have been properly spread, initial and intermediate compaction shall be obtained by the use of steel wheel rollers having a weight of not less than 240 pounds per inch width of tread. d). Final rolling of the top course surface shall be performed by a steel wheel roller weighing not less than 285 pounds per inch width of tread at a mix temperature and time sufficient to allow for final smoothing of the surface and thorough compaction.

243 Resurfacing Engineer: Stantec Section Page 6 of e) Immediately after placement of top course pavement, all joints between the existing and top course pavements shall be sealed with bitumen RS-1 and sanded. 5. All permanent trenches shall receive an infrared treatment to ensure proper adhesion between the new and existing pavement. Additional bitum (rejuvenator) may be required to adhere pavements REFLECTORIZED PAVEMENT MARKINGS A. Contractor is to replace all pavement markings disturbed by the construction. B. Pavement markings shall be in accordance with Massachusetts Highway Department Specifications M C. Markings shall be applied only in seasonable weather and in accordance with good painting practices. The surface shall be dry and free of sand, grease, oil or other foreign substances prior to the application. Paint and pavement marking material shall be heated to the manufacturer s recommended temperature. Ambient air temperature shall be a minimum of 7 degree C and rising STREET SIGNS A. The Contractor shall be responsible for resetting or replacing all traffic, parking and street signs damaged or altered during construction at not cost to the Owner to the satisfaction of the Engineer and the Town of Watertown. B. If the Contractor is required to temporarily relocate (remove and reset) existing signs in order to perform his operation, this work is considered incidental to the laying of pipe. No separate payment will be made for this work ADDITIONAL REQUIREMENTS A. The Contractor shall be responsible for notifying the Highway Department, DPW Superintendent, Police Department, Fire Department, School Department, Post Office Department, Electric, Telephone, Cable Companies and all other applicable parties at least three (3) working days prior to the commencement of all resurfacing activities. B. The Contractor is also responsible for the following: 1. Post and maintain appropriate warning/traffic control signs and devices throughout the duration of the construction process. 2. Ensure that all structures which are exposed above the existing grade level of the pavement as a result of road construction (such as manholes, water gate boxes, catch basins, etc.) have all exposed edges highlighted with fluorescent orange pavement marking paint. Unless specified otherwise, the Contractor shall also ensure that all exposed structures are also identified with an appropriate warning device such as a safety cone, barricade, etc. 3. Contact Town law enforcement officials to assist in the removal of illegally parked vehicles, and in remediation of other traffic obstructions and safety concerns. 4. Notifying residents and business of property abutting the scheduled work concerning the proposed commencement and duration of work, and all other requirements. Notification shall be made in writing and shall be either mailed to the abutters or hand delivered/taped to their front doors at least twenty-four (24) hours prior to the

244 Resurfacing Engineer: Stantec Section Page 7 of commencement of construction activities. The Contractor shall be responsible for submitting appropriate notifications to abutters for all deviations to the original schedule. 5. Supplying and posting of appropriate temporary NO PARKING signs at least twentyfour (24) hours prior to the commencement of construction activities. Signs must be at least 12" x 18" in dimension and must state the times and overall duration of the parking restrictions. Cardboard signs stapled to wooden grade stakes will be acceptable for this purpose. Signs must be professionally lettered. A hand lettered NO PARKING sign will not be acceptable. NO PARKING lettering shall be at least 2" high. The Contractor is responsible for ensuring that at least one sign is posted every 50' on either side of the roadway under construction. The Contractor is also responsible to ensure signs are located at the proper locations six (6) hours prior to the start of work day if the construction requires a parking ban for more than one (1) day. 6. Replace all structures that were damaged by his operations. All replacement manholes, catch basins, water gate boxes, culverts, and other structures shall comply with state specifications unless otherwise specified by the Highway Superintendent. 7. Ensure that all materials furnished be of domestic origin. 8. Transporting all non-associated pavement and/or construction debris to a location determined by Highway Superintendent and the Engineer. 9. Cover all structures prior to pulverizing activities to ensure basins do not become filled with reclaimed residue. 10. Magnetic detectors and wire loop that are damaged as a result of the project shall be restored or replaced with wire loops and shall be approved by the Owner/Engineer Resurface work shall be performed in conjunction and in compliance with additional site restoration requirements specified in these specifications including but not limited to sidewalks, curbing, berms, swales, loam and seeding and restoration of growth GUARANTEE OF WORK A. The completed resurfacing shall be guaranteed by the contractor for a minimum of one (1) year after final acceptance by the Engineer, the Owner and the DPW Superintendent for the Town of Watertown. END OF SECTION

245 Sanitary Sewage System Engineer: Stantec. Section Page 1 of 8 SECTION SANITARY SEWAGE SYSTEM PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing pipe for collecting and transporting sewage. B. Furnishing miscellaneous appurtenances. C. Installation. D. Testing REFERENCE STANDARDS A. ANSI A21.4/AWWA C104 - Cement-Mortar Lining for Ductile-Iron and Gray-Iron Pipe and Fittings for Water. B. ANSI A21.10/AWWA C110 - Gray-Iron and Ductile-Iron Fittings, 3 Inch Through 48 Inch, for Water and Other Liquids. C. ANSI A21.11/AWWA C111 - Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. D. ANSI A21.51/AWWA C151 - Ductile Iron Pipe, Centrifugally Cast in Metal Molds and Sand Lined Molds for Water and Other Liquids. E. ASTM D Polyvinyl Chloride (PVC) Plastic Pipe (SDR-PR) F. ASTM D Underground Installation of Flexible Thermoplastic Sewer pipe. G. ASTM D Type PSM Poly(Vinyl Chloride)(PVC) Sewer Pipe and Fittings 4" - 15". H. ASTM D Fittings for Plastic Pressure Pipes Using Flexible Elastomeric Seals. I. ASTM D Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. J. ASTM F477 - Elastomeric Seals (gaskets) for Jointing Plastic Pipe. K. ASTM F679 - Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings 18" - 27". L. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe, 4 inch Through 12 inch, for water. M. AWWA C905 - Polyvinyl Chloride (PVC) Pressure Pipe 14" - 36". N. UNI-B-6 - Low Pressure Air Testing Of Installed Sewer Pipe SUBMITTALS A. Submit shop drawings and product data in accordance with Section Shop Drawings, Product Data, and Samples. B. Submit manufacturer's recommendations for pipe jointing and laying.

246 Sanitary Sewage System Engineer: Stantec. Section Page 2 of 8 C. No later than two (2) weeks prior to commencing operations, submit to the ENGINEER for approval a detailed plan of operations. Include equipment to be used, qualification of personnel, traffic control, maintenance of flow and methods of protecting existing utilities PRODUCT DELIVERY, STORAGE AND HANDLING A. Pipe shall be unloaded and inspected in accordance with the manufacturer's instructions. B. Pipe and fittings stored on the site shall be stored in the protective unit packages provided by the manufacturer. If packages need to be opened, the pipe shall be stored on a flat surface and not in direct contact with the ground. Do not stack higher than four feet. Keep inside of pipe and fittings free from dirt and debris. Care shall be exercised to avoid compression damage or deformation to the pipe. C. All pipe and fittings that are stored shall be covered to provide protection from the sunlight. D. Handle all material carefully at all times. Any pipe or fitting having a crack or which has received a severe blow shall be marked rejected and immediately be removed from the work. PART 2 PRODUCTS 2.01 GENERAL A. All products included in this section shall conform to the requirements of the standard specifications referenced herein. B. Pipe size and material shall be selected to ensure that the pipe downstream of the connection does not have a smaller inside diameter than the upstream pipe ACCEPTABLE MANUFACTURERS A. Specifications: Products specified in this section are based on those manufactured by the following firms: 1. Polyvinyl chloride pipe and fittings - J-M Manufacturing, Ipex Inc., or Certain Teed. 2. Ductile iron pipe and fittings - Atlantic States, U.S. Pipe, or Griffin. 3. Flexible or transition couplings for nonpressure sewer pipe - Fernco, Inc. B. Substitutions: Products of equal quality, detail, function and performance may be proposed for substitution by following the procedures in Section Product Option and Substitution SANITARY SEWER A. Polyvinyl Chloride Pipe: Shall be SDR-35, push-on joint conforming with ASTM D3034. Fittings shall comply with ASTM D3034. Joints shall comply with ASTM D Each length of pipe shall have an integral bell and shall be supplied in twelve and one half (12-1/2) foot lengths. 2. Joint shall be push-on type using elastomeric gasket designed to prevent slipping during jointing. The gaskets shall be factory installed and secured in place prior to delivery to the job site. 3. Six (6) inch diameter wye branch connections shall be supplied for service connections.

247 Sanitary Sewage System Engineer: Stantec. Section Page 3 of 8 4. All pipe, fittings, gasket material and lubricant shall be supplied by the same manufacturer. Petroleum base lubricants shall not be used. 5. Physical and chemical properties of pipe couplings shall be equal to those properties of the pipe. B. Push-on Ductile Iron Pipe: Shall conform to ANSI A21.51/ AWWA C151 Class 52. Mechanical joint fittings shall be ductile iron conforming to ANSI A21.10/AWWA C110. Pipe and fitting joints shall meet ANSI A21.11/AWWA C111 standards and shall include plain rubber gaskets. Pipe and fittings shall be cement lined and seal coated inside and outside in accordance with ANSI A21.4/AWWA C104. All pipe and fittings shall be furnished with ductile iron retainer glands. C. Sewer Pipe Saddles: Shall consist of a grey iron saddle body with rubber O-ring gasket cemented in place. Saddle shall conform to ASTM C and shall be factory coated with asphaltic paint. Saddle shall have bell inlet suitable for connection to specified service pipe. A fabricated stainless steel strap be supplied with an alignment flange for centering the saddle within the tap hole FLEXIBLE COUPLINGS AND TRANSITION COUPLINGS A. Flexible or transition couplings for nonpressure sewer pipe shall be resilient plastic with recessed stainless steel bands at each end for fastening. Inside diameter shall be suitable for outside pipe diameters. Provide Fernco or equal IDENTIFICATION A. Each pipe length and fitting shall be clearly marked with: 1. Manufacturer's name and trademark. 2. Nominal pipe size. 3. Material designation. PART 3 EXECUTION 3.01 GENERAL A. Pipe and fittings shall be handled with care to insure that the pipe and fittings are in sound, undamaged condition. Particular care shall be taken to prevent damage to pipe coating and lining (if any). B. The CONTRACTOR shall furnish slings, straps and/or other approved devices to support the pipe when it is lifted. Pipe and fittings shall not be dropped from trucks onto the ground or into the trench. Transporting pipe and fittings from storage areas shall be restricted to operations which will not cause damage to the pipe or lining (if any). C. All pipe and fittings shall be examined before laying and no pipe or fittings shall be installed which are found to be defective. Damaged pipe coatings and/or lining (if any), shall be repaired as approved or directed by the ENGINEER.

248 Sanitary Sewage System Engineer: Stantec. Section Page 4 of 8 D. Any pipe showing a distinct crack with no evidence of incipient fracture beyond the limits of the visible crack, if approved, may have the cracked portion cut off by, and at the expense of, the CONTRACTOR before the pipe is laid so that the pipe used is sound. The cut shall be made in the sound portion of the barrel at least twelve (12) inches from the visible limit of the crack. E. If any defective pipe is discovered after it has been laid, the CONTRACTOR shall remove the defective pipe and replace it with sound pipe at no additional cost to the OWNER. F. Ductile iron pipe and fittings and cement linings are comparatively brittle. Every care shall be taken in handling and laying pipe and fittings to avoid damaging the pipe or lining, scratching or marring machined surfaces, and abrasion of the pipe coating or lining. G. In general, gravity pipe laying shall proceed upgrade with spigot ends pointing in the direction of flow. H. Each pipe section shall be placed into position in the trench in such manner and by such means required to cause no damage to the pipe, person or to property. I. Pipe shall not be dropped from trucks onto the ground or into the trench. J. The CONTRACTOR shall have on the job site, with each laying crew, all the proper tools to handle and cut the pipe. K. Damaged pipe coating and/or lining shall be restored before installation only as approved or directed by the ENGINEER. L. Flow from existing service connections and main lines shall be maintained at all times by pumping or other methods approved by the ENGINEER. Under no circumstances will the dumping of raw sewage on private property, in municipal streets or into waterways, be allowed CONTROL OF ALIGNMENT AND GRADE A. Easement and property and other control lines necessary for locating the Work as well as elevations and bench marks used in the design of the Work are shown on the Drawings. The CONTRACTOR shall use this information to set line and use a level or transit to set grade. B. The CONTRACTOR shall use laser equipment to assist in setting the pipe. C. The use of string levels, hand levels, carpenter's levels or other similar devices for transferring grade or setting pipe are not to be permitted. D. During construction provide the ENGINEER, at his request, all reasonable and necessary materials, opportunities, and assistance for setting stakes and making measurements, including the furnishing of one or two rodmen as needed at intermittent times. E. CONTRACTOR shall not proceed until he has made timely request of the ENGINEER for, and has received from him, such controls and instructions as may be necessary as Work progresses. The Work shall be done in strict conformity with such controls and instructions. F. The CONTRACTOR shall carefully preserve bench marks, reference points and stakes, and in case of willful, careless, or accidental destruction by his own men, he will be responsible for the resulting expense to re-establish such destroyed control data and shall be responsible for any mistakes or delay that may be caused by the loss or disturbance of such control data. G. Maintain the proper alignment in laying pipe.

249 Sanitary Sewage System Engineer: Stantec. Section Page 5 of INSTALLING PIPE AND FITTINGS A. The CONTRACTOR shall have on the job site with each pipe laying crew, all the proper tools to handle and cut the pipe. B. All pipe and fittings shall be thoroughly cleaned before laying and shall be kept clean until installed. C. Pipe shall be laid in the dry trench conditions. At no time shall water in the trench be permitted to flow into the pipe. At any time that Work is not in progress, or the trench is unattended, the end of the pipe shall be suitably closed to prevent the entry of animals, earth, water etc. using watertight expandable plugs. D. Lay pipe and fittings in accordance with the manufacturer's recommendations, except as provided herein the Contract Documents. PVC pipe shall not be installed when temperatures are below thirty-two (32) degrees F unless approved by ENGINEER. E. Excavation shall conform to Section F. As soon as excavation has been completed to the proper depth, place and compact bedding materials, as specified in Section 02200, to the elevation necessary to bring the pipe to grade. The compacted material shall be shaped so that the bottom quadrant of the pipe rests firmly on the bedding for the entire length of pipe barrels. Suitable holes shall be dug for bells or couplings to provide ample space for jointing pipe. G. When ledge is encountered in the bottom of the trench, pipe shall be bedded on a layer of crushed stone having a minimum thickness of six (6) inches. Blocking is not permitted. H. Each pipe section shall be placed into position on the pipe bed in such a manner and by such means required to avoid injury to persons, any property or the pipe. The bell end shall be protected from damage. I. Permanent blocking under the pipe is not permitted except where a concrete cradle is required, in which case precast concrete blocks shall be used. J. Jointing shall conform to the manufacturer's instructions and appropriate ASTM Standards. K. Any debris, tools etc. shall be removed from the pipe. L. After placing the pipe on the bedding, the bedding material shall be placed and compacted to the spring line (horizontal centerline) of the pipe. M. Following placement of the bedding material, the blanket material shall be placed and compacted from the spring line to twelve (12) inches above the crown of the pipe. N. After placement of the blanket material the pipe shall be checked for alignment and grade. If the pipe has been properly installed, the CONTRACTOR may refill or backfill the remainder of the trench in conformance with Section 02200, and details shown on the Drawings. O. At the end of each day's work or at other intervals, the ENGINEER, with the CONTRACTOR will inspect the pipe installation. Unsatisfactory work shall be dug up and reinstalled to meet the requirements of the Contract Documents with no additional time allowed for completion of the Work and at no additional cost to the OWNER.

