March 1, 2019 607589-105920 ADDENDUM NO. 5

To Prospective Bidders and Others on: SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath River Railroad between Plainfield Street and Birnie Avenue

This Proposal to be opened and read: TUESDAY, MARCH 12, 2019 at 2:00 P.M. Transmitting changes to the Contract Documents as follows:

ATTACHMENTS: RESPONSES TO BIDDER’S QUESTIONS: 16 pages.

DOCUMENT 00010: Revised page 2

DOCUMENT 00860: Deleted document in its entirety and inserted new document. (2 pages)

DOCUMENT A00801: Revised pages 2, 3, 44, 45, 79, 80, 81, 82, 85, 86, 102, 103, 104, 105, 106, 107, 108, 111, 112, 113, 114, 115, 116, 117, 118, 119, 120, 121, 122, 123, 124, 125, 126, 127, 128, 129, 130, 132, 134, 136, 137, 138, 139, 157, 161, 177, 179, 180, 181, 184, 202, 228 and 262.

DOCUMENT A00804: Inserted new pages 1339.1 to 1339.17 (Refer to response provided for Bidder Question 21-1)

DOCUMENT B00420: Revised pages 3 to 16 inclusive. Deleted pages 17 and 18. Please take note of the above, delete document as noted, insert new document in proper order, substitute the revised pages for the originals, and acknowledge Addendum No. 5 in your Expedite Proposal file before submitting your bid. Very truly yours,

Frank Kucharski, P.E. Construction Contracts Engineer LTP cc: Mike Papadopoulos, Project Manager Ten Park Plaza, Suite 4160, Boston, MA 02116 Tel: 857-368-4636, TTY: 857-368-0655 www.mass.gov/massdot

THIS PAGE IS INTENTIONALLY LEFT BLANK

Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 1

Advanced Drainage Systems, Inc. e-mail dated January 2, 2019

Question 1-1) I am writing in regard to the Construction of the North End Pedestrian Underpass Beneath Connecticut River Railroad between Plainfield Street and Birnie Avenue Project in Springfield, MA. Specifically, this Project is MassDOT Project Number 607589 and Bid Number BD-19-1030-0H100-0H002-31354; it is also Federal Aid Project Nos. CMQ-003S(182)X and TAP-003S(182)X.

The Project is currently specified with 12-inch Reinforced Concrete Pipe (RCP). Item Number and quantity is as follows:

241.12 = 12-Inch Reinforced Concrete Pipe (80 LF)

We would like to respectfully request that corrugated polypropylene pipe (per AASHTO M330) be allowed under the pipe option for the above referenced items; polypropylene pipe (per AASHTO M330) is now included within the MassDOT Interim Supplemental Specifications under Subsection M5.03.10 Corrugated Plastic Pipe. If allowed, the installation of the corrugated polypropylene pipe (per AASHTO M330) would follow MassDOT Installation Guidelines.

If additional information shall be required, please contact me at your earliest convenience regarding this request for a storm drainage pipe alternative.

Question Set 1, Response 1 provided in Addendum No. 2 is rescinded and replaced with the following.

Response 1) Item 241.12 is deleted. 12 Inch RCP is materially revised to 12 inch Corrugated Plastic (Polyethylene) Pipe.

PAGE 1 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 4

Daniel O’Connell and Sons, Inc. e-mail dated January 4, 2019

Question 1) Should Bid Item 369.06 -6x6 Tapping Sleeve be a 36”x6” Tapping Sleeve?

Question Set 4 Response 1 provided in Addendum No. 2 is rescinded and replaced with the following.

Response 1) Item 369.06 is deleted. Add new Item 369.366 36 Inch X 6 Inch Tapping Sleeve, Valve And Box.

PAGE 2 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 5 Northern Construction Service, Inc. e-mail dated January 3, 2019

Question 5-1) This contract contains item 183.11 Treatment of Contaminated Groundwater, paid by the lump sum. Treatment of groundwater is typically paid under item 183.1, which is paid per gallon. A lump sum pay item for this work puts all the risk on the contractor because of unknown subsurface conditions. The amount of water that needs to be handled and treated on this particular project could be a very large quantity or could be minimal depending on testing and actual field conditions at the time of construction. If the item remains a lump sum, this risk will need to be built into the project which could result in higher than anticipated pricing. We therefore request that the department change the payment of this item to a per gallon price to reduce the risk to the contractor due to these unknown conditions.

Response 5-1) The amount of water that needs to be handled is highly dependent on the Contractor’s means and methods as well as the Contractor’s proposed schedule and dewatering system design. The amount of groundwater that requires Treatment of Contaminated Groundwater is dependent on the testing performed by the Contractor, the Contractor’s site management, layout of potential onsite recharge pits, and seasonal fluctuation in groundwater levels. Information on groundwater elevations can be found in the geotechnical report dated December 3, 2015 (A00804-3). Determination of contamination levels of groundwater are to be determined by the Contractor. Basic treatment of groundwater for total suspended solids is included in item 991.1. Item 183.11 is intended to capture the cost of mobilization, operation, and maintenance of the contingency treatment system (if required as determined by the Engineer it is necessary to comply with a Remediation General Permit (RGP)).

Question Set 6 Baltazar Construction, Inc. e-mail dated January 4, 2019

Question 6-1) Plan Sheet #10 calls out for the removal of SMH 18B7 & SMH 18B6, removal of existing 42” RCP and two (2) locations to cut & plug RCP. How are these items to be paid?

Response 6-1) The removal of the existing SMH’s and existing 42” pipe shall be incidental to Item 140-Bridge Excavation. Cutting and Plugging of the remaining existing 42” SS pipe shall be incidental to other contract items.

Question 6-2) Specification page A00802-5 shows the location of 12” RCP at Sta 5+00 – 5+76. Drainage plan sheet #14 calls out for this run to be 12” HDPE. Please clarify.

Response 6-2) Refer to updated Response 1, Question Set 1 issued this addendum.

PAGE 3 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question 6-3) Item #997.10 (Railroad track removal and installation) calls out for the disposal and purchase of new material that is not suitable to be reused. Since this is unknown at time of bid, can an allowance be added to the contract to cover the disposal and purchase of new material that may be required?

Response 6-3) Response to be provided in a future addendum.

Question 6-4) Are railroad flaggers required for this project? If so, how will the contractor be compensated?

Response 6-4) Railroad Flaggers will be required for the construction of this project for all operations that are within the railroad right of way. The Contractor will be required to enter into a Railroad Service Agreement with the Railroad Operator (Maine Central Railroad Company c/o ) for these flagging services (See A00806-32). Payment for flagger services will be made by Contractor. Reimbursement to the Contractor will be provided in accordance with Subsection 7.11.

Question 6-5) Where is Item #806.15 to be used on the contract?

Response 6-5) Bid item 806.15 – 1 ½ inch Electrical Conduit Type RM –Galvanized Steel is no longer used and is removed from the bid form.

PAGE 4 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question 6-6) Please verify the quantities and locations for Item #804.15 & Item #804.3. These items shown on the drawings appear to have significantly less quantities than what is stated on the bid tab.

Response 6-6) Quantity for Item 804.15 confirmed. Quantity for Item 804.3 is reduced. Refer to Document B00420.

Question 6-7) Please explain where Item #997.2 is to be used and the exact scope of work it covers. Some of the items of work listed on specification page A00801-263 seem to be duplicated by other bid items.

Response 6-7) Response to be provided in a future addendum.

PAGE 5 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 7 Gagliarducci Construction, Inc. e-mail dated January 4, 2019

Question 7-1) Note the Springfield Department of Public Works does not oversee the water and sewer systems in the City of Springfield.

Response 7-1) Comment acknowledged. Special Provisions references to the Springfield Department of Public Works have been replaced with Springfield Water Commission and Sewer, as applicable.

Question 7-2) Item 369.06 is for a 6 x 6 Tapping Sleeve & Valve. Plan sheet 10 shows the water connection to a 36” main – not 6”. Please clarify.

Response 7-2) Refer to updated Response 1, Question Set 4 issued this addendum.

Question 7-3) The Springfield Water and Sewer Department charges fees for applications, permits, installation and inspections. Who is paying for these costs?

Response 7-3) The Contractor will be required to apply for a new water service connection permit and all costs associated with tapping, connection and discontinuance fees and installation inspections (by SWSC) for proposed water service connections and hydrant relocations shall be included in Contractors price for the associated water line and service work. The application process and necessary forms can be found at: https://waterandsewer.org/working-with-the-commission/application-process-for-new- residential-watersewer-service/

Question 7-4) The Springfield Water & Sewer Department (SWSD) typically installs the tapping sleeve and valve provided by the contractor and the contractor provides the excavation. How will this project be performed?

Response 7-4) The Contractor shall provide the tapping sleeve and valve for the hydrant relocation on Birnie Avenue and the tapping saddle for the new service connection on Plainfield Street. All connection work at the main will be completed by the SWSC) and the Contractor shall be responsible for excavation, materials and restoration.

Question 7-5) Who will pay for permits and inspection fees, etc. for the sanitary line relocation?

Response 7-5) There are no additional Contractor fees for permits. The Contractor will be required to enter into a license agreement with the SWSC which can be found within the Contract Documents (A00803-175). Installation of all components of relief sewer work contemplated under this contract will be by the Contractor with inspections by MassDOT. The Contractor is required to provide SWSC with 48 hours advanced notice before any work that impacts their facilities.

PAGE 6 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 8 Gagliarducci Construction, Inc. e-mail dated January 7, 2019

Question 8-1) What permit fees, if any, will be required of the contractor to the Railroad?

Response 8-1) MassDOT Rail Division owns the railroad right of way and maintains an operating agreement with the users thereon. No additional fees will be required to be paid by the Contractor however the Contractor will be required to enter into a Railroad Service Agreement with the Railroad Operator (See A00806-32) and shall be required to purchase Railroad Protective Liability Insurance as defined in the Contract Documents.

Question 8-2) What at the railroad flagging requirements and what rates are charged?

Response 8-2) Refer to response provided for Question 6-4.

PAGE 7 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 9

Daniel O’Connell and Sons, Inc. e-mail dated January 7, 2019

Question 9-1) Page A00801-232, for Bid Item 997.1 states the following -“All Railroad Track work as defined herein is to be completed under this MassDOT contract. Associated efforts are to be included in Contractor’s bid as a lump sum under item number 997.10 - Railroad Track Removal and Reinstallation. Track work covered under this allowance includes removal and stock piling of all existing track and ballast materials, replacing crossties, as well as re-installation of track following underpass construction, including surfacing and aligning.” Is this work meant to be coved under an allowance?

Response 9-1) Item 997.10 – Railroad Track Removal and Reinstallation is to be paid as a lump sum (not an Allowance) under this contract and shall include all work as described in the Special Provisions for that item.

Question 9-2) Crushed Stone for Sub-Base (Sub-ballast) section of 997.1 states the following – “The work consists of installing sub-blast on Br. S-24-044 and on its approaches where existing sub-ballast cannot be reused or as directed by the Engineer. Sub-ballast shall be provided by the Contractor.” If Item 997.1 is an allowance the requirement of the contactor supplying the required sub-ballast is achievable. If this item is to remain as a Lump Sum, it would be required to add a bid item for sub-ballast because the amount required is not able to be quantified from the drawings.

Response 9-2) Refer to revisions to Special Provision Item 997.10.

Question 9-3) Ballast section of 997.1 states the following – “The work consists of installing ballast on Br. S-24-044 and on its approaches where existing ballast cannot be reused or as directed by the Owner. Ballast shall be provided by the Contractor.” If Item 997.1 is an allowance the requirement of the contactor suppling the required Ballast is achievable. If this item is to remain as a Lump Sum, it would be required to add a bid item for Ballast because the amount required is not able to be quantified from the drawings. We do not know how much of the existing ballast might be able to be reused.

Response 9-3) See response to Question 9-2.

Question 9-4) Is Bid Item 184.1 - Disposal of Treated Wood Products to be used for the Disposal of Timber Crossties mentioned in 997.1. The following is stated on page A00801-237 “All existing ties removed shall become the property of the Contractor, removed from the ROW and disposed of as indicated in DISPOSAL OF TIMBER CROSSTIES.” Disposal of Timer Crossties does not existing in the bid form.

Response 9-4) Compensation for the disposal of existing treated crossties will be made under Item 184.1.

PAGE 8 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question 9-5) If the contactor is to reuse and/or supply new materials for the rail road track work, and is to be perform under bid item 997.1 as a lump sum, we will need some guidelines as to the expected quantities to be assumed for bidding purposes. Reference page A00801-246 – “All existing track materials determined suitable for reuse will be reinstalled. All materials to be replaced with new shall be furnished and installed by the Contractor.” Not knowing any details as to the number and scope of required new materials is difficult if not impossible to do.

Response 9-5) See response to Question 9-2.

Question 9-6) Where is it expected that we will utilize bid items 182.1 - Inspection & Testing for Asbestos & 182.2 –Asbestos Removal.

Response 6) Upon further review of the Hazardous Materials Assessment Report that was completed for this project there is no evidence of asbestos within the project limits. These items are removed from the contract and bid form.

Question Set 10 Daniel O’Connell and Sons, Inc. e-mail dated January 8, 2019

Question 10-1) What Bid Item covers the removal and disposal of the section of existing 42” Sewer pipe and manholes that gets displaced by the new RR Bridge. See Drawing Sheet number 10.

Response 10-1) See Response to Question 6-1.

Question 10-2) Where is Bid Item 156 – Crushed Stone to be utilized on this project.

Response 10-2) Pay Item 156 – Crushed Stone is used as foundation material for drainage pipes and structures to replace unsuitable material as determined by the Engineer.

Question 10-3) Might you be able to share the schedule and work activity durations that were used to determine the 5 day track shut down time limit.

Response 10-3) Response to be provided in a future addendum.

PAGE 9 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 11 Daniel O’Connell and Sons, Inc. e-mail dated January 9, 2019

Question 11-1) Reference (Page A00801-3) - “If the submitting contractor has prequalification for “Class 1 – General Transit Construction” classification under the Bay Transportation Authority, please provide evidence as part of the bid proposal. Prequalification is not required but demonstrates competency in the class of work.”

Not sure how we are to do this but we do have this through the MBTA. Can you please give instructions as to how we submit this with the bid, the current bid document does not allow us to include addition forms.

Response 11-1) Please see addendum no. 1 stating: Bidders must be pre-qualified by the Department in the BRIDGE CONSTRUCTION OR HIGHWAY-CONSTRUCTION categories to bid on the above project. All trackwork under this Contract shall conform to AREMA Manual for Railway Engineering

Question Set 12 Ocean State Signal e-mail dated January 9, 2019

Question 12-1) On Item Number 819.21 Closed Circuit Camera System - Line Number 4 and 5 asks to provide camera licenses for Genetec and Vidsys –

Can you please provide the version number of both software versions of the above that the City of Springfield is currently using.

Response 12-1) The City of Springfield is currently using ExacqVision version 9.8.3 camera software and Axis Q-6155E cameras.

Question 12-2) Table 1 CCTV Camera Specification - Zoom Ratio 35X Optical and 12 X Digital - Current MassDOT ITS projects are using the Axis camera Q-6054E-MK2 which is a 720 HD camera with 30 X Optical zoom. Will the Standard MassDOT camera of Axis brand be acceptable?

Response 12-2) Provide equipment that meets the Special Provisions.

Question 12-3) Under Section “Additional CCTV Installation Assembly and Testing, Maintenance and documentation requirements” Sub line number4 - What is the type of existing radio installed at Pine and Route 20.

Response 12-3) The Current Radio at Plainfield and Route 20 is Ubiquiti PowerBeam 400 p/n PBE-5AC-400-ISO-US

PAGE 10 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 13 Gagliarducci Construction, Inc. e-mail dated January 10, 2019

Question 13-1) Please provide additional information on the Fixture and Pole Type D Vertical Entry Marker Feature Lighting. Item # 823.158. It appears to be a custom fixture but we don’t know which vendor may have designed this for the project.

Response 13-1) Lighting fixtures under this item shall generally conform to the materials, shape and dimensions as provided in the Electrical Details (A00805-26). Contractor shall submit detailed shop drawings of the fixture in accordance with the provisions of Item 823.158.

Question Set 14 J.H. Maxymillian, Inc. e-mail dated January 10, 2019

Question 14-1) Pan Am Railways has informed the bidder that after June of 2019, passenger trips will jump to 10 per day. Building alternate lines and taking the lines out of service within the next 6 months may not be possible. Please confirm that MADOT has coordinated Pan Am line shutdown within the described project time period.

Response 14-1) Response to be provided in a future addendum.

Question 14-2) Please define the duration of the maintenance bond to be provided to the Springfield Water and Sewer Commission.

Response 14-2) Per the required Springfield Water and Sewer Commission (SWSC) License Agreement included in the Contract Documents (see A00803-175), a maintenance bond shall remain in effect for the term of five (5) years following all main approvals provided by SWSC for the installation of the 42-inch diameter relief sewer, manholes and associated structures.

Question 14-3) Please provide locations on the drawings or detail sheets to show where the 2 Acres of Item 101.00 Clearing and Grubbing is to take place.

Response 14-3) The quantity for this item has been reduced to 1.0 acre. Locations will be as directed by the Engineer.

Question 14-4) Is the contractor allowed to install the boat sections as precast concrete?

Response 14-4) Precast boat sections are not allowed.

PAGE 11 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question 14-5) Please define the physical limits on the East and West side of the tracks that define the area for the 5 day railroad outage period.

Response 14-5) See Sheet 50 of 82 for approximate track removal limits.

Question 14-6) Referring to item 992.32. Have the affected utility companies been contacted by MADOT or the engineer regarding the relocation of their lines?

Response 14-6) The utility companies are aware of the project. It is the Contractor’s responsibility to coordinate with the utility companies as required by Subsection 8.14 and Item 992.32 provided in the Special Provisions.

Question 14-7) Specifications for the 476.1 Cement Concrete Pavement read 4,000 PSI, 4/3” 610. Plan Sheet 53 of 82 reads 5,000 ¾” 610. Please confirm which concrete is correct.

Response 14-7) The cement concrete pavement for the concrete overlay at precast box culvert and boat section walkway shall be 4000 PSI, ¾”, 610.

Question 14-8) Please confirm that item 520.11 Special Concrete Curb – CIP is to use 5,000 ¾” 610 Concrete as called out on plan sheet 53 of 82.

Response 14-8) The Special Concrete Curb – CIP shall be 5000 PSI, ¾”, 705 as shown on Sheet 53 of 82.

Question 14-9) Under Item 995.01, there is no sub item for the 4,000 PSI 1.5” 565 High Early Strength. Is this quantity included within the 901.000 4000 PSI, 1.5 IN., 565 CEMENT CONCRETE?

Response 14-9) The quantity for 4000 PSI, 1.5”, 565 Cement Concrete – High Early Strength is included under 4000 PSI, 1.5”, 565 Cement Concrete.

