<<

TOWN OF ACTON

INVITATION TO BID FOR THE REHABILITATION OF FIVE (5) TOWN OWNED BRIDGES

A-02-008 River Street at Fort Pond Brook A-02-009 Brook Street at Nashoba Brook A-02-020 River Street at Fort Pond Brook A-02-021 River Street at Fort Pond Brook A-02-023 Martin Street at Fort Pond Brook

CONTRACT NO. 9/3/2009-908

TOWN OF ACTON

STEVEN L. LEDOUX

TOWN MANAGER TABLE OF CONTENTS

BIDDING DOCUMENTS, CONTRACT FORMS, AND GENERAL CONDITIONS

CHECKLIST FOR BIDDERS

[This Checklist is provided for Bidders' convenience only. Bidders are urged to read the Contract Documents carefully and use this form as an aid in the preparation of their bids.]

CHECK ITEMS BIDDERS ARE REMINDED THAT IT IS THEIR RESPONSIBILITY TO 1. ____ The Bid is submitted on the Bid Form provided by the Authority.

2. ____ The name of the Bidder has been provided on the Bid Form.

3. ____ All Addenda have been acknowledged on the Bid Form.

4. ____ The Proposed Contract Sum has been set forth in both words and figures.

5. ____ The Bid Proposal, if any, has been completed. All multiplication and addition have been checked for accuracy.

6. ____ The Bid Form is signed by an authorized representative of the Bidder.

7. ____ Company information has been provided (following the signature section on the Bid Form). 8. ____ A Bid Deposit in the amount of a minimum of 5% of the Proposed Contract Price has been provided in the form of a certified check, cashier’s check, or treasurer’s check made payable to the Town of Acton, or in the form of a bid bond, signed and sealed by both the Bidder and Surety, with the Surety’s current Power of Attorney attached.

9. ____ The information requested in the Statement of Bidder Qualifications has been provided, the Statement signed, and notarized by the General Bidder.

10. ____ The information requested in the Statement of Tax Compliance has been provided, and signed, by the General Bidder.

11. ____ The bid will be submitted to the Town at the address indicated in the Notice to all Bidders section, sealed opaque envelopes (inner and outer) bearing on the outside the words ‘BID DOCUMENTS,’ the name and address of the Bidder, the date and time of opening, and the title of the project for which the bid is submitted. If to be forwarded by mail, the sealed bid marked as described above together will be enclosed in another envelope with the notation “BID ENCLOSED” on the face and addressed as indicated in the Invitation for Bids.

DELIVER THEIR BIDS TO THE AUTHORITY NO LATER THAN THE TIME SET FOR OPENING OF BIDS.

LATE BIDS WILL NOT BE ACCEPTED.

NOTICE TO CONTRACTORS INVITATION TO BID

On the project entitled “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Town of Acton, hereinafter referred to as the “AWARDING AUTHORITY” hereby invites sealed competitive bids for the above referenced project. Bids shall be on the forms supplied by the Awarding Authority, shall be clearly identified as a bid, shall contain the required bid deposit and certifications and shall be signed by the bidder.

All bids for this project shall be in accordance with the provisions of public bid laws, including without limitation, Sections 39F and 39K through 39P of Chapter 30 of the Massachusetts General Laws, as amended. All bids are subject to all applicable law and shall be in accordance with the terms and provisions of the Contract Documents. In the event of any conflict between the General Laws of Massachusetts and the Contract Documents, the General Laws shall control. SCOPE OF WORK The work is more described in the Phase II – Construction Documents dated August 1, 2008, and the special provisions. The work to be done is located in Acton, Massachusetts and at the following locations:

A-02-008 River Street at Fort Pond Brook A-02-009 Brook Street at Nashoba Brook A-02-020 River Street at Fort Pond Brook A-02-021 River Street at Fort Pond Brook A-02-023 Martin Street at Fort Pond Brook TIME AND PLACE FOR FILING BIDS

All general bids shall be filed with the Awarding Authority at the Town Hall, 472 Main Street Acton, MA 01720 on or before Thursday, September 3, 2009 at Ten O’clock (local Acton Time) which time and place respective bids will be opened forthwith and read aloud. General bids will be valid only when accompanied by the Checklist for Bidders and the accompanying documentation detailed within.

All bidders are hereby notified that bid deposits must accompany the filed proposal, must be a minimum of five percent (5%) of his or her bid and shall be in the form of a bid bond, certified check, cashier's check or treasurer's check made payable to the Town of Acton. All bids which are not accompanied by the proper bid deposit or certification or which are on a form not completely filled in or which are incomplete, conditional or obscure, or which contain any additions or deductions not called for, shall be invalid.

Rehabilitation of five (5) Town Owned Bridges

A pre-bid conference will be held in the Acton Town Hall at 10:00 A.M. on Wednesday, August 26, 2009. Attendance at the pre-bid conference is not mandatory; however, all bidders will be held responsible for what transpires whether they were present or not.

CONTRACT DOCUMENTS

Plans and Specifications for the work will be available at the office of the Town Manager, Acton Town Hall, 472 Main Street, Acton, MA 01720 on or about Wednesday, August 19, 2009, after 9:00 A.M., to all interested parties to all interested parties who present a non- refundable One Hundred dollar ($100.00) fee in the form of a certified check, cashier's check or treasurer's check for each set, made payable to the Town of Acton.

The attention of all bidders is specifically directed to the contract provisions regarding bonds, insurance, and permits, time of performance and minimum wages. The attention of all bidders is further directed to the Equal Employment Opportunity provisions of the contract and the obligation of the Contractor and subcontractors to take affirmative action in connection with employment practices in the performance of this contract.

Attention is directed to the Notice to all Bidders, the Form for General Bid, and the prohibition of abnormally high or low prices for any item of work. Bids may be held by Town of Acton for a period not to exceed thirty (30) business days from the date of the opening of bids for the purpose of reviewing the bids and investigating the qualifications of the bidders, prior to awarding the contract. Town of Acton reserves the right to waive any and all informalities in the bidding or to reject any and all bids if it is in the public interest to do so. In the event of any conflict between the General Laws of Massachusetts and the Contract Documents, the General Laws shall control

Contractors must be prequalified by MassHighway for a bid to be accepted by the Awarding Authority.

Pursuant to M.G.L. c.30, §39S, any person submitting a bid for, or signing a contract to work on, a public building or public works project estimated to cost more than $10,000, must certify under the pains and penalties of perjury that he or she is able to furnish labor in harmony with all other elements of labor employed in the work and that all employees employed on the worksite, or in work subject to the bid, have successfully completed at least a ten-hour course in construction safety and health approved by the United States Occupational Safety and Health Administration (OSHA). Rehabilitation of five (5) Town Owned Bridges

NOTICE TO ALL BIDDERS

INVITATION

The Awarding Authority invites proposals for performing work described in the contract documents attached hereto. Proposals for doing the work shall be submitted to Awarding Authority, c/o Town of Acton attention Bruce Stamski, 472 Main Street Acton, MA 01720.

SUBMITTAL OF BIDS

Proposals shall be submitted on accompanying forms. Each proposal shall be filled out, signed, enclosed in an envelope, sealed, and plainly marked with the notation “Contract No. 9/3/2009 - 908 - Rehabilitation of five (5) Town Owned Bridges”, and shall be filed with the Town of Acton at the place and time designated in the advertisement accompanying these documents. Each bidder declares that his proposed contract price for each item includes all sums for expenses related to administrative duties, overhead, profit, bonds and permits. Also, the price for any item bid and/or contracted for, unless otherwise noted or specified, shall include full compensation for all materials, equipment, tools, labor and incidental work necessary to complete the item to the satisfaction of the Engineer and Awarding Authority. The prices shall, without exception, include all royalties and costs arising from patents, trademarks and copyrights in any way involved in the work.

A bid deposit in the form of a bid bond, a certified check, or a treasurer's or cashier's check issued by a responsible bank or trust company, shall be presented, payable to the Town of Acton. A bid bond shall be (a) in a form satisfactory to the Awarding Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority and (c) conditioned upon the faithful performance by the principal of the agreements contained in the general bid. The bid deposit shall be in the amount of five percent (5%) of the Total Contract Bid Sum as specified in the advertisement and shall accompany the copy of the bid proposal. This bid deposit shall become and be the property of the Town of Acton as liquidated damages if, after a proposal is accepted the bidder shall fail to enter into the required contract within five (5) weekdays next, excluding Saturdays, Sundays and legal holidays, after notice of such acceptance is mailed or delivered to him.