250 Sanitary Sewage System Engineer: Stantec. Section Page 6 of 8 P. When cutting of pipe is required, the cutting shall be done by machine (power cutter) without damage to the pipe or cement lining (if any). Cut ends shall be smooth and at right angles to the axis of the pipe. Pipe ends to be used with a rubber gasket joint shall be beveled and filed or ground smoothly to conform to a manufactured spigot end. Q. At any time that work is not in progress, the end of the pipe shall be suitably closed to prevent the entry of animals, earth, etc. R. When connecting new PVC pipe to existing pipe, the new pipe material will be selected to ensure that the pipe downstream of the connection does not have a smaller inside diameter than the upstream pipe SERVICE CONNECTIONS A. House service lines shall be laid from the wye connection on the main line sewer to the edge of the trench as directed by the ENGINEER. B. All new service connections shall be a minimum of 4 PVC. C. New services shall be connected to the existing service line as shown on the drawings. D. All new service connections shall be capped with a watertight plug until connection to the existing services are made. E. After new sewer has been tested and approved, existing house services shall be tied into the new sewer. F. Existing service connections shall be connected to the new PVC main using PVC service wyes and a stub of PVC service material. Existing services shall be connected to the new PVC service pipe stub using a flexible coupling 3.05 TESTING A. General 1. Leakage tests under the direction of the ENGINEER shall be conducted on all pipes installed under this section of the Work. Deflection tests shall be conducted on all PVC pipe installed under this section, and as ordered by ENGINEER. The ENGINEER shall witness all tests. The CONTRACTOR shall supply all plugs, pumps, weirs, gauges, water, water trucks, mandrels, etc., necessary to conduct the tests. Should the Work fail the leakage or deflection tests, corrective action shall be taken by the CONTRACTOR in a manner approved by the ENGINEER and, if directed by the ENGINEER, the CONTRACTOR shall dig up and relay the failed section with no additional time allowed for completion of the Work and at no additional cost to the OWNER. 2. The use of sealants, applied from the inside of the pipe, is not acceptable. 3. Flush all piping systems with water prior to testing. 4. Testing forms which indicate all testing information and results shall be submitted to ENGINEER. B. Sanitary Sewer Pipe Testing With All Service Connections Capped Using the Following Test Methods: 1. Infiltration: When the groundwater is two (2) feet or more above the crown of the pipe at the upper end of the section to be tested, an infiltration test shall be made. The upper

251 Sanitary Sewage System Engineer: Stantec. Section Page 7 of 8 end of the section to be tested shall be plugged and a V-notch weir of appropriate size shall be fitted into the lower end so as to prevent leakage around the weir plate. Commercially manufactured weir plates made and calibrated for the purpose may be used. 2. Air Test: a. Leakage testing by means of low pressure air will be permitted when the procedures described in UNI-B-6 are used. b. The maximum allowable pressure drop from the test pressure shall be 1.0 psig during the minimum holding time. 1) Test pressure shall be calculated using the following equation: P = H (psig) 2.31 P = Test pressure, maximum of nine (9) psi. H = Height of groundwater above invert. 2) Minimum holding time required for a 1.0 psig maximum pressure drop shall be calculated using the following chart. Length Time Min. For For Time (min:sec) for Length (L) Shown Pipe Time Min. Longer Dia. (min: Time Length (in.) sec) (ft) (sec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 4 3: L 3:46 3:46 3:46 3:46 3:46 3:46 6 5: L 5:40 5:40 5:40 5:40 5:40 5:40 8 7: L 7:34 7:34 7:34 7:34 7:36 8: : L 9:26 9:26 9:26 9:53 11:52 13: : L 11:20 11:20 11:24 14:15 17:05 19: : L 14:10 14:10 17:48 22:15 26:42 31: : L 17:00 19:13 25:38 32:03 38:27 44: : L 19:50 26:10 34:54 43:37 52:21 61: : L 22:47 34:11 45:34 56:58 68:22 79: : L 28:51 43:16 57:41 72:07 86:32 100: : L 35:37 53:25 71:13 89:02 106:50 124: : L 43:05 64:38 86:10 107:43 129:16 150: : L 51:17 76:55 102:34 128:12 153:50 179:29 3) Allowable Leakage: The infiltration or exfiltration leakage shall not exceed one hundred (100) gallons per inch of pipe diameter per mile of pipe per day. c. Deflection Test: Optional devices for testing include calibrated television, photography, properly sized "GO-NO-GO" mandrel, sewer ball or deflectometer. Maximum allowable pipe deflection shall be five percent (5%). The deflection test shall be performed no sooner than thirty (30) days after installation. C. Force Main Pipe Testing: All pressure pipe shall be tested in accordance with Section 13 of AWWA Standard C600 "Installation of Cast Iron Water Mains" at a pressure equal to one hundred and fifty percent (150%) of the design operation TDH. Allowable leakage shall be as specified by AWWA.

252 Sanitary Sewage System Engineer: Stantec. Section Page 8 of 8 D. Where pressure tests cannot be performed a CCTV inspections shall be conducted and shall conform to sections Sewer Cleaning and TV Inspection PROXIMITY TO WATER MAINS A. Whenever possible, sewers shall be laid with a minimum of ten (10) feet horizontal separation between the sewer and potable water lines. Should a lateral separation of ten (10) feet not be possible, one of the following methods of protection shall be employed. In both methods, the water main invert shall be eighteen (18) inches above the sewer crown. 1. Lay sewer and water main in separate trench. 2. Lay the sewer and water main in same trench with the water main at one side on a bench of undisturbed earth. B. Whenever sewers must cross under water mains, the sewer shall be laid at such an elevation that the top of the sewer is at least eighteen (18) inches below the bottom of the water main. When the elevation of the sewer cannot be varied to meet the above requirements, one of the following methods shall be used: 1. Relocated the water main to provide this separation or reconstructed with mechanicaljoint cement lined ductile iron pipe for a distance of ten (10) feet on each side of the sewer. One (1) full length of water main should be centered over the sewer so that both joints will be as far from the sewer as possible. The sewer shall not be located above the water main. 2. Concrete encase the sewer pipe ten (10) feet on either side of the water main. The minimum square dimension of the concrete encasement shall be the pipe diameter plus eight (8) inches. The sewer shall not be located above the water main. C. When it is impossible to obtain horizontal and/or vertical separation as stipulated above, both the water main and sewer shall be constructed of mechanical-joint cement lined ductile iron pipe or other material based on equivalent watertightness and structural soundness. Both pipes shall be pressure tested by an approved method to assure watertightness. The sewer mains and services shall not be located above the water main. END OF SECTION

253 Sewer Cleaning Engineer: Stantec Section Page 1 of 4 SECTION SEWER CLEANING PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing materials and equipment for thoroughly cleaning sanitary sewer lines and manholes. B. Removing roots. C. Controlling sewage flow. D. Disposal of material removed from the sewer. E. Confirmatory TV inspection SUMMARY OF WORK A. Sewer lines shall be cleaned to allow TV inspection and sewer line repairs to take place. The sewer shall be cleaned to restore the pipe to a minimum of 95% of its original carrying capacity. Should a condition be encountered where cleaning cannot continue, such as a broken pipe or a major blockage, the work shall stop and the ENGINEER be immediately notified SUBMITTALS A. Submit schedule, methods, equipment proposed for cleaning, disposal methods and site, and grit dam construction to the ENGINEER for approval. B. Submit details of all by-pass piping systems, including pumps, plugs, pipe size, material, location, pump calculations, noise control methods, etc. to the ENGINEER for approval. PART 2 PRODUCTS 2.01 CLEANING EQUIPMENT A. Hydraulically Propelled Equipment: The equipment used shall be of a movable-dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. B. High-Velocity Jet (Hydrocleaning) Equipment: All high-velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a highvelocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel.

254 Sewer Cleaning Engineer: Stantec Section Page 2 of 4 C. Mechanically Powered Equipment: Bucket machines shall be in pairs with sufficient power to perform the Work in an efficient manner. Machines shall be belt-operated or have an overload device. Machines with direct drive that could cause damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod-type capable of holding a minimum of 750 feet of rod. The rod shall be specifically heat-treated steel. To insure safe operation, the machine shall be fully enclosed and have an automatic safety clutch or relief valve ROOT TREATMENT CHEMICALS A. Chemicals used for root removal shall be Sanafoam Vaporooter distributed by Duke's Sales and Service, Inc., Syracuse, NY. B. Items of equal quality, function and performance may be proposed for substitution by following the procedures in Section CONFIRMATORY TV INSPECTION A. Refer to requirements of Section PART 3 EXECUTION 3.01 GENERAL A. Sewer line cleaning shall remove foreign materials such as grit, soil, rocks, sand, grease, roots, wood, debris, and rags from the lines and restore the sewer to the original carrying capacity. There may be conditions such as broken pipe and major blockages that prevent cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should such conditions be encountered, the CONTRACTOR shall immediately notify the ENGINEER. If in the course of normal cleaning operations, damage does result from pre-existing and unforeseen conditions such as broken pipe, the CONTRACTOR shall document the location and extent of such damage and notify the ENGINEER immediately. Cleaning shall be thorough and complete so as to be acceptable for inspection by the ENGINEER CLEANING PREPARATIONS A. Prior to cleaning, the CONTRACTOR shall install watertight plugs in the upstream manhole and a grit dam of suitable design and construction in the downstream manhole to prevent all grit, stones, and other materials from being flushed downstream. When cleaning operations for each section are completed, the watertight plug and grit dam shall be removed CLEANING PRECAUTIONS A. During sewer cleaning operations, satisfactory precautions shall be taken in the use of cleaning equipment to prevent damage to the sewers. When cleaning tools retard the flow in the sewer line are used, precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private property. Any damage cause by such flooding shall be repaired to the original condition by the CONTRACTOR at no additional cost to the OWNER. B. When additional water is necessary to avoid delay in normal work procedures, the CONTRACTOR shall obtain such water. No water shall be taken from fire hydrants without written permission. The CONTRACTOR is responsible for obtaining permits and paying the required fee for water obtained from the local water system or other water sources.

255 Sewer Cleaning Engineer: Stantec Section Page 3 of SEWER CLEANING A. The designated sewer sections shall be cleaned using hydraulically propelled, high-velocity jet, or mechanically powered equipment. Selection of the equipment used shall be based on the conditions of lines at the time the Work commences. The CONTRACTOR shall be responsible for proper selection of equipment. The equipment and methods selected shall be satisfactory to the ENGINEER. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines, manholes and other structures. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up at the next closest manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire section from manhole to manhole, it will be assumed that a blockage exists and the ENGINEER shall be notified of the location immediately. B. Manholes, siphons, junction chambers and boxes shall be cleaned so that grease, sludge or other deleterious materials are not visible on walls, benches or manhole rungs. C. All sludge, dirt, sand, rocks, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. During cleaning operations, a suitable container shall be provided to receive materials removed from the sewers. No sewage, sludge, solids, or other materials removed from the sewers shall be dumped or pumped into the streets or ditches, catch basins or other drains or sewers. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. D. All material removed from the sewer shall be disposed of at an approved and licensed disposal facility at no cost to the OWNER. Refer to sewer data contained in Appendix A for locations of debris, roots, etc. to be removed and disposed ROOT REMOVAL A. All manhole to manhole pipe sections that have root intrusion through sewer joints or from house connections shall have roots removed by mechanical means. If chemical root removal is used, root treatment must be applied not less than sixty (60) days before cleaning to allow time for the roots to absorb the herbicide. B. Control flow in the sewers in accordance with paragraph C. Method of Treatment: Sanafoam Vaporooter shall be added to sufficient clean water to make a five percent (5%) solution to treat a length of root- infested sewer from manhole to manhole. The solution shall be expanded into foam with a Foamaker generator and the foam pumped into the pipe until the entire pipe from manhole to manhole is filled completely. Each section of pipe (manhole to manhole) shall be foamed separately with new solution. D. Roots shall be thoroughly removed from all joints. The CONTRACTOR is responsible for all further work required to completely remove the roots as approved by the ENGINEER. E. Refer to Inspection Logs in Appendix for root locations SEWAGE FLOW CONTROL A. Pumping and Bypassing: The CONTRACTOR shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the section in which Work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow, plus additional flow that may occur during rainfall. Sewer surcharging will not be allowed. If pumping is required, engines shall be equipped in a manner to keep noise to a minimum.

256 Sewer Cleaning Engineer: Stantec Section Page 4 of 4 B. Flow Control Precautions: When flow in a sewer line is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. C. Sewage flow shall be controlled and bypass pumping implemented to prevent byproducts from the root removal process to enter the wastewater treatment plant DISPOSAL OF MATERIALS A. All debris removed from the sewers shall be disposed of by the CONTRACTOR in such a manner and location in accordance with all state and local laws, ordinances or regulations, and as approved by the ENGINEER. All materials shall be removed from the site no less often that at the end of each work day. Under no circumstances will the CONTRACTOR be allowed to accumulate debris, etc., on the site of Work beyond the stated time, except in totally enclosed containers as approved by the ENGINEER SQUEEGEE INSPECTION A. When directed by ENGINEER, the CONTRACTOR shall pull a double squeegee (with each squeegee the same diameter as the sewer) through each pipe section from manhole to manhole as evidence of adequate cleaning CONFIRMATORY TV INSPECTION A. When directed by ENGINEER, at the completion of each reach cleaning, the CONTRACTOR shall pull a TV camera through each pipe section for the ENGINEER to view as evidence of adequate cleaning. If the ENGINEER deems that cleaning to be unsatisfactory, the CONTRACTOR shall be required to re-clean and re-tv the line at no additional cost to the OWNER INSPECTION ASSISTANCE A. Provide assistance to the ENGINEER for inspecting cleaned sewer lines and manholes. Assistance shall include, but not be limited to, removal and replacement of manhole covers, lamping of pipe segments and other assistance as directed by the ENGINEER FINAL ACCEPTANCE A. Acceptance of sewer line cleaning may be made upon physical inspection of the cleaned sewer lines by the ENGINEER. If inspection of the ENGINEER shows the cleaning to be unsatisfactory, the CONTRACTOR shall reclean and reinspect the sewer line until the cleaning is shown to be satisfactory with no additional Contract Time and at no cost to the OWNER. END OF SECTION

257 TV Inspection Engineer: Stantec Section Page 1 of 3 SECTION TV INSPECTION PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing materials, equipment and miscellaneous appurtenances. B. Inspecting sewer pipe by means of closed circuit color television. C. Providing recordings, photographs and printed logs of the inspections to the OWNER. D. Controlling sewage flow SUBMITTALS A. Submit schedule, proposed equipment specifications, and methods for inspection. B. Submit all details of bypass pumping systems proposed, including pumps, pipes, materials and location, pump design calculations, thrust restraints, noise control, etc. to the ENGINEER for approval. C. Three (3) copies of television logs and three (3) copies of DVDs. D. Qualifications of CONTRACTOR or subcontractor performing the work QUALTIY ASSURANCE A. The CONTRACTOR or subcontractor performing the TV inspection work shall have a minimum of four years experience in TV inspection work. PART 2 PRODUCTS Not used PART 3 EXECUTION 3.01 TELEVISION INSPECTION A. The sewer lines and lateral connections shall be inspected by means of pan and tilt closedcircuit color television. Sewer lines shall be cleaned in accordance with Section prior to TV inspection. B. Equipment shall be capable of inspecting pipelines, from one access point, at least 500 feet in both upstream and downstream directions. C. Employ bypass pumping of sewage flows during TV inspections where determined necessary by the ENGINEER.

258 TV Inspection Engineer: Stantec Section Page 2 of 3 D. The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. In no case shall the television camera be pulled at a speed greater than 30 feet per minute. E. Manual winches, power winches, TV cable and powered rewinds or other devices shall be used to move the camera through the sewer line. These devices shall not obstruct the camera view or interfere with proper documentation of the sewer conditions. F. If, during the inspection operation, the television camera will not pass through the entire pipe section between manholes, the CONTRACTOR shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire pipe section, the CONTRACTOR shall notify the ENGINEER immediately. G. Two-way radio or other suitable means of communication shall be set up between the two manholes of the pipe section being inspected to insure good communications between members of the crew. H. Accurate distance measurements shall be made. Measurement for location of defects shall be aboveground by means of a meter device. Marking of the cable or similar measuring procedures, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the footage meter on equipment shall be checked by use of a walking meter, roll-atape, or other suitable device, and the accuracy shall be satisfactory to the ENGINEER TELEVISION CAMERA A. Camera: 1. The color television camera used for the inspection shall be specifically designed and constructed for such inspection. The camera shall be capable of 360-degree rotation to look directly at all areas of the pipe. 2. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. 3. The camera shall be operative in 100% humidity conditions. 4. The camera shall have a minimum of 500 line resolution. 5. The camera shall be capable of clearly viewing above water line area of any pipe flowing one-third (1/3) diameter full or less. 6. Picture quality and definition shall be to the complete satisfaction of the ENGINEER and, if unsatisfactory, equipment shall be removed and no payment made for unsatisfactory inspection. (Irrespective of compliance with 3.02 A., 1-5.) 3.03 DOCUMENTATION A. Television Inspection Logs: 1. Evaluation and defect identification shall be documented using the NASSCO Pipeline Assessment Certification Program Version January A written log of each run shall be furnished indicating as a minimum: a. Project name, location, description of area being inspected (street name, trunk line name, etc.)