Question 14-10) Is the item for 4,000 PSI 1.5” 565 Concrete under the 995.01 Item to be used on the light pedestals, entry marker foundations, and camera pole foundations that are outside of the boat sections? Or is this to only be used on the 4EA foundations within the boat sections?

Response 14-10) The item for 4000 PSI, 1.5”, 565 Cement Concrete under Item 995.01 shall be used to pay for light pole pedestals inside the boat section. For foundations outside the boat sections, as shown on Sheet 69 of 82, Type ‘A1’ light pole foundation shall be paid incidental to Item 823.151, Type ‘D’ entry marker foundation shall be paid incidental to item 823.157, and camera pole foundation shall be paid incidental to Item 819.21.

Question 14-11) Is the Scale for Type ‘A2’ Light Pole Pedestal on sheet 69 of 82 correct?

Response 14-11) The scale for Type ‘A2’ Light Pole Pedestal on Sheet 69 of 82 is correct.

PAGE 12 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question 14-12) Please confirm the 400 CY quantity for 915.4 Brick Masonry

Response 14-12) The quantity for Brick Masonry is 400 SF.

Question 14-13) If the contractor has determined that the Stage 1 work cannot be completed within 5 Days, will liquidated damages be enforced? If yes, will the full $54,100.00/DAY apply?

Response 14-13) Response to be provided in a future addendum.

Question 14-14) What safety factor is required when picking the precast box culvert sections and placing beneath the inactive railroad?

Response 14-14) Handling and erection shall follow the PCI Design Handbook requirements.

Question 14-15) Please confirm that sand blast finishing will need to occur after the form liners are removed from the boat section walls. Per Note #3 on the Typical Striation Detail Sheet 76 of 82.

Response 14-15) The sand blasted finish can be prepared either as part of the form liner panels, or applied after the forms are removed.

Question 14-16) The relocated Ducts for the Verizon Cables are shown to be located beneath the railroad. Who is responsible for the liquidated damages if the utility company work cannot be completed within the 5 day window?

Response 14-16) The relocated Verizon Business (MCI) fiber optic line on the western side of the tracks will be relocated by the Utility owner in advance of work beginning on this project. Verizon Business will require a minimum 30-day notice by Contractor before they must have their lines relocated out of the boat section area and into the existing rail corridor. The 30-days is inclusive of an approximate 8-days to complete the installation of new lines and manholes and approximately 3-days to complete splices of two circuits. This new utility will also need to be supported in place during the subsequent excavation and installation of the box culvert/underpass structure.

Question 14-17) For the pump station, will a submersible pump be accepted in lieu of a suction lift pump? If yes, what are the requirements?

Response 14-17) A submersible pump station will not be allowed at this location.

PAGE 13 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 15 Gagliarducci Construction, Inc. e-mail dated January 9, 2019

Question 15-1) The Detail for Item 997 – on plan sheet 70 - shows a 12” wall. This is not a standard wall thickness for an 8 ft diameter structure. The standard wall thickness for an 8 ft diam precast structure is 9”. Can this structure be provide with a 9” wall?

Response 15-1) The 12-inch thick wall for the structure is a designed thickness required for structural capacity and buoyancy.

Question Set 16 Ludlow Construction e-mail dated January 10, 2019

Question 16-1) Regarding the above-referenced contract bid for 1/15/2019, please provide clarification as to which set of Railroad Insurance requirement documents are to be used. The first set of specs on pages 48-51 for National Railroad, Chicago Union and Washington Terminal Co require limits of $2,000,000/$6,000.000. The second set of railroad specs on pages 52-55 require limits of $5,000,000/$10,000,000. Please provide which set of specs are to be used.

Response 16-1) Insurance limits for this Contract are set at $5,000,000/$10,000,000, Refer to page A00801-2.

Question 16-2) Are the Steel Rail and Pedestrian Handrail to be the same?

Response 16-2) Yes-

Question Set 17 Gagliarducci Construction, Inc. e-mail dated January 10, 2019

Question 1) Please confirm that Item 701.01 CONCRETE PAVING & INTEGRAL CURB WITH INTEGRAL COLOR & SAW-CUT JOINTS-80CY is in fact to be paid at the CY.

Response 1) Item 701.01-Concrete Paving & Integral Curb with Integral Color & Saw-cut Joints shall be paid by the Cubic Yard.

PAGE 14 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 18 Daniel O’Connell and Sons, Inc. e-mail dated January 11, 2019

Question 18-1) Special Provisions 995.01 calls for the 4000 PSI 1.5” 565 High Early concrete to attain a minimum strength of 3,500 psi in 24 hrs. Sheet 57 of 82 note 4 states “High early strength concrete shall have a minimum strength of 3,000 psi at 8 hrs.” Please clarify which is required.

Response 18-1) Both requirements shall be met, i.e., high early strength concrete shall have a minimum strength of 3,000 psi in 8 hours, and 3,500 psi in 24 hours.

Question Set 19 Marlin Controls, Inc. e-mail dated January 11, 2019

Question 19-1) On the above referenced project, Under Item # 824.211 there is an item for an Infrared Pedestrian Detection System specified. The equipment required to meet this specification is extremely complicated and so costly it more than doubles the cost of the entire system. The City of Springfield currently has numerous RRFB crosswalk systems which our company had supplied on DOT contracts that are activated by pedestrians using a push button. Mass DOT specifications for RRFB crossings in Springfield typically require pedestrian push buttons for activation (see attached) therefore would it be acceptable to remove the requirement for the Infrared Pedestrian Detection System and replace it with your standard specification?

Response 19-1) The City of Springfield has agreed to the elimination of the Infrared Pedestrian Detection System and instead install the typical push button controls. Updated special provision and plan are attached to this Addendum.

Question Set 20 Daniel O’Connell and Sons, Inc. e-mail dated January 31, 2019

Question 20-1) Plan details of the pedestrian culvert show waterproofing membrane around the four sides of the culvert. The waterproofing on the bottom of the culvert has the potential to rip or crease when each section is pulled into place. Can the membrane from the sides of the culvert terminate on the mud mat instead of wrapping underneath?

Response 20-1) Membrane waterproofing shall be wrapped around all sides of the box culvert and doubled wrapped at the joint as shown on the plans.

PAGE 15 OF 16 Proposal No. 607589-105920 SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad Between Plainfield Street and Birnie Avenue

Responses to Bidder’s Questions Addendum No. 5, March 1, 2019

Question Set 21 J.F. White Contracting Company. e-mail dated February 5, 2019

Question 21-1) Under the “Cold-Formed Steel Framing” it states “Fasteners Connecting Light Gage Members to Concrete shall be ½” Stainless Steel Undercut Anchor”. As there does not appear to be a dynamic load applied to this connection can ½” stainless steel wedge or drop in anchors be used as a substitute for the undercut anchors?

Response 21-1) ½” stainless steel expansion anchor is an acceptable substitute for the undercut anchors to connect the architectural framing to the box culvert wall.

Question Set 22 J.F. White Contracting Company. e-mail dated February 6, 2019

Question 22-1) The project intersects two adjacent locations under Mass DEP Activity Use Limitations (AUL) orders. The actual AUL(s) are not provided. Can the AUL(s) be provided?

Response 22-1) Please refer to Document A00804:

RTN 1-11927, 211 Plainfield St., Roy’s Towing Office/Garage has an AUL in Document A00804- FORM 1075 Page A00804-786.

RTN 1-16458, 4 Birnie Ave., Curtis Universal Joint Facility has an AUL in Document A00804- FORM 1075 Page 1303

RTN 1-16458, 4 Birnie Ave., Curtis Universal Joint Facility has an updated AUL provided with this addendum. Refer to Addendum transmittal cover letter.

PAGE 16 OF 16 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

TABLE OF CONTENTS DOCUMENT 00010 TABLE OF CONTENTS ...... 00010-1 through 2 DOCUMENT 00104 NOTICE TO CONTRACTORS ...... 00104- 1 through 4 DOCUMENT 00210 REQUIREMENTS OF MASSACHUSETTS GENERAL LAWS CHAPTER 30, SECTION 39R; CHAPTER 30, SECTION 39O ...... 00210-1 through 4 DOCUMENT 00331 LOCUS MAP ...... 00331-1 through 2 DOCUMENT 00439 CONTRACTOR PROJECT EVALUATION FORM ...... 00439-1 through 2 DOCUMENT 00440 SUBCONTRACTOR PROJECT EVALUATION FORM ...... 00440-1 through 2 DOCUMENT 00710 GENERAL CONTRACT PROVISIONS ...... 00710-1 through 2

DOCUMENT 00712 SECTION M3 ASPHALTIC MATERIALS ...... 00712-1 through 32 DOCUMENT 00715 INTERIM SUPPLEMENTAL SPECIFICATIONS ...... 00715-1 through 32 DOCUMENT 00717 SUPERPAVE REQUIREMENTS ...... 00717-1 through 78 DOCUMENT 00719 SPECIAL PROVISIONS FOR PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES ...... 00719-1 through 18 DOCUMENT 00760 REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS ...... 00760-1 through 16 DOCUMENT 00811 MONTHLY PRICE ADJUSTMENT FOR HOT MIX ASPHALT (HMA) MIXTURES ...... 00811-1 through 2 DOCUMENT 00812 MONTHLY PRICE ADJUSTMENT FOR DIESEL FUEL AND GASOLINE ...... 00812-1 through 2 DOCUMENT 00813 PRICE ADJUSTMENT FOR STRUCTURAL STEEL AND REINFORCING STEEL ...... 00813-1 through 4 DOCUMENT 00814 PRICE ADJUSTMENT FOR PORTLAND CEMENT CONCRETE MIXES ...... 00814-1 through 2 DOCUMENT 00820 THE COMMONWEALTH OF MASSACHUSETTS SUPPLEMENTAL EQUAL EMPLOYMENT OPPORTUNITY, NON-DISCRIMINATION AND AFFIRMATIVE ACTION PROGRAM ...... 00820-1 through 6 DOCUMENT 00821 ELECTRONIC REPORTING REQUIREMENTS CIVIL RIGHTS PROGRAM AND CERTIFIED PAYROLL ...... 00821-1 through 2

00010 - 1 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

② Addendum No. 2, January 8, 2019;  Addendum No. 5, March 1, 2019 DOCUMENT 00859 CONTRACTOR/SUBCONTRACTOR CERTIFICATION FORM ...... 00859-1 through 2 DOCUMENT 00860 COMMONWEALTH OF MASSACHUSETTS PUBLIC EMPLOYMENT LAWS...... 00860-1 through 2 DOCUMENT 00861 STATE WAGE RATES ...... 00861-1 through 44 DOCUMENT 00870 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS ...... 00870-1 through 6 DOCUMENT 00875 TRAINEE SPECIAL PROVISIONS ...... 00875-1 through 2 DOCUMENT 00880 FEDERAL WAGE RATES ...... 00880-1 through 10 DOCUMENT A00801 SPECIAL PROVISIONS ...... A00801-1 through 264 DOCUMENT A00802 DETAIL SHEETS ...... A00802-1 through 14 DOCUMENT A00803 SPRINGFIELD WATER AND SEWER  SPECIFICATIONS AND DETAILS ...... A00803-1 through 244 DOCUMENT A00804 GEOTECHNICAL REPORT & DETAILS ...... A00804-1 through 1780 DOCUMENT A00805 ELECTRICAL SPECIFICATIONS & DETAILS ...... A00805-1 through 26 DOCUMENT A00806 RAILROAD SPECIAL PROVISIONS ...... A00806-1 through 40 ② DOCUMENT A00807 PUMP STATION SPECIFICATIONS ...... A00807-1 through 222 DOCUMENT A00808 PROJECT UTILITY COORDINATION FORM ...... A00808-1 through 6 DOCUMENT A00820 REQUEST FOR RELEASE OF MASSDOT AUTOCAD FILES FORM ...... A00820-1 through 2 DOCUMENT B00420  PROPOSAL ...... B00420-1 through 16 DOCUMENT B00853 SCHEDULE OF PARTICIPATION BY DISADVANTAGED BUISNESS ENTERPRISES (DBEs) ...... B00853-1 through 2 DOCUMENT B00854 DISADVANTAGED BUSINESS ENTERPRISES (DBE) PARTICIPATION LETTER OF INTENT ...... B00854-1 through 2 DOCUMENT B00855 DBE JOINT CHECK ARRANGEMENT APPROVAL FORM ...... B00855-1 through 2 DOCUMENT B00856 JOINT VENTURE AFFIDAVIT ...... B00856-1 through 4 END TABLE OF CONTENTS

00010 - 2 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 DOCUMENT 00860

COMMONWEALTH OF MASSACHUSETTS PUBLIC EMPLOYMENT LAWS Revised February 20, 2019

The Contractor's attention is directed to Massachusetts General Laws, Chapter 149, Sections 26 through 27H, and 150A. This contract is considered to fall within the ambit of that law, which provides that in general, the Prevailing Rate or Total Rate must be paid to employees working on projects funded by the Commonwealth of Massachusetts or any political subdivision including Massachusetts Department of Transportation (MassDOT).

A Federal Aid project is also subject to the Federal Minimum Wage Rate law for construction. When comparing a state minimum wage rate, monitored by the Massachusetts Attorney General, versus federal minimum wage rate, monitored by the U.S. Department of Labor Wage and Hour Division, for a particular job classification the higher wage is at all times to be paid to the affected employee.

Every contractor or subcontractor engaged in this contract to which sections twenty-seven and twenty-seven A apply will keep a true and accurate record of all mechanics and apprentices, teamsters, chauffeurs and laborers employed thereon, showing the name, address and occupational classification of each such employee on this contract, and the hours worked by, and the wages paid to, each such employee, and shall furnish to the MassDOT's Resident Engineer, on a weekly basis, a copy of said record, in a form approved by MassDOT and in accordance with M.G.L. c. 149, § 27B, signed by the employer or his/her authorized agent under the penalties of perjury.

Each such contractor or subcontractor shall preserve its payroll records for a period of three years from the date of completion of the contract.

The Prevailing Wage Rate generally includes the following:

Minimum Hourly Wage + Employer Contributions to Benefit Plans = Prevailing Wage Rate or Total Rate

Any employer who does not make contributions to Benefit Plans must pay the total Prevailing Wage Rate directly to the employee.

Any deduction from the Prevailing Wage Rate or Total Rate for contributions to benefit plans can only be for a Health & Welfare, Pension, or Supplementary Unemployment plan meeting the requirements of the Employee Retirement Income Security Act (ERISA) of 1974. The maximum allowable deduction for these benefits from the prevailing wage rate cannot be greater than the amount allowed by Executive Office of Labor (EOL) for the specified benefits. Any additional expense of providing benefits to the employees is to be borne by the employer and cannot be deducted from the Minimum Hourly Wage. If the employer's benefit expense is less than that so provided by EOL the difference will be paid directly to the employee. The rate established must be paid to all employees who perform work on the project.

When an employer makes deductions from the Minimum Hourly Wage for an employee's contribution to social security, state taxes, federal taxes, and/or other contribution programs, allowed by law, the employer shall furnish each employee a suitable pay slip, check stub or envelope notifying the employee of the amount of the deductions.

No contractor or subcontractor contracting for any part of the contract week shall require or permit any laborer or mechanic to be employed on such work in excess of forty hours in any workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked in excess of forty hours in such workweek, whichever is the greater number of overtime hours.

Apprentice Rates are permitted only when there is an Apprentice Agreement registered with the Massachusetts Division of Apprentice Training in accordance with M.G.L. c. 23, § 11E-11L.

00860 - 1 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920 Addendum No. 5, March 1, 2019

The Prevailing Wage Rates issued for each project shall be the rates paid for the entire project. The Prevailing Wage Rates must be posted on the job site at all times and be visible from a public way.

In addition, each such contractor and subcontractor shall furnish to the MassDOT's Resident Engineer, within fifteen days after completion of its portion of the work, a statement, executed by the contractor or subcontractor or by any authorized officer or employee of the contractor or subcontractor who supervises the payment of wages, in the following form:

STATEMENT OF COMPLIANCE

Date: ______

I , ______do hereby state: (Name of signatory party) (Title)

That I pay or supervise the payment of the persons employed by:

______(Contractor or Subcontractor)

on the ______(MassDOT Project Location and Contract Number)

and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty-nine of the General Laws.

Signature ______

Title ______

The above-mentioned copies of payroll records and statements of compliance shall be available for inspection by any interested party filing a written request to the MassDOT's Resident Engineer for such inspection and copying.

Massachusetts General Laws c. 149, §27, requires annual updates to prevailing wage schedules for all public construction contracts lasting longer than one year. MassDOT will request the required updates and furnish them to the Contractor. The Contractor is required to pay no less than the wage rates indicated on the annual updated wage schedules.

MassDOT will request the updates no later that two week before the anniversary of the Notice to Proceed date of the contract to allow for adequate processing by the Department of Labor Standards (DLS). The effective date for the new rates will be the anniversary date of the contract (i.e. the notice to proceed date), regardless of the date of issuance on the schedule from DLS.

All bidders are cautioned that the aforementioned laws require that employers pay to covered employees no less than the applicable minimum wages. In addition, the same laws require that the applicable prevailing wages become incorporated as part of this contract. The prevailing minimum wage law establishes serious civil and criminal penalties for violations, including imprisonment and exclusion from future public contracts. Bidders are cautioned to carefully read the relevant sections of the Massachusetts General Laws.

*** END OF DOCUMENT ***

00860 - 2 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

DOCUMENT A00801

SPECIAL PROVISIONS

SPRINGFIELD Federal Aid Project Nos. CMQ-003S(182)X & TAP-003S(182)X Construction of the North End Pedestrian Underpass beneath Connecticut River Railroad between Plainfield Street and Birnie Avenue

Labor participation goals for this Project shall be 15.3% for minorities and 6.9% for women for each job category. The goals are applicable to both Contractor’s and Subcontractor’s on-site construction workforce. Refer to Document 00820 for details.

SCOPE OF WORK

All work under this contract shall be done in conformance with the Standard Specifications for Highways and Bridges dated 1988, the Supplemental Specifications dated July 1, 2015, and the Interim Supplemental Specifications contained in this contract; the 2017 Construction Standard Details, the 1990 Standard Drawings for Signs and Supports; the 1996 Construction and Traffic Standard Details (as relates to the Pavement Markings details only); The 2015 Overhead Signal Structure and Foundation Standard Drawings, the 2009 Manual on Uniform Traffic Control Devices (MUTCD) with Massachusetts Amendments and the Standard Municipal Traffic Code; the 1968 Standard Drawings for Traffic Signals and Highway Lighting; the latest edition of American Standard for Nursery Stock; the Plans and these Special Provisions.