All bid deposits except those of the three (3) lowest qualified, responsible and eligible general bidders shall be returned upon the execution and delivery of the general contract or, if no award is made, upon the expiration of thirty (30) days, Saturdays, Sundays and legal holidays excluded, after the opening of bids or, if federal government approval is required, within thirty (30) days, Saturdays, Sundays and legal holidays excluded, after such approval. Except, if any bidder fails to perform his agreement to execute a contract and furnish a performance bond and also a labor and materials or payment bond as stated in this bid, his bid deposit shall become and be the property of the Town of Acton as liquidated damages, except for any amount of the bid deposit that exceeds the difference between his bid price and the bid price of the next lowest responsible and eligible bidder and in the case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other documented unforeseen circumstances affecting the general bidder, his bid deposit shall be returned to him. Rehabilitation of five (5) Town Owned Bridges

INVESTIGATION AND STUDY OF SITE AND CONTRACT DOCUMENTS

Before submitting his proposal, each bidder shall visit the site, examine its conditions, thoroughly acquaint him/her-self with all obstacles and advantages for performing the work, study the contract documents and compare the same with the site conditions found.

Each bidder must inform himself fully of the conditions relating to the construction and labor under which the work is now being or will be performed. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of the contract documents and to complete the contemplated work for the construction set forth in his bid. Insofar as possible, the Contractor, in the carrying out of his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. The Contractor shall keep himself fully informed and comply with all existing and future laws, bylaws and regulations of the Federal, State, and Municipal Governments in any manner affecting his employees, or the conduct of the work, or the materials used or employed in the work The attention of all bidders is called to, and all bids submitted shall be subject to, all applicable provisions of law, including without limitations, Section 39 and 40 of Chapter 30 and Section 29 of Chapter 149 of the General Laws of the Commonwealth of Massachusetts, as amended and Federal Laws where Federal Monies are involved. In the event of any conflict between the General Laws of Massachusetts and the Contract Documents, the General Laws shall control

The Contractor must, at his own risk, inspect the site of the proposed work and assume all risk as to the nature and behavior of the soil which may be encountered or of soil or water which underlies that may be due to quicksand or other unfavorable conditions that may be encountered in the work, whether apparent upon surface inspection or disclosed only in the process of carrying forward the work. QUESTIONS

All questions as to the interpretation of the contract documents shall be submitted in writing to John Wicks at Chas H. Sells, Inc., 9 Trolley Crossing Road, Charlton, MA 01507 or to [email protected], and written answers to such questions, that in the Awarding Authority’s opinion require a written response, will be sent to every individual or firm on record as having taken a set of contract documents. No questions will be answered unless received at least five (5) days prior to the expiration of the time set for the filing bids.

CONTRACT DOCUMENTS

The Awarding Authority will, upon deposit of the amount per set designated in the Advertisement, furnish one (1) complete set of Contract Documents to each General Bidder requesting same. Deposits will be non-refundable.

GENERAL BIDDERS AS FOREIGN CORPORATIONS

The Awarding Authority will not enter into a contract with a foreign corporation until such foreign corporation has filed with the Awarding Authority a certificate from the Secretary of State for the Commonwealth stating that such foreign corporation has complied with M.G.L. c. 181, §§ 3 and 5, and the date of such compliance; nor shall a subcontractor, either of which Rehabilitation of five (5) Town Owned Bridges is a foreign corporation, be approved by the Awarding Authority as one furnishing labor and materials for a part of the work, until such foreign corporation has filed with the Awarding Authority a certificate of the said Secretary of State stating that such corporation has complied with M.G.L. c. 181, §§ 3 and 5, and the date of such compliance.

BID FORMS TO BE FURNISHED

The Awarding Authority will furnish to every eligible person applying therefore a Form for General Bid.

GENERAL BIDS

General bids shall be submitted on the Form for General Bid furnished by the Awarding Authority, a sample of which is bound into the Contract Documents and which shall not be removed. The General Bid {including Bid Form) shall be completely filled in, signed, enclosed in an envelope, sealed and plainly marked with the description of the work to be done. The bid, accompanied by a bid deposit in the form of a bid bond, or cash, or a certified check, or a treasurer's or cashier's check issued by a responsible bank or trust company, payable to Town of Acton in the amount specified in the Advertisements, shall be filed with the Awarding Authority at the place designated in the Advertisement for the opening of general bids.

General bids shall be for the complete work as specified and shall include the names of Sub- bidders and the amounts of their sub-bids; the general contractor shall be selected on the basis of such general bids.

BID DEPOSITS OR BOND

Every general bid shall be accompanied by a bid deposit in the form of a bid bond or cash or a certified, treasurer's or cashier's check issued by a responsible bank or trust company, payable to Town of Acton. A bid bond shall be (a) in a form satisfactory to the Awarding Authority, (b) with a surety company qualified to do business in the Commonwealth and satisfactory to the Awarding Authority and (c) conditioned upon the faithful performance by the principal of the agreements contained in the Sub-bid or general bid. The bid deposit shall be in the amount designated in the advertisement which shall be an amount equal to a minimum of five percent (5%) of the value of the proposed work as submitted by the General and Subcontractor for the project.

REJECTION OF GENERAL BIDS

The Awarding Authority may consider informal any bid not prepared in accordance with the provisions hereof and may waive any informalities in or reject part or all of any and all bids. Any bid received after the time and date specified will not be considered. Rehabilitation of five (5) Town Owned Bridges

WITHDRAWAL OF PROPOSAL

Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No bidder may withdraw a bid within ninety (90) days after the actual date of the opening thereof.

FURTHER RIGHT TO REJECT GENERAL BIDS

The Awarding Authority further reserves the right to reject any or all General Bids if it is in its interest to do so, or if less than three (3) such bids were received, or if the prices bid are not reasonable for acceptance without further competition.

AWARD TO NEXT LOWEST RESPONSIBLE AND ELIGIBLE GENERAL BIDDER

If the bidder selected as the general contractor fails to perform his agreement to execute a contract in accordance with the terms of his general bid and furnish a Performance Bond and also a Labor and Materials or Payment Bond as stated in his general bid, an award shall be made to the next lowest responsible and eligible general bidder.

The thirty (30) day time limit shall not be applicable to a second or subsequent award made after the expiration of the time with the consent of said next lowest responsible and eligible general bidder and his Sub-bidders, and made because the original award made within the time limit was invalid, or because the general bidder failed to execute the general contract or to provide a performance bond and labor and materials or payment bond.

The words "lowest responsible and eligible bidder" shall mean the bidder whose bid is the lowest of those bidders possessing the skill, ability, and integrity necessary to the faithful performance of the work.

PRE-CONTRACT SUBMITTALS

Before any contract is awarded, the bidder may be required to furnish without expense to the representative of the Engineer responsible for overseeing the performance of the work ("the Engineer") a complete statement of the origin, composition and manufacturer of any or all materials proposed to be used in the construction of the work, together with all samples, which may be subjected to the tests required by the Engineer to determine their quality and fitness for the work.

WORKING DAYS DEFINED

For the purposes of and during the period of this contract or any extension thereof, a working day shall be considered as any day, Monday through Friday, except when such a day falls on a legal holiday of the Commonwealth of Massachusetts or whenever the Awarding Authority shall, for a good reason, determine in writing that such day is not to be considered a working day. Further, if requested by the contractor in writing and then approved by the Engineer, the contractor may work on a Saturday, Sunday or legal holiday and such days will be considered as working days at no additional expense to the Authority. The Contractor shall be responsible for all applicable permits and costs. Rehabilitation of five (5) Town Owned Bridges

EQUALITY

Except where otherwise specifically provided to the contrary, the words "or equal" are hereby inserted immediately following the naming or describing of each article, assembly, system or any component part thereof, in the contract documents, addenda or other documents incorporated in and made a part of the contract.

In a case of substitution, under the "or equal" provisions of this contract, the bidder selected as the Contractor shall submit to the Engineer a written notice containing the name and describing the full particulars of any item(s) of work other than those specifics named or described therefore in the contract or in the documents incorporated in and made a part of the contract. Upon conclusion of the investigation, the Engineer shall in writing, promptly advise the Contractor that the item(s) in question is, or is not, considered the equal of the item(s) named or described in aforesaid, and that said item(s) may or may not be furnished on the work accordingly.

Forthwith upon receipt of such written notice, the Engineer shall conduct or cause to be conducted a reasonable investigation to determine whether the item(s) in question shall be considered equal to the item(s) named or described in the contract or in the documents incorporated in and made a part of the contract. Upon conclusion of the investigation, the Engineer shall in writing, promptly advise the Contractor that the item(s) in question is, or is not, considered the equal of the item(s) named or described in aforesaid, and that said item(s) may or may not be furnished on the work accordingly.

Although it is understood that an item equal to that named or described in the contract documents or other documents incorporated in and made a part of the contract may be furnished on the work, in no case can that item be furnished on the work unless the Engineer shall consider, in writing, the item as the equal of the item so named or described, in the contract documents, as provided by law.

BONDS

A Performance Bond and also a Labor and Materials or Payment Bond, each of a surety company qualified to do business in the Commonwealth of Massachusetts with an A.M. Best rating of B+ or higher, satisfactory to the awarding Authority, and each in the sum of one hundred percent (100%) of the contract price will be required of the successful general bidder.