259 TV Inspection Engineer: Stantec Section Page 3 of 3 b. Identifying number of access point. c. Identifying number of destination point. d. Date. e. Size and material of pipe. f. Direction of camera travel. g. Direction of flow. h. Location by footage reference of service tie-ins, broken pipe, infiltration, bends, tees, wyes, etc. 3. Printed location records shall be kept by the CONTRACTOR. Records shall clearly show the location, in relation to an adjacent manhole, of each infiltration point observed during inspection. In addition, other points of significance such as locations of building sewers, unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features shall be recorded and the CONTRACTOR shall supply three (3) copies of such records to the OWNER. B. Video Recordings: 1. DVD format color recordings shall be provided of the inspections. For the first 30 seconds of each run, the date, identifying number of the starting access point, identifying number of the destination point, size of pipe and distance meter reading 0 feet shall be displayed before moving the camera forward. 2. Throughout the inspection a distance meter shall be displayed constantly indicating, in feet, the distance from the starting access point. A verbal narrative shall be recorded on the tape noting wyes, tees, bends, breaks, etc. 3. The purpose of recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. The CONTRACTOR shall supply three (3) copies of the recordings to the OWNER FLOW CONTROL A. Pumping and Bypassing: The CONTRACTOR shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the section in which Work is to be performed where necessary. The bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during rainfall. Sewer surcharging will not be allowed. If pumping is required, the pumps and generator engines shall be equipped in a manner to keep noise to a minimum. B. Flow Control Precautions: When flow in a sewer line is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. C. Refer to Section Maintenance of Flow. END OF SECTION

260 Chemical Root Control Engineer: Stantec Section Page 1 of 5 SECTION CHEMICAL ROOT CONTROL PART 1 GENERAL 1.01 EXTENT OF WORK A. The work to be done under this Section consists of furnishing all materials, labor, tools, and equipment, and performing all operations necessary for chemical root control in sewers and manholes as shown on the Contract Drawings and as herein specified. The work shall also include obtaining the MWRA permit for review and approval prior to performing the root control process for this contract RELATED WORK A. The following items of work are not included in this Section but are specified under other Sections of these Specifications GENERAL 1. Cleaning of sewer main and service connection pipelines is specified in Section SEWER CLEANING. 2. Sewage flow control is specified in Section Structural Lining - Cured-in- Place. 3. Television inspection is specified in Section TV INSPECTION. A. Only licensed, experienced contractors or subcontractors who meet the standards set forth herein shall apply chemical root control. The work shall be supervised by a licensed applicator, certified by the state pesticide regulatory agency, and must meet the experience requirements set forth herein: 1. The Contractor shall furnish evidence that the licensed application firm has a minimum of five (5) years direct experience in applying chemical sewer root control of the type specified herein. Such work experience must be direct, and the work must have been performed by the subcontractor's own crews. 2. The Contractor shall furnish evidence of at least ten (10) projects similar in size and scope to the work specified herein successfully completed by the licensed application firm. Any work performed by subcontractors working for the submitted subcontractor will not be considered direct experience. 3. The Contractor shall furnish evidence that the subcontractor is licensed as a pesticide application business with the state pesticide regulatory agency. The Contractor shall also furnish evidence that the applicator performing the work is a licensed pesticide applicator with the same agency, having a minimum three years of experience and having treated a minimum 250,000 linear feet of sewer as a licensed applicator or under the direct supervision of a licensed applicator. B. In addition to all other insurance required under this Contract, the Contractor shall provide pollution and chemical liability insurance as specified hereinafter:

261 Chemical Root Control Engineer: Stantec Section Page 2 of 5 1. The Contractor shall submit insurance certificates as evidence that he and his subcontractor(s) have obtained pollution liability coverage. The coverage shall protect the Contractor and subcontractor, and indemnify the Owner and the Owner's officers, agents, employees, and representatives from claims for damages for bodily or personal injury, sickness or disease, including death, and from claims for damages to property and/or the environment, which may arise directly out of the use of chemicals and/or pollution. The insurance certificate and policy shall list the Owner and their representative as an additional insured. 2. The minimum amount of such insurance shall be $1,000,000 total loss. This insurance shall be provided by an insurance company licensed to do business in Massachusetts that holds at least an "A" rating by A.M. Best rating service. 3. In addition, the subcontractor's commercial general liability limits must be not less than $3,000,000, total occurrence limit, and include pesticide or herbicide applicator coverage. 4. Nothing contained in this section shall be construed as limiting the extent of the Contractor's responsibility for payment of damages resulting from his operations under the contract SHOP DRAWINGS A. Shop drawings shall be submitted to the Engineer for review in accordance with Section Submittals and Substitutions. At a minimum, the Contractor shall submit specimen product label(s), manufacturer's application instructions, Material Safety Data Sheets for the chemical root control agents that he proposes to use, and the required documentation for the subcontractor he proposes to use. A copy of the MWRA permit application shall be included with the shop drawing submittal. A copy of the approved MWRA permit shall be submitted upon issuance GUARANTEE A. For each manhole or sewer section (manhole-to-manhole) that is treated under the Contract, the Contractor shall guarantee the work as follows: 1. At the option of the Owner, the Contractor shall, at his own expense, reapply the chemical agent to the manhole or sewer section, or refund 100% of the payment received to treat that manhole or section, in the event that: (1) live roots are found in the manhole or section within six months after the application; or, (2) the manhole or section plugs up and floods due to tree root obstructions within a period of two years, beginning with the date of treatment, and ending two years after the date of treatment. 2. The guarantee applies only to sewer stoppages caused by live tree roots. It does not apply to stoppages caused by grease or other foreign matter; flat, collapsed or deformed pipe, or flooding caused by a surcharged or plugged sewer section downstream from a guaranteed manhole or sewer section. This guarantee applies to manholes, main line sewers and service connections that received direct application of the chemical agent. It will not apply to services along sewer mains that were treated unless the service was directly treated. The Contractor shall not be responsible for damage caused by pipeline stoppages unrelated to root intrusion. The decision of the Owner as to the cause of a stoppage is binding.

262 Chemical Root Control Engineer: Stantec Section Page 3 of 5 PART 2 PRODUCTS 2.01 CHEMICAL ROOT CONTROL AGENT A. General. A chemical root control agent designed specifically to control manhole and sewer line tree root intrusions shall be applied to manholes and sanitary sewers according to the following specifications. The chemical root control agent shall kill the root growth present in the manholes and pipelines and inhibit root re-growth without permanently damaging the vegetation producing the roots, and without disrupting wastewater treatment plant processes. 1. The chemical product shall contain an herbicide to destroy root tissue, an herbicide to deter regrowth, and a foaming surfactant to deliver the herbicides to the target root growths. It shall be currently registered with the U.S. EPA and the state pesticide regulatory agency. It shall be labeled for use in sewers and manholes to control tree roots. a. ROOT KILLING AGENT: The active component for destroying intruding roots in manholes and sanitary sewer lines shall be a potent, non-systemic toxin that kills contacted roots at low concentrations, but that will not permanently affect parts of the wastewater treatment plant distant from the treated roots. The active ingredient must be spontaneously detoxified by natural chemical or biochemical processes in a relatively short interval following its use. The active ingredient for destroying root intrusions shall be Sodium Methyldithiocarbamate at a concentration not less than 32.7%. b. ROOT RE-GROWTH INHIBITOR: The active ingredient for inhibiting regrowth of root intrusions in manholes and sanitary sewer lines shall inhibit root cell growth on contact, but shall not be transported so as to have a deleterious impact on treatment processes at the wastewater treatment plant. The material shall bind firmly to the soil in the vicinity of openings in manhole walls and pipe joints so as to form a persistent chemical barrier suppressing root tip growth. The material shall be sufficiently stable under the conditions of use to provide protection for twelve months or longer, but shall be subject to decomposition in wastewater treatment plants without disturbing the treatment plant processes. The root cell growth-inhibiting agent shall be 2,6-Dichlorobenzonitrile. c. INERT INGREDIENTS: The root control material shall be formulated with foaming agents and surfactants sufficient to produce a stable, small bubble, dense foam capable of sustaining its shape and remaining on the treated roots for approximately thirty minutes. The foaming surfactants shall strip grease that typically clings to sewer root masses. The foaming agents shall be formulated such that one part of aqueous solution of the mixed material will convert into twenty parts foam. 2. The active ingredients shall not adversely affect the performance of the wastewater treatment plant when applied properly in accordance with manufacturer's recommendations. 3. Compounds containing copper and/or other known priority pollutants, as defined by the U.S. Environmental Protection Agency, shall not be allowed.

263 Chemical Root Control Engineer: Stantec Section Page 4 of 5 PART 3 EXECUTION 3.01 GENERAL A. Where sewer or manhole cleaning, grouting, or relining is specified or required, the foaming root control shall be performed a minimum of 60 days in advance of those operations, to maximize the biological decay of the root masses. B. No chemical root control agent shall be applied whenever the depth of flow in a sewer is greater than sixty percent of the pipe diameter, or if surcharging is expected within a 12- hour period after a treatment has been made. The Contractor shall reschedule that section of sewer pipe to be treated during a low groundwater period. C. If excessive accumulations of dirt, grease, or other debris preclude effective treatment of a sewer line, the Contractor shall clean the sewer pipe as specified in Section SEWER CLEANING prior to root control treatment. The Contractor shall wait at least 60 days after any cleaning work is performed on a pipeline scheduled for treatment in order to allow root tissues to recover prior to treating the sewer line INSTALLATION A. Application. Application of the chemical root control agent shall be by foaming in accordance with the best recommended practice for conditions present in the pipeline to be treated. Mixing and application procedures shall be in strict accordance with the manufacturer's instructions on the container label. 1. All materials shall be delivered to the site in undamaged, unopened containers bearing the manufacturer's original label. Mixing of the root treatment material shall be done no more than twelve hours prior to use. The water used shall be clear and free of acid, alkali, oxidizing agents, oils, or other organic material. Mixing water temperature shall be between 40 o F and 80 o F. 2. A foam discharge hose shall be inserted throughout the entire length of the sewer section to be treated. 3. To avoid injury to plant tissue that would reduce the effectiveness of the treatments, hydraulic or mechanical sewer cleaning machines shall not be used on any sewer section scheduled for treatment for a period of at least 60 days prior to the treatment. Hydraulic or mechanical sewer cleaning machines may not be used to convey the foam discharge hose through the sewer section, or to convey ropes or cables through the sewer section. 4. Acceptable methods of conveying the foam discharge hose through the sewer section are: 1) manually or mechanically shoving the foam discharge hose through the section, or 2) floating a rope through the sewer section and using the rope to pull the foam discharge hose into the section. 5. The equipment used shall discharge foam under sufficient pressure (approximately 30 psi) to assure that the entire air space above the flow in the sewer from manhole to manhole is completely filled with foam, and to assure that the foam is forced up connecting lateral sewers approximately 10 to 15 feet. Hose retrieval rates must be timed to evenly distribute the full quantity of foam throughout the entire area of treatment. The quantity of foam (see table below) shall be sufficient to completely fill the entire volume of the main sewer treated,

264 Chemical Root Control Engineer: Stantec Section Page 5 of 5 plus an additional 10% to allow for the penetration of material up lateral sewers, and for loss in manholes. Concentrate, gallons Solution, gallons Foam, gallons 2,000 4,000 6,000 6-inch pipe, LF 1,250 2,500 3,750 8-inch pipe, LF 750 1,500 2, inch pipe, LF 500 1,000 1, inch pipe, LF , inch pipe, LF Sewer service to homeowners shall not be interrupted. The Contractor must beware that excessive discharge pressure, and/or excessive quantities of material may cause foam to enter houses or travel up cleanouts onto lawns. 7. Removal of any remaining root material shall be done after sixty days, immediately prior to lining or testing and sealing of the pipeline. B. Should any chemical root control agent spill on the ground, the chemical and affected soil shall be removed and safely and legally disposed of. The area shall be restored to a condition equal to or better than before the spill. Any damage to vegetation resulting from misuse of the chemical root control agent shall be the responsibility of the Contractor. C. The Contractor shall be responsible for any and all damage to structures inside and out, vegetation, and property caused by root control chemicals. The Contractor shall be responsible for the protection of all persons, vegetation, animals, and property. D. The Contractor shall be responsible for insuring that there are no adverse effects on wastewater treatment plant processes, the quality of wastewater treatment plant effluent, or the water quality of the downstream receiving stream(s) as a result of chemical applications. The Contractor shall take all necessary steps to prevent said adverse effects at no additional cost to the Owner. E. Filling of a chemical mixing tank shall be done with an air gap or reduced-pressure- zone backflow prevention device, as approved by the Owner. The Contractor may only draw water from public water supplies at locations and using procedures approved by the Owner. F. The Contractor shall keep complete, accurate records of each day's operation. Records shall show date of treatment, sections of line or manholes treated, pipe size and distance, quantity of water used and location obtained, quantity of chemical used, and other pertinent information. Typed log sheets shall be submitted when requesting payment. G. The Contractor shall be responsible for insuring that handling, transportation, and use of any hazardous materials, and disposal of all pesticide containers, is according to the State and Federal regulations pertaining thereto. ** END OF SECTION **

265 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 1 of SECTION STRUCTURAL LINING - CURE-IN-PLACE PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, transportation and equipment necessary for the rehabilitation of existing sewer mains by means of the installation of cured-in-place pipe lining using steam curing methods; thus rendering each segment relatively free of infiltration and structural defects. B. Bypass pumping. C. Cleaning existing pipe. D. TV inspection with videotape (pre and post rehabilitation). E. Installing pipe lining and appurtenances. F. Trimming protruding service connections. G. Reinstating service connections. H. Testing. I. Notification of Abbuters REFERENCE STANDARDS A. ASTM D543 -Test Method for Resistance of Plastics to Chemical Reagents. B. ASTM D638 - Test Method for Tensile Properties of Plastic. C. ASTM D790 - Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. D. ASTM D903 - Test Method for Peel or Stripping Strength of Adhesive Bonds. E. ASTM D Terminology for Abbreviated Terms Relating to Plastics. F. ASTM D Practice for Underground Installation of Fiberglass. G. ASTM F412 - Terminology Relating to Plastic Piping Systems SUBMITTALS A. A statement and certification containing the following: 1. Lining contractor s name, address, years of experience in installing the type of lining proposed, and at least three (3) references relating to the lining products of the same type being proposed within the Contract.

266 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 2 of A statement identifying the rehabilitation process/product by trade name as well as by the industry known generic name, a brief description of the material composition, physical properties, manufacturer s recommendation for handling, storing and repair of pipe and fittings proposed to be used, as well as the process used to install the liner. 3. Certification that the Contractor is an approved licensed installer of the rehabilitation method. 4. Detailed design calculations incorporating traffic loading, earth loads and hydrostatic loads signed and sealed by a Massachusetts registered professional engineer. 5. Certification from the liner manufacturer in which all physical properties of the material to be used shall be certified. Physical properties shall contain but not be limited to the following: a. Instantaneous Tensile Strength (yield) psi b. Long Term Tensile Strength (yield) psi c. Instantaneous Tensile Strength (break) psi d. Long Term Tensile Strength (break) psi e. Instantaneous Flexural Modulus psi f. Long Term Flexural Modulus psi 6. The wall thickness of the finished product shall be not less than the minimum required by ASTM F-1216, Appendix XI and assuming the following criteria: a. AASHTO H-20 live load with two (2) trucks passing with a depth of cover as shown on the drawings. b. Saturated soil conditions use soil weight of 120 pounds per cubic foot and a Coefficient of Friction Ku = c. Estimated maximum groundwater levels over the surface. d. Loss of hydraulic capacity shall not exceed 10%. e. Ovality shall not exceed 10%. 7. Submit for review design calculations to determine wall thickness. B. Submit Shop Drawings and product data for review and approval. C. Submit a detailed plan for accomplishing the Work. The plan shall include the following: 1. Locations of excavations needed for insertion of the polyethylene liner. 2. Method of bypassing the sewage around the section or sections of line(s) that are to be lined. Methods of maintaining sewer service to customers. 3. Method of cleaning pipe and inspecting pipe after cleaning and pre and post inspection of the liner. 4. Location of equipment to be used during operation. 5. Method of trimming protruding service connections 6. Method of reinstating service connections. 7. Method of inspection of line after installation before line is put in service. 8. Complete MWRA Toxic Reduction and Control One-Time-Only Discharge Request Form (Attached).