The work to be done under this Contract consists of furnishing all required labor, materials, and equipment required for the construction of a grade-separated railroad underpass crossing within the project limits in the Contract Drawings located in Springfield, Massachusetts.

The project includes the construction of a fifty-two foot (52’) long precast concrete segmental box, adjacent cast-in-place concrete boat sections, two-hundred eighty five feet (285’) of concrete pedestrian path, drainage improvements including a 1.85 MGD duplex pump station, concrete sidewalk repair including granite curbing, parking expansion, utility adjustments, 42- inch sewer relocation, lighting and security cameras, signing, installation of rectangular rapid flashing beacons (RRFB) for a new mid-block crossing of Plainfield Street and other incidental items included in the Contract Documents. The scope of work also includes the maintenance and protection of traffic during construction, maintenance of vehicular and pedestrian access to abutting properties, and maintenance of uninterrupted utility service. The Contractor shall also coordinate with PanAm Railways for the associated removal and replacement of existing track, ballast, and ties for a portion of the Connecticut River Line. The work includes furnishing all required temporary traffic control measures, railroad flagging, and work zone security to safely stage the construction. All temporary pedestrian facilities must be ADA compliant.

A00801 - 1 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 WORK SCHEDULE

Work that includes any roadway lane closures shall be restricted to occur between the hours of 9:30 A.M. and 3:30 P.M. and/or 7:00 P.M. to 6:00 A.M. on weekdays and 8:00 A.M to 4:00 P.M. on weekends. No demolition work, such as jack-hammering or pavement breaking shall occur after 11:00 P.M. The Contractor shall give notice to the Engineer at least 48 hours in advance of beginning any work affecting the maintenance of road traffic and shall not proceed with resurfacing operations without specific notice to, and the approval of, the Engineer. The Contractor shall coordinate with the Engineer and the City to provide access and accommodation for these events. Work on a holiday or on the day before or after a long weekend which involves a holiday requires prior approval by the Engineer. Times will need to be submitted in advance for approval.

CONTRACTOR QUESTIONS AND ADDENDUM ACKNOWLEDGEMENTS

Prospective bidders are required to submit all questions to the Construction Contracts Engineer by 1:00 P.M. on the Thursday before the scheduled bid opening date. Any questions received after this time will not be considered for review by the Department.

Contractors should email questions and addendum acknowledgements to the following email address [email protected] The MassDOT project file number and municipality is to be placed in the subject line.

SUBSECTION 7.05 INSURANCE REQUIREMENTS B. Public Liability Insurance

The insurance requirements set forth in this section are in addition to the requirements of the Standard Specifications and supersede all other requirements.

Paragraphs 1 and 2

The Massachusetts Department of Transportation and applicable railroads shall be named as additional insureds.

Paragraph 3

 Railroad Protective Liability Insurance and Protective Property Damage Liability Insurance shall be obtained in the amount of $5,000,000. / $10,000,000. on behalf of (PanAM Railways and ).

 Performance and Payment Bonds

Springfield Water and Sewer Commission shall be named as additional insureds.

A00801 - 2 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 3 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

CONTRACTUAL MILESTONES

This Contract contains the following Contractual Milestones that are to be included in the Contractor’s Baseline Contract Progress Schedule submission. The Contractor shall identify the completion of the work pertaining to each Contractual Milestone through the inclusion of a Finish Milestone and hammock activities in the accepted baseline Contract Progress Schedule using the stated description.

MS#01 – Relief Sewer Relocation MS#02 – Precast Box Culvert & Approach Slab Installation MS#03 – Stage 1 Cast In Place Boat Section Construction MS#04 – Backfill Box Culvert and Prepare Rail Subgrade MS#04 – Stage 2 Cast In Place Boat Section Construction MS#05 – Drainage Pump Station & Force Main Construction MS#07 – Plainfield Street Mid-Block Crossing & RRFB Installed

SUBSECTION 8.06 – LIMITATIONS OF OPERATIONS

The Contractor shall review the outage work window and confirm with Pan Am, MassDOT, Amtrak, and Railroad Operations for agreement and approval. Changes to the work window will require approval of all railroad entities. Any cost associated with additional outages or time shall be borne by the Contractor. The Contractor shall comply with the limits of work window and shall clear the tracks and return the site to The Railroad before the specified time. The site and the tracks shall be in the exact condition the contractor received and allow for trains to operate safely. The Engineer shall be the sole judge of the condition of the site and tracks.

In no event shall the total amount of liquidated damages for failure to complete the above specified work within the windows specified exceed $54,100.00 for any one day. The justification for determining this amount of $850/hr as an average hourly liquidated damage is based on the requirements for loss of revenue from Pan Am. Amtrak damages are based on loss of revenue as well, estimated as a per passenger per day cost, which is $5,700 per day, as well as the cost of bussing for the additional time at $28,000 per day.

The following assumptions were assumed:

A00801 - 4 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

g. MassDOT’s Designer of Record will remain the Designer-of-Record for the entire Project. Any costs incurred in the use of MassDOT’s Designer-of-Record by MassDOT or Contractor associated with the review of a VECP are to be included in the calculated net savings.

C. Approval of the VECP shall not occur until a Contract Modification, incorporating the VECP, is issued by MassDOT and properly executed by the Contractor. MassDOT may accept or reject part or all of any VECP at any time prior to an executed Contract Modification for the applicable VECP. The decision of MassDOT, concerning acceptance or rejection of any VECP, shall be final and shall not be subject to dispute resolution.

It is expected that several weeks may go by before the final VECP documentation has been executed with a Contract Modification. Therefore, MassDOT intends to make certain that the initial cost estimate information has not changed before entering into a Contract Modification. As the VECP evaluation process is finalized, and prior to the signed Contract Modification for the VECP, the Contractor and MassDOT must re- certify the current status of the originally proposed cost and/or schedule savings.

Until a contract modification is issued and schedule and cost/savings re-certification is complete and accepted by MassDOT, the Contractor shall remain obligated to perform the Work in accordance with the terms and conditions of the original Contract Documents.

Upon completion of the work associated with the VECP, MassDOT may require verification that the VECP savings has been achieved.

D. VECPs will be processed (distributed, reviewed, commented upon, accepted or rejected) expeditiously (pursuant to M.G.L. c. 30, § 39R); however, as this is an elective modification to the contract, MassDOT shall not be liable for any delay or cost in the review and acceptance of the VECP. During the review of the VECP, the Contractor remains obligated to progress the original Contract scope, and schedule, as planned; until a Contract Modification, accepting the Contractor re-certified VECP, has been executed by MassDOT.

The Contractor has the right to withdraw part, or all of any VECP, prior to acceptance by MassDOT. Such withdrawal shall be made in writing to the Engineer. The Contractor shall state the period of time, from the date of the initial VECP submittal, that the VECP shall remain valid and feasible. Revision of this validity and feasibility period shall be allowed only by mutual agreement of the Contractor and the Engineer in writing.

If the Contractor desires to withdraw the proposal prior to the expiration of this period for non-technical reason, MassDOT reserves the right to recover all actual costs that have been incurred to MassDOT.

A00801 - 43 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

VALUE ENGINEERING CHANGE PROPOSAL (Continued)

If the Contractor withdraws the VEC Proposal, MassDOT reserves the right to proceed with the VECP or any portion of the VECP as a normal change and the Contractor waives any right it may have had to share in net savings thereunder.

For purposes of this provision, expiration of the time established by the Contractor for approval shall be considered as withdrawal by the Contractor if MassDOT requests an extension of that time and the Contractor does not provide a written extension.

E. With regard to unknown conditions or sub-surface work, in general, the expectation is that the Contractor and MassDOT will strive to gain enough knowledge about the risks in order to provide a forward-priced Change Proposal. Therefore, any costs to fully evaluate the proposal, such as additional borings and/or test pits, must be considered in the cost evaluation of whether the VECP is worth pursuing. However, if it is impractical to gather conclusive exploratory information, before the VECP is executed, MassDOT may consider provisions in the VECP that clearly identifies the risk sharing (cost and time) related specifically to the unknown/sub-surface conditions. If these VECP provisions are acceptable to MassDOT they are to include supplemental language to provide a determination of the final savings/cost, and time impacts, no later than 45 days after the sub-surface work is completed. All other aspects of the VECP, unrelated to these Provisions, will be binding upon execution of the VECP.

A00801 - 44 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

WORKING IN THE CITY OF SPRINGFIELD

Use every effort and every means possible to minimize noises caused by construction operations, which the Engineer may consider as objectionable. Provide working machinery and equipment designed to operate with the least possible noise, and when gearing is used, such gearing shall be of a type designed to reduce noise to a minimum. Equip compressors with silencers on intake lines. Equip gas or oil operated equipment with silencers or mufflers on intake and exhaust lines.

Wherever practicable, electricity shall be used for power to reduce noise. Dumping bins, hoppers, and trucks used for disposal of excavated materials shall be lined with wood or other sound deadening material if required. Where required by agencies having jurisdiction, certain noise producing work may have to be performed during specified periods only.

The Contractor shall make all reasonable effort to minimize community disruption that might result from construction, including safety and security problems; the creation of noise, vibration, truck traffic on residential streets, traffic diversions, dust, storage and removal of materials; the choice of location of construction staging, the movement of construction equipment; provision of site cleanup; and hours of operation. Construction activities that may cause community disruption must be agreed upon in consultation with the Engineer prior to the start of construction.

Contractor shall be aware of the codes from the municipalities of Springfield and comply with the codes regulation of construction hours and construction noise levels.

 Noise from construction operations shall be controlled to the extent possible, including the sounding of horns and warning devices on construction machinery. Nothing set forth in this Section shall relieve Contractors from full compliance with Federal Railroad Administration (FRA) and Commonwealth regulations regarding sounding of horns, whistles and/or bells at crossings and approaching and passing through work zones.

The Contractor shall give notice to the Engineer at least 48 hours in advance of beginning any work affecting the maintenance of traffic and shall not proceed with surfacing operations without specific notice to, and the approval of, the Engineer.

The Contractor shall coordinate with the Engineer and the municipalities of Springfield to provide access and accommodation for these events. Work on a holiday or on the day before or after a long weekend which involves a holiday requires prior approval by the Engineer. Times will need to be submitted in advance for approval.

SPRINGFIELD WATER AND SEWER COMMISSION LICENSE AGREEMENT

For the proposed scope of work, the Contractor must enter into a third party agreement with SWSC. The contractual license agreement between SWSC and the contractor can be found in Document A00803. The Contractor must conform to the term and obligations of the SWSC license agreement and plan operations accordingly.

A00801 - 45 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

SPRINGFIELD WATER & SEWER COMMISSION (SWSC) POST CONSTRUCTION

The relocation of a portion of an existing 42-inch relief sewer is included in the Contract. Once construction of the relocated sewer is complete, the Contractor shall provide SWSC with the following; as builts of complete sewer system, post construction CCTV, ASTM pipe and MH testing reports, and easement documents. This work shall be considered incidental to applicable contract items and no separate payment will be made for this work.

SPRINGFIELD WATER & SEWER COMMISSION PIPE PROTECTION PLAN (SWSC) General

The following measures are proposed to limit impacts to the existing water and sewer infrastructure.

These measures will be included in the contract documents and will be implemented as appropriate and/or directed by the Engineer. Protective measures will be identified by the Contractor once selected and the Contractor will be required to prepare and submit a project specific Pipe Protection Plan detailing specific means and methods to be used for the protection of existing water and sewer mains. The Contractor shall submit this Pipe Protection Plan to the SWSC in sufficient time to allow for approval prior to the initiation of ground disturbing operations at the construction site.

Notification No work near SWSC facilities will commence without proper notification to the SWSC by the Contractor. A minimum of 48 hours’ notice will be provided to the SWSC Field Service Office (tel. 413-310-3501) for coordination of the work. All work occurring near SWSC facilities will be performed under the supervision of the Engineer. The SWSC is not a part of Dig Safe.

Location The locations of the proposed work where there is the potential for impact to existing water or sewer facilities that have been identified on the attached mapping. Test pits have been performed as shown on the attached plans for critical areas to confirm the disposition and size of the facilities. This information has been used to develop the attached cross sections reflecting the location and size of the subject facilities. Additional test pits may be required during construction. Notify SWSC 48 hours in advance of additional test pit activity. Additional test pits that may be ordered shall be compensated as “Test Pit” excavation and backfill under the relevant provisions of Section 140.

Load Protection The Contractor shall not use vibratory compaction in the area with water and sewer mains, as it may loosen joints and cause the existing main to leak. Any excavation within 24 inches of horizontally or vertically of the existing mains shall be performed by hand to prevent damage. Flow fill may be required to mitigate vibration and disturbance to SWSC infrastructure. Flow fill shall be paid under item 153.1 – Controlled Density Fill-Non Excavatable.

A00801 - 46 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 79 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 80 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 81 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 82 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

 ITEM 153.1 CONTROLLED DENSITY FILL – NON-EXCAVATABLE CUBIC YARD

The work to be done under this Item shall be done in accordance with the relevant provisions of Section 150 of the Standard Specifications and the following:

Controlled Density Fill material to be used on this project for the area beneath and around the precast concrete approach slab shall be Type 1 Very Flowable/Non-Excavatable (M4.08.0).

The producer and the CDF mix shall be pre-approved by MassDOT as listed on the QCML.

METHOD OF MEASUREMENT

This work will be measured for payment by the Cubic Yard of Controlled Density Fill – Non- Excavatable, measured in place, placed beneath and around the precast concrete approach slab and as accepted by the Engineer. Payment limits will be 3 inches outside the neat lines of the bottom of the precast approach slab, per the detail on the plans.

BASIS OF PAYMENT

The work will be paid for at the Contract Unit Price per Cubic Yard for Controlled Density Fill – Non-Excavatable, which price shall include all labor, tools, materials and equipment necessary to complete the work.

A00801 - 85 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 156.4 CRUSHED STONE FOR UNDERDRAIN FOOT

 The work under this Item shall conform to the relevant provisions of Section 150 and the following:

Provide all materials and equipment and do all work necessary to fabricate and install crushed stone for the proposed underdrain drainage to meet the MassDOT Standard Specifications and the City of Springfield Construction Specifications, where indicated on the plans and as directed by the Engineer.

SUBMITTALS

A 50 lb. sample of each off-site material proposed for use, and of any on-site, shall be submitted to the Engineer for review and testing at least ten (10) days prior to first use on-site. Samples shall be delivered to office of the Engineer, as directed.

The Contractor shall provide the location and name of material source.

MATERIALS

3/8 inch crushed stone shall consist of inert angular material derived from a stone quarry that is hard, durable, washed stone, free of deleterious materials.

CONSTRUCTION METHODS

Install per the Construction Specifications of the City of Springfield and the sections as described above.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

The measurement and payment for work under Item 156.4 shall be at the Contract Unit price bid, per Foot, which price shall be full compensation for fabrication, furnishing, and installation. Any accessory to the crushed stone shall be considered incidental.

A00801 - 86 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEMS 181.11 through 181.14 (Continued)

Item 181.12 Measurement for Disposal of Regulated Soil – In-State Facility shall be under the Contract Unit Price by the weight in tons of contaminated materials removed from the site and transported to and disposed of at an approved in-state facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

Item 181.13 Measurement for Disposal of Regulated Soil - Out-of-State Facility shall be under the Contract Unit Price by the weight in tons of contaminated materials removed from the site and transported to and disposed of at an approved out-of-state facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

Item 181.14 Measurement for Disposal of Hazardous Waste shall be under the Contract Unit Price by the weight in tons of hazardous waste removed from the site and transported to and disposed of at the licensed hazardous waste facility, and includes any and all costs for approvals, permits, fees and taxes, testing/characterization required by the facility beyond the standard disposal test set, decontamination procedures, transportation and disposal.

A00801 - 101 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 102 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 103 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 104 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 105 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 106 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 107 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 183.11 TREATMENT OF CONTAMINATED GROUND WATER LUMP SUM

GENERAL This Item addresses the treatment and disposal of contaminated groundwater encountered during excavation. The work generally consists of furnishing the materials, equipment, labor, services, testing/sampling, waste characterization, transportation, disposal, permits and agreements necessary to perform work required for collection, treatment, and disposal of contaminated groundwater and surface water runoff that have entered excavations. If approved by the Engineer, the Contactor may use on-site recharge pits for basic dewatering. Recharge areas for dewatering effluent in the AUL portions of the project site at 211 Plainfield (RTN 1-11927) and 4 Birnie (RTN 1-16458) should be kept within the work area and boundaries of the respective AULs. Do not discharge dewatering effluent from AUL areas outside the boundaries of the AUL area unless it is under a National Pollution Discharge Elimination System (NPDES) Remediation General Permit (RGP). The Contractor and its LSP will collect groundwater samples necessary for preparation of a Notice of Intent (NOI) for the RGP from existing on-site wells. The Contractor and its LSP shall prepare and submit the NOI for the RGP to EPA. If re-infiltration is not feasible, treated water shall be discharged to the existing sanitary sewer in accordance with a Springfield Water and Sewer Commission (SWSC) Industrial Pretreatment Program Temporary Discharge Permit (TDP) to be obtained by the Contractor.

If required in the opinion of the Engineer, the Contractor will install, operate, and maintain a Contingency Treatment System according to an approved design submittal to comply with a RGP. The Contractor will remove the system and all associated wastes from the site upon completion of dewatering work.

SUBMITTALS  Within 10 days of Notice To Proceed, submit to the Engineer, a written Dewatering Plan describing the plan to control groundwater and surface runoff during excavations, including the point(s) of effluent discharge that will be used. Include the location and method of dewatering, water containment procedures, and water conveyance, means to be used for prevention of water pollution, disposal/discharge location, and copies of applicable permits. The Dewatering Plan shall be designed and stamped by a Professional Engineer registered in the Commonwealth of Massachusetts. The Dewatering Plan shall include the following:

1. Types and sizes of groundwater control systems to be used, including backup power and equipment. Plans showing the locations and arrangements of all groundwater control system components.

2. Provisions for limiting siltation, separating oil or fuel from discharge, if warranted, and for meeting discharge requirements.

3. All calculations required to demonstrate the effectiveness of the dewatering system.

4. Procedures and drawings for abandoning the dewatering system left below grade and below structures.

A00801 - 108 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019  ITEM 183.11 (Continued)

If required, the Contractor will design, provide, operate, and maintain, and upon completion remove, a contingency treatment system for dewatering discharge to meet the standards and requirements of a NPDES RGP and SWSC TDP. The Contractor will be responsible for any testing required under the RGP and SWSC TDP and for preparing and submitting any required NPDES and TDP reports.

Upon completion of dewatering work, the Contractor shall dismantle and dispose of the contingency treatment system and any wastes generated from operation of the contingency system in accordance with applicable local, state, and federal regulations. The Contractor will submit for MassDOT approval the disposal firm who shall accept the waste materials. Submit to the Engineer copies of receipt of waste after disposal. The Contractor will provide any laboratory analysis of collected waste required by the disposal facility. MassDOT will act as generator for off-site disposal of waste.