CONFLICT OF INTEREST

A bidder filing a proposal thereby certifies that the proposal is made in good faith, without fraud, collusion or connection of any kind with any other bidder for the same work, and that the bidder is competing solely in its own behalf without connect with, or obligation to, any undisclosed person or firm.

EQUAL OPPORTUNITY

The attention of all bidders is specifically directed to the requirements on supplemental equal employment opportunity, anti-discrimination and affirmative action programs set forth in the provisions of this contract. No bidder shall be eligible for award on this project unless Rehabilitation of five (5) Town Owned Bridges he/she is able to demonstrate to the satisfaction of the Awarding Authority his/her ability to comply with these requirements.

A. In connection with the performance of work under this contract, the contractor shall not discriminate against any employee or applicant for employment because of race, color, religious creed, national origin or sex. This commitment shall refer to, but not be limited to, the following: employment upgrading, demotion or transfer, recruitment, advertising, recruitment layoff, termination, rates of pay or other forms of compensation, conditions or privileges of employment, and selection for apprenticeship or other training categories.

WORKFORCE REQUIREMENTS

During the performance of this contract, the general contractor shall agree and shall require that his subcontractors agree to the following workforce requirements (labor);

A. The workforce requirements above shall apply to each trade that appears on the list of “Classification and Minimum Wage Rates” as determined by the Commissioner of Labor and Industries under the provisions of Chapter 149, Section 26 through 27G, of the General Laws of Massachusetts, as amended.

LABOR HARMONY

The general contractor shall certify that itself and all subcontractors are able to and will work harmoniously with all elements of labor employed or to be employed on the work, or adjacent to the site where work will be performed under this Contract, and shall perform such work in a manner so as to promote the orderly and efficient performance of the work under this and separate Contracts. The undersigned General Bidder shall include corresponding provisions of working in harmony with all elements of labor employed at or adjacent to the site in all its subcontracts and agreements.

As part of the materials submitted in support of the Contract, the Contractor shall furnish, within fourteen (14) days after notification of award, a plan setting forth the measures it will take to promote labor harmony on the Project. The Plan shall also include a sworn statement describing any labor disputes the Contractor has been involved in during the past five years including, in each case, the nature of the labor dispute; the name of the labor organization(s), if any, participating in the dispute; the name, location and owner of the project at which the dispute occurred; the dates and duration of the dispute and how the dispute was resolved; and whether the labor dispute disrupted work at the project and, if so, the degree and duration of such disruption. The plan submitted should also identify the likelihood of any such labor dispute(s) occurring on the Project and the preventive steps that the Contractor will take to ensure that such occurrences do not take place. Acceptance of the plan does not constitute approval by the Awarding Authority or relieve the Contractor of its ongoing obligation to provide labor that results in harmony with all other elements of labor on the Project.

Each Contractor shall furnish, and shall require all of its subcontractors (including sub- bidders) of any tier to furnish, labor that works in harmony with all other elements of labor employed, or to be employed, on the Project. Without limiting the generality of the foregoing, Rehabilitation of five (5) Town Owned Bridges

"Labor Harmony" shall include the provision of labor that will not cause, cause to be threatened, engage in, or give rise to, either directly or indirectly, any disruption, slowdowns, or stoppages to the Work of the Project, or any violence or harm to any persons or property on the Project.

The requirement to provide labor harmony as contained above is a material element of the Contract. Failure by the Contractor, or any of its subcontractors of any tier, to comply with this requirement shall be deemed a material breach of the Contract and subject the Contractor to all rights and remedies the Awarding Authority may have at law or under the Contract Documents, including, without limitation, the Awarding Authority's right to stop the Work and/or terminate the Contract; in which event the Contractor shall be paid and/or charged (including drawing down on the Performance Bond) as if terminated under the Default Termination provisions of Article 13 of the General Condition of the Contract Documents. The Contractor shall be liable for all damages occasioned by a breach of this Labor Harmony Clause including but not limited to extra costs due to delays caused by a breach of this Labor Harmony Clause and the resultant extra costs for construction acceleration to maintain the original construction schedules of the Project.

Each Contractor shall include this Labor Harmony Clause in all subcontracts, regardless of tier, which it let's involving this Project.

For the purposes of this Labor Harmony Clause, the term "Contractor" and "Contract" will be deemed to include "subcontractor(s)" and "subcontract(s)," respectively.

SOIL CONDITIONS

The Awarding Authority does not guarantee the accuracy of any information that may have been obtained as to the kind or condition of the soil that may be encountered in the prosecution of the proposed work, neither does the Awarding Authority represent that the plans and specifications drawn are based upon any data so obtained. The Awarding Authority does not make any representation as to the soil conditions to be encountered or as to foundation materials.

BORINGS

Whenever subsurface borings or other subsurface information obtained by the Awarding Authority is available for a Bidder's inspection, it is understood that it has been obtained with reasonable care and recorded in good faith with reasonable interpretations placed on the data in determining the character of materials and conditions to be expected. The Bidder must interpret this information accurately descriptive of subsurface conditions that may be found to exist. The information is made available to the Bidder only in order that the Bidder may have access to the identical information available to the Awarding Authority.

UTILITIES

The information shown of the Contract Drawings concerning type and location of underground utilities is not guaranteed to be accurate or all-inclusive. The Contractor is responsible for making his own determinations as to the type and location of underground utilities as may be necessary to avoid damage thereto. Rehabilitation of five (5) Town Owned Bridges

ADVERTISEMENT

The Bidder's attention is called to certain requirements in the attached advertisement relative to the submission of bids for the work herein specified. Bidders are advised to carefully examine the contract drawings and specifications for the proposed work. The contract drawings show the surface and other underground structures likely to affect the prosecution of the work, in so far as they have been determined, but the information shown is not guaranteed as being correct and complete. Bidders are expected to examine the contract drawings and the actual site conditions for themselves to become aware of all the circumstances affecting the cost of the work or the time required for its completion.

SUPERINTENDENCY BY CONTRACTOR

Except where the Contractor is an individual and gives his personal superintendence to the work, the Contractor shall have a competent superintendent, satisfactory to the Awarding Authority on the work site at all times, during working hours with full authority to act for him. The Contractor shall also provide an adequate staff for the proper coordination and expediting of the work.

LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT

The successful bidder, upon his failure or refusal to execute and deliver the contract and bond required within ten (10) days after he has received notice of the acceptance of his bid, shall forfeit to the Awarding Authority, as liquidated damages for such failure or refusal, the security deposited with his bid.

ADDENDA AND INTERPRETATIONS

No interpretations of the meaning of the plans, specifications or other contract documents will be made to any bidder orally. Every request for such interpretation should be in writing, addressed to the Awarding Authority, and to be given consideration must be received at least six (6) days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by registered mail with return receipt requested to all prospective bidders (at the respective address furnished for such purposes) not later than four (4) days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents.

AWARD OF CONTRACT

Notice of the acceptance of this proposal will be given to the successful bidder by the Awarding Authority. Such notice will be provided by posting a Registered letter to the address stated in said proposal. Rehabilitation of five (5) Town Owned Bridges

UNIT PRICE

Bids will be compared on the basis of the totals of the schedule of quantities comprising all items at the unit prices bid for these items within the Form for General Bid. The contract will be awarded to that responsible and qualified bidder whose bid, so determined, totals the lowest number of dollars. In the event there is a discrepancy between the unit price and the extended totals, the unit prices shall govern. In the event that there is a discrepancy between the unit prices or the extended totals written in words and written in figures, the unit prices or extended totals written in words shall govern. No bid will be accepted which does not contain a unit price for every item contained in the proposal form.

EXECUTION OF CONTRACT

The bidder to whom the contract may be awarded will be required to execute a written contract with approved sureties within ten (10) days from the date of the service of notice to that effect. In case he shall fail to do so, forfeiture of bid security will occur as set forth above. A bidder to whom a contract is awarded and who is a corporate body shall furnish, at the time of the execution of the contract, a resolution of the directors of the corporation, bearing a seal of the corporation, evidencing authority of the officer signing the contract to do so. A copy of this proof shall be attached to each copy of the contract.

SECURITY FOR FAITHFUL PERFORMANCE

Simultaneously with his delivery of the executed contract, the successful bidder must deliver to the Awarding Authority an executed Performance Bond and an executed Payment or Labor and Materials Bond each in the amount of one hundred percent (100%) of the accepted bid, as security for the faithful performance of his contract and for the payment of all persons performing labor or furnishing materials in connection therewith, prepared in the form of the bonds attached hereto and having as surety thereon such surety company or companies as are approved by the Awarding Authority, and as are authorized to transact business in the Commonwealth of Massachusetts. Attorney in fact and/or other officers who sign contract bonds must file with each bond a certified copy of their power of attorney or authority to sign said bonds.