267 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 3 of QUALITY ASSURANCE A. The CONTRACTOR or Subcontractor performing the sewer pipe structural lining work shall have the following minimum experience: 1. Three (3) years using the methods, materials and equipment proposed. 2. Ten (10) sewer structural liner projects using the methods and materials proposed. Where the work was inspected one year after the work was completed and found to be satisfactory. B. All work shall be performed by factory certified and trained applicators. C. Confined space requirements and all other federal OSHA regulations shall be strictly observed. D. No material shall be applied in weather or temperature conditions not consistent with that recommended by the manufacturer. Proper temperatures shall be maintained throughout the cure period. E. Material Safety Data Sheets shall be submitted for all compounds used. PART 2 PRODUCTS 2.01 MATERIALS A. All materials used in the liner installation shall be industry accepted materials for sewer/drain rehabilitation and to the satisfaction of the Engineer. B. The lining will be chemically resistant to withstand internal exposure to sewage containing gases at normal levels for domestic sewage of hydrogen sulfide, carbon monoxide, carbon dioxide, methane, dilute sulfuric acid, external exposure to soil bacteria and any other chemical attack which may be due to materials in the surrounding ground. C. The new lining shall be continuous over the entire length of the lining between adjacent manholes and free as commercially practicable from visual defects such as foreign inclusions, dry spots, air bubbles, pinholes, pimples, wrinkles and delamination. D. Liners must take the shape of the existing pipe after installation and shall not leave a gap or annular space between the liner and pipe. E. Tube - The tube should consist of one or more woven layers of flexible needled felt or an equivalent nonwoven or woven material, or a combination of nonwoven and woven materials, capable of carrying resin, withstanding installation pressures and curing temperatures. The tube should be compatible with the resin system used. The material should be able to stretch to fit irregular pipe sections and negotiate bends. The outside layer of the tube should be plastic coated with a material that is compatible with the resin system used. The tube should be fabricated to a size that, when installed, will tightly fit the internal circumference and the length of the original pipe. Allowance should be made for circumferential stretching during inversion.

268 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 4 of Resin - A general purpose, unsaturated, styrene-based, thermoset resin and catalyst system or an epoxy resin and hardener that is compatible with the inversion process should be used. The resin must be able to cure in the presence of steam. The Cured-In-Placed Pipe system can be expected to have as a minimum the initial structural properties of the following: Flexural Strength Flexural Modulus Tensile Strength 4,500 psi 250,000 psi 3,000 psi No recycled resin shall be allowed EQUIPMENT A. All equipment required to install, cure, test and inspect the repair shall be supplied by the Contractor. B. Closed Circuit Television (CCTV) Inspection Camera 1. The color television camera used for the inspection shall be specifically designed and constructed for such inspection. The camera shall be capable of 360-degree rotation to look directly at all areas of the pipe. 2. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. 3. The camera shall be operative in 100% humidity conditions. 4. The camera shall have a minimum of 500 line resolution. 5. The camera shall be capable of clearly viewing above water line area of any pipe flowing onethird (1/3) diameter full or less. 6. Picture quality and definition shall be to the complete satisfaction of the ENGINEER and, if unsatisfactory, equipment shall be removed and no payment made for unsatisfactory inspection PART 3 EXECUTION 3.01 GENERAL A. Under no circumstances shall sewage be dumped on private property, in ditches or waterways, or in municipal streets. B. Storage or disposal of excess excavated material or any other material, in wetlands, stream corridors, and floodplains is strictly prohibited even if the permission of the property owner is obtained. Any violation of this restriction by the CONTRACTOR or any person employed by him will be brought to the immediate attention of the responsible regulatory agencies with a request that appropriate action be taken against the offending parties. Further, the CONTRACTOR will be required to remove the material at his expense and restore the area impacted. C. The CONTRACTOR shall be aware that permitting agencies are concerned about the erosion by wind and water of excess excavated materials disposed of on private lands by sewer contractors. When obtaining releases from private land owners, the CONTRACTOR shall include a statement from the land owner that he has been notified by the CONTRACTOR of this need for erosion control and accepts complete responsibility for its implementation.

269 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 5 of D. No condensate from steam curing operations shall be discharged to the sewer SEWER FLOW CONTROL A. Pumping and Bypassing: The CONTRACTOR shall supply the pumps, conduits, and other equipment to divert the flow of sewage around the section where Work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow, plus additional flow that may occur during rainfall. Sewer surcharging will not be allowed. If pumping is required, engines shall be equipped in a manner to keep noise to a minimum. B. Flow Control Precautions: When flow in a sewer line is plugged, blocked, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. C. All necessary precautions shall be taken to control the flow and protect the sewer structures from damage during cleaning operations. Any damage, including broken frames and covers, due to negligence by the Contractor shall be repaired by the Contractor at the Contractor s expense. The Contractor should note that the existing sewer is expected to be in poor condition and that extra precaution should be taken during the cleaning operation CLEANING A. All sewers to be structurally lined shall be thoroughly cleaned prior to lining. B. Cleaning Methods: Use common techniques such as hydraulic jet, hydraulic dams, brushes, squeegees, rodders, and bucket machines. All methods shall be subject to approval by the OWNER, ENGINEER and Watertown DPW. C. Remove all protruding laterals, house connections, root intrusions and any other obstructions that reduce the cross sectional area by more than 20% that will interfere with the lining operation or where determined by the ENGINEER. D. Perform bypass pumping of sewage flow during cleaning operations. E. Cleaning shall be performed removing sewer debris, sand, grit, gravel and any other debris within the section immediately prior to liner installation. F. All material removed from the sewer shall be disposed of at an approved and licensed disposal facility at no cost to the OWNER. G. Caution shall be exercised during cleaning operations to protect sewers and public and private property from damage CCTV INSPECTION A. The sewer lines and lateral connections shall be inspected by means of pan and tilt closedcircuit color television. Sewer lines shall be cleaned prior to CCTV inspection. B. Equipment shall be capable of inspecting pipelines, from one access point, at least 500 feet in both upstream and downstream directions. C. Employ bypass pumping of sewage flows during CCTV inspections where determined necessary by the ENGINEER.

270 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 6 of D. The CCTV camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the sewer's condition. In no case shall the CCTV camera be pulled at a speed greater than 30 feet per minute. E. Manual winches, power winches, CCTV cable and powered rewinds or other devices shall be used to move the camera through the sewer line. These devices shall not obstruct the camera view or interfere with proper documentation of the sewer conditions. F. If, during the inspection operation, the television camera will not pass through the entire pipe section between manholes, the CONTRACTOR shall set up his equipment so that the inspection can be performed from the opposite manhole. If, again, the camera fails to pass through the entire pipe section, the CONTRACTOR shall notify the ENGINEER immediately. G. Two-way radio or other suitable means of communication shall be set up between the two manholes of the pipe section being inspected to insure good communications between members of the crew. H. Accurate distance measurements shall be made. Measurement for location of defects shall be aboveground by means of a meter device. Marking of the cable or similar measuring procedures, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the footage meter on equipment shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the ENGINEER. I. Pre and Post CCTV inspection of cleaned section(s) of sewers shall be performed immediately before liner installation and immediately after all services have been reinstated. J. Provide two (2) copies of the CCTV inspection logs and DVDs of the pipe liner before and after installation LINING A. Notify the ENGINEER, the OWNER'S authorized representative, and each affected resident (re. service connections) at least 48 hours prior to starting lining in any specific location. B. The Contractor shall be solely responsible for determining all sizes, shapes, lengths and all other information needed to fabricate the liner. No additional payment shall be made if removal of the liner is deemed necessary by the Engineer or the liner is unable to be installed due to incorrect sizing by the Contractor TESTING A. Delamination Test - As directed by the Engineer, a delamination test shall be performed on each inversion length. The cured-in-place pipe samples shall be prepared. The sample should be fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped mold placed in the downtube when circulating heated water is used and in the silencer when steam is used, except that a portion of the tube material in the sample should be dry and isolated from the resin in order to separate tube layers for testing. Delamination testing shall be in accordance with Test Method D SERVICE CONNECTIONS A. After the new pipe liner has been completely installed, all existing active sewer services shall be reinstated. All existing inactive services shall not be reinstated. The decision not to reinstate an existing sewer service shall be approved by the DPW Superintendent in writing through the Engineer only after the Engineer oversees and approves the pre inspection videos and testing logs.

271 Structural Lining - Cure-in-Place Engineer: Stantec Section Page 7 of B. Schedule the work so that all service connections are reinstated within approximately 8 hours of the corresponding section of the sewer main lining. Provide temporary approved collection and disposal means during construction if the services are not in service for more than 8 hours. C. The Contractor shall be required for a period of one year upon the accepted completion of this work to correct any improperly reinstated sewer services or any sewer services which were incorrectly not reinstated LINE OBSTRUCTIONS A. The original pipe should be cleared of obstructions such as solids, dropped joints, protruding service connection, crushed or collapsed pipe, and reductions in the cross-sectional area of more than 20% that will prevent the insertion of the resin-impregnated tube. If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment, then a point repair excavation shall be made to uncover and remove or repair the obstruction. B. Protruding service connections shall be cut/trimmed prior to the installation of the liner. The number of protruding service connections, which require special removal with a special cutter shall be recorded within the CCTV inspection video DVD, indicating size, location and time of removal GUARANTEE A. All liners installed shall be guaranteed by the Contractor and manufacturer for a period of three years from the date of acceptance. During this period, all serious defects discovered in the liner as determined by the Engineer, shall be removed and replaced in a satisfactory manner at no additional cost to the Owner. The Owner intends to conduct an independent TV inspection of each lining prior to the completion of the three (3) year guarantee period. END OF SECTION

272 Restoration of Growth Engineer: Stantec Section Page 1 of SECTION RESTORATION OF GROWTH PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing, placing, leveling and compacting topsoil. B. Furnishing and spreading lime and fertilizer. C. Furnishing and spreading seed and mulch with hydroseed methods on all disturbed areas. D. Seed protection on slopes. E. Maintaining seeded areas until acceptance DELIVERY, STORAGE AND HANDLING A. Provide analysis of hydroseed mixture, percentage of seed, year of production, net weight, date of packaging and location of packaging. B. Lime shall be delivered and maintained in a dry free flowing condition until used SCOPE OF WORK A. All areas within the limits of residential areas shall be hydroseeded with Seed Mix No. 1, Lawn Grass. B. Any other disturbed areas shall be hydroseeded with Seed Mix No. 2, Field Grass. PART 2 PRODUCTS 2.01 MATERIALS A. Topsoil - Reused: As available from excavation. B. Topsoil - Imported: See Section Earthwork. C. Lime: Ground limestone containing not less than 95 percent of either calcium or magnesium carbonate. D. Seed for level grassed areas shall be from the same or previous year's crop and shall have not more than 1% weed content. Seed shall meet the following requirements:

273 Restoration of Growth Engineer: Stantec Section Page 2 of SEED MIX NO. 1 - LAWN GRASS % by Weight Minimum % Minimum % 1. Name of Seed in Mixture Purity Germination Poa pratensis "Baron" Baron Bluegrass Festuca rubra "Pennlawn" Pennlawn Fescue Lullium perenne "Pennfine" Pennfine Ryegrass SEED MIX NO. 2 - FIELD GRASS % by Weight Minimum % Minimum % 2. Name of Seed in Mixture Purity Germination Festuca elatior "Kentucky 31" Kentucky "31" Tall Fescue Poa pratensis Common Kentucky Bluegrass Lolium Multiflorum Annual Ryegrass Festuca rubra- "Rubra" Creeping Red Fescue E. Fertilizer 1. Fertilizer shall be applied in the slurry mix for hydroseeding and shall have an analysis conforming to the following: Constituent % Passing by Weight Nitrogen (N) 19 Phosphorous (P) 19 Potassium (K) Fertilizer shall be delivered in manufacturer's standard container printed with manufacturer's name, material, weight, and guaranteed analysis. F. Hay Mulch: Mowed and properly cured grass or legume mowings, reasonable free from swamp grass, weeds, twigs, debris or other deleterious material. It shall be free from rot or mold and shall be acceptable to the Engineer. Mulch shall be mixed with other slurry ingredients.

274 Restoration of Growth Engineer: Stantec Section Page 3 of G. Wood fibermulch for hydroseeding slurry: Wood fiber mulch shall be composed of virgin wood, contain a green color additive, be weed free, and non-polluting, containing no germination or growth- inhibiting factors, similar to Hydromulch, manufactured by Conwed Corporation, St. Paul, Minnesota. H. Jute Matting: Undyed and unbleached jute yarn woven into a uniform, open, plain weave mesh; furnished in rolled strips 48 inches wide; 78 warp ends per width of cloth; 41 weft ends per yard; weight to average 1.22 to 1.80 pounds per linear yard EQUIPMENT A. Hydroseeding equipment may be either portable or truck mounted, with dual agitation, a minimum working volume of 1000 gallons and a minimum spray range of 80 feet. B. Hydroseeding equipment must be capable of uniformly applying the slurry mix including wood fiber mulch if required, at the specified rate, and at the required locations. C. Hydromulching equipment, either trailer or truck mounted, must be capable of uniformly applying straw or hay mulch rate of 8 tons per hour, at a distance of not less than 80 feet. PART 3 EXECUTION 3.01 PREPARATION A. Protect existing underground improvements from damage. B. Remove foreign materials, plants, roots, stones, and debris, from site. Do not bury foreign material. C. Remove contaminated subsoil. D. Spread limestone evenly over loam surface and thoroughly incorporate into the loam by heavy raking to at least one-half the depth of the loam. Apply lime at the rate of pounds per 1000 square feet. E. Remove from site, foreign materials collected during raking. F. Grade to eliminate rough spots and low areas where ponding may occur. Maintain smooth, uniform grade. G. Assure positive drainage away from structures SUBSOIL PREPARATION A. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, in excess of 1/2 inch in size. Remove subsoil contaminated with petroleum products PLACING TOPSOIL A. Place topsoil to a minimum depth of 6 inches in areas where seeding is scheduled. B. Use topsoil in relatively dry state. Place during dry weather. C. Fine grade topsoil eliminating rough or low areas. D. Remove stone, roots, grass, weeds, debris, and foreign material while spreading.

275 Restoration of Growth Engineer: Stantec Section Page 4 of E. Manually spread topsoil around trees, plants, and buildings to prevent damage. F. Lightly compact placed topsoil. G. Remove surplus subsoil and topsoil from site. H. Leave stockpile area and site clean and raked, ready to receive landscaping LIME A. After topsoil is placed and before it is raked to true lines and rolled, limestone evenly at a rate of 50 to 100 pounds per 1,000 square feet over the topsoil. Thoroughly incorporate limestone into the topsoil by heavy raking to at least one-half the depth of the topsoil HYDROSEEDING A. Hydroseeding shall be achieved by means of approved power equipment to give a uniform application at the following rates: 1. Quantity per 1000 Sq. Ft. Coverage a. Lawn Grass 34 lbs Cellulose Fiber Mulch 5.25 lbs. Fertilizer ( ) water soluble 5 lbs. Seed Mix 92 Gallons Water b. Field Grass 34 lbs Cellulose Fiber Mulch 5.25 lbs Fertilizer ( ) water soluble 7 lbs Seed Mix 92 Gallons Water 2. Fertilizer as required by test results of topsoil. 3. Seed Mixes: a. Lawn Grass Description Percentage Seed Varieties Pure/Germ 50% Baron Kentucky Bluegrass 90/75 25% Pennlawn Fescue 98/85 25% Pennfine Ryegrass 98/95

276 Restoration of Growth Engineer: Stantec Section Page 5 of b. Field Grass Description Percentage Seed Varieties Pure/Germ 25% K-31 Tall Fescue 97/90 35% Kentucky Bluegrass 85/80 20% Annual Ryegrass 95/90 20% Creeping Red Fescue 98/85 B. Seed, fertilizer, mulch and water shall be mixed and applied to achieve application quantities specified. Material shall be applied in 2 equal applications, with the equipment during the second pass moving perpendicular to direction employed during the first pass. Hydroseeding shall not be done when it is raining or snowing, or when wind velocity exceeds 5 mph. C. Following hydroseeding, entire area shall be watered by use of lawn sprinklers, or other approved means. Initial watering shall continue until the equivalent of a 2-inch depth of water has been applied to entire seeded surface, at a rate, which will not dislodge the seed. Watering shall be repeated thereafter as frequently as required to prevent drying of the surface, until the grass attains an average height of 1/4-inch. Watering methods and apparatus shall not be permitted to injure the surface SEED PROTECTION ON SLOPES A. Cover seeded slopes where grade is 3:1 or greater with jute matting. Roll matting down over slopes without stretching or pulling. B. Lay matting smoothly on soil surface, burying top end of each section in narrow 6 inches trench. Leave 12 inches overlap from top roll over bottom roll. Leave 4 inches overlap over adjacent section. C. Staple outside edges and overlaps at 36 inches intervals. D. Lightly dress slopes with topsoil to ensure close contact between matting and soil. E. In ditches, unroll matting in direction of flow. Overlap ends of strips 6 inches with upstream section on top MAINTENANCE PERIOD A. Maintenance Period: Until final acceptance MAINTENANCE A. Maintain surfaces and supply additional topsoil where necessary, including areas affected by erosion. B. Water to ensure uniform seed germination and to keep surface of soil damp. C. Apply water slowly so that surface of soil will not puddle and crust. D. Cut grass first time when it reaches height of 2-1/2 inches and maintain to minimum height of 2 inches. Do not cut more than 1/3 of blade at any one mowing. Remove clippings. E. After first mowing water grass sufficient to moisten soil from 3 inches to 5 inches deep.