Within 30 days of the permanent cessation of dewatering authorized by the RGP, the Contractor and its LSP will prepare and submit a Notice of Termination (NOT) to EPA.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT Measurement and Payment will not be made separately for work under this Section, except that payment will be made in a lump sum, if required for discharge of dewatering effluent.

Design, installation, and removal of the Contingency Treatment System shall be paid as a lump sum. Operation of the Contingency Treatment System shall be paid as a lump sum of dewatering discharge treated and shall include all costs for operation, maintenance, and other items incidental to the operation of the Contingency Treatment System and compliance with the NPDES RGP. Disposal of spent carbon and collected oil will be paid per pound of spent carbon or gallon of collected oil based on certified manifests or other documents.

A00801 - 111 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 184.1 DISPOSAL OF TREATED WOOD PRODUCTS TON (Rev 08/09/2016)

Work under this item shall include the transportation and disposal of all treated existing wood product as directed by the Engineer.

The timber components of the existing structure are suspected to be treated with creosote, pentachlorophenol and/or CCA. This item shall include all costs for sampling, laboratory testing, loading, transportation and disposal of the treated wood. The Contractor is required to submit disposal manifests to the Engineer prior to the completion of the project. All aspects of this Item are to be completed in accordance with state and federal regulations.

Compensation

Measurement and payment will be by the weight, in tons, of treated timber transported and accepted at a licensed facility. The work shall be considered full compensation for all labor, tools, equipment, materials, testing, loading, transportation, approvals, and permits necessary for the completion of the work.

ITEM 201.5 CATCH BASIN - MUNICIPAL STANDARD EACH

 The work under this Item shall conform to the relevant provisions of Section 201 and 220 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details provided in Document A00803, the plans, and the following:

The work under this item shall include furnishing and installing municipal standard catch basins conforming to the details as shown on the Drawings and as described in this Special Provision for Catch Basins – Municipal Standard.

Catch Basins shall be manufactured by a Precast Concrete Producer listed on the current Qualified Construction Materials List (QCML).

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Work under Item 201.5 shall be measured and paid at the Contractor unit price per Each, which payment shall be considered compensation for all labor, tools, equipment and materials needed to do the work as described above.

There shall be no separate measurement and payment for removal and disposal of existing frames and grates but shall be considered incidental to the item of work to which it pertains.

A00801 - 112 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

② Addendum No. 2, January 8, 2019;  Addendum No. 5, March 1, 2019

ITEM 202.01 MANHOLE - MUNICIPAL STANDARD EACH ITEM 202.21 MANHOLE (9 TO 14 FOOT DEPTH) - MUNICIPAL STANDARD EACH ITEM 202.31 MANHOLE (14 TO 18 FOOT DEPTH) - EACH MUNICIPAL STANDARD

 The work under these Items shall conform to the relevant provisions of Section 201 and 220 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard ② Specifications, these Special Provisions and Document A00803.

The work under these items shall include furnishing and installing municipal standard catch basins conforming to the details as shown on the Drawings and as described in these Special Provisions for Manhole – Municipal Standard, Manhole (9 to 14 foot depth) Municipal Standard, and Manhole (14 to 18 foot depth) Municipal Standard.

Manholes shall be manufactured by a Precast Concrete Producer listed on the current Qualified Construction Materials List (QCML).

Where new manholes are shown on the drawings to be constructed over existing pipes, the work under these items shall also include the connecting of the proposed pipe to the manhole structure, the concrete collar at the connection of the existing pipe, and the necessary cutting and removal of the existing pipe within the manhole.

METHOD OF MEASURE AND BASIS OF PAYMENT

Items 202.01, 202.21 and 202.31 will be measured and paid for at the Contract unit price per Each, which price shall include all labor, material, equipment and incidental costs required to complete the work.

A00801 - 113 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

② Addendum No. 2, January 8, 2019;  Addendum No. 5, March 1, 2019

ITEM 210.2 SANITARY SEWER MANHOLE (9 TO 14 FOOT DEPTH) EACH

 The work under this Item shall conform to the relevant provisions of Section 201 and 220 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard ② Specifications, these Special Provisions and Document A00803.

Manholes shall be manufactured by a Precast Concrete Producer listed on the current Qualified Construction Materials List (QCML).

MATERIALS Gasket materials shall be top grade (100% solids, vulcanized) butyl rubber and shall meet or exceed AASHTO M-198.

Couplings at the manhole-pipe interface shall be made with rubber seal system (with or without stainless steel straps) meeting the requirements of ASTM C923 and recommended for this type of connection.

Stubs installed as specified and indicated on the drawings shall be short pieces of the same class pipe as that entering the manhole and shall have either stoppers or end caps as shown on the drawings. Stoppers or end caps shall be especially designed for that application.

METHOD OF MEASURE AND BASIS OF PAYMENT

Item 210.2 Sanitary sewer manhole will be measured and paid for at the Contract unit price per Each, which price shall include the manhole, steps, seals, waterproofing, backfill, all labor, material, equipment and incidental costs required to complete the work.

Frames and Covers will be paid for separately under Item 222.3.

No separate payment will be made for reinforced concrete manhole bases for manholes constructed over existing pipes, but all costs in connection therewith shall be included in the price bid for Item 210.2 Sanitary Sewer Manhole (9 to 14 foot depth).

A00801 - 114 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

② Addendum No. 2, January 8, 2019;  Addendum No. 5, March 1, 2019

ITEM 222.3 FRAME AND GRATE (OR COVER) MUNICIPAL STANDARD EACH

 The work under this Item shall conform to the relevant provisions of Section 201 and 220 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard ② Specifications and these Special Provisions and Document A00803.

All Frames and grate (or covers) shall conform to MassDOT’s Standard Specifications M8.03.0 and shall be selected from MassDOT’s Qualified Construction Materials List (QCML).

Drainage and Sanitary manhole frames and covers shall have the respective cover identification ② word “DRAIN” or “SEWER” imprinted in 3-inch high letters on the cover. This identification should match the City of Springfield standard details as shown in Document A00803.

METHOD OF MEASURE

Frame and grate (or covers) will be paid for at the contract unit price, per each, complete in place and accepted by the Engineer.

BASIS OF PAYMENT

Work under this Item shall be paid at the Contractor bid price per each, which payment shall be considered compensation for all labor, tools, equipment and materials needed to do the work as described above.

A00801 - 115 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

② Addendum No. 2, January 8, 2019;  Addendum No. 5, March 1, 2019

ITEM 222.31 FRAME AND GRATE (BEEHIVE) EACH

The work under this Item shall conform to relevant provisions of Section 200 and 220 of the Standard Specifications, and the following:

 The work under this item shall include the furnishing and installation of the Beehive Frame and Grates and all other incidental work as shown on the plans. Beehive Frame and Grate castings shall be approved by the City of Springfield Engineer. The casting shall be set in a concrete collar. Beehive Frame and grates shall be cast iron and dome shaped with a minimum diameter of 30 inches as shown on the plans.

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard ② Specifications and these Special Provisions and Document A00803.

All Beehive Frames and Grates shall conform to MassDOT’s Standard Specifications M8.03.0, shall be selected from MassDOT’s Qualified Construction Materials List (QCML), and shall comply with AASHTO M306 and M105. Metal used in the manufacture of castings shall conform to ASTM A48 for Gray Iron and ASTM A536 for Ductile Iron.

Measurement and Payment

Item 222.31 Frame and Grate (Beehive) will be paid for at the contract unit price, per each, complete in place and accepted by the Engineer.

Work under this Item shall be paid at the Contractor bid price per Each, which payment shall be considered compensation for all labor, tools, equipment and materials needed to do the work as described above.

A00801 - 116 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 222.41 FRAME AND GRATE - TRENCH DRAIN EACH

 The work under this Item shall conform to the relevant provisions of Section 230 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details provided in Document A00803, Plan Details and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

All Frames and grate (or covers) shall conform to MassDOT’s Standard Specifications M8.03.0 and shall be selected from MassDOT’s Qualified Construction Materials List (QCML).

 This work is for the furnishing and installation of the proposed frame and grates for trench drains. The Frame and Grates shall be Neenah Model R-4990-HX Type Q, EJ (East Jordan) V- 7340 Cross Drainage Trench Grate & Frame Series, Urban Accessories Jamison Series or an approved equal. The Frame and Grates shall meet all applicable ADA standards for pedestrian access. For additional detail see the drainage and grading details in the construction set.

 Measurement and Payment

Item 222.41 will be measured as one complete unit of frame and grates furnished and installed complete in place per Each Trench Drain.

The contract unit price shall include the cost of materials, equipment, tools and labor and incidentals necessary to install the frame and grates to the satisfaction of the Engineer.

A00801 - 117 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 238.12 12 INCH DUCTILE IRON PIPE FOOT

GENERAL

 The work under this item shall conform to the relevant provisions of Section 230 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details provided in Document A00803, and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

This work is for the installation of a pipe sleeve along the proposed underpass as shown on the plans. Pipe sleeves over or beneath tracks shall be Class 150 welded seamless, bell, flanged, Victaulic, or approved equal connected ductile iron conforming to ASTM and AWWA Standards. Welded joints are to be welded by a certified welder and to conform to ASTM Specification A234 (no threaded joints will be accepted).

Following the installation of sleeving, the ends of sleeving shall be field located by GPS or surveyed to allow for field location at the time of future irrigation installation by others. Location and coordinates shall be shown on record drawings.

Ensure that required sleeving is installed prior to starting any pavement operations or casting concrete structures which require sleeving to pass through or below the items. In no case will sawcutting into newly installed pavements or jacking under new pavements be permitted to install sleeving which was not installed in proper sequence or in the required orientations or locations.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 238.12, 12 Inch Ductile Iron Pipe shall be measured and paid for at the respective Contract Unit price per foot, including excavation, bedding, backfill, pipe, and all labor and materials and incidental costs required to complete the work.

No separate payment will be made for excavation to any depth, backfilling of any depth, dewatering, geotextile placement, gravel borrow, crushed stone bedding, and backfill, but all costs in connection therewith shall be included in the unit price bid.

A00801 - 118 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 246.42 42 INCH REINFORCED CONCRETE SANITARY SEWER PIPE FOOT

 The work under this item shall conform to the relevant provisions of Section 230 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details provided in Document A00803, and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

This work is for the installation of a sewer main around the proposed underpass. The contractor shall determine the exact location of the existing service and provide a connection from the new pipe to the existing service. All materials and work required to connect the new pipe to the existing service shall be included under this item.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 246.42, 42 Inch Reinforced Concrete Sewer Pipe shall be measured and paid for at the respective Contract Unit price per feet, including excavation, bedding, backfill, pipe and all labor and materials and incidental costs required to complete the work.

No separate payment will be made for excavation to any depth, backfilling of any depth, dewatering, geotextile placement, gravel borrow and crushed stone bedding and backfill, but all costs in connection therewith shall be included in the unit price bid.

ITEM 252.08 8 INCH CORRUGATED PLASTIC (POLYETHYLENE) PIPE FOOT

The work under this Item shall conform to the relevant provisions of Sections 200 and 230 of the Standard Specifications, the City of Springfield Department of Public Works Standard Specifications & Details and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

The producer and the 8 Inch Corrugated Plastic (Polyethylene) Pipe mix shall be pre-approved by MassDOT as listed on the Qualified Construction Material List (QCML).

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

No separate payment will be made for connectors required to connect proposed 8 inch for the proposed trench drains. All costs associated with furnishing and installing the connectors shall be considered incidental to the item.

Item 252.08, 8 Inch Corrugated Plastic (Polyethylene) Pipe will be paid for at the Contract unit price per foot, which price shall include all labor, material, equipment and incidental costs required to complete the work.

A00801 - 119 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 368.15 1-1/2 INCH TAPPING SADDLE EACH

The work under this Item shall conform to the relevant provisions of Sections 300 of the Standard Specifications, the Springfield Water and Sewer Commission and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

 All Tapping Saddles shall be furnished by the Contractor shall be provided to the Springfield Water and Sewer Commission (SWSC) or its Contractors. Each Tapping Saddle shall be manufactured, tested, inspected and delivered in full compliance with these Special Provisions. All final connection work at the main will be completed by SWSC. The Contractor shall be responsible for all excavation, backfill, materials and final restoration.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 368.15 1-1/2 Inch Tapping Saddle will be paid for at the Contract unit price per each, which price shall include all labor, material, equipment and incidental costs required to complete the work.

No separate payment will be made for excavation, concrete, gravel borrow and crushed stone bedding and backfill, insulation, sampling, flushing, testing and disinfection, but all costs in connection therewith shall be included in the unit prices bid for the respective items.

No separate payment will be made for the removal, transporting and stacking of existing salvaged materials, but all costs in connection therewith shall be included in the unit prices bid for the respective items.

A00801 - 120 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019 ITEM 369.366 36 INCH X 6 INCH TAPPING SLEEVE, VALVE AND BOX EACH

The work under this item shall conform to the relevant provisions of Sections 300 of the Standard Specifications, the Springfield Water and Sewer Commission and the following:

The Contractor shall refer to the Shop Drawing submittal requirements detailed in the Standard Specifications and these Special Provisions.

The work shall include the furnishing Tapping Sleeves, Valve and Boxes and shall be provided to the Springfield Water and Sewer Commission (SWSC) or its Contractors. Each Tapping Sleeve, Valve And Box shall be manufactured, tested, inspected and delivered in full compliance with these Special Provisions. All final connection work at the main shall be completed by SWSC. The Contractor shall be responsible for all excavation, backfill, materials and final restoration.

TAPPING SLEEVE AND VALVE

Tapping sleeves shall conform to AWWA C500 and shall be 200 psi minimum working pressure with cadmium plated cast iron nuts and bolts. Sleeves shall be caulked type for ductile iron pipe and shall be furnished with a bead at the base of each bell to provide a step for caulking. Sleeve flanges shall be fitted with combination lead and rubber gaskets covering the entire surface area of each flange. Contractor shall provide copy of AWWA C500 to the Engineer.

The valves shall be flanged by mechanical joint outlet with non-rising stem, designed for vertical burial and shall open right (clockwise) unless specified otherwise by the local water and fire departments. Stuffing boxes shall be the O-ring type. The operating nut shall be AWWA standard 2-inch square. The valve shall be provided with an overload set to permit the use of full size cutters.

VALVE BOXES

Valve boxes shall be two-section, cast iron, heavy pattern adjustable type, with cast iron cover. The upper sections shall have a bottom flange of sufficient bearing area to prevent settling. The bottom section shall enclose the valve stuffing box and operating nut. Boxes shall be of lengths adapted to 5-foot pipe cover or more and have a minimum of 6 inches of overlap in the most extended position. Covers shall have the word "WATER" cast in the top and shall be held in place with bronze bolts.

INSTALLATION

The Contractor shall determine the location of the existing pipe to be tapped to confirm that interference will not be encountered from existing utilities or a joint or a fitting. No tap shall be made closer than 3 feet from a pipe joint.

A00801 - 121 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019  ITEM 369.366

Pipe upon which tapping sleeve is to be installed shall be thoroughly cleaned of all foreign matter with scraping tools and wire brushes to a minimum of six inches beyond each side of the sleeve. The cleaned area shall be washed with a hypochlorite solution. The interior of tapping valve shall also be washed with hypochlorite solution.

Tapping sleeves and valves with boxes shall be set vertically and squarely centered on the pipe to be tapped. Adequate support shall be provided under the sleeve and valve during the tapping operation. Thrust blocks shall be provided behind all tapping sleeves. All final connection work at the main shall be completed by the Springfield Water and Sewer Commission (SWSC). The supporting earth around and under the valve and sleeve shall be compacted by the Contractor. After completing the tap, the valve shall be flushed to ensure that the valve set is clean.

Before backfilling, all exposed portions of any bolts used to hold the two halves of the sleeve together shall be heavily coated with two coats of bituminous paint.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 369.366 Tapping Sleeve, Valve and Box will be paid for at the Contract unit price per each, which price shall include all labor, material, equipment and incidental costs required to complete the work. No separate payment will be made for excavation, concrete, gravel borrow and crushed stone bedding and backfill, insulation, sampling, flushing, testing and disinfection, but all costs in connection therewith shall be included in the unit prices bid for the respective items.

No separate payment will be made for the removal, transporting and stacking of existing salvaged materials, but all costs in connection therewith shall be included in the unit prices bid for the respective items.

ITEM 376.1 HYDRANT – EXCLUDING COST OF HYDRANT EACH

The work under this item shall conform to the relevant provisions of Sections 300 of the Standard Specifications, the Springfield Water and Sewer Commission and the following:

The Hydrant will be provided by the Springfield Water and Sewer Commission.

METHOD OF MEASUREMENT

Item 376.1, Hydrant Excluding Cost of Hydrant will be measured for payment each, complete.

BASIS OF PAYMENT

Item 376.1, Hydrant Excluding Cost of Hydrant will be paid for at the Contract unit price per each, which price shall include all labor, materials, equipment, and incidental costs required to complete the work.

A00801 - 122 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 376.3 HYDRANT - REMOVED AND STACKED EACH

 The work under this Item shall conform to the relevant provisions of Sections 300 of the Standard Specifications, the City of Springfield Water and Sewer Commission Standard Specifications & Details provided in Document A00803 and the following:

Hydrant designated by the engineer to be removed and stacked shall be neatly removed and relocated to a designated area in the City of Springfield. If the City decides it does not want the old hydrant, then the hydrant shall become the property of the Contractor and disposed of at no additional cost.

METHOD OF MEASUREMENT

Item 376.3, Hydrant Removed and Stacked will be measured for payment Each, complete.

BASIS OF PAYMENT

Item 376.3, Hydrant Removed and Stacked will be paid for at the Contract unit price per Each, which price shall include all labor, materials, equipment, and incidental costs (including discontinuance fees) required to complete the work.

A00801 - 123 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 124 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 125 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 126 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 127 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 128 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 129 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 451. HMA FOR PATCHING TON ITEM 452. ASPHALT EMULSION FOR TACK COAT GALLON ITEM 453. HMA JOINT SEALANT FOOT

Work under these Items shall conform to the relevant provisions of Document 00712 SECTION M3 ASPHALTIC MATERIALS and Document 00717 QUALITY ASSURANCE AND SUPERPAVE REQUIREMENTS contained herein and the following:

The Equivalent Single Axle Loads (ESALs) for the design travel lane over a 20-year period is 2.9 Million 18-kip ESALs.

A00801 - 130 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 620.12 GUARDRAIL, TL-2 (SINGLE FACED) FOOT

Work under this Item shall conform to the relevant provisions of Section 601 of the Standard Specifications and the following:

All steel guardrail and associated components for the proposed project shall be fabricated from steel, shall conform to ASTM A 588, and shall be manufactured by a producer listed on the current Qualified Construction Materials List (QCML).