ASSIGNMENT

No assignment by the Contractor of any contract or any part thereof or any monies due or to become due there under may be made without the prior written approval of Awarding Authority, and then only after the surety company has been given due notice, in writing, of such assignment. Rehabilitation of five (5) Town Owned Bridges

LIABILITY INSURANCE

The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect him and any sub-contractor performing work covered by this contract, from claims for damages for personal injury, including accidental death, as well as from claims for property damage, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as set forth in the Contract Agreement attached hereto.

WORKMEN'S COMPENSATION

The contractor shall take out and maintain during the life of this contract Workmen's Compensation insurance for all of his employees employed at the site of the project and, in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of the employees engaged in hazardous work under this contract at the site of the project is not protected under the Workmen's Compensation statute, the Contractor shall provide and shall cause each sub- contractor to provide, adequate insurance for the protection of this employees not otherwise protected.

SOCIAL SECURITY ACT

The Contractor shall be and remain in independent contractor with respect to all services performed hereunder and agrees to and does hereby accept full and exclusive liability of the payment of any and all contributions or taxes for social security, unemployment insurance, or old-age retirement benefits, annuities now or hereafter imposed or other remuneration paid to persons employed by the Contractor on work performed under the lawful rules and regulations and to meet all lawful requirements which are now or hereafter may be issued or promulgated under said respective laws by any duly authorized state or federal officials; and said Contractor also agrees to indemnify and save harmless the officials; and said Contractor also agrees to indemnify and save harmless the Awarding Authority from any such contributions or taxes or liability therefore.

PERMITS

The Contractor shall take out all necessary permits from the Town of Acton or other public authorities, and shall give all notices required by law or municipal ordinance. The charge or fee for any permit issued by the municipality shall be borne by the Contractor.

WATER SUPPLY

All water for construction purposes as well as its expense shall have been included in the prices bid for several items of work to be done under this contract. The source, quality and quantity of water furnished shall at all times be satisfactory to the Awarding Authority. Rehabilitation of five (5) Town Owned Bridges

CONTROL OF POLLUTION DUE TO CONSTRUCTION

During construction, the Contractor shall take precautions sufficient to avoid the leaching or runoff of polluting substances such as silt, clay, fuels, oils, bitumen, calcium chloride and any other polluting materials that are unsightly or which may be harmful to humans, fish or other life, into groundwater and surface water of the State. In waters used for public water supply or used for trout, salmon, or other game or forage fish spawning or nursery, control measures must be adequate to assure that turbidity in the receiving water will be increased to not more than 10 standard turbidity units (S.T.U.) in the absence of other more restrictive locally established limitations, unless otherwise permitted. In no case shall the classification for the surface water be violated unless otherwise permitted by the Awarding Authority.

SAFETY AND HEALTH

This project is subject to all Safety and Health Regulations (see CFR 1518 as amended) as promulgated by the U.S. Department of Labor on 4-17-71. Contractors are urged to make themselves familiar with the requirements of the regulations.

ALTERNATES, SUBSTITUTIONS, AND CONTRACTOR'S OPTIONS

Whenever in the Plans and Specifications any item of equipment or materials is designated by reference to a particular brand, manufacturer or trade name, it is understood that an approved equal product, acceptable to the Awarding Authority, may be substituted by the bidder or the Contractor. In the event of acceptance of any alternate or substitution, it shall be the responsibility of the Contractor to coordinate such alternate or substitute items with all other items to be furnished to assure the proper fitting together of all items. Any additional cost incidental to the coordination and/or fitting together of alternate or substitute items shall be borne by the Contractor at no extra cost to the Awarding Authority. Similar responsibility applies to items that are left to the Contractor's option. Except where otherwise specifically provided to the contrary, the words "or equal" are hereby inserted immediately following the naming or describing of each article, assembly, system or any component part thereof, in the contract documents, addenda or other documents incorporated in and made a part of the contract.

PRE-CONTRACT SUBMITTALS

Before any contract is awarded, the bidder may be required to furnish without expense to the Awarding Authority a complete statement of the origin, composition and manufacturer of any or all materials proposed to be used in the construction of the work, together with all samples, which may be subjected to the tests required by the Awarding Authority to determine their quality and fitness for the work.

-END NOTICE TO ALL BIDDERS SPECIAL NOTICE TO ALL BIDDERS

The bidder's attention is directed to the following:

CONTRACT DOCUMENTS

The Contractor is responsible for keeping this bound document intact and completing all pertinent forms prior to submittal.

SUCCESSFUL BIDDER TO PROVIDE THE AWARDING AUTHORITY

A complete statement of the origin, composition, and manufacture of any or all materials proposed to be used in the construction of the work, together with samples which may be subject to the test required to determine the quality and fitness of the material.

The Contractor may change his supplier at any time, provided that he notifies the Awarding Authority in writing of the change.

MATERIALS PAID FOR BY WEIGHT

The Contractor shall Have a sworn public weigher sign each weight ticket used in connection with this contract. A copy of the certificate of public weighers used by the Contractor must be submitted to the Commissioner prior to the commencement of this contract.

The materials' weight tickets for sand, gravel, crushed stone and like materials exhibit the following information:

1. Date 2. Time 3. Ticket Number 4. Suppliers Name 5. Source 6. Delivered to (Contractor-Site) 7. Gross, Tare, Net Weight 8. Signature of Sworn Weigher (not initials) 9. Signature of Truck Driver 10. Type of Material 11. Signature of Person Accepting Delivery

The Contractor is responsible to ensure that all materials requiring weight tickets are weighed on scales certified by the sealer of weights and measures of the city, town, or State. Seals must be up to date in accordance with the law. The Engineer will select, on a random basis, trucks delivering materials and direct them to a designated public weigher. The weight tickets will be returned to the Engineer with a copy of the Contractor.

WORK RESTRICTIONS

Work within the traveled way is only permitted Monday-Friday from 7AM to 4PM). No work shall be done on this contract on holidays. Work will not be allowed the day before or the day after a long weekend that involves a holiday without prior approval by the Engineer. The Contractor shall, promptly after the awarding of the contract and prior to beginning the work, prepare and submit to the Engineer for approval a schedule showing the order in which the Contractor proposes to carry on the work, with dates at which he will start the several salient features of the work and the contemplated dates for completing the same. (The schedule shall give and explain in detail the method of doing each phase of the work, the kind and quantity of equipment and labor to be used and step-by-step description of the operation). Approval of the detailed schedule of operations shall not relieve the Contractor from his responsibility for the safety of his methods or for carrying out the work in conformity with the contract documents. Following approval of the schedule, the Contractor will be expected to prosecute the work so that the schedule will be maintained, and to add crews and equipment as may be required for this purpose.

The Contractor’s attention is directed to the fact that the work on this project is to be performed on streets that are utilized by pedestrians as well as by vehicles. The Contractor shall be responsible for the installation of adequate precautions and other safety measures and controls deemed necessary by the Engineer for his own personnel. Any automotive equipment not protected by traffic cones or control devices, that is working on a public way under this project shall have one amber flashing warning light mounted on the cab roof or on the highest practical point of the machinery. This light shall be in operation while the equipment is so working. The Contractor shall without additional compensation be required to provide safe and convenient access to all abutters during the prosecution of the work. Necessary access for fire apparatus and other emergency vehicles shall be maintained at all times.

PROJECT INITIATION

The Contractor shall provide the Awarding Authority, within 10 days of receipt of the Contract, written evidence of the following: 1 He has ordered the shop drawings for the materials for which shop drawings are required on the subject contract. 2 He has ordered the materials for which shop drawings are not required on the subject contract. 3 He has been in contact with suppliers of all plant materials, in order to ascertain their availability.

Before starting any work under this contract, the Contractor shall submit a Schedule of Operations to the Acton Transportation Department. The work schedule shall include a plan of his construction procedures and the safety measures he will use during the prosecution of the work as required by the Acton Transportation Department.

The Contractor shall commence work under this contract within ten (10) days after the execution of the contract or on the date specified in the notice from the Awarding Authority to commence work, and shall continue without interruption until the work is completed, except as provided in Article XXXI. The sequence of performing the work shall conform to the progress schedule as approved by the Engineer, or as directed by the Engineer, provided, however, that said schedule may be modified from time to time as approved by the Engineer, or as directed by the Engineer when, in the judgment of the engineer, such modification will be required to provide for the completion of work by the Contractor by the time stipulated therefore. Should the prosecution of the work for any reason be discontinued, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations.

PROJECT COMPLETION

The Contractor shall furnish "As Built" plans of the completed project to the Engineer. These "As Built" plans shall be furnished prior to the date of final acceptance. Full compensation for these plans shall be included in the prices bid for the various contract items of work, and no additional compensation will be allowed therefore.

On completion of the work, the area shall be cleaned up to the satisfaction of the Engineer including the removal of all spoil from the construction, cleanup of materials, removal of temporary construction and structures, repair of pavement and planted areas and cleaning of any drains in which soil or other material has been deposited as a result of the contractor.