277 Restoration of Growth Engineer: Stantec Section Page 6 of F. Apply weed killer if weeds start developing, during calm weather when air temperature is above 50 degrees F. G. Replant damaged grass areas showing root growth failure, deterioration, bare or thin spots, and eroded areas RESTORATION A. Restore pavement, concrete, grassed areas, planted areas and structures damaged during execution of work, of this section ACCEPTANCE A. Seeded areas will be accepted at end of maintenance period when seeded areas are properly established and otherwise acceptable. END OF SECTION

278 Miscellaneous Work and Cleaning Up Engineer: Stantec Section Page 1 of SECTION MISCELLANEOUS WORK AND CLEANING UP PART 1 GENERAL 1.01 WORK INCLUDED A. Furnishing all labor, materials, equipment and incidentals required to do all miscellaneous work and cleaning up not otherwise specified including, but not limited to, the following: 1. Cleaning up the construction site. 2. Disposing of material and debris. 3. The extra work of crossing existing sewers, drains, electrical and telephone conduits and water mains. 4. Miscellaneous work associated with connecting to existing utilities. 5. Disconnecting, plugging and abandoning the existing piping including all excavation, backfill, concrete plugs and surface restoration items. 6. Furnishing, installing and removing project signs. 7. All other work incidental to completing the project. PART 2 PRODUCTS None this Section. PART 3 EXECUTION 3.01 CLEANUP A. Remove all construction material, excess excavation, equipment or other debris remaining on the construction site as a result of construction operations and shall render the site of the work in a neat and orderly condition at least equal to that which existed prior to the start of construction. B. Dispose of all materials and debris off-site in accordance with local, state and federal regulations INCIDENTAL WORK A. Do all incidental work not otherwise specified but obviously necessary to the proper completion of the Contract as specified and as shown on the Drawings. END OF SECTION

279 Concrete Engineer: Stantec Table of Contents - Page 1 of DIVISION 3 - CONCRETE Section Non-structural Concrete Grout

280 Nonstructural Concrete Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 WORK INCLUDED SECTION NONSTRUCTURAL CONCRETE A. Furnishing and placing of all nonstructural concrete, including thrust blocks, pipe encasement and pipe support. B. Furnishing and placing steel reinforcement. C. Furnishing, installing and removing formwork QUALITY ASSURANCE A. Concrete work shall conform to all requirements of ACI 301, Specifications for Structural Concrete for Building, except as modified herein. PART 2 PRODUCTS 2.01 MATERIALS A. Cement: ASTM C150, Portland Type II. B. Fine and Coarse Aggregates: ASTM C33, 3/4-inch maximum size. C. Water - fresh, clean and potable. D. Reinforcing Steel: ASTM A615, Grade 60; Stirrups and ties, Grade 40. E. Welded Wire Fabric: ASTM A185. F. No chemical admixtures shall be used CONCRETE A. Concrete placement exceeding 1 cubic yard shall be transit mixed conforming to ASTM C94. B. Concrete shall have a minimum compressive strength of 3000 psi at 28 days. C. Slump: 5 inches maximum. PART 3 EXECUTION 3.01 PREPARATION A. General: 1. Remove all wood scraps and debris from the areas in which concrete will be placed. 2. Thoroughly clean all areas to ensure proper placement and bonding of concrete. 3. Thoroughly oil or wet (except in freezing weather) the forms; remove all standing water. 4. Earth subgrades to receive concrete shall be clean, undisturbed surfaces, free from frost, snow, ice, mud, debris, and standing or running water.

281 Nonstructural Concrete Engineer: Stantec Section Page 2 of FORMS A. Forms shall be soundly built, tied and properly aligned NOTIFICATION A. Notify the ENGINEER at least 24 hours before placing concrete PIPE ENCASEMENT A. Pipe encasement shall be formed and cast in place in accordance with details shown on the Drawings. END OF SECTION

282 Grout Engineer: Stantec Section Page 1 of PART 1 GENERAL 1.01 WORK INCLUDED SECTION GROUT A. Furnishing and installing grout for filling joints and setting and anchoring items to masonry and concrete SUBMITTALS A. Submit product data and manufacturer's mixing and installation instructions in accordance with Section REFERENCE STANDARDS A. ASTM C109 - Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or 50 mm Cube Specimens). B. ASTM C827 - Early Volume Change of Cementitious Mixtures. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Specifications include references to designated manufacturers to illustrate minimum acceptable requirements for products. B. Substitutions: Products of equal or better quality, function, and performance may be proposed for substitution by following the procedures in Section NONSHRINK CEMENT GROUT A. Nonshrink, non-metallic cement based grout with a minimum compressive strength of 5,000 psi at 28 days when tested in accordance with ASTM C109, and with no shrinkage when tested in accordance with ASTM C827. Grout shall consist of premixed, prepackaged materials requiring only the addition of potable water. Embeco 153 Grout by Master Builders or Five Star Grout by U.S. Grout Corporation NONSHRINK EPOXY GROUT A. Nonshrink, non-metallic epoxy-based grout with a minimum compressive strength of 10,000 psi at 28 days when tested in accordance with ASTM C109, and with no shrinkage when tested in accordance with ASTM C827. Grout shall be pourable, 100% solids epoxy system consisting of three premeasured, prepackaged components. Five Star Grout as manufactured by U.S. Grout Corporation. PART 3 EXECUTION 3.01 GENERAL A. Use nonshrink grout for setting equipment, anchor bolts, dowels, bearing plates and similar applications where shrinkage must be eliminated.

283 Grout Engineer: Stantec Section Page 2 of GROUTING A. Base and Bearing Plate Grouting: Mix, place, compact and cure nonshrink cement grout in accordance with manufacturer's instructions. B. Machinery and Equipment Base Grouting: Add coarse aggregate having a maximum size of 1/4 inch to nonshrink cement grout. Mix and install in accordance with manufacturer's instructions. C. Anchor Bolts and Dowels: Drill holes in concrete of twice the bolt or dowel diameter. For dowels drill at a 30 downward angle. Clean hole thoroughly with compressed air. Fill hole with nonshrink epoxy grout and then immediately embed items. END OF SECTION

284 APPENDIX A SANITARY SEWER CCTV INSPECTION LOGS

285

286

287

288 Pipe Graphic Report of PSR A for Stantec Setup 17 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Boylston St ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 6 Width ins Joint length Year laid Certificate # Time 12:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [58684] Water Level 5% 12.0 Ft Material change [pvc] 24.2 Ft Material change [vcp] 44.4 Ft Crack Circumferential 03 to 06 o'clock ST: Ft Deposits Attached Encrustation 09 to 03 o'clock 005% OM: Ft Tap Factory Capped o'clock Survey Dir Pipe Flow 73.9 Ft Ft Water Level Sag 020% ST: Ft Water Level Sag 025% ST: Ft Roots Fine Joint 11 o'clock OM: Ft Roots Fine Joint 09 to 02 o'clock OM: Ft Crack Circumferential 12 to 12 o'clock ST: Ft Ft Ft Broken 05 to 07 o'clock ST: 5 BMC Corp

289 Pipe Graphic Report of PSR A for Stantec Setup 17 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Boylston St ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 6 Width ins Joint length Year laid Certificate # Time 12:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Water Level Sag 050% ST: Ft Ft Fracture Multiple 12 to 12 o'clock ST: Ft Ft Crack Multiple 12 to 12 o'clock ST: Ft Tap Factory Capped o'clock Ft Broken 02 o'clock ST: 3 Survey Dir Pipe Flow Ft Ft Roots Fine Joint 12 o'clock OM: Ft Roots Fine Joint 10 o'clock OM: Ft Roots Fine Joint 10 to 02 o'clock OM: 1 [S01] Ft Roots Fine Joint 10 to 02 o'clock OM: 1 [F01] Ft Crack Longitudinal 10 o'clock ST: Ft Ft Ft Crack Spiral 01 to 03 o'clock ST: 2 Crack Multiple 12 to 12 o'clock ST: 3 BMC Corp

290 Pipe Graphic Report of PSR A for Stantec Setup 17 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Boylston St ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 6 Width ins Joint length Year laid Certificate # Time 12:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Crack Circumferential 12 to 12 o'clock ST: 1 Pipe Flow Survey Dir Ft Ft Manhole [28306] End of Survey BMC Corp

291

292

293

294 Pipe Graphic Report of PSR A for Stantec Setup 7 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Edward Rd Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:44 Downstream Ft u Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [60500] Water Level 5% 7.3 Ft Tap Break-in o'clock 32.6 Ft Roots Fine Joint 12 to 12 o'clock OM: Ft Roots Fine Joint 09 o'clock OM: 1 Infil Dripper 09 o'clock OM: Ft Tap Break-in o'clock Deposits Attached Grease 10 o'clock 005% OM: 2 Survey Dir Pipe Flow 54.9 Ft 57.8 Ft Roots Medium Joint 11 to 01 o'clock 005% OM: 3 Tap Break-in o'clock 58.9 Ft Roots Medium Joint 12 to 12 o'clock 005% OM: Ft Infil Gusher 06 o'clock OM: Ft Infil Runner 12 o'clock OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Ft Deposits Attached Encrustation 12 to 03 o'clock 005% OM: 2 BMC Corp

295 Pipe Graphic Report of PSR A for Stantec Setup 7 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Edward Rd Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:44 Downstream Ft u Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Fracture Spiral 05 to 09 o'clock ST: Ft Deposits Attached Encrustation 06 to 11 o'clock 005% OM: Ft Deposits Attached Encrustation 06 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Tap Break-in o'clock Survey Dir Pipe Flow Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 Tap Factory o'clock Ft Crack Multiple 12 to 12 o'clock ST: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 BMC Corp

296 Pipe Graphic Report of PSR A for Stantec Setup 7 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Edward Rd Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:44 Downstream Ft u Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Break-in o'clock Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 Infil Weeper 02 o'clock OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 Survey Dir Pipe Flow Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [S01] Tap Break-in o'clock Ft Infil Dripper 02 o'clock OM: Ft Infil Weeper 10 o'clock OM: Ft Tap Break-in o'clock Ft Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [F01] Manhole [53067] End of Survey BMC Corp

297 Pipe Graphic Report of PSR A for Stantec Setup 13 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:20 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [82945] Water Level 5% 10.2 Ft Tap Break-in o'clock 11.7 Ft Tap Break-in o'clock 39.0 Ft Repair Patch 12 to 02 o'clock [pvc] 39.5 Ft 47.7 Ft Tap Break-in o'clock Survey Dir Pipe Flow 49.9 Ft 50.9 Ft Fracture Spiral 06 to 11 o'clock ST: 3 Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Crack Longitudinal 12 o'clock ST: 2 BMC Corp

298 Pipe Graphic Report of PSR A for Stantec Setup 13 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:20 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [82945] Water Level 5% 10.2 Ft Tap Break-in o'clock 11.7 Ft Tap Break-in o'clock 39.0 Ft Repair Patch 12 to 02 o'clock [pvc] 39.5 Ft 47.7 Ft Tap Break-in o'clock Survey Dir Pipe Flow 49.9 Ft 50.9 Ft Fracture Spiral 06 to 11 o'clock ST: 3 Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Crack Longitudinal 12 o'clock ST: 2 BMC Corp

299 Pipe Graphic Report of PSR A for Stantec Setup 13 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:20 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Crack Longitudinal 12 o'clock ST: Ft Crack Longitudinal 12 o'clock ST: 2 Survey Dir Pipe Flow Ft Crack Multiple 12 to 01 o'clock ST: Ft Hole 11 o'clock ST: Ft Fracture Circumferential 12 to 12 o'clock ST: Ft Ft Manhole [40389] End of Survey BMC Corp

300 Pipe Graphic Report of PSR A for Stantec Setup 14 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:58 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [46096] Water Level 5% 5.1 Ft Tap Break-in o'clock 26.0 Ft Crack Multiple 12 to 06 o'clock ST: Ft Tap Break-in o'clock Roots Fine Connection 03 o'clock OM: Ft Tap Break-in o'clock 84.7 Ft Tap Break-in o'clock Survey Dir Pipe Flow 89.2 Ft Ft Roots Fine Joint 12 to 12 o'clock OM: 1 Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Fracture Circumferential 12 to 12 o'clock ST: Ft Ft Manhole [91877] End of Survey BMC Corp

301 Pipe Graphic Report of PSR A for Stantec Setup 15 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:12 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [91877] Water Level 005% 10.1 Ft Hole 02 o'clock ST: Ft 54.0 Ft Tap Break-in o'clock Hole 12 o'clock ST: Ft Tap Break-in o'clock Ft Tap Break-in o'clock Survey Dir Pipe Flow Ft Ft Tap Break-in o'clock Tap Break-in o'clock Ft Tap Break-in o'clock Ft Broken 02 to 04 o'clock ST: Ft Tap Break-in o'clock Ft Roots Fine Joint 02 o'clock OM: Ft Ft Ft Tap Break-in o'clock BMC Corp

302 Pipe Graphic Report of PSR A for Stantec Setup 15 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:12 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Survey Dir Pipe Flow Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Manhole [21052] End of Survey BMC Corp

303 Pipe Graphic Report of PSR A for Stantec Setup 16 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [21052] Water Level 5% 17.0 Ft Roots Fine Joint 10 o'clock OM: Ft Tap Break-in o'clock 22.2 Ft Tap Break-in o'clock 25.2 Ft Crack Multiple 11 to 01 o'clock ST: Ft Roots Fine Joint 12 to 12 o'clock OM: 1 Survey Dir Pipe Flow 40.9 Ft 46.9 Ft Deposits Attached Encrustation 12 to 05 o'clock 005% OM: 2 Deposits Attached Encrustation 06 to 09 o'clock 005% OM: Ft Tap Break-in o'clock 83.4 Ft Tap Break-in o'clock Ft Crack Longitudinal 04 o'clock ST: Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Ft Crack Multiple 11 to 01 o'clock ST: 3 BMC Corp

304 Pipe Graphic Report of PSR A for Stantec Setup 16 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street evans st Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Repair Patch 11 o'clock [brick] Ft Deposits Attached Encrustation 06 to 12 o'clock 005% OM: Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Crack Multiple 12 to 12 o'clock ST: Ft Crack Multiple 06 to 12 o'clock ST: 3 Survey Dir Pipe Flow Ft Crack Longitudinal 12 o'clock ST: Ft Tap Break-in o'clock Ft Broken 11 to 01 o'clock ST: Ft Crack Longitudinal 11 o'clock ST: Ft Fracture Multiple 05 to 09 o'clock ST: Ft Ft Manhole [40389] End of Survey BMC Corp

305 Pipe Graphic Report of PSR A for Stantec Setup 1 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Gilbert st Start Rim to invert Grade to invert Rim to grade Ft Finish 13164A Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:01 Downstream Ft U Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [13164] Water Level 5% 10.9 Ft Repair Patch 12 o'clock [vcp repair] 16.7 Ft Tap Break-in o'clock 58.4 Ft Tap Factory o'clock Survey Dir Pipe Flow 66.9 Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Ft Manhole [13164A] End of Survey BMC Corp