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Payment under this item will be at the contract unit price complete in place, and shall include all labor, tools, equipment and materials necessary to complete the work to the satisfaction of the Engineer.

ITEM 657. TEMPORARY FENCE FOOT

Work done under this Item consists of the furnishing, installing, maintaining, removing, resetting and final removal and transportation of the temporary chain link fence and gates, as shown on the Plans or directed by the Engineer and in accordance with Section 644 – Chain Link Fence and Gates of the Standard Specifications.

The fence shall extend at least six feet above the ground.

The cost for all end, corner, padlock and intermediate posts, as well as gates and all other incidental material, labor and equipment required for the installation, and final removal shall be included under the contract unit price bid per Foot.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Temporary Fence will be measured and paid at the Contract unit price per Foot, complete in place, which price shall include all labor, materials, equipment and incidental costs required to complete the work.

A00801 - 131 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 132 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 697.1 SILT SACK EACH

Work under this item shall conform to the relevant provisions of Sections 227 and 670 of the Standard Specifications and the following:

The work under this item includes the furnishing, installation, maintenance and removal of a reusable fabric sack to be installed in drainage structures for the protection of wetlands and other resource areas and the prevention of silt and sediment from the construction site from entering the storm water collection system. Devices shall be ACF Environmental (800)-448-3636; Reed & Graham, Inc. Geosynthetics (888)-381-0800; The BMP Store (800)-644-9223; or approved equal.

CONSTRUCTION

Silt sacks shall be installed in retained existing and proposed catch basins and drop inlets within the project limits and as required by the Resident Engineer.

The silt sack shall be as manufactured to fit the opening of the drainage structure under regular flow conditions, and shall be mounted under the grate. The insert shall be secured from the surface such that the grate can be removed without the insert discharging into the structure. The filter material shall be installed and maintained in accordance with the manufacturer’s written literature and as directed by the Engineer.

Silt sacks shall remain in place until the placement of the pavement overlay or top course and the graded areas have become permanently stabilized by vegetative growth. All materials used for the filter fabric will become the property of the Contractor and shall be removed from the site.

The Contractor shall inspect the condition of silt sacks after each rainstorm and during major rain events. Silt sacks shall be cleaned periodically to remove and disposed of accumulated debris as required. Silt sacks, which become damaged during construction operations, shall be repaired or replaced immediately at no additional cost to the Department.

When emptying the silt sack, the contractor shall take all due care to prevent sediment from entering the structure. Any silt or other debris found in the drainage system at the end of construction shall be removed at the Contractors expense. The silt and sediment from the silt sack shall be legally disposed of offsite. Under no condition shall silt and sediment from the insert be deposited on site and used in construction.

All curb openings shall be blocked to prevent stormwater from bypassing the device.

All debris accumulated in silt sacks shall be handled and disposed of as specified in Section 227 of the Standard Specifications

COMPENSATION

Silt sacks will be measured and paid at the Contract unit price per each, complete in place, which price shall include all labor, materials, equipment and incidental costs required to complete the work. No separate payment will be made for removal and disposal of the sediment from the insert, but all costs in connection therewith shall be included in the Contract unit price bid.

A00801 - 133 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 698.2 GEOTEXTILE FABRIC FOR SUBSURFACE SQUARE YARD DRAINAGE

The work performed under this Item shall consist of furnishing and installing geotextile fabric in conjunction with the pipe bedding details for subdrain pipes as shown on the Plans.

The geotextile fabric shall conform to the requirements of M9.50.0, for subsurface drainage. Construction and installation shall be in accordance with AASHTO M 288, and the Subsurface drainage product shall be selected from the MassDOT Qualified Construction Materials List (QCML), and the following.

Geotextile fabric shall be installed in accordance with the manufacturer’s recommendations. Geotextile shall be placed in the trench such that the fabric will completely envelope stone to be placed on top. The geotextile shall be placed with enough slack to allow it to contact the trench when the trench is fully backfilled. Once the stone layer has been placed to the required height, fold the geotextile over the top of the stone. The ends of the geotextile should overlap no less than 24 inches.

METHOD OF MEASUREMENT

 Item 698.2, Geotextile Fabric for Subsurface Drainage, shall be measured for payment by the square yard of geotextile fabric for subsurface drainage installed complete-in-place.

BASIS OF PAYMENT

Item 698.2, Geotextile Fabric for Subsurface Drainage, will be paid for at the Contract unit price per square yard which price shall include all furnishing, planning, supervision, materials, labor, equipment, tools, and incidentals required to complete the work at locations indicated on the Plans or as required by the Engineer. No additional payment will be made for any required overlaps of fabric.

A00801 - 134 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 698.3 GEOTEXTILE FABRIC FOR SEPARATION SQUARE YARD

The work to be done under this Item consists of furnishing materials, labor, tools and equipment, and performing operations required to complete the placement of geotextile fabric for the purpose of separating the in situ soil and the crushed stone for bridge foundation for the box culverts and the boat section, where shown on the contract drawings, and as required by the Engineer.

MATERIALS

Materials shall meet the requirements specified in Subsection M9.50.0 Geotextile Fabrics of Division III, Materials, of the Standard Specifications, and the separation product shall be selected from the MassDOT Qualified Construction Materials List (QCML).

INSTALLATION

The foundation soil for the structure shall be excavated to the lines and grades as shown on the Plans or as required by the Engineer. The area to receive the geotextile fabric shall be cleared of sharp objects, boulders, stumps, or any materials that may contribute to punctures or other damage to the fabric. The Engineer shall verify correct orientation of the geotextile fabric prior to placing the foundation materials. The fabric shall be laid smooth and free of tension, stress, folds, wrinkles, or creases. Fabric shall be overlapped a minimum of 12 inches. Any holes or tears in the fabric shall be repaired by placing a piece of the same material over the hole or tear so that an overlap of 12 inches results in all directions. Fabric may be temporarily secured in place with ballast (e.g., sand bags or soil) and pinning as required immediately after placement to prevent disturbance until cover materials is placed to secure the fabric. During the spreading of the foundation materials around the fabric, care shall be taken to prevent damage to the fabric, as required by the Engineer. Any fabric material damaged during installation shall be replaced by the Contractor at no additional cost to the Department.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 698.3, Geotextile Fabric for Separation, shall be measured for payment by the square yard of geotextile fabric for separation installed complete-in-place.

Item 698.3, Geotextile Fabric for Separation, will be paid for at the Contract unit price per square yard which price shall include all furnishing, planning, supervision, materials, labor, equipment, tools, and incidentals required to complete the work at locations indicated on the Plans or as required by the Engineer.

A00801 - 135 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

 ITEM 701.01 CONCRETE PAVING & INTEGRAL CURB WITH CUBIC YARD INTEGRAL COLOR & SAW-CUT JOINTS

ITEM 701.02 CONCRETE PAVING (W/O INTEGRAL CURB) SQUARE YARD WITH INTEGRAL COLOR & SAW-CUT JOINTS

These Items shall be in accordance with Section 701 of the Standard Specifcations and the following:

Under Concrete Paving & Integral Curb with Integral Color & Saw-cut Joints, for areas noted on Plans, the Contractor shall furnish 6 (six) inch thick Concrete Paving with 9 (nine) inch wide integral concrete curb at either side, with an integral color, curing and sealing compound and sawcut joints, as indicated on the drawings and as directed by the Engineer and the MassDOT Landscape Architect.

Under Concrete Paving W/O Integral Curb with Integral Color & Saw-cut Joints, for areas noted on Plans, the Contractor shall furnish 6 (six) inch thick Concrete Paving with an integral color, curing and sealing compound and sawcut joints where indicated on the drawings and as directed by the Engineer and the MassDOT Landscape Architect.

MATERIALS

Coloring Compound: Colored additives shall contain pure, concentrated mineral pigments specially processed for mixing into concrete and complying with ASTM C979. Do not use calcium chloride admixtures. If color additives are to be added to mix at site, furnish color additives in pre-measured disintegrating bags to minimize job site waste.

Curing & Sealing Compounds: Shall comply with ASTM C309, be of same manufacturer as colored admixture and be approved by color additive manufacturer for use with colored concrete.

Color: Color of Concrete Paving with Integral Color and Saw-cut Joints shall be Medium Gray as selected by the Engineer and the MassDOT Landscape Architect.

SUBMITTALS

Product Data:

Colored Concrete: Submit manufacturer’s complete technical data sheets for Colored admixture and Curing compound.

Design Mix: For integrally colored concrete, class 4000 psi. The Contractor must submit mix design and trial batches for approval at least thirty days prior to use.

A00801 - 136 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019 ITEM 701.01 and 701.02 (Continued)

Samples for Initial Selection:

Colored Concrete: Manufacturer's color charts and/or samples showing full range of colors available.

Qualification Data: Work shall be performed by a firm having a minimum of five (5) years’ experience performing work of this kind and able to provide a list of no fewer than four (4) successfully completed projects.

Mockups / Field Samples: Shall be at a project locations selected by the Engineer and MassDOT Landscape Architect and shall consist of a sample of not less than five (5) feet by five (5) feet in area indicating final cured and sealed appearance.

Accepted mockup shall provide visual standard for the work and shall be removed when directed.

Delivery, Storage and Handling: Deliver colored admixtures in original, unopened packaging. Store in dry conditions.

CONSTRUCTION METHODS

Mixing: Add colored admixture to concrete job mix according to manufacturer's written instructions. Supplemental admixtures shall not be used unless approved by manufacturer. Do not add calcium chloride to mix as it causes mottling and surface discoloration. Do not add water to the mix in the field.

Placing: Place concrete with integral coloring in large batches. Uniform coloration shall be achieved between different pours.

Install concrete pavement to the depths indicated on the drawings and in conformance with Section 701.

Standard Broom Finish: Finish concrete uniformly with Broom Finish as per Section 701.

Joints: Saw-cut Joints: shall be installed as directed and where shown on plans.

Expansion Joints shall be 3/8” or as shown on the drawings.

Curing & Sealing: Apply curing and sealing compound for integrally colored concrete according to manufacturer's instructions using manufacturer’s recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. Do not cover concrete with plastic sheeting.

A00801 - 137 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 701.01 and 701.02 (Continued)

Method of Measurement & Payment

 The quantity of Item 701.01 Concrete Paving & Integral Curb with Integral Color and Saw-cut Joints is measured and paid for at the contract unit price per CUBIC YARD of pavement with integral curb constructed in accordance with the plans, specifications and directions of the Engineer and MassDOT Landscape Architect. The quantity of Item 701.02 Concrete Paving w/o Integral Curb with Integral Color and Saw-cut Joints is measured and paid for at the contract unit price per SQUARE YARD of pavement constructed in accordance with the plans, specifications and directions of the Engineer and MassDOT Landscape Architect.

 ITEM 703. HOT MIX ASPHALT DRIVEWAY TON

The work under these Items shall conform to the relevant provisions of Section 701 and Section 450 of Document 00717 and to the following: HMA driveway surface course shall be a compacted thickness of 1 1/2 inches Superpave Surface Course - 9.5 (SSC-9.5). The intermediate course shall be a compacted thickness of 2 inches Superpave Intermediate Course - 12.5 (SIC–12.5). All Superpave HMA mixtures under this item shall be either 50 or 65 gyration mixtures This item shall not be subject to the Quality Assurance requirements of Section 450 Hot Mix Asphalt Pavement. Existing pavements shall be sawcut in accordance with the requirements of Subsection 450.49 as shown on the plans and as required by the Engineer.

Method Of Measurement And Basis Of Payment

Item 703.will be measured and paid as per Subsections 701.80 and 701.81 including all sawcutting. All costs including the WMA additive, equipment, labor, Manufacturer’s representative, production of samples and incidental costs required to modify the HMA shall be incidental to this item with no additional compensation.

ITEM 707.8 STEEL BOLLARD EACH

Work under this Item shall consist of furnishing and installing new concrete-filled steel pipe bollards complete with high-density polyethylene (HDPE) sleeves at the locations shown on the plans or as required by the Engineer and the MassDOT Landscape Architect, complete-in-place. All materials and construction procedures shall conform to the specifications contained herein, the contract drawings, and to the requirements and standard practices of MassDOT.

SUBMITTALS The Contractor shall submit materials data and shop drawings for pipe, concrete, and HDPE sleeves for approval by the Engineer and the MassDOT Landscape Architect.

A00801 - 138 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019 ITEM 701.01 and 701.02 (Continued)

Samples for Initial Selection:

Colored Concrete: Manufacturer's color charts and/or samples showing full range of colors available.

Qualification Data: Work shall be performed by a firm having a minimum of five (5) years’ experience performing work of this kind and able to provide a list of no fewer than four (4) successfully completed projects.

Mockups / Field Samples: Shall be at a project locations selected by the Engineer and MassDOT Landscape Architect and shall consist of a sample of not less than five (5) feet by five (5) feet in area indicating final cured and sealed appearance.

Accepted mockup shall provide visual standard for the work and shall be removed when directed.

Delivery, Storage and Handling: Deliver colored admixtures in original, unopened packaging. Store in dry conditions.

CONSTRUCTION METHODS

Mixing: Add colored admixture to concrete job mix according to manufacturer's written instructions. Supplemental admixtures shall not be used unless approved by manufacturer. Do not add calcium chloride to mix as it causes mottling and surface discoloration. Do not add water to the mix in the field.

Placing: Place concrete with integral coloring in large batches. Uniform coloration shall be achieved between different pours.

Install concrete pavement to the depths indicated on the drawings and in conformance with Section 701.

Standard Broom Finish: Finish concrete uniformly with Broom Finish as per Section 701.

Joints: Saw-cut Joints: shall be installed as directed and where shown on plans.

Expansion Joints shall be 3/8” or as shown on the drawings.

Curing & Sealing: Apply curing and sealing compound for integrally colored concrete according to manufacturer's instructions using manufacturer’s recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. Do not cover concrete with plastic sheeting.

A00801 - 137 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 701.01 and 701.02 (Continued)

Method of Measurement & Payment

 The quantity of Item 701.01 Concrete Paving & Integral Curb with Integral Color and Saw-cut Joints is measured and paid for at the contract unit price per CUBIC YARD of pavement with integral curb constructed in accordance with the plans, specifications and directions of the Engineer and MassDOT Landscape Architect. The quantity of Item 701.02 Concrete Paving w/o Integral Curb with Integral Color and Saw-cut Joints is measured and paid for at the contract unit price per SQUARE YARD of pavement constructed in accordance with the plans, specifications and directions of the Engineer and MassDOT Landscape Architect.

 ITEM 703. HOT MIX ASPHALT DRIVEWAY TON

The work under these Items shall conform to the relevant provisions of Section 701 and Section 450 of Document 00717 and to the following: HMA driveway surface course shall be a compacted thickness of 1 1/2 inches Superpave Surface Course - 9.5 (SSC-9.5). The intermediate course shall be a compacted thickness of 2 inches Superpave Intermediate Course - 12.5 (SIC–12.5). All Superpave HMA mixtures under this item shall be either 50 or 65 gyration mixtures This item shall not be subject to the Quality Assurance requirements of Section 450 Hot Mix Asphalt Pavement. Existing pavements shall be sawcut in accordance with the requirements of Subsection 450.49 as shown on the plans and as required by the Engineer.

Method Of Measurement And Basis Of Payment

Item 703.will be measured and paid as per Subsections 701.80 and 701.81 including all sawcutting. All costs including the WMA additive, equipment, labor, Manufacturer’s representative, production of samples and incidental costs required to modify the HMA shall be incidental to this item with no additional compensation.

ITEM 707.8 STEEL BOLLARD EACH

Work under this Item shall consist of furnishing and installing new concrete-filled steel pipe bollards complete with high-density polyethylene (HDPE) sleeves at the locations shown on the plans or as required by the Engineer and the MassDOT Landscape Architect, complete-in-place. All materials and construction procedures shall conform to the specifications contained herein, the contract drawings, and to the requirements and standard practices of MassDOT.

SUBMITTALS The Contractor shall submit materials data and shop drawings for pipe, concrete, and HDPE sleeves for approval by the Engineer and the MassDOT Landscape Architect.

A00801 - 138 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019 ITEM 707.8 (Continued)

MATERIALS

A. Concrete fill for the bollards shall be specified on the drawings. B. Steel pipe shall be fabricated from schedule 80, hot-dipped galvanized steel pipe. C. Bollards shall be completely filled with concrete and finished in the shop. D. Concrete foundation shall be 4000 psi, 1 ½”, 565 lb/cy. All concrete shall conform to the requirements of Section 901 of the MHD Standard Specifications for Highways and Bridges. E. Bollard sleeves shall be fabricated of High Density Polyethylene (HDPE). The sleeves shall be yellow and sized to fit the bollard per the manufacturer’s recommendations. Sleeves shall be as manufactured by Post Guard, Bollard Cover USA, Sure Guard Security Products, or approved equal.

CONSTRUCTION METHODS

Work shall be in accordance with the details shown on the Drawings, and in accordance with the Massachusetts Highway Department Standard Specifications for Highways and Bridges Section 901.

Bollards shall be installed plumb and at the height shown on the details.

Bollards that have been damaged by either the Contractor or any sub-contractors prior to final acceptance by the Engineer and the MassDOT Landscape Architect shall be either repaired or replaced, as determined by the Engineer, by the Contractor, at no additional cost to MassDOT.

The exact location of bollards shall be shown on the drawings and approved by the Engineer.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

Item 707.8 steel bollards shall be measured by the unit Each.

Payment for new steel bollards will be at the contract unit price per each of the type and size specified on the plans, which shall be full compensation for all work associated with this item, including but not limited to fabricating, furnishing, and installing steel pipe, concrete foundation and pipe-fill, excavations, backfill and compaction, and HDPE bollard sleeve, complete and in- place.

A00801 - 139 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 707.81 REMOVABLE BOLLARD EACH

Work under this Item shall consist of furnishing and installing removable bollards at the locations shown on the plans or as required by the Engineer and the MassDOT Landscape Architect, complete-in-place. All materials and construction procedures shall conform to the specifications contained herein, the contract drawings, and to the requirements and standard practices of MassDOT.

SUBMITTALS

Submit the following for approval by the Engineer and the MassDOT Landscape Architect:

• Shop Drawings showing construction and installation detail. • Manufacturer’s Product Literature • Sample of stainless steel with satin finish. • Sample and manufacturer’s literature for reflective tape. • Sample of drainage piping

MATERIALS

Removable Bollard

Fixture shall be Stainless Steel Removable Bollard with internal locking hardware and elevated key access. Bollard shall be fabricated of 316 grade Stainless Steel and shall be at least 4 inches in diameter.

Bollard Receiver and Receiver Cover

Shall be fabricated of hot dip galvanized steel with drainage hole.

Finishes

Finish for stainless steel shall be buffed #6 Satin.