The Contractor's attention is specifically directed to areas of public and private property where streets, sidewalks, stone walls, fences, shrubs, lawns and other grassed areas will be disturbed by the new construction. It shall be the Contractor's responsibility to restore these areas to their former condition and the work will not be considered complete until such work is completed to the satisfaction of the Engineer.

No additional payment, except as covered by items in the Contract, will be made for the above cleanup and restoration.

AGENCY COORDINATION

Agents of various public service agencies, municipal and state departments may be entering on the work site to remove existing facilities, to construct or place new facilities or to make alterations to existing facilities. The Contractor shall perform the work in cooperation with the various agencies in a manner that causes the least interference with the operations of the aforementioned agencies and shall have no claim for delay that may be due, or result, from said work of these agents.

Written notice shall be given by the Contractor to all public service corporations or officials owning or having charge of publicly or privately owned utilities of his intention to commence operations affecting such utilities at least one week in advance of the commencement of such operations, and the Contractor shall at that time file a copy of such notice with the Engineer.

Before the Contractor begins any work or operations that might damage any subsurface structures, he shall carefully locate all such structures and conduct his operations so as to avoid any damage to them.

UTILITY COORDINATION

Following are the names of owners and representatives of the principal utilities affected, but completeness of this list is not guaranteed:

Refer to the MassHighway website for most current utility contact information at http://www.mhd.state.ma.us/webapps/utilities/select.asp?t=ACTON&d=3&c=2

The Contractor’s attention is directed to the necessity of making his own investigation in order to assure that no damage to existing structures, drainage lines, traffic signal conduits, etc., will occur.

The Contractor shall notify “Mass. DIG SAFE” and procure a DIG SAFE number for each location prior to disturbing existing ground in any way.

“DIG SAFE” Call Center 1-888-344-7233

The Contractor, in constructing or installing facilities parallel to or near sewers, drains, water or gas pipes, electric or telephone conduits, poles, sidewalks, and/or other structures shall, at his expense, sustain them securely in place, cooperating with the officers and agents of the various utility companies and municipal departments which control them so that the services of these structures may be maintained. He shall be responsible for the repair or replacement at his own expense for any damage to such structures caused by his acts or neglect, and shall leave them in the same condition as they existed prior to the commencement of work. In case of damage to utilities the Contractor shall promptly notify the Awarding Authority and shall, if requested, furnish laborers to work temporarily under the Awarding Authority’s direction in getting access to the utility. Pipes or other structures damaged by the operation of the Contractor may be repaired by the City or the utility company. The cost of such repairs shall be borne by the Contractor without compensation therefore.

The Contractor shall use every precaution to prevent injury or damage to wires, poles, or other property of public utilities: trees, shrubbery, crops, and fences along and adjacent to the easement: and he shall protect and carefully preserve all property marks until an authorized agent has witnessed or otherwise referenced their location.

He shall exercise special care during his operations to avoid injury to underground structures such as water or gas mains, pipes, conduits, manholes, catch basins, etc. When necessary, the Contractor shall cooperate with representatives of public service companies in order to avoid damage to their structures by furnishing and/or erecting suitable supports, props, shoring or other means of protection. The Contractor shall receive no extra compensation for such work. In so far as possible the Contractor shall confine his movements and operations to the area within the limits of the location and the area outside the scope of the work shall not be disturbed except as directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non execution thereof by the Contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. If the Contractor fails to repair, rebuild or otherwise restore such property as may be deemed necessary, the Engineer, after 48 hours notice, may proceed to do so, and the cost thereof will be deducted from any money due or which may become due the Contractor under the contract.

If, as the work progresses, it is found that any of the utility structures are so placed as to render it impracticable, in the judgment of the Engineer, to do the work called for under this Contract, the Contractor shall protect and maintain the services in such utilities and structures and the Engineer will, as soon thereafter as he reasonably can, cause position of the utilities to be changed or take such other actions as deemed suitable and proper. If live service connections are to be interrupted by excavations of any kind, the Contractor shall not break the service until new services are provided. Abandoned services shall be plugged off or otherwise made secure.

Full compensation for furnishing all labor, materials, tools, equipment and incidentals for doing all the work involved in protecting or repairing property as specified in this section shall be considered included in the prices paid for the various Contract items of work, and no additional compensation will be allowed therefore.

The Contractor shall cooperate with the various utility companies and provide access through the site if required for their work in connection with this project.

CONSTRUCTION STIPULATIONS

The Contractor shall, provide the services of a competent engineer or surveyor, acceptable to the Engineer, to layout the work.

Debris shall not be permitted to accumulate and the work shall at all items be kept clean and orderly. Debris shall be removed from the site and disposed of as directed by the Engineer.

Clean, sanitary, screened sanitary facilities of an approved type shall be provided at approved locations near the work. Sanitary facilities shall be continuously maintained in satisfactory condition, and committing of nuisances shall be strictly prohibited.

As necessary and/or directed by the Engineer, uniformed traffic police shall be employed for the protection and maintenance of traffic. Reasonable facilities shall be provided by the Contractor for the convenient and safe passage of pedestrians and vehicles through the project and also to and from properties abutting the site of improvement. Particular care shall be exercised at all times to establish and maintain such methods of procedure as will not create hazards of an unusual nature. The prosecution of work on any roadway that would interfere with the existing flow of traffic shall be limited to approximately one-half width at any one time. No detouring of traffic shall be allowed without permission of the Police Department and the Engineer.

The Contractor shall provide adequate measures to prevent dust from constituting a nuisance to abutters by wetting disturbed earth surface or by use of calcium chloride or other approved palliative.

When muck, organic materials, saturated soils or similar matter are to be hauled from the project site and over public thoroughfares, the material shall be hauled in trucks having a watertight construction. Trackings and minor spillages on public thoroughfares caused by the hauling of materials to and from the project site shall be cleaned daily to the Engineer's satisfaction; major spillages shall be removed immediately.

If the Contractor fails to keep public thoroughfares clean to the satisfaction of the Engineer, the Awarding Authority may have such clean-up done as it deems necessary and deduct from monies due to the Contractor such payment as is necessary to cover the cost of clean-up.

Means and manner of transporting all materials shall conform to all state laws and local ordinances.

All existing and other materials not required for use on this project, and not required to be removed and stacked shall be disposed of by the Contractor outside and away from the limits of the project. Disposal shall be in accordance with all applicable Local, State and Federal regulations. Payment for this work shall be included in the unit price under the applicable item from which the material was obtained.

During paving operations, the Contractor shall provide continuous radio communications between the plant and the project to ensure immediate response due to breakdowns and emergencies such as accidents, and to ensure the best quality results possible.

It shall also be required of this Contract that the Contractor shall supply to his personnel and required that they wear safety vests while working in or near the roadways of this project. The cost of furnishing such vests shall be included in the price bid for the various items, and all such vests shall remain the property of the Contractor.

The Contractor shall furnish, place, and remove all sheeting and bracing required to support the sides of all trenches or other excavations for this project.

The Contractor shall be solely responsible for the safety of the workman and the adjacent facilities from danger of caving and sliding and all work to be done shall be in strict accordance with the Awarding Authority of Labor, Occupational Safety and Health Administration regulation and suggested practices for construction excavation and/or other applicable codes and regulations. Special precautions shall be taken to guard against any damage to or settlement of pavements, buildings, walls, pipes, ducts or other structures and facilities which are adjacent to the work.

The cost of providing and removing sheeting, shoring and bracing shall be included in the cost of various items of work under this contract and no additional compensation will be allowed therefore. The Contractor shall secure necessary permission and provide, at his own expense for his own use, such temporary access to the various portions of the work as may be deemed necessary to fulfill the requirements of this contract; areas so used shall be cleaned and restored to their original condition without any additional compensation.

In the event of conflict between these specifications and laws, rules, and regulations of local agencies, the more restrictive requirements shall apply.

In the event that temporary erosion and sediment control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled, and such additional measures are ordered by the Engineer, the work shall be performed by the Contractor at his own expense. Temporary erosion and sediment control work which is not attributed to the Contractor's negligence, carelessness, or failure to install permanent controls, will be performed as ordered by the Engineer.

Repeated failures by the Contractor to control erosion, pollution, and/or siltation, shall be cause for the Engineer to employ outside assistance or to use his own forces to provide the necessary corrective measures. The cost of such assistance plus project engineering costs will be charged to the Contractor and appropriate deductions made from the Contractor's monthly-progress estimate

It will be the Contractor's responsibility to guarantee that the security of abutting properties is maintained at all times and whenever existing security is breached by construction operations, temporary fencing will be provided by the Contractor as soon as feasibly possible. The Contractor shall take whatever special precautions are necessary to ensure all abutting properties are unharmed in any way from earthwork operations, blasting and any other construction activity. Any excavation within construction easements shall be backfilled with suitable material, compacted to at least 90 percent of the maximum Modified Proctor Density, repaved or loamed and reseeded, to restore the property to its pre-construction grades and condition. All structures on the affected properties shall be saved unharmed from the Contractor's activities.