306 Pipe Graphic Report of PSR 13164A A for Stantec Setup 2 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Gilbert st Start 13164A Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:28 Downstream Ft U Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [13164A] Water Level 5% 9.7 Ft Tap Break-in o'clock Survey Dir Pipe Flow 66.6 Ft Tap Factory o'clock 90.2 Ft Deposits Attached Encrustation 02 to 10 o'clock 005% OM: Ft Ft Manhole [26161] End of Survey BMC Corp

307 Pipe Graphic Report of PSR A for Stantec Setup 5/6 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Gilbert St Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:55 Downstream Ft U Cat Flow control Preclean J Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [73601] Water Level 5% 4.0 Ft Tap Break-in o'clock 19.3 Ft Roots Fine Joint 11 to 03 o'clock OM: Ft Roots Fine Joint 11 to 01 o'clock OM: Ft Tap Break-in o'clock 34.6 Ft Tap Break-in o'clock Survey Dir Pipe Flow 74.8 Ft 86.1 Ft Tap Factory o'clock Tap Factory o'clock 97.2 Ft Deposits Attached Encrustation 06 to 11 o'clock 005% OM: Ft Deposits Attached Encrustation 01 to 06 o'clock 005% OM: Ft Deposits Attached Encrustation 01 to 06 o'clock 005% OM: Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Ft Tap Factory o'clock BMC Corp

308 Pipe Graphic Report of PSR A for Stantec Setup 5/6 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Gilbert St Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:55 Downstream Ft U Cat Flow control Preclean J Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Factory o'clock Ft Roots Fine Joint 12 to 12 o'clock OM: Ft Tap Break-in Intruding o'clock Survey Dir Pipe Flow Ft Tap Factory o'clock Ft Tap Break-in o'clock Ft Tap Break-in Intruding o'clock Ft Ft Abandoned Survey [reversal required. cannot pass tap.] BMC Corp

309 Pipe Graphic Report of PSR A for Stantec Setup 6/5 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Gilbert St Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Reverse set up on sheet:5 Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:13 Upstream Ft U Cat Flow control Preclean J Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [13164] Water Level 5% Pipe Flow Survey Dir 12.5 Ft Tap Break-in Intruding o'clock Ft 12.6 Ft BMC Corp

310 Pipe Graphic Report of PSR A for Stantec Setup 3 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Main St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:58 Upstream Ft U Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [26161] Water Level 5% 25.7 Ft Tap Factory Capped o'clock 49.7 Ft Tap Break-in o'clock 50.3 Ft Tap Factory Capped o'clock 74.7 Ft Tap Factory Capped o'clock Pipe Flow 77.2 Ft Ft Tap Break-in o'clock Tap Break-in o'clock Survey Dir Ft Ft Tap Break-in o'clock Tap Factory Capped o'clock Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Fracture Multiple 12 to 06 o'clock ST: Ft Ft Ft Manhole [15699] End of Survey BMC Corp

311 Pipe Graphic Report of PSR A for Stantec Setup 4 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Main St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:16 Downstream Ft U Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [26161] Water Level 5% 13.4 Ft Tap Factory Capped o'clock 43.4 Ft Broken 02 o'clock ST: Ft Tap Factory Capped o'clock 78.9 Ft Tap Break-in o'clock 89.3 Ft Tap Factory Capped o'clock Survey Dir Pipe Flow Ft Ft Tap Factory Capped o'clock Tap Factory Capped o'clock Ft Tap Factory Capped o'clock Ft Tap Break-in o'clock Ft Tap Factory Capped o'clock Ft Crack Circumferential 11 to 12 o'clock ST: Ft Tap Factory Capped o'clock Ft Ft Fracture Spiral 09 to 10 o'clock ST: 3 BMC Corp

312 Pipe Graphic Report of PSR A for Stantec Setup 4 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/18 Direction Street Main St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 10:16 Downstream Ft U Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Fracture Multiple 03 to 09 o'clock ST: 4 Pipe Flow Survey Dir Ft Ft Manhole [95321] End of Survey BMC Corp

313

314

315 Pipe Graphic Report of PSR SMH MELENDI AT NICHOLS A for City of Watertown Setup 5 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Finish SMH MELENDI AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 9:47 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [SMH AT ELTON AT NICHOLS] Water Level 25% 51.4 Ft Tap Factory Capped o'clock 54.7 Ft Tap Factory Capped o'clock 57.6 Ft Tap Factory Capped o'clock 60.6 Ft Tap Factory Capped o'clock Pipe Flow 64.7 Ft 67.2 Ft Tap Factory Capped o'clock Tap Factory Capped o'clock Survey Dir 68.3 Ft 69.9 Ft Fracture Multiple 07 to 03 o'clock ST: 4 Tap Factory Capped o'clock 71.9 Ft Tap Factory o'clock 72.5 Ft Fracture Longitudinal 12 o'clock ST: Ft Tap Factory Capped o'clock Crack Longitudinal 03 o'clock ST: 2 81 Ft 77.7 Ft 81.0 Ft Tap Factory Capped o'clock Tap Factory Capped o'clock BMC Corp

316 Pipe Graphic Report of PSR SMH MELENDI AT NICHOLS A for City of Watertown Setup 5 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Finish SMH MELENDI AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 9:47 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 81 Ft 83.7 Ft 87.4 Ft Tap Factory Capped o'clock Tap Factory Capped o'clock 90.4 Ft Tap Factory Capped o'clock 93.5 Ft Tap Factory Capped o'clock 97.6 Ft Tap Factory Capped o'clock 99.6 Ft Tap Factory Capped o'clock Pipe Flow Ft Ft Crack Longitudinal 12 o'clock ST: 2 Tap Factory Capped o'clock Survey Dir Ft Ft Tap Factory Capped o'clock Tap Factory Capped o'clock Ft Crack Longitudinal 12 o'clock ST: Ft Tap Factory Capped o'clock Ft Crack Longitudinal 12 o'clock ST: 2 [S01] Ft Ft Ft Crack Longitudinal 12 o'clock ST: 2 [F01] Material change [PVC] Tap Factory o'clock BMC Corp

317 Pipe Graphic Report of PSR SMH MELENDI AT NICHOLS A for City of Watertown Setup 5 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Finish SMH MELENDI AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 9:47 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Tap Factory o'clock Ft Tap Factory Capped o'clock Ft Tap Factory o'clock Pipe Flow Ft Material change [VCP] Survey Dir Ft Tap Factory Capped o'clock Ft Tap Break-in o'clock Ft Water Level 075% Ft Ft Manhole [SMH MELENDI AT NICHOLS] End of Survey BMC Corp

318 Pipe Graphic Report of PSR SMH AT ELTON AT NICHOLS A for City of Watertown Setup 3/4 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT BIGELOW ST Rim to invert Grade to invert Rim to grade Ft Finish SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:46 Upstream Ft U Cat Flow control Preclean N Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [SMH AT BIGELOW ST] Water Level 40% 21.3 Ft Crack Longitudinal 12 o'clock ST: Ft Crack Multiple 11 to 03 o'clock ST: Ft Tap Factory o'clock 26.4 Ft Crack Longitudinal 12 o'clock ST: 2 Pipe Flow 63.5 Ft Tap Factory o'clock Crack Multiple 11 to 02 o'clock ST: 3 Survey Dir 99.3 Ft Ft Tap Factory o'clock Crack Multiple 10 to 02 o'clock ST: 3 Crack Longitudinal 12 o'clock ST: Ft Tap Factory o'clock Crack Multiple 11 to 01 o'clock ST: Ft Crack Longitudinal 12 o'clock ST: 2 [S01] Ft Crack Longitudinal 12 o'clock ST: 2 [F01] Ft Ft Ft Tap Factory o'clock Crack Longitudinal 12 o'clock ST: 2 [S02] BMC Corp

319 Pipe Graphic Report of PSR SMH AT ELTON AT NICHOLS A for City of Watertown Setup 3/4 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT BIGELOW ST Rim to invert Grade to invert Rim to grade Ft Finish SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:46 Upstream Ft U Cat Flow control Preclean N Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Material change [pvc] Crack Longitudinal 12 o'clock ST: 2 [F02] Ft Tap Factory o'clock Ft Material change [VCP] Crack Longitudinal 12 o'clock ST: 2 Pipe Flow Ft Crack Longitudinal 12 o'clock ST: 2 Survey Dir Ft Ft Crack Longitudinal 12 o'clock ST: 2 Tap Factory o'clock Ft Crack Longitudinal 12 o'clock ST: Ft Tap Factory o'clock Ft Ft BMC Corp

320 Pipe Graphic Report of PSR SMH AT ELTON AT NICHOLS A for City of Watertown Setup 4/3 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT ELTON AT NICHOLS Rim to invert Grade to invert Rim to grade Ft Finish SMH AT BIGELOW ST Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Reverse set up on sheet:3 Further location details Height 15 Width ins Joint length Year laid Certificate # Time 9:24 Downstream Ft U Cat Flow control Preclean N Total length Year rehabilitated System Owner Ft Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [SMH AT ELTON AT NICHOLS] Water Level 25% 8.6 Ft Crack Multiple 11 to 01 o'clock ST: 3 Survey Dir Pipe Flow 11.6 Ft Fracture Multiple 10 to 02 o'clock ST: Ft Tap Factory o'clock 19.3 Ft 19.3 Ft Abandoned Survey [Past end of reverse set up] BMC Corp

321 Pipe Graphic Report of PSR SMH AT BIGELOW ST A for City of Watertown Setup 2 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT 15 NICHOLS AVE Rim to invert Grade to invert Rim to grade Ft Finish SMH AT BIGELOW ST Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:34 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [SMH AT 15 NICHOLS AVE] Water Level 40% 22.2 Ft Tap Factory o'clock 46.3 Ft Crack Longitudinal 12 o'clock ST: Ft Tap Factory o'clock 52.4 Ft Crack Longitudinal 12 o'clock ST: 2 Pipe Flow 86.2 Ft 87.5 Ft Crack Longitudinal 11 o'clock ST: 2 Tap Factory o'clock Survey Dir 88.0 Ft Ft Crack Longitudinal 12 o'clock ST: 2 Crack Longitudinal 01 o'clock ST: Ft Tap Factory o'clock Ft Crack Longitudinal 12 o'clock ST: Ft Tap Factory o'clock Ft Ft Ft Crack Multiple 10 to 03 o'clock ST: 3 Tap Factory o'clock BMC Corp

322 Pipe Graphic Report of PSR SMH AT BIGELOW ST A for City of Watertown Setup 2 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT 15 NICHOLS AVE Rim to invert Grade to invert Rim to grade Ft Finish SMH AT BIGELOW ST Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:34 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Crack Longitudinal 12 o'clock ST: 2 Pipe Flow Survey Dir Ft Ft Manhole [SMH AT BIGELOW ST] End of Survey BMC Corp

323 Pipe Graphic Report of PSR SMH AT 15 NICHOLS AVE A for City of Watertown Setup 1 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT 15 NICHOLS AVE Rim to invert Grade to invert Rim to grade Ft Finish SMH AT ARLINGTON ST Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:10 Downstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [SMH AT 15 NICHOLS AVE] Water Level 40% 8.0 Ft Tap Factory o'clock 23.2 Ft Crack Longitudinal 12 o'clock ST: 2 [S01] 43.3 Ft Tap Factory o'clock 49.1 Ft Tap Break-in o'clock 53.6 Ft Crack Longitudinal 12 o'clock ST: 2 [F01] Survey Dir Pipe Flow 59.3 Ft 63.3 Ft Crack Longitudinal 12 o'clock ST: 2 [S02] Crack Longitudinal 09 o'clock ST: Ft Tap Break-in o'clock Ft Deposits Settled Other 06 o'clock 040% OM: 5 [Appears to be rags] Crack Longitudinal 12 o'clock ST: 2 [F02] Ft Crack Multiple 07 to 02 o'clock ST: Ft Fracture Longitudinal Hinge, 3 09 to 03 o'clock ST: 5 [S03] Ft Tap Break-in o'clock 160 Ft Ft Fracture Longitudinal Hinge, 3 09 to 03 o'clock ST: 5 [F03] BMC Corp

324 Pipe Graphic Report of PSR SMH AT 15 NICHOLS AVE A for City of Watertown Setup 1 Surveyor MRG Drainage P/O # City Watertown Date 2015/08/20 Direction Street Nichols Ave Start SMH AT 15 NICHOLS AVE Rim to invert Grade to invert Rim to grade Ft Finish SMH AT ARLINGTON ST Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length Year laid Certificate # Time 8:10 Downstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project Nichols Ave. Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 160 Ft Ft Crack Longitudinal 12 o'clock ST: 2 Survey Dir Pipe Flow Ft Crack Multiple 09 to 04 o'clock ST: Ft Ft Manhole [SMH AT ARLINGTON ST] End of Survey BMC Corp

325 Pipe Graphic Report of PLR V for STANTEC Setup 20 Surveyor FRB Drainage P/O # City WATERTOWN, MA Date 2009/06/10 Direction Street NICHOLS AVENUE Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details MH INTERSECTION ARLINGTON ST Height 15 Width ins Joint length 3.0 Ft Year laid Certificate # Time 12:58 Downstream U Cat Flow control Preclean H Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Media No DVD #2 Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [51287] Water Level 20% 58.3 Ft Roots Fine Joint 09 to 04 o'clock Pipe Flow Survey Dir 64.7 Ft General Observation [RFJ THROUGHOUT] Ft Ft Manhole [ ] End of Survey ADS ENVIRONMENTAL SERVICES Phone: Fax:

326 Pipe Graphic Report of PLR V for STANTEC Setup 21 Surveyor FRB Drainage P/O # City WATERTOWN, MA Date 2009/06/10 Direction Street NICHOLS AVENUE Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 15 Width ins Joint length 3.0 Ft Year laid Certificate # Time 13:09 Downstream U Cat Flow control Preclean H Total length 9.3 Ft Year rehabilitated System Owner Weather Structural Miscellaneous Media No DVD #2 Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [ ] Water Level 20% 3.3 Ft Crack Longitudinal 12 o'clock [BEGINS] Survey Dir Pipe Flow 8.7 Ft General Observation [TEES INTO 18 OR 24" LINED PIPE] 9.2 Ft General Observation [CL ENDS AT 7.3' AT 12 0'CLOCK] 9.3 Ft 9.3 Ft Manhole [ ] End of Survey ADS ENVIRONMENTAL SERVICES Phone: Fax:

327 Pipe Graphic Report of PSR A for Stantec Setup 19 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Nichols St. Ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 13:22 Downstream Ft u Cat Flow control Preclean J Total length 57.5 Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [30245] Water Level 5% 20.0 Ft Tap Break-in o'clock Pipe Flow Survey Dir 49.3 Ft Roots Fine Joint 09 to 02 o'clock OM: Ft 57.5 Ft Manhole [97554] End of Survey BMC Corp

328 Pipe Graphic Report of PSR A for Stantec Setup 19 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Nichols St. Ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 13:22 Downstream Ft u Cat Flow control Preclean J Total length 57.5 Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [30245] Water Level 5% 20.0 Ft Tap Break-in o'clock Pipe Flow Survey Dir 49.3 Ft Roots Fine Joint 09 to 02 o'clock OM: Ft 57.5 Ft Manhole [97554] End of Survey BMC Corp

329 Pipe Graphic Report of PSR A for Stantec Setup 20 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Nichols St. Ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 13:26 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [97554] Water Level 5% Survey Dir Pipe Flow 45.6 Ft Tap Break-in o'clock Ft Ft Manhole [91852] End of Survey BMC Corp

330 Pipe Graphic Report of PSR A for Stantec Setup 18 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Nichols St. Ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 13:17 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [60752] Water Level 5% Pipe Flow Survey Dir Ft Ft Manhole [30245] End of Survey BMC Corp

331 Pipe Graphic Report of PSR BOYLSTON A for City of Watertown Setup 5 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/21 Direction Street porter st Start 15 PORTER Rim to invert Grade to invert Rim to grade Ft Finish BOYLSTON Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:37 Upstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/21/2016 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [15 PORTER] Water Level 5% 30.6 Ft Tap Factory o'clock Pipe Flow 51.4 Ft Tap Factory o'clock Survey Dir 78.4 Ft Tap Factory o'clock 93.4 Ft Tap Break-in o'clock Ft Tap Factory o'clock Ft Ft Manhole [BOYLSTON] End of Survey BMC Corp

332 Pipe Graphic Report of PSR 15 PORTER A for City of Watertown Setup 6 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/21 Direction Street porter st Start 15 PORTER Rim to invert Grade to invert Rim to grade Ft Finish 31 PORTER Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:51 Downstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/21/2016 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [15 PORTER] Water Level 5% 14.8 Ft Tap Factory o'clock 35.0 Ft Material change [pvc] 37.3 Ft Material change [vcp] 47.2 Ft Tap Factory o'clock 63.7 Ft Tap Factory o'clock Survey Dir Pipe Flow Ft Ft Tap Factory o'clock Tap Factory o'clock Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Tap Factory o'clock Ft Fracture Multiple 12 to 12 o'clock ST: Ft Ft BMC Corp