Acceptable Manufacturers/Models: Reliance Foundry Model R-8464 Calpipe Security Bollards Model SSR 04080 1-800-Bollards Model RSS4000 - 4” Internal Removable Stainless Steel

Hardware

Shall be as recommended by the manufacturer.

Concrete Footings

Concrete footings shall be in accordance with the relevant provisions of Section M4.02.00 of the Standard Specifications for Highways and Bridges.

A00801 - 140 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 819.21 (Continued) Camera Pole

 Minimum Rated Load: 200 lbs.  Pole shall be non-tapered, constructed of black finish painted galvanized steel.  Pole shall be 16 feet high and minimum 4.5 inches in diameter.  The pole shall withstand a minimum 90-mph basic wind speed and shall adhere to standard EIA/TIA-222G and Addendums.  Include all mounting hardware items as required, for a complete system.  Poles shall be complete with integral factory mounting plates specific for the camera mounting brackets, fabricated at the manufacturer’s facility to ensure that the pole meets the wind speed requirements. Straps, or other means of aftermarket mounting is not acceptable.  Provide access panels at the bottom with tamper resistant hardware.  Coordinate the foundation and pole erection with applicable trades.  Provide grounding and lightning protection for each pole.  Provide cast aluminum base cover to conceal the anchor bolts.  Install pole and footer per manufacturer’s written instructions.

Additional CCTV Installation, Assembly and Testing, Maintenance and Documentation Requirements

A. In addition to the above items, the Contractor shall provide the follow services and deliverables:

1. Assembly. All camera components shall be assembled and factory tested prior to delivery to the site.

2. Installation. The camera assemblies shall be delivered to the site as complete units, and installed as specified in the Contract Documents.

3. The camera and dome assembly shall be mounted in accordance with the Contract Plans to provide the maximum useful field of views of approach and underpass. The camera and dome assembly shall be connected to wireless radio communications for signal transmission to the City of Springfield.

 4. The Contractor shall provide all wireless radio communications for signal transmission to the existing receiver at Plainfield and Route 20. The Current Radio at Plainfield and Route 20 is Ubiquiti PowerBeam 400 p/n PBE-5AC-400-ISO-US

5. The Contractor shall fully configuring the camera settings as per the MassDOT specifications including but not limited to: camera address, default settings, and pre- set and home positions.

A00801 - 157 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 819.21 (Continued)

6. Testing. The Contractor shall conduct field tests to verify compliance with the Contract Documents, plans, and all requirements. The Contractor shall provide a requirement-traceability matrix for each test that clearly identifies what functionality is being tested and the applicable section in the Contract Plans or Special Provisions. All equipment furnished by the Contractor shall be subject to monitoring and testing to determine conformance with all applicable requirements and to ensure the proper operation of the equipment and system. Below are the requirements for testing:

a) The Contractor shall supply all equipment required for conducting the tests.

b) If any component or material used in the construction of the system is defective or otherwise unsuitable, or the workmanship does not conform to the accepted standards, the Contractor shall replace such defective parts and materials at no cost to MassDOT. c) The camera assembly furnished and installed by the Contractor shall be tested once installed in the field in a standalone fashion. All equipment for conducting the test shall be supplied by the Contractor. These costs shall be included in the bid amount for this pay item. The tests shall be conducted at the field equipment cabinet in advance prior to any demonstration testing to MassDOT or Engineer, and shall include the following as a minimum:

i. Utilizing a portable PC with camera control and video display software installed, connect to the CCTV Camera and verify local operation of all CCTV equipment, including exercising the pan, tilt, zoom, focus, pre-set positioning and power on/off functions.

ii. Demonstration of the camera sensitivity at low light levels to meet the specified requirements and transition to and from Color and Black & White modes.

iii. Demonstration of the pan/tilt speed and the extent of camera movement to meet the specified requirements.

iv. Test all optical fibers in the cables connecting the Fiber Optic Patch Panels in the CCTV Equipment Cabinets utilizing an OTDR and Optical Power Meter in both directions at all operating wavelengths. All optical fibers shall be terminated at the Fiber Optic Patch Panels.

v. The Contractor shall setup, select and demonstrate all pre-programmed preset positions and privacy zones for the CCTV camera.

A00801 - 158 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 823.151 and 823.152 (Continued)

MATERIALS

Materials and products furnished shall be designed for the intended use, shall meet all requirements of the latest edition of the National Electric Code (NEC), and all local codes.

Materials shall be manufactured in accordance with the standards indicated in this Section, and typical industry standards and codes for the products specified.

The materials used shall be new, unused, and of the best quality for the intended use. All equipment shall have the manufacturer’s name, address, model or type designation, serial number and all applicable ratings clearly marked thereon in a location which can be readily observed after installation. The required information should be marked on durable nameplates that are permanently fastened to the equipment.

Electrical equipment shall at all times during construction be adequately protected against mechanical injury or damage by water. Electrical equipment (excluding light poles) shall not be stored outside exposed to the elements. If any equipment or apparatus is damaged, such damage shall be repaired at no additional cost, or replaced at no additional cost as directed by the Engineer.

Foundations

 Cylindrical foundations for Contemporary light poles shall be specified by lighting manufacture, including number, type and location of anchor bolts. Foundations shall be made of minimum 5,000 psi concrete (at 28 days) and have steel reinforcement meeting ASTM A-615, grade 60 (cover to steel, 1” minimum). Foundations shall have a minimum of two (2) 1.5” PVC conduits for lighting circuits, 180 degrees apart.

Foundations to be installed flush with finished grade in sidewalk areas and 3’ above finished grade in the parking lot. Also, the two post top lights on the pathway shall be set at an elevation above grade and equal to the elevation of the edge wall in their location. Anchor bolts to be 3/4" diameter by 30” long “J-hook” type galvanized steel (4 per foundation).

Wire & Cable

Unless otherwise noted, conductors for power, lighting, and grounding above grade shall be No. 12 through No. 8 AWG, NEC type THWN/THHN, meeting the requirements of UL 83. Conductors for power and lighting shall be no smaller than No. 12 AWG.

All conductors shall be annealed copper, 98% conductivity, Class B stranded, except conductors used for power and lighting circuits No. 10 AWG and smaller which may be solid. All conductors should be rated for 600 volts or less, with a thermal rating of 90° C.

A00801 - 161 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 823.151 and 823.152 (Continued)

The outside covering of all wiring for power, lighting, grounding, and control uses shall be color coded to identify polarity as follows:

Phase Color A or 1 Black B or 2 Red Neutral White Equipment Ground Green

Pathway Light – Type A1/A2

Pathway light shall be pedestrian scale and contemporary in style. Fixture shall have the following features:

 4000K-4500K Color Temperature  Gray / Silver Finish  LED Lamp  Minimum 50,000 operating hours  Contemporary Design  Type II Distribution  120V Operation  12’-14’ Mounting Height

Manufacturer: Cree Edge Series Cat No. ARE EDR 2M R3 04 UL SV 525 W/POLE PS5R12CSV

Manufacturer: BEGA-US Post Top Cat. No. 77 176 SLV W/POLE 906HR

Manufacturer: Sternberg Rialta Cat. No. PT 12 RT403 SV2 26L 45 2T MDLO5 USL

Experience / Warranties

The pole manufacturer shall have been in the business of manufacturing outdoor lighting products for the municipal street lighting market for a minimum of ten (10) years.

All materials and component parts, excluding lamps, ballasts and transformers are guaranteed to be free from defects of material and/or workmanship for a period of three years from date of shipment. Lamps, ballasts and transformers are covered to the extent of that particular manufacturer's warranty.

LED modules and drivers are guaranteed to be free from defects of material and/or workmanship for a period of five years from the date of shipment. Failure is defined as having 15% or more LED's not illuminated in a luminaire.

A00801 - 162 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019

ITEM 824.211 RECTANGULAR RAPID FLASHING BEACON SYSTEM LUMP SUM

Work under this Item shall conform to the relevant provisions of Section 800 of the Standard Specifications, the 2009 Manual on Uniform Traffic Control Devices (MUTCD), and the following:

 The work shall include the furnishing and installation of part or all of the following items: side of post mounted control cabinet; signal posts and foundations; rectangular rapid flashing beacons (RRFB); ADA compliant pressure sensitive pushbutton with sign and saddle; pull boxes; service connection; all cable and wiring; ground rods, equipment grounding and bonding; and all other equipment, materials and incidental costs necessary to provide complete, fully operational rectangular rapid flashing beacon system as specific herein and as shown on the plans. The location is:

 Location 1: Plainfield Street at Washburn Street (Midblock-Crossing)

A list of major items required for each RRFB system is included on the plans.

Shop Drawings

Within 30 days following execution of the Contract, the Contractor shall submit shop drawings for beacon supports, a list of equipment, and manufacturer's equipment specifications to the Engineer in accordance with the relevant provisions of Section 815.20.

No work shall be commenced by the Contractor until approval of the shop drawings and manufacturer's data has been received in writing from the Engineer. Approval of these drawings will be general in character and shall not relieve the Contractor from the responsibility of, or the necessity of, furnishing materials and workmanship conforming to the plans and specifications.

The Contractor shall deliver to the Engineer a certificate of compliance with the manufacturer for all materials purchased from the manufacturer.

Service Connection

Under these Items the service connections shown on the plans are approximate only. The Contractor shall determine exact locations from the servicing utility, arrange to complete the service connection, and be responsible for all charges incidental thereto.

Equipment Bonding

Special purpose bonding wire shall be No. 8 AWG or larger conforming to the requirements of ASTM B-3.

A00801 - 177 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 824.211 (Continued)

Rectangular Rapid Flashing Beacon (RRFB)

General Requirements:

 The RRFBs shall consist of two and three-sided units with rapidly and alternately flashing rectangular yellow indications having LED-array based pulsing light sources, and shall be designed, located, and operated with the detailed requirements specified herein and on the plans. For Item 824.21.1 the RRFB shall be three-sided units (2 indications per side for vehicle traffic in both directions, and 1 indication visible to pedestrians in the crosswalk to give confirmation that the RRFB is operational).

 Each LED-array, for vehicles, shall be a minimum of approximately 5 inches wide by approximately 2 inches high.

 The front of each RRFB unit shall be approximately 22 inches wide by approximately 4 inches high.

 Each RRFB shall be located between the bottom of the S1-1 or W11-2 sign and the top of the supplemental downward diagonal arrow sign (W16-7p) unless otherwise noted on the plans.

Beacon Flashing Requirements:

 When activated, the RRFB indications shall flash in a rapidly alternating “wig-wag” flashing sequence (left light on, then right light on).

 As a specific exception to the 2009 MUTCD Section 4L.01 requirements for the flash rate of beacons, RRFBs shall have a much faster flash rate. Each of the yellow indications of an RRFB shall have 70 to 80 periods of flashing per minute and shall have alternating but approximately equal periods of rapid pulsing light emissions and dark operation.

During each of its 70 to 80 flashing periods per minute, the yellow indication on the left side of the RRFB shall emit two slow pulses of light after which the yellow indications on the right shall emit four rapid pulses of light followed by a long pulse.

 The flash rate of each individual yellow indication, as applied over the full on-off sequence of a flashing period of the indication, shall not be between 5 and 30 flashes per second, to avoid frequencies that might cause seizures.

 The light intensity of the yellow indications shall meet the minimum specifications of Society of Automotive Engineers (SAE) standard J595 (Directional Flashing Optical Warning Devices for Authorized Emergency, Maintenance, and Service Vehicles) dated January 2005.

A00801 - 178 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 824.211 (Continued)

Beacon Operation:  The RRFBs, normally dark, shall initiate operation passively via an infrared pedestrian detection system each and every time that a pedestrian is detected, and shall cease operation at a predetermined time limit. This time limit shall be initially set as noted on the plans. The following example is provided to clarify this operation:

If the predetermined flash period is set for 20 seconds and a new actuation is received when the RRFBs have already been flashing for 12 seconds, a new 20- second period will immediately commence, thus resulting in a continuous flashing duration of 32 seconds. If the predetermined flash period is set for 20 seconds and a new actuation is received 1 second after the RRFBs have ceased flashing, a new 20-second period will immediately commence, thus resulting in a flashing duration of 41 seconds with a 1-second interruption.

 All RRFBs associated with a given crosswalk shall, when activated, simultaneously commence operation of their alternating rapid flashing indications and shall cease operation simultaneously.

  The RRFBs shall be activated by ADA compliant pedestrian pushbutton as shown on the plans. The amount of time that the RRFBs remain activated shall be user programmable from 0 to 60 seconds.

 Pedestrian Push Buttons

 The push button shall be and ADA compliant pedestrian push button assembly and require no more than 2 lbs of pressure for activation. The button must be designed so that ice cannot form such that it would impede the function of the button.

 The pushbutton shall incorporate visual feedback to indicate the button has been pressed and the displays are active. Once the pushbutton is pressed, the LED must stay on for the full duration of the beacons active phase.

 The pushbutton shall have transient surge protection that shall include at a minimum a resistor and TVS diode at the input connection. The pushbutton assembly shall be vandal resistant designed to withstand impact from heavy objects. The button bosy must have raised ridges on all sides to protect the button cap against side impacts. The button shall be designed so that it cannot be made to stay on. In the event the button is pressed for longer than 10 seconds, it shall reset itself and work normally even if it is still being held in.

 The button shall be completely sealed and the electronics shall be encapsulated so that the button can function even after being immersed in water for an extended period of time.

The pushbutton shall be capable of continuous operation over a temperature range of -30 degree F to 165 degree F.

A00801 - 179 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

Addendum No. 5, March 1, 2019

THIS PAGE IS INTENTIONALLY LEFT BLANK

A00801 - 180 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 824.211 (Continued)

 Pedestrian Confirmation Indication

Each of the RRFB signal indications shall have a pedestrian confirmation beacon light to alert the pedestrian that the RRFB signals have begun to flash. The confirmation indications shall be a hemispheric amber LED light head that fits a one inch diameter opening. The LED confirmation light head shall meet SAE J1113-41 Class 5 standards and have virtually no RFI/EMI noise emission. The light head shall be 7/8” in height with super bright LED devices to deliver wide angle warning to the front and side of the unit. This shall have 75 flashing periods per minute.

Pull Box Covers

Proposed pull box covers shall depict the text “TRAFFIC” instead of the “MassDOT” text.

Posts and Bases

Signal posts shall be steel shafts with transformer bases.

Signal base foundations shall not obstruct a sidewalk or crosswalk so that passage by physically- challenged persons is impaired.

System Documentation

The Contractor shall submit to the Engineer two (2) copies of the operating and maintenance instructions for all equipment complete including wiring diagram of the internal, external and field accessories.

Wiring Diagram

Two sets of wiring diagrams with both internal and external wiring for the control cabinet and all accessories as actually used in the field shall be furnished to the Owner. All actual and potential terminal strip connections shall be shown. All identification on the diagrams shall be as installed, and all field labeling shall be consistent with the diagram.

A00801 - 181 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 824.211 (Continued)

Manuals and Keys

The Contractor shall supply two (2) copies of operating and maintenance manuals and two (2) sets of cabinet keys to the Owner.

Equipment Finish and Color

Beacon equipment including but not limited to signal posts, bases, controller cabinet (exterior); service meter socket box, hardware, and rigid mounting brackets for the beacons and signs shall be colored BLACK, subject to the approval of the City of Springfield. The Contractor shall submit to the Engineer, and the City for approval, paint chips and sample finishes on steel and aluminum of the intended color prior to any work being done under this heading.

Steel Equipment

Galvanizing

All bolts, screws, nuts, rods and washers shall be galvanized in accordance with AASHTO M232 and the Standard Specifications. The hardened machine screws may be electroplate galvanized. Stainless steel studs, bolts, screws, nuts, straps and washers shall not be galvanized. Galvanized hardware need not be painted; however, the ends of bolts, nuts, and washers shall be painted in the field according to section “Touch-up and Repairs.” Immediately prior to galvanizing, the steel shall be immersed in a bath of zinc ammonium chloride. The dry kettle galvanizing process shall be used.

All steel components, other than above, shall be galvanized after fabrication in accordance with AASHTO M111. The galvanizing bath shall contain nickel (0.05% to 0.09% by weight). Galvanized members requiring shop assembly shall be welded and drilled prior to galvanizing.

Coating Over Galvanized Steel

Prior to painting, the applicator shall ensure that all components are smooth and without sharp protrusions that would present and injury hazard to pedestrians. Also, the fabricator shall ensure that all welds shall be cleaned thoroughly in accordance with good practice and according to AWD D1.5 and ASTM A123-89a and shall have a suitable surface to accept the galvanizing.

In preparation for the two coat painting system, the surface shall be blast cleaned in accordance with the requirements of SSPC SP7 “Brush-Off Blast Cleaning” or other method producing equivalent results and uniform profile, to achieve a 1.0 to 1.5 mils anchor profile as indicated be a Keane Tator profile comparator or similar device. The creation of the anchor profile shall be performed prior to the formation of “white rust” on the galvanized surface.

Following blast cleaning, the zinc coating thickness shall be measured to verify that the coating thickness is in accordance with AASHTO M111.

A00801 - 182 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 824.211 (Continued)

A two-coat painting system shall be applied by the Galvanizer in his own facility within twelve hours of galvanizing the steel components.

The prime coat material shall be a polyamide epoxy applied to minimum dry film thickness of 2.0 to 4.0 mils (0.002-0.004 in.) and force cured as given below for the finish coat.

The finish coat material shall be a two component, catalyzed aliphatic urethane applied by airless spray to a minimum dry film thickness of 4.0 mils.

The color shall be BLACK. The fabricator shall submit to the Engineer for approval, paint chips of the intended color prior to any work being done under this heading.

All finish coat material shall be applied under conditions within the following tolerances:

 Air Temperature 50F min., 90F max.  Surface Temperature 50F min., 100F max.  Surface temperature must be at least 5F above the dew point.  The finish coat shall be cured in a booth capable of maintaining 150F for 2-4 hours.

Touch-up and Repairs

Should any damage occur to the galvanized coating during shipping or handling at the job site, the Contractor shall repair and touch-up any damaged areas to the satisfaction of the Engineer and the following:

Touch-up of galvanizing before the finish coat is applied shall be accomplished by applying galvanizing repair paint. The dry film thickness of the applied repair paint shall not be less than 4.0 mils.

Applications shall be in accordance with the manufacturer’s instruction.

Field touch-up procedures shall conform to the recommendations of the Galvanizer. Touch-up of the finish coat shall be by applying a coating of a two-part urethane, as supplied by the Galvanizer, to achieve a dry film thickness of at least 4.0 mils. Prior to the application of the paint, remove all damaged coatings down to a solidly adhered coating and apply galvanizing repair paint as primer.

Allow the primer to dry for at least 4 hours prior to top coating.

The Contractor shall also use the touch-up paint material and procedures to paint the galvanized hardware used in field erection that has not been finish coated previously.