The Awarding Authority reserves the right to increase or decrease the quantity of any particular item or Work. Where the quantity of a unit price pay item in this Contract is an estimated quantity and where the actual quantity of such pay item varies more than twenty-five (25) percent above or below the estimated quantity stated in this Contract, an equitable adjustment in the contract price for that pay item shall be negotiated upon demand of either party. The equitable adjustment shall be strictly based upon any increase or decrease due solely to the variation above one hundred twenty-five (125) percent or below seventy five (75) percent of the estimated quantity. In this regard, no allowances will be made for loss of anticipated profits suffered or claimed by the Contractor resulting directly or indirectly from such increased or decreased quantities or from unbalanced allocation among the contract items from any other cause. If the quantity variation is such as to cause an increase in the Contract Time, the Contractor shall demonstrate the impact by analysis of the currently accepted Progress Schedule to the satisfaction of the Engineer. If the Engineer determines, through schedules analysis, that the Contract Time should be adjusted, the Awarding Authority, shall within ten (10) days from the receipt of such an analysis, ascertain the facts and put into effect any necessary arrangements for Awarding Authority approval of the extension of the Contract Time as in its judgment the findings justify.

The Contractor shall not, otherwise than as provided by law for the proper discharge of official duty, directly or indirectly, give, offer, or promise anything of value to any present or former state employee, for or because of any official act performed or to be performed by such employee or person selected to be such employee. The phrase "anything of value" as used herein means any item of value, including but not limited to invitations or tickets to sporting events, social gatherings, outings or parties, or the provision of meals or lodging, or the use of vehicles of any kind, and any other item or thing of monetary value. In the event that the Contractor breaches this provision, the Awarding Authority may take action against the Contractor including but not limited to the following: (a) ordering the Contractor to cease the work or any part thereof, (b) termination of the Contract, (c) requiring Contractors sureties to complete the work, and (d) suspend or terminate the Contractor’s prequalification status.

-END SPECIAL NOTICE TO ALL BIDDERS FORM FOR GENERAL BID

TO THE TOWN OF ACTON, THE AWARDING AUTHORITY

The undersigned proposes to furnish all labor, materials, equipment and services for the construction improvements for the “Rehabilitation of five (5) Town Owned Bridges” , in accordance with the accompanying contract documents, Plans and Specifications prepared by Chas H. Sells, Inc.. for the Contract Price specified below, subject to additions and deletions according to the terms of the Contract Documents.

This bid includes Addenda numbered ______

BID FORM

The Bidder shall complete the following Bid Form, entering Unit Prices and Lump Sum Value, as required for each item.

1. All prices must be written in ink, in both words and figures, for the entire proposal. In case of discrepancy, the amount shown in words will govern

2. The Quantities provided in the Bid Form are estimated quantities for each item. The Bid amount for each item shall be the estimated quantity times the Unit Bid Price.

3. The Total General Bid shall be the sum of all individual items.

4. The following item shall be submitted in a sealed envelope:

• Completed Bid Form and Form for General Bid • Bid Deposit • Statement of Bidders Qualifications Bridge No. A-02-008 – River Street at Carriage Drive

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Selective Clearing and Grubbing 102.01 1 LS ______

470.2 105 FT Hot Mix Asphalt Berm, Type A – Modified

Sedimentation Fence 697 60 FT

Loam Borrow 751 16 CY

Seeding 765 115 SY

Bales of Hay for Erosion Control 767.8 20 EA

Safety Controls for Construction 851 10 UD Operations

Safety Signing for Construction 852 130 SF Operations

Reflectorized Drums 859 250 DD

907 1365 SF Repointing Stone masonry Walls

Bridge No. A-02-008 – River Street at Carriage Drive

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Cleaning and Coating Steel 961 115 SF

Cementitious Mortar for Patching 964.71 15 SF

Control of Water 991.1 1 LS

999.001 160 HR Police Officer $45 $7200

Subtotal Bridge No. A-02-008

Bridge No. A-02-009 – Brook Street

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Selective Clearing and Grubbing 102.02 1 LS ______

143 35 CY Channel Excavation

156.5 15 CY Crushed Stone for Filter Blanket

Sedimentation Fence 697 45 FT

Geotextile Fabric for Seperation 698.3 45 SY

Loam Borrow 751 15 CY

Wood Turtle Protection Plan 754.23 1 LS

Seeding 765 115 SY

Bales of Hay for Erosion Control 767.8 17 EA

Safety Controls for Construction 851 20 UD Operations

Safety Signing for Construction 852 130 SF Operations

Bridge No. A-02-009 – Brook Street

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Reflectorized Drums 859 500 DD

Reinforced Paved Invert 904.31 17 CY

Repointing Stone Masonry Walls 907 1450 SF

909.5 10 CY Pressure Injected Grout

983.1 51 TON RipRap

Control of Water 991.2 1 LS

Police Officer 999.001 320 HR $45 $14400

Subtotal Bridge No. A-02-009

Bridge No. A-02-020 – River Street at Merriam Lane

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Selective Clearing and Grubbing 102.03 1 LS ______

143 45 CY Channel Excavation

156.5 20 CY Crushed Stone for Filter Blanket

Sedimentation Fence 697 55 FT

Geotextile Fabric for Seperation 698.3 60 SY

Loam Borrow 751 15 CY

Seeding 765 115 SY

Bales of Hay for Erosion Control 767.8 17 EA

Safety Controls for Construction 851 15 UD Operations

Safety Signing for Construction 852 130 SF Operations

Bridge No. A-02-020 – River Street at Merriam Lane

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Reflectorized Drums 859 376 DD

Reinforced Concrete Paved Invert 904.31 23 CY

Repointing Stone Masonry Walls 907 650 SF

909.5 10 CY Pressure Injected Grout

983.1 66 TON RipRap

Control of Water 991.3 1 LS

Police Officer 999.001 240 HR $45 $10800

Subtotal Bridge No. A-02-020

Bridge No. A-02-021 – River Street at Vanderbelt Road

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Selective Clearing and Grubbing 102.04 1 LS ______

143 25 CY Channel Excavation

156.5 12 CY Crushed Stone for Filter Blanket

Stone Masonry Wall Removed and 690 6 CY Rebuilt in Mortar

Sedimentation Fence 697 30 FT

Geotextile Fabric for Seperation 698.3 33 SY

Loam Borrow 751 15 CY

Seeding 765 115 SY

Bales of Hay for Erosion Control 767.8 10 EA

Safety Controls for Construction 851 20 UD Operations

Safety Signing for Construction 852 130 SF Operations

Bridge No. A-02-021 – River Street at Vanderbelt Road Street

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Reflectorized Drums 859 500 DD

Reinforced Concrete Paved Invert 904.31 20 CY

Repointing Stone Masonry Walls 907 650 SF

909.5 10 CY Pressure Injected Grout

983.1 38 TON RipRap

Control of Water 991.4 1 LS

Police Officer 999.001 320 HR $45 $14400

Subtotal Bridge No. A-02-021

Bridge No. A-02-023 – Martin Street

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Selective Clearing and Grubbing 102.05 1 LS ______

143 35 CY Channel Excavation

156.5 16 CY Crushed Stone for Filter Blanket

Corrugated Steel Structural Plate 230.5 125 SF

Sedimentation Fence 697 55 FT

Geotextile Fabric for Seperation 698.3 50 SY

Loam Borrow 751 15 CY

Seeding 765 115 SY

Bales of Hay for Erosion Control 767.8 20 EA

Safety Controls for Construction 851 15 UD Operations

Safety Signing for Construction 852 130 SF Operations

Bridge No. A-02-023 – Martin Street

Item Quantity/ Item with Unit Bid Price Unit Price Amount

No. Unit Written in Words Dollars Cents Dollars Cents

Reflectorized Drums 859 376 DD

Reinforced Concrete Paved Invert 904.31 25 CY

Repointing Stone Masonry Walls 907 250 SF

909.5 10 CY Pressure Injected Grout

983.1 53 TON RipRap

Control of Water 991.5 1 LS

Police Officer 999.001 240 HR $45 $10800

Subtotal Bridge No. A-02-023

TOTAL COST

The Proposed Total General Bid Price is: ______

CONTRACTOR OBLIGATIONS

The undersigned agrees that, if he is selected as general contractor, he will within five (5) days, Saturdays, Sundays, and legal holidays excluded, after presentation thereof by the Awarding Authority, execute in quadruplicate a contract in accordance with the terms of this General Bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority and each in the sum of One Hundred Percent (100%) of the total contract bid price, the premiums for which are to be paid by the general contractor and are included in the contract price.