333 Pipe Graphic Report of PSR 15 PORTER A for City of Watertown Setup 6 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/21 Direction Street porter st Start 15 PORTER Rim to invert Grade to invert Rim to grade Ft Finish 31 PORTER Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 9:51 Downstream Ft U Cat Flow control Preclean N Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/21/2016 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Manhole [31 PORTER] End of Survey Pipe Flow Survey Dir Ft BMC Corp

334 Pipe Graphic Report of PSR 42 PORTER A for City of Watertown Setup 7 Surveyor Craig Medwid Drainage P/O # City watertown Date 2016/07/21 Direction Street porter st Start 31 PORTER Rim to invert Grade to invert Rim to grade Ft Finish 42 PORTER Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 11:23 Upstream Ft U Cat Flow control Preclean N Total length 85.4 Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/21/2016 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 0 Ft 0.0 Ft Start of Survey Manhole [31 PORTER] Water Level 5% 25.9 Ft Material change [pvc] 29.2 Ft Material change [vcp] 29.9 Ft Pipe Flow 37.3 Ft Tap Factory o'clock Survey Dir 56.2 Ft 68.3 Ft Tap Factory o'clock Material change [pvc] 72.6 Ft Material change [vcp] 80.8 Ft Fracture Multiple 11 to 01 o'clock ST: Ft 82.7 Ft 85.4 Ft Crack Multiple 12 to 06 o'clock ST: 3 Manhole [42 PORTER] End of Survey BMC Corp

335 Pipe Graphic Report of PSR A for Stantec Setup 8 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 12:42 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [51005] Water Level 5% 18.0 Ft Tap Break-in o'clock 32.2 Ft Tap Break-in o'clock 51.6 Ft Tap Break-in o'clock 61.1 Ft Repair Patch 11 to 01 o'clock [pvc patch] 65.6 Ft Tap Break-in o'clock Survey Dir Pipe Flow 67.4 Ft Ft Crack Longitudinal 10 o'clock ST: 2 Tap Break-in o'clock Ft Roots Fine Joint 08 o'clock OM: Ft Tap Break-in o'clock Ft Roots Fine Joint 09 o'clock OM: Ft Tap Break-in o'clock Ft Tap Break-in o'clock 176 Ft Ft Manhole [84739] End of Survey BMC Corp

336 Pipe Graphic Report of PSR A for Stantec Setup 9 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 10 Width ins Joint length Year laid Certificate # Time 14:09 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [54441] Water Level 5% 8.4 Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [S01] 13.7 Ft Tap Break-in o'clock 17.0 Ft Infil Runner 03 o'clock OM: Ft Infil Runner 09 o'clock OM: Ft Tap Break-in o'clock Survey Dir Pipe Flow 23.3 Ft 35.4 Ft Infil Dripper 12 o'clock OM: 3 Infil Dripper 12 o'clock OM: Ft Infil Runner 09 o'clock OM: Ft Tap Break-in o'clock 50.9 Ft Tap Break-in o'clock 60.5 Ft Infil Weeper 09 o'clock OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [F01] 99 Ft 99.0 Ft Tap Break-in o'clock BMC Corp

337 Pipe Graphic Report of PSR A for Stantec Setup 9 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 10 Width ins Joint length Year laid Certificate # Time 14:09 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional 99 Ft Ft Tap Break-in o'clock Ft Deposits Attached Encrustation 03 o'clock 005% OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [S02] Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Roots Fine Connection 10 o'clock OM: Ft Tap Break-in o'clock Survey Dir Pipe Flow Ft Ft Roots Fine Joint 10 o'clock OM: 1 Roots Fine Joint 02 o'clock OM: Ft Tap Break-in o'clock Roots Fine Connection 02 o'clock OM: Ft Tap Break-in o'clock Ft Roots Fine Joint 09 o'clock OM: Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [F02] 268 Ft Ft Manhole [32533] End of Survey BMC Corp

338 Pipe Graphic Report of PSR A for Stantec Setup 10 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 10 Width ins Joint length Year laid Certificate # Time 14:32 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [32533] Water Level 5% 8.0 Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [S01] 32.0 Ft Tap Break-in o'clock 36.0 Ft Tap Break-in o'clock 79.8 Ft Tap Break-in o'clock 84.0 Ft Tap Break-in o'clock Survey Dir Pipe Flow Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Tap Break-in o'clock Ft Fracture Multiple 04 to 08 o'clock ST: Ft Tap Break-in o'clock Ft Ft Tap Break-in o'clock BMC Corp

339 Pipe Graphic Report of PSR A for Stantec Setup 10 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/18 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 10 Width ins Joint length Year laid Certificate # Time 14:32 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Ft Ft Deposits Attached Encrustation 12 to 12 o'clock 005% OM: 2 [F01] Manhole [26614] End of Survey Pipe Flow Survey Dir Ft BMC Corp

340 Pipe Graphic Report of PSR A for Stantec Setup 11 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Rutland St. Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 8 Width ins Joint length Year laid Certificate # Time 7:19 Downstream Ft u Cat Flow control Preclean J Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [84739] Water Level 5% 17.0 Ft Tap Break-in o'clock 31.9 Ft Tap Break-in o'clock 34.1 Ft Broken 07 to 10 o'clock ST: Ft 65.6 Ft Tap Break-in o'clock Survey Dir Pipe Flow 73.6 Ft 79.2 Ft Material change [pvc] Material change [vcp] 80.5 Ft Tap Break-in o'clock 80.7 Ft Ft Tap Break-in o'clock Ft Crack Spiral 08 to 09 o'clock ST: Ft Ft Manhole [26614] End of Survey BMC Corp

341 Pipe Graphic Report of PSR A for Stantec Setup 12 Surveyor Craig Medwid Drainage P/O # City Watertown Date 2016/07/19 Direction Street Rutland St. ease Start Rim to invert Grade to invert Rim to grade Ft Finish Rim to invert Grade to invert Rim to grade Ft Use Shape Material Lining Purpose Location Sanitary Circular Additional info Vitrified Clay Pipe Survey Customer Further location details Height 12 Width ins Joint length Year laid Certificate # Time 7:52 Downstream Ft u Cat Flow control Preclean H Total length Ft Year rehabilitated System Owner Weather Structural Miscellaneous Project 7/18/16 Work Order Northing Easting Elevation Coordinate System GPS Accuracy Media No Year Cleaned Length Surveyed O&M Hydraulic Constructional Start of Survey 0 Ft 0.0 Ft Manhole [26614] Water Level 10% 68.0 Ft Roots Fine Joint 12 to 12 o'clock OM: Ft Tap Break-in o'clock 78.4 Ft Roots Fine Joint 02 o'clock OM: Ft Roots Fine Joint 01 to 02 o'clock OM: 1 Survey Dir Pipe Flow 85.6 Ft Roots Fine Joint 12 to 12 o'clock OM: 1 [S01] Ft Roots Fine Joint 12 to 12 o'clock OM: 1 [F01] Roots Medium Joint 12 o'clock 010% OM: 3 [S02] Ft Roots Medium Joint 12 o'clock 010% OM: 3 [F02] Ft Tap Break-in o'clock Ft Ft Manhole [40389] End of Survey BMC Corp

342 APPENDIX B MWRA TOXIC REDUCTION AND CONTROL ONE-TIME-ONLY DISCHARGE REQUEST

343 Submit for approval this MWRA Questionnaire for a One-Time-Only Discharge Request to discharge wastewater from a sewer pipe lining/curing project into the Authority sewer system. Submit the completed form to: Massachusetts Water Resources Authority Toxic Reduction and Control 2 Griffin Way, Chelsea, MA Attention: Kattia Thomas, Project Manager, Permitting If you have any questions regarding the approval process, you may contact Kattia Thomas, at

344 MASSACHUSETTS WATER RESOURCES AUTHORITY TOXIC REDUCTION AND CONTROL 2 GRIFFIN WAY CHELSEA, MASSACHUSETTS One-Time-Only Discharge Request To discharge from a Cured-in-Place Pipe (CIPP) Lining process as part of a sewer rehabilitation project into the Municipality or Authority sewerage system Please, allow three weeks for processing this request Name of Municipality: Project Name: Name of the person from the Municipality to contact concerning the information provided herein. (Please, sign the signature page of this questionnaire, without a signature from the Municipality the MWRA will not be able to process this request.) Name: Title: Address: Telephone No.: Facsimile No.: E Mail: Contractor designated by the Municipality to conduct the project. Name: Title: Company: Address: Telephone No.: Facsimile No.: E Mail: MWRA Permit Number: 2

345 Person designated by the Municipality to receive correspondence from the MWRA regarding this project. Name: Title: Company: Address: Telephone No.: Facsimile No.: 3

346 GENERAL INFORMATION: Please answer all of the questions (If more space is needed, attach additional pages). a) Cured-in-Place Pipe (CIPP)Liner is defined as a woven or non-woven or combination of woven and non-woven material surrounded or impregnated with resin which when installed and processed, forms to the shape and size of the interior walls of the host conduit as defined in ASTM Standard F1216. b) Host Conduit is defined as the existing pipeline to be rehabilitated by CIPP Lining. The host conduit for this project must be indicated on the Contract Drawings. 1. Indicate the project scope. Provide pipe location and pipe length and diameter of each pipe to be treated. Use a pipe identification naming scheme that references the drawings and that will be recognizable by all parties. Identify all of the connection (using the name provide in Attachment A of the MWRA Municipal Discharge Permit) of the receiving MWRA interceptor and submit a diagram and drawing that will trace the flow from the project pipe to the MWRA interceptor. Project scope and location: Pipe Location Sewer Connection of the receiving MWRA interceptor (Provide name in Attachment A of the MWRA Municipal Discharge Permit) Pipe Length (Feet) Pipe Diameter (Inches) 4

347 2. Indicate how you will conduct the pipe cleaning process prior to the lining process. 3. Indicate the proposed installation method that you will employ for the CIPP liner into the existing pipe. 4. Indicate all of the appropriate Federal, state, and local permits and approvals obtained for this CIPP project. 5. Submit the Materials Safety Data Sheet(s) for the CIPP lining materials. 5

348 6. Indicate all source(s) of wastewater curing\lining process wastewater, cooling water, rinse water, pre-clean water, post-clean water, and, etc to be discharged into MWRA sewer system from this project. Wastewater Type(s) Curing water Source(s) Cooling water Rinsing water Pre-cleaning water Post-cleaning water Other (Describe) Other (Describe) 6

349 7. Describe the proposed pretreatment for the wastewater curing\lining process wastewater, cooling water, rinse water, pre-clean water, post-clean water, and, etc and provide equipment/flow diagram(s). 7

350 8. Indicate the storage method for treated and/or untreated curing\lining process wastewater, cooling water, rinse water, pre-clean water, post-clean water, etc, and provide its capacity in gallons prior to discharge into the MWRA sanitary sewer system. Wastewater Type(s) Storage method prior to discharge into MWRA sanitary sewer system. Storage capacity (gallons) Curing\lining process water Cooling water Rinsing water Pre-cleaning water Post-cleaning water Other (Describe) 8

351 9. Indicate proposed volume of wastewater (curing\lining process wastewater, cooling water, rinse water, pre-clean water, post-clean water, and, etc..) flow into the MWRA sewer system per day gallons per day (GPD). Wastewater Type(s) Curing\lining process water Volume(GPD) Discharge into MWRA sanitary sewer system Pretreatment Yes/No Yes No Pretreatment Type(s) Cooling water Yes No Rinsing water Yes No Pre-cleaning water Yes No Post-cleaning water Yes No Other (Describe) Yes No 9

352 10. Describe other method(s) for the collection and disposal for the curing\lining process wastewater, cooling water, and/or rinse water if pretreatment is not viable, and the discharge to the MWRA sanitary sewer system is not authorized. 11. Indicate if solids will be generated from the treatment process, including solidified styrene and other solid byproducts. All solids must be removed from the cure water and subsequent cooling and rinsing operations, prior to discharge into MWRA sewer system, pursuant 360 C.M.R (8). 10

353 12. Indicate proposed date(s) of discharge into the MWRA sewer system. Anticipated first day of discharge: Anticipated last day of discharge: Proposed hours of discharge into MWRA sewer system: 13. Provide the construction schedule for the project including specific proposed date(s) and start and end times. If specific dates are not known, please use Day 1 (one) for taking the pipe out of service and count forward from there. If individual operating time will take less than twentyfour hours, specify start and end times in military time. Action(s) Date (mm/dd/yyyy) Operating Time (hrs:min:sec) Comments(s) Taking pipe out of service Pre-cleaning of pipe (Start) Pre-cleaning of pipe (End) Line installation (Start) Line installation (End) Curing process (Start) Curing process (End) Cooling process (Start) Cooling process (End) Rinsing (Start) Rinsing (End) Return pipe to service Other (Describe) 11

354 14. Indicate how you will ensure that sufficient capacity (gallons) at the construction zone in the event of a storm event. Describe how flow through the pipe will be diverted around the construction zone and provide rerouting plans, and pipe blockage techniques that you will employ. Specify materials that will be used and storage measures that will be employed. 12

355 15. CERTIFICATION STATEMENT AND SIGNATURE: The questionnaire for a One-Time-Only Discharge Request must be signed and dated by an authorized representative. If an authorization is no longer accurate because a different individual or position has responsibility for the overall operation of the sewer system, a new authorization satisfying the requirements of this section must be submitted to the MWRA prior to or together with any reports to be signed by an authorized representative. An authorized representative of a municipality includes: a) a responsible public official, including a Mayor, City Manager, Town Administrator, Chair of the Board of Selectman, District Manager, or any other person who performs similar policy or decision-making functions for the municipality, or the director, manager, or superintendent of the department responsible for operating or overseeing the operation of the sewer system, if authority to sign documents has been assigned or delegated to the individual in accordance with the municipality s procedures. b) the duly authorized representative of the individual designated in (a) of this section if: i) the authorization is made in writing by the individual described in (a); ii) the authorization specifies either an individual or a position having responsibility for the overall operation of the sewer system from which the discharge originates, such as the position of superintendent, or a position of equivalent responsibility, or having overall responsibility for environmental matters for the municipality; iii) the written authorization is submitted to the MWRA. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the sewer system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature of Authorized Representative Please Print Name of Authorized Representative Title Date PLEASE, ALLOW THREE WEEKS FOR PROCESSING THIS REQUEST Do not alter this form 13

356 APPENDIX C MWRA REQUEST TO CONDUCT ROOT CONTROL

357 MASSACHUSETTS WATER RESOURCES AUTHORITY TOXIC REDUCTION AND CONTROL 2 GRIFFIN WAY CHELSEA, MASSACHUSETTS Request To Conduct A Root Control Project Name of Municipality: Name of the person from the Municipality to contact concerning the information provided herein. (Please, sign page 2 of this questionnaire, without a signature from the municipality the MWRA will not be able to process this request.) Name: Title: Address: Telephone No.: Facsimile No.: Person designated by the Municipality to receive correspondence from the MWRA regarding this project. Name: Title: Address: Telephone No.: Facsimile No.: 1. Provide a description of the project. 2. Indicate the location and length (linear feet) of pipe to be treated? Provide street name(s) and provide a map if applicable.