Aluminum Equipment All aluminum equipment called for shall have a powder coat finish BLACK in color. The coating shall be a polyester-TGIC (triglycidyl isocyanurat) resin system conforming to the following:

A00801 - 183 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 824.211 (Continued)

Quality Test Limits Abrasion Taber abraser CS-10, 1000 100 mg. Maximum weight gram load, 1000 cycle, loss ASTM D4060 Adhesion ASTM D .59 Initial 5A 1000 hours 5A Gloss ASTM D 523 60 - 600 hours 82% retention 60 - 1000 hours 90% retention (washed) Hardness ASTM D 3363 2H – No Gouge Impact ASTM D 2794 Direct Pass 80 inch-lb. Salt Spray Resistance ASTM B 177 ASTM D 1654 1000 hours unscribed Table 2-10 400 hours scribed Table 1-10 Weather Resistant ASTM G 23, 1000 hours, No film failure 18 min. waterspray, 102 min. light Color Black Identify Infrared fingerprint Match Flexibility 180 bend; ½” dia, mandrel No breaks, flaking or within 10 seconds cracks. Tested with a Q-panel with 2 mils or less of coating Humidity ASTM D 2247, 1000 hours No blister or film failure Thickness 4 mils +/- 1 mils Mar Resistance Good

A Certificate of Compliance of the powder coating system is required for the Engineer’s approval.

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

 The work under Item 821.211 will be paid for at the respective Contract lump sum price, which prices shall include all labor, material, equipment and incidental costs required to complete the work.

No separate payment will be made for pull boxes, pull box frame and covers or foundations. All costs in connection therewith shall be included in the lump sum price bid.

Conduit will be paid for separately under Item 804.03, 3 Inch Electrical Conduit Type NM Plastic (UL).

A00801 - 184 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 995.01 BRIDGE STRUCTURE, BRIDGE NO. S-24-044 (BTL) LUMP SUM

The work to be done under this Item shall conform to the relevant provisions of Section 995, and with the specific requirements stipulated below for the component parts of this Item. For those component parts where no specific requirement is stipulated, the Standard Specifications shall apply except for payment.

Work under this Item shall include all materials, equipment and labor needed to construct the following:

 Furnish and install precast concrete box culvert, precast headwalls, precast haunch section, precast approach slabs, and cast in place boat sections;  Post-tensioning and grouting of the box culvert sections;  Membrane waterproofing for the box culvert, boat sections and joints, and all other water tight measures;  Cold formed steel framing system and brick walls inside the box culvert;  Railing system on top of the boat section walls;  All items included hereinafter under Basis for Partial Payments.

It shall be the responsibility of the Contractor to provide all survey control necessary to assure accurate placement of all excavation and foundations. This responsibility shall further include, but not be limited to; locating of utilities, drainage, curbs, copings and railing. The Contractor shall be responsible for making all measurements of angles, bearings, distances, and elevations from the original transverse line to the places of construction, as shown on the Plans and/or furnished by the Engineer within the limits of project. The Contractor shall make all data and reference points established in the course of the control surveys available to the Engineer for review and use by State survey parties.

The work does not include any items listed separately in the proposal. Payment for materials shown on the Plans as being part of this bridge structure or which may be incidental to its construction and are not specifically included for payment under another Item shall be considered incidental to the work performed under this Item and shall be included in the unit price of the component of which they are a part.

4 INCH SLOT-PERFORATED CORRUGATED PLASTIC PIPE (SUBDRAIN)

The work under this heading shall conform to the relevant provisions of Section 260 of the Standard Specification and shall include the supply, fabrication, and installation of 4” diameter slot-perforated corrugated plastic pipe wrapped in filter fabric as shown on the Plans. The slot perforated corrugated plastic pipe shall meet the requirements of M5.03.9.

A00801 - 201 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 995.01 (Continued) CEMENT CONCRETE PAVEMENT

The work under this heading shall conform to applicable sections of Section 476 and M4.02.00 of the Standard Specifications for the concrete overlay at precast box culvert and boat section walkway. The cement concrete overlay shall be 4000 psi, ¾ inch, 610, medium gray and shall receive an integral color conforming to the following:

A. Colored additives shall contain pure, concentrated mineral pigments specially processed for mixing into concrete and complying with ASTM C979. B. Do not use calcium chloride admixtures. C. Packaging: If color additives are to be added to mix at site, furnish color additives in pre- measured disintegrating bags to minimize job site waste. D. Curing Compound for Colored Concrete: Curing compound shall comply with ASTM C309 and be approved by color additive manufacturer for use with colored concrete. E. Curing and sealing compound shall comply with ASTM C309 and be of same manufacturer as colored admixture, for use with integrally colored concrete. F. Contractor shall submit sample colors for integral concrete coloring for landscape architect’s review.

Mix design and trial batches for the cement concrete pavement shall be submitted to MassDOT for approval at least thirty days prior to use.

SPECIAL CONCRETE CURB – CAST-IN-PLACE

The work under this heading shall conform to applicable sections of Section 500 and M4.02.00 of the Standard Specifications for the cast-in-place concrete curb at boat section walkway.

CAST-IN-PLACE CONCRETE ELEMENTS

3000 psi, 1 ½”, 470 CEMENT CONCRETE  4000 psi, 1 ½”, 565 CEMENT CONCRETE 4000 psi, ¾”, 610 CEMENT CONCRETE

The work done under these headings shall conform to the applicable provisions of Section 901 of the Standard Specifications, Section M4, and the following:

All concrete shall be placed in the dry.

The various classes of concrete shall be used as specified on the Plans, and generally described as follows:

3000 psi, 1 ½ in., 470 Cement Concrete shall be used to construct the mud slab.

4000 psi, 1 ½ in., 565 Cement Concrete with High Early Strength shall be used to construct the Stage 1 boat section base slabs and walls.

A00801 - 202 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 995.01 (Continued) The work to be performed shall consist of the application of the membrane waterproofing to the exterior of the box culvert, boat sections and joints, and all other watertight locations. The membrane waterproofing system is to be applied to all concrete surfaces in contact with soil.

APPLICATION

The waterproofing membrane shall be applied by equipment approved by the Engineer. The equipment shall be capable of applying the membrane in a uniform manner onto the prepared substrate in accordance with the manufacturer’s recommendations to assure bond with the primed surface and elimination of air bubbles. In small areas, the membrane shall be hand- welded by torch around drains, joints, and along the curb as directed by the Engineer. The Applicator shall be responsible for the protection of adjacent areas.

Sheet membrane shall be installed in a shingled pattern unless otherwise specified on the Contract Plans, so that water is permitted to drain to the low areas of the concrete surface without accumulating against seams. Laps shall be staggered at the beginning and ends of rolls, shall overlap the previous roll and shall be sealed in accordance with the manufacturer’s recommendations. Prior to suspension of work for any reason, all exposed edges shall be heated, troweled, and sealed in accordance with the manufacturer’s recommendations.

An additional strip of membrane waterproofing shall be applied at each side of the joint as shown on the Contract Plans. The membrane shall be centered on the joint and run the entire limit of the joint as shown on the Contract Plans.

The Contractor shall repair and/or correct any deficiencies in the membrane system and substrate noted during quality-control testing as recommended by the manufacturer’s representative to the satisfaction of the Engineer at no additional cost.

If the membrane is damaged and/or de-bonding from the concrete surface occurs after application and quality control testing is complete the membrane shall be patched or repaired in accordance with the manufacturer’s recommendations at no additional cost.

SCHEDULE OF BASIS FOR PARTIAL PAYMENTS

At the time of bid, the Contractor shall submit on his/her proposal form a schedule of unit prices for the major component Sub-Items that make up Item 995.01 as well as his/her total bridge structure Lump Sum cost for the Bridge Structure No. S-24-044. The bridge structure Lump Sum breakdown quantities provided in the proposal form are estimated and not guaranteed. The total of all partial payments to the Contractor shall equal the Lump Sum contract price regardless of the accuracy of the quantities furnished by the Engineer for the individual bridge components. The cost of labor and materials for any Item not listed but required to complete the work shall be considered incidental to Item 995.01 and no further compensation will be allowed.

The schedule on the proposal form applies only to Bridge Structure S-24-044. Payment for similar materials and construction at locations other than at this bridge structure shall not be included under this Item. Sub-Item numbering is presented for information only in coordination with MassDOT Standard Nomenclature.

A00801 - 227 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 995.01 (Continued)

Sub- Unit Item Description Quantity Unit Price Total 4 INCH SLOT-PERFORATED 269.04 CORRUGATED PLASTIC PIPE 390 FT (SUBDRAIN)

476.1 CEMENT CONCRETE PAVEMENT 71 CY

SPECIAL CONCRETE CURB - 520.11 390 FT CAST IN PLACE

4000 PSI, 1.5 IN., 565 CEMENT 901. 900 CY CONCRETE

3000 PSI, 1.5 IN., 470 CEMENT 903. 145 CY CONCRETE

4000 PSI, 3/4 IN., 610 CEMENT 904. 3 CY CONCRETE

STEEL REINFORCEMENT FOR 910.1 90000 LB STRUCTURES - EPOXY COATED

DRILLING AND GROUTING 912.11 205 EA ANCHOR BOLTS

915.4 BRICK MASONRY 400 SF  PRECAST CONCRETE BOX 930.10 1 LS CULVERT

PRECAST CONCRETE APPROACH 930.13 1 LS SLAB

960. STRUCTURAL STEEL 14800 LB

STRUCTURAL STEEL – COLD- 960.2 1740 LB FORMED METAL FRAMING

CONCRETE PROTECTIVE 965.3 13540 SF COATING

967. MEMBRANE WATERPROOFING 2120 SY

Total Cost of Item 995.01=

A00801 - 228 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

ITEM 997.10 (Continued)

HANDLING

1. OTM shall be delivered in approved containers (kegs) or on pallets. 2. Installation of all OTM shall be as indicated in BALLASTED TRACK CONSTRUCTION. 3. Rail Anchor Placement: a. Unless indicated on the plan, apply a minimum of 16 anchors per 39’ of rail in jointed track. b. In CWR track, every other tie shall be box anchored. c. Rail anchors shall be spaced uniformly along the rail length in jointed track. d. Rail anchors shall be installed to the gage side of the rail against the same tie face on opposite rails. e. Rail anchors shall grip the base of the rail firmly and shall have full bearing against the face of the tie. f. Rail anchors shall not be moved by driving them along the rail. g. Rail shall be anchored immediately after destressing or setting end gaps at rail joints, and before the rail has experienced a change in temperature from the preferred temperature range. h. In CWR, ties shall be solid box anchored 200’ from any joint or road crossing. i. In both CWR and jointed track, ties shall be solid box anchored in all directions 100’ from any turnout.

DISPOSAL OF TIMBER CROSSTIES

Wood materials are to be disposed in accordance with local, State, and Federal regulations. The Contractor shall notify MassDOT which facility will be used to dispose of timber crossties. A copy of the Mass DEP certification showing that it is an approved disposal facility along with all weight slips for crossties sent to an approved facility shall be provided to MassDOT.

1. REMOVALS/DEMOLITION

The Contractor shall remove and dispose of materials to the specifications indicated in these Special Provisions. a. Non-contaminated and contaminated materials shall be disposed of at a certified disposal facility. The Contractor shall provide the weight slips and other documentation as required for the disposal of all materials. b. Disposal of all ties removed from track during construction at a certified and registered landfill. Pieces of ties may have to be picked up by hand and/or raked up to be loaded out for disposal.

A00801 - 261 Massachusetts Department Of Transportation Highway Division Proposal No. 607589-105920

 Addendum No. 5, March 1, 2019 ITEM 997.10 (Continued)

EXECUTION

DISPOSAL OF OLD CROSSTIES

The Contractor is responsible for the cleanup of all crossties on the right-of-way including those from previous crosstie installation projects. All old crossties are to be picked up, bundled (if possible), and disposed of at a Mass DEP approved disposal site as specified in these Special Provisions. Wood pick-up is to be done concurrently with installation of crossties.

1. Disposal of Materials: a. Dispose of scrap ties and timber. b. Disposal of all ties removed from the track at a certified and registered landfill. c. The Contractor to obtain: i. Weight tickets from certified landfill giving tie tonnage, trucker, truck number, and date brought to the plant. ii. Corresponding truck tickets used by haulers to remove ties from project and transferred to certified landfill. iii. Tickets from (a) and (b) must match and will be used to determine actual payment to the Contractor. d. Small pieces of removed ties will not be allowed to remain on the right-of-way. Pieces of ties may have to be picked up by hand and/or raked up to be loaded out for disposal.

PRODUCTION RATES

Scrap crossties and other wood products shall be removed from the right of way within five (5) working days of their removal from the track.

Item 997.10 – Railroad Track Removal and Installation Schedule of Values Item (note 1) Description Unit Quantity Ties Replacement Ties (Approx.) EA 300 Ballast New Ballast Ton 330 Sub-ballast New Sub-ballast CY 150 Other Track Material Replacement spikes, tie plates, mic. LS 1 Note 1) Existing track to be reused (Remove and Replace)

METHOD OF MEASUREMENT AND BASIS OF PAYMENT

The work under Item 997.10 shall be paid at the Contract Lump Sum Price under Item 997.10 The Lump Sum price shall include all labor, materials, and incidental costs required to complete the work.

A00801 - 262 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk 1741 9 42 t51520 08-04-20 a 02=27D

Form 1075

NOTICE OF ACTIVITY AND USE LIMITATION M.G.L. c. 21E, § 6 and 310 CMR 40.0000

Disposal Site Name: Curtis Universal Joint DEP Release Tracking No.: 1-16458

This Notice of Activity and Use Limitation ("Notice") is made as of this 1st day of August, 2008, by Curtis Universal Joint Inc. of 4 Birnie Avenue, Springfield, Massachusetts, together with his/her/its/their successors and assigns (collectively "Owner").

WITNES SETH:

WHEREAS, Curtis Universal Joint Inc., is the owner in fee simple of that certain parcel of land located in Springfield, Hampden County, Massachusetts, pursuant to the Hamden County Registry of Deeds in Book 1615 , Page 386 ;

WHEREAS, said parcel(s) of land, which is more particularly bounded and described in Exhibit A, attached hereto and made a part hereof ("Property") is subject to this Notice of Activity and Use Limitation. The Property is shown on a plan recorded in the Hampden County Registry of Deeds in Plan Book 348, Page 111;

WHEREAS, the Property comprises part of a disposal site as the result of a release of oil and/or hazardous material. Exhibit B is a sketch plan showing the relationship of the Property subject to this Notice of Activity and Use Limitation to the boundaries of said disposal site existing within the limits of the Property and to the extent such boundaries have been established. Exhibit B is attached hereto and made a part hereof; and

WHEREAS, one or more response actions have been selected for Portion of the Disposal Site in accordance with M.G.L. c. 21E ("Chapter 21E") and the Massachusetts Contingency Plan, 310 CMR 40.0000 ("MCP"). Said response actions are based upon (a) the restriction of human access to and contact with oil and/or hazardous material in soil and (b) the restriction of certain activities occurring in, on, through, over or under the Property. The basis for such restrictions is set forth in an Activity and Use Limitation Opinion ("AUL Opinion"), dated August 4, 2008, (which is attached hereto as Exhibit C and made a part hereof);

A00804-1339.1 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk 17419 Ps43 051520

Form 1075: continued

NOW, THEREFORE, notice is hereby given that the activity and use limitations set forth in said AUL Opinion are as follows:

1. Activities and Uses Consistent with the AUL Opinion. The AUL Opinion provides that a condition of No Significant Risk to health, safety, public welfare or the environment exists for any foreseeable period of time pursuant to 310 CMR 40.0000 so long as any of the following activities and uses occur on the Property:

(i) Activities and uses of the Property including, commercial and/or industrial use, which are not identified by the Notice as being inconsistent with maintaining a condition of No Significant Risk;

(ii) Excavation associated with short term (less than three months) or long term (greater than three months) underground utility and/or construction work, provided that such work is conducted in accordance with a Soil Management Plan and a Health and Safety Plan under the supervision of an LSP;

(iii) Subsurface activities and/or construction including but not limited to future construction of buildings and other improvements which may disturb contaminated soils located in the AUL Area, provided that such work is conducted in accordance with a Soil Management Plan and a Health and Safety Plan under the supervision of an LSP; and

(iv) Such other activities or uses which, in the Opinion of an LSP, shall present no greater risk of harm to health, safety, public welfare or the environment than the activities and uses set forth in this Paragraph; and

(v) Such other activities and uses not identified in Paragraph 2 as being Activities and uses Inconsistent with the AUL.

A00804-1339.2 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk 17419 144 *51520

Form 1075: continued

2. Activities and Uses Inconsistent with the AUL Opinion. Activities and uses which are inconsistent with the objectives of this Notice of Activity and Use Limitation, and which, if implemented at the Property, may result in a significant risk of harm to health, safety, public welfare or the environment or in a substantial hazard, are as follows:

(i) Uses that allow children to be present on the property on a high frequency, and/or high intensity basis.

(ii) Relocation of the contaminated soil from the AUL area unless an LSP renders an Opinion which states that such relocation is consistent with maintaining a condition of No Significant Risk.

(iii) Use of the property for residential, daycare, agricultural, playground or non-adult educational use.

3. Obligations and Conditions Set Forth in the AUL Opinion. If applicable, obligations and/or conditions to be undertaken and/or maintained at the Property to maintain a condition of No Significant Risk as set forth in the AUL Opinion shall include the following:

i) A Soil Management Plan (the Plan) must be prepared by an LSP and implemented prior to commencement of any activity that is likely to disturb the contaminated soil at the Site. The Plan must describe appropriate soil excavation, handling, storage, transport and disposal procedures and include a description of the engineering controls and air monitoring procedures necessary to ensure that workers and receptors in the vicinity are not affected by vapors, fugitive dust or particulates. On-Site construction/excavation workers must be informed of the requirements of the Plan and the Plan must be available on Site throughout the course of the project.

(ii) A Health and Safety Plan (the "H&S Plan") must be prepared by a Certified Industrial Hygienist or other qualified individual sufficiently trained in worker health and safety requirements and implemented prior to commencement of any activity which is likely to disturb soils and render contaminated soils more accessible. The H&S Plan should clearly describe the location of the contaminated soil and engineering controls necessary to ensure that workers are not exposed to contaminants through dermal contact, ingestion and/or inhalation of vapors or particulate dusts. Workers who come in contact with contaminated soil at the Site must be informed of the location of contamination and all the requirements of the H&S Plan. The H&S Plan must be available throughout the course of the project.