The undersigned general bidder hereby certifies that itself and all subcontractors are able to and will work harmoniously with all elements of labor employed or to be employed on the work, or adjacent to the site where work will be performed under this Contract, and shall perform such work in a manner so as to promote the orderly and efficient performance of the work under this and separate Contracts. The undersigned General Bidder shall include corresponding provisions of working in harmony with all elements of labor employed at or adjacent to the site in all its subcontracts and agreements.

Each Contractor shall furnish, and shall require all of its subcontractors (including sub- bidders) of any tier to furnish, labor that works in harmony with all other elements of labor employed, or to be employed, on the Project. Without limiting the generality of the foregoing, "Labor Harmony" shall include the provision of labor that will not cause, cause to be threatened, engage in, or give rise to, either directly or indirectly, any disruption, slowdowns, or stoppages to the Work of the Project, or any violence or harm to any persons or property on the Project.

Each Contractor shall include this Labor Harmony Clause in all subcontracts, regardless of tier, which it lets involving this Project. For the purposes of this Labor Harmony Clause, the term "Contractor" and "Contract" will be deemed to include "subcontractor(s)" and "subcontract(s)," respectively.

The undersigned bidder further agrees that, if s/he fails to perform his/her agreement to execute a contract and furnish a performance bond and also a labor and materials or payment bond as stated in this bid, the bid deposit accompanying the copy of this bid filed with the Awarding Authority shall become and be the property of Town of Acton as liquidated damages.

The undersigned represents that this proposal is made in good faith without fraud, collusion or connection of any kind with other bidders for the same work, that the undersigned is competing solely in his own behalf without connection with, or obligation to, any undisclosed person or corporation that no other person or corporation has any interest in the profits of the contract, that the undersigned has read the contract documents attached hereto and is fully informed in regard to all provisions thereof including without limitation the drawings, the time for performance and, the provisions for liquidated damages, if any, and that the undersigned has visited the premises described in said contract documents and made his own examination of the place where the work is to be done and of all conditions pertaining to the work and has made his own estimates and from such examination and estimates makes this bid.

CONTRACTOR INFORMATION

The names and addresses of all persons interested in this proposal, as principals other than the undersigned, are as follows:

The bidder is a (an) Individual -Partnership -Corporation -

Joint Venture -Trust 1. If bidder is a Partnership, state names and residential addresses of all partners:

2. If bidder is a Corporation, state the following: Corporation is incorporated in the

State of: President is: Treasurer is:

Place of business is:

(Street, City, State and Zip Code)

3. If the bidder is a Foreign Corporation, also state the following:

(a) The Power of Attorney required by General Laws, c.181, s., was filed on:

(b) The Certificate and copy of its Charter, Articles or Certificate of Incorporation required by General Laws, c. 181, s.5, were filed on:

4. If the bidder is a Joint Venture, state the names and business addresses of each person, firm or company that is party to the venture:

A copy of the joint venture agreement is on file at and will be delivered to the Awarding Authority on request.

5. If the bidder is a Trust, state the names and residential addresses of all Trustees: The Trust documents are on file at:

A copy of the same will be delivered to the Awarding Authority on request.

Bank Reference:

If the business is conducted under any title other than the real name of the owner, state the time when, and place where, the certificate required by General Laws, c. 110, s. 5, was filed:

The Federal Social Security Identification Number of the bidder (the number used on Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941) is:

The undersigned offers the following information as evidence of his qualifications to perform work as bid upon according to all requirements of the plans and specifications:

1 Have been in business under present business name years. 2 Ever failed to complete any work awarded (if so, attach descriptive account).

DATE:

BIDDER:

(Company name)

BY:

(Authorized signature)

TITLE: (Affix Corporate Seal) BUSINESS ADDRESS: BUSINESS TELEPHONE:

FAX NUMBER:

EMERG. TELEPHONE:

FOR PURPOSES OF EXECUTING THE BID PLEASE NOTE THE FOLLOWING

This proposal must bear the written signature of the bidder, and must be accompanied by a bid deposit.

If the bidder is an individual doing business under a name other than his own name, the proposal must so state, giving the address of the individual.

If the bidder is a partnership, the proposal must so state, setting forth the names and addresses of all partners, and must be signed by a partner designated as such.

If the bidder is a corporation, the proposal must bear the seal of the corporation and must be signed by a duly authorized officer or agent of such corporation.

If the price of any item appears to the Director to be abnormally high or low, or the bidder neglects to bid on each and every item, it may be cause for the rejection of the proposal.

-END OF FORM FOR GENERAL BID STATEMENT OF BIDDER'S QUALIFICATIONS Contract

Title: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc. Project Area: Acton

1. Name of Bidder:

Address:

Telephone: FAX:

FID No.:

2. How many years has your organization been in business as a general contractor under your present business name? ; as a subcontractor? .

3. Indicate the class or classes of work and the number of years your organization has experience in:

Street Construction Utilities

Highway Construction Heavy Utilities Bridge Construction Gen’l Bldg. Const. Park Construction Waterfront/Marine Landscaping Roofing Parking Garage

Construction

4. Is your organization pre-qualified by any other agencies?

If so, please indicate below: Agency Class of Work Expiration Date Have you ever been on the DCAM List of Debarred Contractors? _____. If so, when and why.

5. List the principal officers of the organization and their construction experience:

Name Present Years of Magnitude Capacit Durin y g Position Construction (in Dollars) Said Experience Experience and Class (See Item

6. Indicate the (office) and the Superintendent (field) you intend to assign to this Project and their experience especially relative to this Project:

Project Manager (Office): Name Yrs. Exp.: Experience:

Superintendent (Field): Name Yrs. Exp.: Experience: 7. List your major equipment available for this contract.

8. Have you ever done work under another name(s)? If so, please indicate prior name(s) and address(es):

9. Has any officer or partner of your Organization ever been an officer or partner of some other organization that failed to complete a contract? If so, state name of individual, other organization, reason therefore and bonding company:

10. Has any officer or partner of your organization ever failed to complete a contract handled in their own name? If so, state name of individual, name of owner, reason therefore and bonding company:

11. Provide documentation for a minimum of 3 projects (limited to 8) similar in type and magnitude to the scope of this work that has been completed within the last 5 years along with Owner's or Representative’s contact information. The town is seeking to verify the contractor’s relative experience to items such as, but not limited to, re-pointing masonry, structural plating & grouting:

12. List below all the contracts you have on hand:

Contract Contract Class Percent Completion Location Name and Amount Amount of Work Complete Date Telephone Remaining Number of Owner or Rep

13. Have you ever failed to complete any work awarded to you? _____ If so, where and why?:

14. Did you complete your last three contracts per the original contract duration? If not, why?

15. Have you ever been refused a bond whether by Bid or Performance? If so, why?

16. Indicate the bonding company(ies) and reference(s) you do business with for this type of work:

Company Contact Telephone 17. What is your overall bonding capacity? Based on work on hand what is your present bonding capability?

18. Indicate the bank(s) and associated loan officers your organization does business with:

Bank Contact Telephone

19. Credit Available:

20.In what other lines of business are you financially interested?

21.Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required?

-STATEMENT OF BIDDER'S QUALIFICATIONS

CONTRACT AGREEMENT

THIS AGREEMENT, made and entered into this day of in the year Two Thousand and Nine, by and between Town of Acton, party of the first part, hereinafter designated the Awarding Authority and party of the second part, with legal address at

County of State of , hereinafter designated as the Contractor.

WITNESSETH; that the AWARDING AUTHORITY and CONTRACTOR in consideration of the mutual covenants hereinafter set forth, agree as follows:

ARTICLE I DEFINITIONS

Wherever the words defined in this article, or pronouns used in their stead, occur in this contract and the specifications hereto attached, they shall have the meanings herein given.

The word "Awarding Authority" shall mean Town of Acton.

The word "Contractor" shall mean the party of the second part, above designated, entered into this contract for the performance of the work required by it, and the legal representatives of said party, or agents appointed to act for said party in the performance of the work.

The word "Engineer" shall refer to the Town of Acton Town Engineer or designated representative acting directly, or through properly authorized agents, acting within such the scope of the particular duties entrusted to them, or such other engineer named by the Awarding Authority.

The word "Contract" shall mean, collectively, all of the covenants, terms and stipulations in these articles of agreement, and in the supplementary documents which constitutes essential parts of the agreement, and are hereby made such parts thereof, to wit:

ADVERTISEMENT NOTICE TO BIDDERS SPECIAL NOTICE TO BIDDERS FORM OF GENERAL BID STATEMENT OF BIDDERS QUALIFICATIONS CONTRACT AGREEMENT PERFORMANCE BOND PAYMENT BOND STANDARD FORMS PAYMENT FORMS GENERAL CONDITIONS SPECIAL PROVISIONS The word "Specifications" shall mean, collectively, all of the terms and stipulations contained in the general and detailed specifications, and special provisions appended to this agreement (MassHighway Specifications).

The word "Contract Drawings" shall mean the drawings furnished by the Awarding Authority or Engineer and defined in the list.