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67 August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS (Easement 6 & 11, 4200 block of Versailles Avenue and Belclaire Avenue and the 4300 block of Westway

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

City of Everett Glendale Park Playground Renovation Project CITY OF EVERETT MASSACHUSETTS CONTRACT BID DOCUMENTS FOR

City of Everett Glendale Park Playground Renovation Project CITY OF EVERETT MASSACHUSETTS CONTRACT BID DOCUMENTS FOR City of Everett Glendale Park Playground Renovation Project CITY OF EVERETT MASSACHUSETTS CONTRACT BID DOCUMENTS FOR Glendale Park Playground Renovation Project Office of the Purchasing Department Robert

More information

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE The Towns of Readfield and Winthrop, acting by and through the Maranacook Lake Outlet Dam Committee, are

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR Miscellaneous Concrete Repairs 2014 3600-3900 Blocks of Potomac Avenue and Town Hall, 2014 To: The Honorable Mayor and Town Council Town of Highland Park

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV

NORTH BAY VILLAGE, FLORIDA INVITATION TO BID BID NO. NBV NORTH BAY VILLAGE, FLORIDA INVITATION TO BID FOR WATERMETERREPLACEMENT PROGRAM BID NO. NBV 2017-001 SEALED PROPOSALS WILL BE RECEIVED BY THE VILLAGE CLERK, 1666 KENNEDY CAUSEWAY,SUITE 300, NORTH BAY VILLAGE,

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

JUDD STREET LIFT STATION DEWATERING CONTRACT

JUDD STREET LIFT STATION DEWATERING CONTRACT JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS March 6, 2006 ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS The attention of all Bidders submitting Proposals for the

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM

CITY OF DE PERE PROJECT VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 1:00 PM CITY OF DE PERE PROJECT 18-12 VOYAGEUR PARK PLAYGROUND BID DATE: FEBRUARY 1, 2018 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM

CITY OF DE PERE PROJECT HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 1:00 PM CITY OF DE PERE PROJECT 16-10 HVAC MAINTENANCE RE-BID BID DATE: MAY 5, 2016 @ 1:00 PM Bid documents, including plans and specifications, are available for download at www.questcdn.com. The QuestCDN website

More information

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1 SOLICITATION NO.: B-10-031-MF SAWS JOB NO. 07-6500 DESCRIPTION: DOS RIOS WATER RECYCLING

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF

More information

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B) CITY OF AZUSA Azusa Gateway Improvements (CIP #66111B) CONTRACT DOCUMENTS TABLE OF CONTENTS Page No. NOTICE INVITING BIDS... 1 INSTRUCTIONS TO BIDDERS... 3 BID FORM... 10 BID SCHEDULE... 10 CONTRACTOR

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

Burlington Mall Road at South Bedford Street Median Improvements MIP

Burlington Mall Road at South Bedford Street Median Improvements MIP TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION at South Bedford Street Median Improvements MIP-14-7058 This is an unofficial Bid Spec. If this document is used to submit a bid, then

More information

Black Creek Consolidated Drain (Dirkes Drain)

Black Creek Consolidated Drain (Dirkes Drain) Black Creek Consolidated Drain (Dirkes Drain) CONTRACT SPECIFICATIONS ISSUED FOR BID Prepared For: Muskegon County Drain Commissioner Prepared By: Project No. 14-111 May 2016 Table of Contents Division

More information

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia: REVISED BID FORM SEALED BIDS WILL BE RECEIVED at the Department of Procurement Services, City Hall, 900 E. Broad Street, Rm. 1104, Richmond, Virginia 23219, UNTIL BUT NOT LATER THAN 2:30 P.M. ON February

More information

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST SECTION 00000 TABLE OF CONTENTS CITY OF PICAYUNE ROOF REHABILITATION FOR PICAYUNE POLICE DEPARTMENT PICAYUNE, MS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00001... Advertisement for Bids 00100...

More information

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131 CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer January 2011 1 CONSTRUCTION DOCUMENTS I. Bid Announcement

More information

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS

SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS SPECIFICATIONS PROPOSAL AND CONTRACT DOCUMENTS WASTEWATER TREATMENT PLANT RENOVATION Prepared for: WATER WORKS AND SEWER BOARD OF THE CITY OF GENEVA JULY, 2018 Prepared by: Andalusia, Alabama TABLE OF

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

Specifications & Contract Documents. for the. Countywide Stormwater Culvert Repair/Replacement Phase 2. For the Macon Water Authority

Specifications & Contract Documents. for the. Countywide Stormwater Culvert Repair/Replacement Phase 2. For the Macon Water Authority Specifications & Contract Documents for the Countywide Stormwater Culvert Repair/Replacement Phase 2 For the Macon Water Authority Bibb County, Georgia TPE Project # MWA 005 5223 Riverside Drive, Suite

More information

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements,

Addendum No. 2 is hereby issued to revise the Procurement Schedule, clarify Bid Bond Requirements, ITB 2018-02 ADDENDUM NO. 2 Addendum No. 2 to ITB 2018-02 MEDART LIFT STATION BYPASS Issued February 15, 2018 SECTION 2.0 SCHEDULE OF EVENTS See dates added in RED below Failure to comply with this or any

More information

BID Addenda No. Date Issued Addenda No. Date Issued

BID Addenda No. Date Issued Addenda No. Date Issued BID - 004113 BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the Contract

More information

TRAFFIC SIGNAL IMPROVEMENT PROJECT

TRAFFIC SIGNAL IMPROVEMENT PROJECT TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS TRAFFIC SIGNAL IMPROVEMENT PROJECT BEDFORD ST (ROUTE 62) AT MIDDLESEX TURNPIKE EXT. Contract #18C-411-0015 This is an unofficial Bid Spec. If this document

More information

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract

More information

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301

BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 BID DOCUMENTS FOR CASTLE HEAD START REROOFING REROOFING PROJECT, BID # 2018-11 AT CASTLE HEAD START 2050 ACADEMY DRIVE ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION 632 W. 13 th STREET MERCED, CA

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PARKING LOT RECONSTRUCTION AT (DATE): MARCH 9, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PARKING LOT RECONSTRUCTION AT (DATE): MARCH 9, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

PROPOSAL AND BID FORM (Submit in triplicate)

PROPOSAL AND BID FORM (Submit in triplicate) Bidder SECTION 00300 PROPOSAL AND BID FORM (Submit in triplicate) Proposal of: (hereinafter called "Bidder" or "Contractor"), organized and existing under the laws of the State of doing business as a partnership

More information

CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX

CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX CONTRACT DOCUMENTS MARION COUNTY BOARD OF SUPERVISORS REPAIR AND RE-ROOF OF EXISTING CAFETERIA AND INDUSTRIAL BUILDING MARION COUNTY BUSINESSPLEX MARION COUNTY, MS MARCH 2019 1574 HWY. 98 EAST COLUMBIA,

More information

Sample. Bid Proposal. Not Valid for Use

Sample. Bid Proposal. Not Valid for Use BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as TO THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions Invitations to Bidders, the undersigned proposes

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY DEMOLITION AND HAZARDOUS MATERIALS (DATE): AUGUST 15, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY DEMOLITION AND HAZARDOUS MATERIALS (DATE): AUGUST 15, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) PUBLIC WORKS DEPARTMENT BID FORMS FOR FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140) DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL WASHINGTON COMMUNITY SCHOOLS Washington, Indiana PROJECT MANUAL FOR CONSTRUCTION OF GYMNASIUM RENOVATION WASHINGTON HIGH SCHOOL

More information

Route 66 Signage Project

Route 66 Signage Project Community Development Department Route 66 Signage Project Project #: 2016-01 Bid Date: June 21, 2016 1. Notice Inviting Bids 2. Bid Schedule 3. Addendums 4. Plan Holders List 5. Bid Summary NOTICE INVITING

More information

Title 15 BUILDINGS AND CONSTRUCTION

Title 15 BUILDINGS AND CONSTRUCTION Title 15 BUILDINGS AND CONSTRUCTION Chapters: 15.04 International Codes Adopted 15.08 Building Permits 15.12 Movement of Buildings Chapter 15.04 INTERNATIONAL CODE COMMISSION CODES Sections: 15.04.010

More information

T. R. Long Engineering, P.C.

T. R. Long Engineering, P.C. T. R. Long Engineering, P.C. 114 North Commerce Street Hinesville, Georgia 31313 (912) 368-5664 Office (912) 368-7206 FAX 306 Commercial Drive Savannah, Georgia 31406 (912) 335-1046 Office (912) 335-1642

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

SALEM, MASSACHUSETTS CONTRACT S-46 LORING / LAFAYETTE / WEST INTERSECTION AND SIGNALIZATION IMPROVEMENTS TABLE OF CONTENTS

SALEM, MASSACHUSETTS CONTRACT S-46 LORING / LAFAYETTE / WEST INTERSECTION AND SIGNALIZATION IMPROVEMENTS TABLE OF CONTENTS SALEM, MASSACHUSETTS CONTRACT S-46 LORING / LAFAYETTE / WEST INTERSECTION AND SIGNALIZATION IMPROVEMENTS TABLE OF CONTENTS SECTION PAGES BIDDING REQUIREMENTS 00100 INVITATION TO BID 1 to 3 00200 INSTRUCTIONS

More information

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT BID FORMS FOR 2013-14 CURB, GUTTER AND SIDEWALK REPAIR AND CURB-RAMP INSTALLATION PW 13-28 PLEASE USE BLACK INK WHEN YOU PREPARE THESE FORMS DO NOT DETACH ANY OF THIS MATERIAL THIS

More information

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131 CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, MO 63131 Prepared by City Engineer January 2014 CONSTRUCTION DOCUMENTS

More information

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama

BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY. Normal, Alabama BOILER REPLACEMENT AT SCHOOL OF ENGINEERING FOR ALABAMA A&M UNIVERSITY Normal, Alabama MIMS ENGINEERING, INC., 112B Southside Square, Huntsville, AL 35801 May 2, 2018 BOILER REPLACEMENT AT SCHOOL OF ENGINEERING

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY STORM DRAINAGE IMPROVEMENTS AT (DATE): MARCH 1, 2018

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY STORM DRAINAGE IMPROVEMENTS AT (DATE): MARCH 1, 2018 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

Chester Wastewater Collection System Improvements

Chester Wastewater Collection System Improvements CONTRACT DOCUMENTS & SPECIFICATIONS Chester Wastewater Collection System Improvements - 2018 Chester, Montana August 2018 RPA Prepared by: Robert Peccia and Associates Helena, MT www.rpa-hln.com Set Number

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program.

Funding for the Crisfield Street Rehabilitation Project is made available through the federally funded Community Development Block Grant Program. INVITATION TO BIDDERS Sealed BIDS, in duplicate, will be received by the Somerset County Commissioners, 11916 Somerset Avenue, Room 111, Princess Anne, 21853 for the Crisfield Street Rehabilitation Project,

More information

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES

TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES TOWN OF UNION REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES PLEASE TAKE NOTICE that sealed proposals for the Town of Union, New York, will be received by the Town Clerk at 3111 East Main Street,

More information

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 SECTION 00410 BID FORM Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19 THIS BID IS SUBMITTED TO: CITY OF LEBANON AUTHORITY 2311 Ridgeview Road Lebanon, Pennsylvania 17042 1.01

More information

PUBLIC SAFETY BUILDING BUILDING DEMOLITION

PUBLIC SAFETY BUILDING BUILDING DEMOLITION Contract No. BE19-117 File No. 2003 SECTION 00005 - TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT BIDDING and CONTRACT REQUIREMENTS No.

More information

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN April 21, 2014 ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN The following changes, additions, and/or deletions shall be made to the Bid Documents for

More information

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect. North Campus Entrance and related work Wallace State Community College ADDENDUM 3 PART 1 - GENERAL Project: North Campus Entrance and related work [B.C. # 2016259] Owner: Wallace State Community College

More information

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016

PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 City of River Falls Utilities Department 222 Lewis Street, River Falls. WI 54022 Phone: 715-425-0900 PROJECT MANUAL FOR 2016 DIRECTIONAL BORING PROJECT APRIL 2016 Directional Boring Project Title Page

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m. ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or

More information

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum. ADDENDUM NO. FOUR March 5, 2018 NORTH IDAHO COLLABORATIVE EDUCATION BUILDING North Idaho College, Coeur d Alene, ID DPW PROJECT 16251 - H2A PROJECT 1616 This addendum is hereby incorporated into and is

More information

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016.

CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016. PROJECT CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INFLOW/INFILTRATION (I/I) PROGRAM - MANHOLE REPAIRS AUGUST 2016 Prepared by: ENGINEERING AND CONSTRUCTION SERVICES DIVISION 1621 N 14

More information

CITY OF NEW BEDFORD, MASSACHUSETTS HARBOR DEVELOPMENT COMMISSION

CITY OF NEW BEDFORD, MASSACHUSETTS HARBOR DEVELOPMENT COMMISSION CITY OF NEW BEDFORD, MASSACHUSETTS HARBOR DEVELOPMENT COMMISSION BID DOCUMENTS FOR NEW BEDFORD HARBOR ENERGIZATION PROJECT PHASE II - 2012 HDC CONTRACT NO. HDC-FY12-001 PREPARED BY Consulting Engineers

More information

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE REQUEST FOR BIDS 1. RECEIPT OF BIDS The Town of Freeport will receive sealed Bids, clearly marked and addressed to: Bid for Culvert Replacement Project 2015-1, Freeport Town Engineer, Town Hall, 30 Main

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

LINCOLN WATER COMMISSION 96 OLD RIVER ROAD LINCOLN, RI INVITATION TO BID EARL STREET NEW DUCTILE IRON WATER MAIN INSTALLATION RFP #

LINCOLN WATER COMMISSION 96 OLD RIVER ROAD LINCOLN, RI INVITATION TO BID EARL STREET NEW DUCTILE IRON WATER MAIN INSTALLATION RFP # LINCOLN WATER COMMISSION 96 OLD RIVER ROAD LINCOLN, RI 02865 INVITATION TO BID EARL STREET NEW DUCTILE IRON WATER MAIN INSTALLATION RFP #2018-02 BID OPENING DATE: WEDNESDAY, July 5, 2017 TIME: LOCATION:

More information

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents

CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING. Bid Document. Specifications, Proposal and Contract Documents CITY OF LAKE FOREST PARK EXTERIOR PAINTING OF CITY HALL BUILDING Bid Document Specifications, Proposal and Contract Documents July 2013 CITY OF LAKE FOREST PARK Exterior Painting of City Hall Building

More information

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting

More information

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS For the construction of the CCNB Broken Back Rehabilitation, Phase 3 located at 8 sites in the City of Simi Valley in the

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax ADDENDUM 707 Minnesota Ave., Suite 506 Kansas City, Kansas 66101 Tel. 913.287.1900 Fax. 816.300.4102 www.wskfarch.com A r c h i t e c t u r e I n t e r i o r D e s i g n I l l u s t r a t I o n P l a n

More information

DRAINAGE IMPROVEMENTS 2018 Contract #18C

DRAINAGE IMPROVEMENTS 2018 Contract #18C TOWN OF BURLINGTON DEPARTMENT OF PUBLIC WORKS DRAINAGE IMPROVEMENTS 2018 Contract #18C-411-0034 This is an unofficial Bid Spec. If this document is used to submit a bid then you must email your contact

More information

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS 1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS

More information

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST

ELECTRONIC COPY NOT FOR BIDDING PURPOSES ALL BIDDERS SHALL BE ON THE OFFICIAL BIDDER'S LIST PEARL RIVER COUNTY UTILITY AUTHORITY POPLARVILLE WASTEWATER TREATMENT PLANT BELT FILTER PRESS PROJECT PEARL RIVER COUNTY, MS TABLE OF CONTENTS DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS 00030 Notice

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

More information

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR SOUTHPORT ELEMENTARY SCHOOL ELECTRONIC MARQUEE AT SOUTHPORT ELEMENTARY SCHOOL 2747 Linden Road, West Sacramento, CA 95961 BCA Architects

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement. MEMORANDUM TO: FROM: Bidders Taylor Schoel with Walter Schoel Engineering DATE: August 29, 2013 SUBJECT: Addendum 1 - Green Drive Culvert Replacement The following is part of Addendum 1 and should be included

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

If you need any additional information concerning this requirement, please contact Superintendent of Public Works John Batchelder.

If you need any additional information concerning this requirement, please contact Superintendent of Public Works John Batchelder. TO: FROM: RE: All Licensed Contractors Michael J. Hartman Town Manager Street Excavation Policy Enclosed is an application form to be a Licensed Contractor in the Town of Stoughton for calendar year. This

More information

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified? ADDENDUM NO. 1 July 26, 2017 223837 RE: FROM: TO: CITY OF BARRE HMGP STORM DRAIN IMPROVEMENT PROJECTS DuBOIS & KING, INC. P.O. Box 339 Randolph, Vermont 05060 (802) 728-3376 Prospective Bidders This Addendum

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE CONTRACT PROPOSAL/CONTRACT ACCEPTANCE PROJECT # 2017-NC-001 For Construction of HIGDON LOOP ROAD BRIDGE located in Nelson County Kentucky 09/2017 REQUEST FOR BIDS HIGDON LOOP ROAD BRIDGE REPLACEMENT Nelson

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY CENTER SPRINGS PARK ACCESS (DATE): JUNE 1, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY CENTER SPRINGS PARK ACCESS (DATE): JUNE 1, 2017 BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY (Company Name) Port Commissioners Port of Corpus Christi Authority P. O. Box 1541 Corpus Christi,

More information