A00804-1339.3 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 tS< 17419 Ps45 #5152) 0 0

4. Proposed Changes in Activities and Uses. Any proposed changes in activities and uses at the Property which may result in higher levels of exposure to oil and/or hazardous material than currently exist shall be evaluated by an LSP who shall render an Opinion, in accordance with 310 CMR 40.1080 et seq., as to whether the proposed changes will present a significant risk of harm to health, safety, public welfare or the environment. Any and all requirements set forth in the Opinion to meet the objective of this Notice shall be satisfied before any such activity or use is commenced.

5. Violation of a Response Action Outcome. The activities, uses and/or exposures upon which this Notice is based shall not change at any time to cause a significant risk of harm to health, safety, public welfare, or the environment or to create substantial hazards due to exposure to oil and/or hazardous material without the prior evaluation by an LSP in accordance with 310 CMR 40.1080 et seq., and without additional response actions, if necessary, to achieve or maintain a condition of No Significant Risk or to eliminate substantial hazards.

If the activities, uses, and/or exposures upon which this Notice is based change without the prior evaluation and additional response actions determined to be necessary by an LSP in accordance with 310 CMR 40.1080 et seq., the owner or operator of the Property subject to this Notice at the time that the activities, uses and/or exposures change, shall comply with the requirements set forth in 310 CMR 40.0020.

6. Incomoration Into Deeds. Mortgages, Leases, and Instruments of Transfer. This Notice shall be incorporated either in full or by reference into all future deeds, easements, mortgages, leases, licenses, occupancy agreements or any other instrument of transfer, whereby an interest in and/or a right to use the Property or a portion thereof is conveyed.

Owner hereby authorizes and consents to the filing and recordation and/or registration of this Notice, said Notice to become effective when executed under seal by the undersigned LSP, and recorded and/or registered with the appropriate Registry of Deeds and/or Land Registration Office(s).

A00804-1339.4 Proposal No. 607589-105920Bk 17419 Ps46Addendum 051520No. 5, March 1, 2019 0 0

Form 1075: continued

WITNESS the execution hereof under seal this day of August, 2008.

L UV-r's OV'iVtr,-,,L 56S rlir KZ r Owner

COMMONWEALTH OF MASSACHUSETTS

Hampden County, ss /- , 2008

On this /sT day of August 2008, before me, the undersigned notary public, personally appeared ?wjrtnh /M /h43ermad (name of document signer), proved to me through satisfactory evidence of identification, which were /mf#s-< )bQErgas Legcl.to be the person whose name is signed on the preceding or attached document, and acknowledged to me that he signed it voluntarily for its stated purpose as the President and Treasurer of Curtis Universal Joint, Inc..

Official signatre d seal of notary

A00804-1339.5 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 S Bk 17419 fR47 051520

Form 1075: continued

The undersigned LSP hereby certifies that he executed the aforesaid Activity and Use Limitation Opinion attached hereto as Exhibit C and made a part hereof and that in his Opinion this Notice of Activity and Use Limitation is consistent with the terms set forth in said Activity and Use Limitation Opinion.

Date: O- OLI Zoo

LSP signature: Timothy J. O'Brien

COMMONWEALTH OF MASSACHUSETTS

Ymen~Atkyss jAenr4 / ,2008

On this / day of August 2008, before me, the undersigned notaiy public, personally appeared -7mory .C0'f 3 kA/ (name of document signer), proved to me through satisfactory evidence of identification, which were ma mh ept zvc ywc# , to be the person whose name is signed on the preceding or attached document, and acknowledged to me that he signed it voluntarily for its stated purpose.

JOAN M.HALL NOiSy Pnse Oficial signature and seal of notary Commei nahof MamaIl my Ommisaan Iq*us AuguWt 17, 2012 Upon recording, return to:

Curtis Universal Joint, Inc. 4 Birnie Avenue Springfield, Massachusetts 01103

ATC Associates Inc. ATTN: Timothy J. O'Brien 73 William Franks Drive West Springfield, Massachusetts 01089

A00804-1339.6 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019

0 Bk 17419 PsP4S 051520

EXHIBIT A

A00804-1339.7 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk S 1741Sz.49 '51520

Exhibit A Metes and Bounds Description

Beginning at a point at the northeasterly corner of land conveyed by William H. Dexter to George Burnham, Trustee by deed recorded in said Registry of Deeds, Book 678, Page 118, and running thence;

S 09 58' 00" E in line parallel with and distant eighty five (85) feet westerly from Bimie Avenue, one hundred thirty five and 57/100 (135.57) to a rod; thence

S 80" 02' 00" W one hundred thirty five and 5/10 (135.50) feet to a rod; thence

N 07' 59' 25" W by land now or formerly of Boston and Maine Railroad one hundred thirty five and 65/100 (135.65) feet to a bound at the northwesterly corner of said land heretofore conveyed to said Burnham; thence

N 80* 02' 00" E in a line parallel with the northerly line of the tract heretofore conveyed to George M. Burnham, one hundred thirty and 82/100 (130.82) feet to the point and place of the beginning. Subject to an eight and 25/100 (8.25) foot wide water line easement southerly of and parallel with the northerly line of the above-described area for a distance of one hundred thirty and 82/100 (130.82) feet. See Plan recorded at registry of deeds book 348 plan I11.

A00804-1339.8 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019

0 I 0 Bk 17419 PsS'J 51- I52C0 I I I I U I I

I EXHIBIT B U I I U I I I I I

I A00804-1339.9 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 11 Ii S I I III' *~II

I I I Ii I'

q A

N

an S P~ a - --

A00804-1339.10 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk 17419 Pg52 051520

EXHIBIT C

ACTIVITY AND USE LIMITATION OPINION

In accordance with the requirements of 310 CMR 40.1074, the Activity and Use Limitation Opinion has been prepared for a parcel of land owned by Curtis Universal Joint and located at 4 Bimie Avenue in Springfield, Massachusetts. As of the date of this Activity and Use Limitation (AUL), the parcel is located in an industrial area and is occupied by a manufacturing facility.

Site History

The Site currently operates as Curtis Universal Joint Company Inc. located at 4 Bimie Avenue, Springfield, Massachusetts. The Site has operated as a manufacturing plant since it was constructed in approximately 1900. The Site property is approximately 1.03 acres in size and is primarily surfaced with an asphalt parking lot. Two buildings are located on the Site, the manufacturing building in the center of the Site and masonry garage to the east.

On December 14, 2006, a 72-hour reportable condition was encountered during the removal of a #2 fuel oil underground storage tank (UST). Immediate Response Action (IRA) activities were conducted under the supervision of an LSP to remedy the release including excavation of fuel oil contaminated soil for off-site disposal. During the characterization of soils for disposal, lead and chromium were detected in stockpiled soil. Subsequent response actions were conducted to fully characterize the metals at the Site. Metals were determined to be present primarily in shallow soils at concentrations exceeding the Method 1 Standards. Polycyclic aromatic hydrocarbons (PAHs) were detected in shallow soils based on laboratory analytical results at the site following visual observations of coal ash in soil and were present above the Method I Standards.

|Note: The "MCP Method I Cleanup Standards" refer to numerical standardsfor chemical contaminants in soil and groundwater which are published in the MCP. The soil standards are broken into three soil categories: S-1, S-2, and S-3. The S-1 Soil Standards are the most strict, or lowest, numerical values since they were derived to be protective of a residential exposure scenario by considering a receptor's incidental ingestion and dermal exposures to soil while gardening and playing. The S-2 and S-3 numerical standards are less strict and therefore higher, having been developed using passive recreational and construction-related exposure scenarios, respectively.I

Reason for Activity and Use Limitation

Due to the presence of contaminants above S-1 standards including Extractable Petroleum Hydrocarbons, PAHs and lead, an AUL is needed to eliminate exposure pathways. The AUL eliminates all exposure pathways except for visitor/trespassers and construction/utility workers. For these exposure pathways that could not be eliminated, a Method 3 Risk Characterization was conducted to evaluate risks posed by contamination remaining in soil at the Site. Based on the Method 3 Risk Characterization, the site poses No Significant Risk for activities and uses consistent with commercial and industrial uses of the site and potential exposures to construction/utility workers, and visitors/trespassers.

[Note: Refer to Exhibit B, a sketch plan showing the relationship of the area subject to the A UL ("Area ofA UL") to the boundaries of the parcel and the disposal site.]

A00804-1339.11 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk 17419ds53 51520

Consistent Activities and Uses

This Opinion provides that a condition of No Significant Risk to health, safety, public welfare or the environment exists for any foreseeable period of time pursuant to 310 CMR 40.0000 so long as any of the following activities and uses occur on the Property:

(i) Activities and uses of the Property including, commercial and/or industrial use, which are not identified by the Notice as being inconsistent with maintaining a condition of No Significant Risk;

(ii) Excavation associated with short term (less than three months) or long term (greater than three months) underground utility and/or construction work, provided that such work is conducted in accordance with a Soil Management Plan and a Health and Safety Plan under the supervision of an LSP;

(iii) Subsurface activities and/or construction including but not limited to future construction of buildings and other improvements which may disturb contaminated soils located in the AUL Area, provided that such work is conducted in accordance with a Soil Management Plan and a Health and Safety Plan under the supervision of an LSP; and

(iv) Such other activities or uses which, in the Opinion of an LSP, shall present no greater risk of harm to health, safety, public welfare or the environment than the activities and uses set forth in this Paragraph; and

Inconsistent Activities and Uses

Activities and uses which are inconsistent with the objectives of this Notice of Activity and Use Limitation, and which, if implemented at the Property, may result in a significant risk of harm to health, safety, public welfare or the environment or in a substantial hazard, are as follows:

(i) Uses that allow children to be present on the property on a high frequency, and/or high intensity basis.

(ii) Relocation of the contaminated soil from the AUL area unless an LSP renders an Opinion which states that such relocation is consistent with maintaining a condition of No Significant Risk.

(iii) Use of the property for residential, daycare, agricultural, playground or non-adult educational use.

Obligations and Conditions

Obligations and/or conditions to be undertaken and/or maintained at the Property to maintain a condition of No Significant Risk shall include the following: i) A Soil Management Plan (the Plan) must be prepared by an LSP and implemented prior to commencement of any activity that is likely to disturb the contaminated soil at the Site. The Plan

A00804-1339.12 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019

must describe appropriate soil excavation, handling, storage, transport and disposal procedures and include a description of the engineering controls and air monitoring procedures necessary to ensure that workers and receptors in the vicinity are not affected by vapors, fugitive dust or particulates. On-Site construction/excavation workers must be informed of the requirements of the Plan and the Plan must be available on Site throughout the course of the project.

(ii) A Health and Safety Plan (the "H&S Plan") must be prepared by a Certified Industrial Hygienist or other qualified individual sufficiently trained in worker health and safety requirements and implemented prior to commencement of any activity which is likely to disturb soils and render contaminated soils more accessible. The H&S Plan should clearly describe the location of the contaminated soil and engineering controls necessary to ensure that workers are not exposed to contaminants through dermal contact, ingestion and/or inhalation of vapors or particulate dusts. Workers who come in contact with contaminated soil at the Site must be informed of the location of contamination and all the requirements of the H&S Plan. The H&S Plan must be available throughout the course of the project.

LSP: Timothy J. O'Brien, Licensed Site Professional

DATE: ' o2t l2-0,r

A00804-1339.13 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 Bk S 1741s55 051520

EXHIBIT D

A00804-1339.14 Proposal No. 607589-105920Bk 17419 Psb!6Addendum No.#b 5,1 March":2li 1, 2019

Massachusetts Department of Environmental Protection Bureau of Waste Site Cleanup BWSC113A

ACTIVITY & USE LIMITATION (AUL) OPINION FORM Release Tracking Number

Pursuant to 310 CMR 40.1056 & 40.1070 -40.1084 (Subpart J) 1 -

A. DISPOSAL SITE LOCATION:

1. Disposal Site Name: CURTIS UNIVERSAL JOINT FACILITY

2. Street Address: 4 BIRNIE AVE

3. City/rown: [SPRINGFIELD 4. ZIP Code: 01107-0000

B. THIS FORM ISBEING USED TO: (check one)

/ 1. Provide the LSP Opinion for a Notice of Activity and Use Limitation, pursuant to 310 CMR 40.1074.

2. Provide the LSP Opinion for an Evaluation of Changes In Land Uses/Activities and/or Site Conditions after a Response Action Outcome Statement, pursuant to 310 CMR 40.1080. Include BWSC113A as an attachment to BWSC113. Section A and C do not need to be completed.

3. Provide the LSP Opinion for an Amended Notice of Activity and Use Limitation, pursuant to 310 CMR 40.1081(4).

4. Provide the LSP Opinion for a Partial TermInation of a Notice of Activity and Use Limitation, pursuant to 310 CMR 40.1083(3) .

5, Provide the LSP Opinion for aTermination of a Notice of Activity and Use Limitation, pursuant to 310 CMR 40.1083(1)(d).

6. Provide the LSP Opinion for aGrant of EnvironmentalRestriction, pursuant to 310 CMR 40.1071.

7. Provide the LSP Opinion for an Amendment of a Grant of Environmental Restriction, pursuant to 310 CMR 40.1081(3).

89. Provide the LSP Opinion for a Partial Release of a Grant of Environmental Restriction, pursuant to 310 CMR 40.1083(2).

9. Provide the LSP Opinion for a Release of a Grant of Environmental Restriction, pursuant to 310 CMVR 40.1083(1)(c).

10. Provide the LSP Opinion for a Confirmatory Activity and Use Limitation, pursuant to 310 CMR 40.1085(4).

(Unless otherwise noted above, all sections of this form (BWSC113A) must be completely filled out, printed, stamped, signed with black Ink and attached as an exhibit to the AUL Document to be recorded and/or registered with the Registry of Deeds and/or Land Registration Office.)

C. AUL INFORMATION: 1. Is the address of the property subject to AUL different from the disposalsite address listed above? [l a. No i b. Yes If yes, then fill out address section below.

2. Street Address:

3. City/Town: 4. ZIP Code:

Revised: 06/27/2003 Page 1 of 2

A00804-1339.15 e - Proposal No. 607589-105920EK J/41Y rst/Addendum No.#51520 5, March 1, 2019

Massachusetts Department of Environmental Protection Bureau of Waste Site Cleanup BWSC113A

ACTIVITY & USE LIMITATION (AUL) OPINION FORM Release Tracking Number Pursuant to 310 CMR 40.1056 & 40.1070 - 40.1084 (Subpart J) El -

D. LSP SIGNATURE AND STAMP:

attest under the pains and penalties of perjury that I have personally examined and am familiar with this transmittal form, including any and all documents accompanying this submittal. In my professional opinion and judgment based upon application of (i) the standard of care in 309 CMR 4.02(1), (ii) the applicable provisions of 309 CMR 4.02(2) and (3), and 309 CMR4.03(2), and (iii) the provisions of 309 CMR 4.03(3), to the best of my knowledge, information and belief, I >if Section B indicates that a Notice of Activity and Use Limitation is being registered and/or recorded, the Activity and Use Limitation that is the subject of this submittal (i) is being provided in accordance with the applicable provisions of M.G.L. c. 21 E and 310 CMR 40.0000 and (ii) complies with 310 CMR 40.1074; IifSection B indicates that an Evaluation of Changes in Land Uses/Actlvties and/or Site Conditions after a Response Action Outcome Statement is being submitted, this evaluation was developed in accordance with the applicable provisions of M.G.L. c. 21 E and 310 CMR 40.0000 and (ii) complies with 310 CMR 40.1080; I >if Section B indicates that an Amended Notice of Activity and Use Limitation orAmendment to a Grant of Environmental Restriction is being registered and/or recorded, the Activity and Use Limitation that is the subject of this submittal (i) is being provided in accordance with the applicable provisions of M.G.L. c. 21 E and 310 CMR 40.0000 and (ii) complies with 40.1081;

> if Section B indicates that a Termination ore Partial Termination of a Notice of Activity and Use Limitation, or a Release or U Partial Release of a Grant of Environmental Restriction is being registered and/or recorded, the Activity and Use Limitation that is the subject of this submittal (i) is being provided in accordance with the applicable provisions of M.G.L. c. 21E and 310 CMR 40.0000 and (ii) complies with 310 CMR 40.1083;

> if Section B indicates that a Grantof Environmental Restriction is being registered and/or recorded, the Activity and Use Limitation that is the subject of this submittal (i) is being provided in accordance with the applicable provisions of M.G.L. c. 21 E and 310 CMR 40.0000 and (ii) complies with 310 CMR 40.1071; ifSction Bindicates that a Confirmatory Activity and Use Limitation is being registered and/or re corded, the Activity and Use Limitation that is the subject of this submittal (I) is being provided in accordance with the applicable provisions of M.G.L. c. 21 E and 310 CMR 40.0000 and (ii) complies with 310 CMR 40.1085(4);

I am aware that significant penalties may result, including, but not limited to, possible fines and imprisonment, if I submit information which I know to be false, inaccurate or materially incomplete.

1. LSP#: 8281

2. FirstName: TIMOTHYJ 3. Last Name: OBRIEN

4. Telephone: (413) 781-0070 5. Ext.: 197 6. FAX (413) 781-3734

7. Signature: 8. Date: 08 (O O mnVdd/yyyy 9. LSP Stamp: OF I"I WTMOTHY O'BRIEN I0 N. 8261

Revised: 06/27/2003 Page 2 of 2

A00804-1339.16 Proposal No. 607589-105920 Addendum No. 5, March 1, 2019 STM A curtiisCor 'fli UNIVERSAL Curtis Universal Joint Company, Inc.

RO. Box 70038 * 4 Birnie Avenue - Sprngfield MA 01107-0038 - Fax (413) 737-8430 (413) 737-0281 . 1-800-466-2144 - www.curtisuniversal.com

Bk 17419 Ps58 #51520

Certificate of Incumbency

I, William G. McCombe, Clerk of Curtis Universal Joint Co., Inc. attest to Richard M. Hartmann Jr. being President and Treasurer of Curtis Universal Joint Co. Inc.

William GcCombe Dat Clerk

iv]B 1. j '-.

DONALD E. ASHE, REGISTER HAMPDEN COUNTY REGISTBY OF DEEDS

A00804-1339.17 ll Proposal No. 607589-105920 a19916 w -11.39 MAIN STREET ND

-11.07 ' 5.0 ppb PH

00

NJ 7 .7 0 N 77

C.- N 77 .tt0

MW- 2 -11. 39 ND PH

0

MW-3 MW-4 -11.42 -11.57 ND \PH

EXPLANATION MW-i MONITORING WELL ND \ N-1 -11.07 GROUND WATER DEPTH V N 9 5ppb VOC CONCENTRATION 9 C PH PETROLEUM HYDROCARBONS PRESENT ERT. A RESOURCE ENGINEERING COMPANY 40 0 40 80 FIGURE 5-1 MONITORING WELL LOCATION AND GROUND-WATER CONTOUR MAP K4 Tn SCALE IN FEET ORAWNBY: DATE: PROJCT NO. STD 11/6/87 I G342

A00804FIGURE - 1340 5-1

5-2