Wherever in the specifications or upon the contract drawings the words directed, required, permitted, ordered, instructed, designated, considered necessary, or words of like import are used, it shall be understood that the direction, requirements, permission, order instructions, designated or decision of the Engineer, is intended; and similarly the words approved, acceptable, satisfactory, or words of like import: shall mean approved by, or acceptable or satisfactory to the Engineer, unless another meaning is plainly intended. The words "Standard Specifications" shall mean the specifications as stipulated in the booklet entitled, "The Commonwealth of Massachusetts, Massachusetts Highway Department, Standard Specifications for Highway and Bridges" 1988 Edition.

Whenever the words "or equal" or words of like import are used, it shall be understood that this means equal in accordance with the following provisions: an item shall be considered equal if in the opinion of the Engineer (I) it is at least equal in quality, durability, appearance, strength, and design; (2) it will perform at least equally the function imposed by the general design for the public work being contracted for or the material being purchased: and (3) it conforms substantially, even with deviations, to the details requirements for the item.

It is agreed that the Invitation, Notice to Contractors, Special Conditions, Accepted Proposal, Plans, Specifications and the Addenda and Interpretations heretofore issued are a part of this contract. Any work shown on the plans, though not mentioned in the contract or specifications, and any work mentioned in the contract or specifications though not shown on the plans, is to be executed by the Contractor as a part of this contract.

ARTICLE II OBLIGATIONS AND LIABILTY OF CONTRACTOR

The Contractor shall do all the work and furnish all the materials, tools and appliances, except as herein otherwise specified, and everything necessary or proper for performing and completing the work required by this contract, in the manner and within the time hereinafter specified.

The contractor shall complete the entire work to the satisfaction of the Awarding Authority and Engineer, and in accordance with the specifications and drawings herein mentioned, at the prices herein agreed upon and fixed therefore. All the work, labor, and materials to be done and furnished under this contract shall be done and furnished strictly pursuant to, and in conformity with the attached specifications, and the directions of the Engineer as given from time to time during the progress of the work, under the terms of this contract, and also in accordance with contract drawings. The Contractor shall coordinate his operations with those of any other contractors who may be employed on other work of the Awarding Authority, and shall avoid interference therewith and cooperate in the arrangements for storage of materials.

The Contractor shall conduct his work so as to interfere as little as possible with private business and public travel. He shall, at his own expense, wherever necessary or required, maintain fences, furnish watchmen, maintain lights, and take such other precautions as may be necessary to protect life and property.

The Contractor shall take all responsibility for the work done under this contract: for the protection of the work: and for preventing injuries to persons and damage to property and utilities on or about the work. He shall in no way be relieved of his responsibility by any right of the Engineer to give permission of issue orders relating to any part of the work, or by any such permission given on orders issued, or by failure of the Engineer to give such permission or issue such orders.

The Contractor shall bear all losses resulting to him or to the Awarding Authority on account of the amount or character of the work, or because of the nature of the land in or on which the work is done is different from what was estimated or expected, or on account of the weather, elements, or other causes. The Contractor shall assume the defense of all claims of whatsoever character against the Contractor or the Awarding Authority, and indemnify, save harmless, and insure the Awarding Authority, its officers or agents, against all claims arising out of injury or damage to persons, corporations, or property, whether said claims arise out of negligence or not, or whether said claims are for unavoidable damage or not, and from all claims relating to labor and materials furnished for the work.

ARTICLE III ENGINEER TO DECIDE

The Engineer shall in all cases determine the amount, quality, acceptability, and fitness of the several kinds of work and materials which are to be paid for under this contract, shall determine all questions in relation to said work and the construction thereof, and shall in all cases decide every question of fact which may arise relative to the fulfillment of this contract on the part of the Awarding Authority and on the part of the Contract. His estimate and decision shall be final and conclusive upon the Contractor.

Any differences or conflicts that may arise between the Contractor and other contractors or the Awarding Authority in regard to their work shall be adjusted and determined by the Engineer.

ARTICLE IV ENGINEER TO GIVE ORDERS

The Engineer shall make all necessary explanations as to the meaning and intention of the drawings and specifications and shall give all necessary orders and directions. In order or sequence of execution of the work and the general conduct of the work shall be subject to the approval of the Engineer, who shall have authority to direct the order or sequence where public necessity or welfare shall require, which approval or direction shall, however, in no way affect the responsibility of the Contractor in the conduct of the work.

ARTICLE V ABSENCE OF CONTRACTOR

Work shall neither commence nor proceed unless supervised by the Contractor or his duly authorized superintendent or foreman. Delays in the work due to the absence of the Contractor or his duly authorized superintendent or foreman shall not constitute a reason for extension of time for completion.

ARTICLE VI PARTS OF CONTRACT

The Information for Bidders, all Addenda, the Proposal submitted by the Contractor, the Specifications, and the Contract Drawings are made part of this contract.

ARTICLE VII DISCREPANCIES, ERRORS, AND OMISSIONS

The drawings and specifications are intended to be explanatory of each other, but should any discrepancy appear or any misunderstanding arise as to the import of anything contained in either, the interpretation and decision of the Engineer shall be final and binding on both parties of this contract.

Any corrections of errors or omissions in drawings and specifications may be made by the Engineer when such correction is necessary for the proper fulfillment of their intention as construed by him. Where said correction of errors or omissions, except as provided in the next two paragraphs below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be made under the individual item.

The fact that specific mention of a fixture, or of any part of the work, is omitted in the specifications, whether intentionally or otherwise, when the same is clearly shown or indicated on the drawings, or is usually and customarily required to complete fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for extra compensation, but the said fixtures or work, or both, shall be installed or done the same as if called for both by the drawings and by the specifications.

All work indicated on the drawings and not mentioned in the specifications or vice versa, and all work and material usual and necessary to make the work complete in all its parts, whether or not they are indicated on the drawings or mentioned in the specifications, shall be furnished and executed the same as if they were called for by both the drawings and specifications.

ARTICLE VIII INSURANCE

The Contractor shall procure and maintain until acceptance of the work, insurance as specified below and in such form as shall protect him and any sub- contractor performing work covered by this contract, and the Awarding Authority, if so provided herein, from all claims and liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them.

Except as otherwise stated, the amounts of such insurance shall be, for each policy, not less than:

1 For liability for bodily injury, including accidental death, $1,000,000 for anyone person and subject to the same limit for each person, $5,000,000 on account of one accident. 2 For liability for property damage, $100,000 on account of any one accident, and $5,000,000 on account of all accidents.

The following types of insurance shall be provided:

A. Workmen's Compensation Insurance as required by the General Laws of the Commonwealth of Massachusetts.

B. Public Liability Insurance and Contractor's Protective Public Liability Insurance, in the amounts required (A) above.

C. Property Damage Insurance and Contractor's Protective Property Damage Insurance, each including coverage for blasting and explosion, injury to or destruction of wires or pipes and similar property and appurtenant apparatus, and collapse of or structural injury to any building or structure except those on which work under this contract is being done, in the amounts required in (B) above.

D. Bodily injury covering the operation of all motor vehicles owned by the Contractor, $500,000 for any one person and $1,000,000 on account of each accident.

E. Property Damage Insurance covering the operation of all motor vehicles owned by the Contractor, in an amount not less than $100,000 for one accident and $500,000 for all accidents.

F. Insurance in the amounts required in (d) and (e) above, to cover bodily injuries and property damage resulting from the use of motor vehicles not owned by the Contractor, while such vehicles are being operated in connection with the prosecution of the work under this contract.

G. Contractual Liability Insurance covering the liability assumed by the Contractor under the fourth paragraph of Article II, in the amounts required under (A) and (B) above.

H. Awarding Authority's Protective Insurance secured by the Contractor in behalf of the Awarding Authority and the consulting engineers, which will directly protect the Awarding Authority and agents from liability for bodily injuries, including accidental death, in the amounts required in (A) above, and for property damage in the amounts required in (B) above.

All policies shall be so written that the Awarding Authority will be notified of cancellation or restrictive amendment at least 15 days prior to the effective date of such cancellation or amendment. Certificates in triplicate from the insurance carrier stating the limits of liability and expiration date shall be filed with the Awarding Authority before operations are begun. Such certificates shall not merely name the types of policy provided, but shall specifically refer to this contract and article, and the above paragraphs in accordance with which insurance is as required by such paragraphs of this contract.

ARTICLE IX INSURANCE

The Contractor shall indemnify and save harmless the Awarding Authority; and all persons acting for or on behalf of the Awarding Authority, from all claims and liability of any nature or kind, including costs and expenses arising from or occasioned by the use of manufacture of any design, device, material or process covered by letters patent or copyright, including their use by the Awarding Authority.

ARTICLE X COMPLIANCE WITH LAWS

The Contractor shall keep himself fully informed of all existing and future State and National Laws and municipal ordinances and regulations in any manner affecting those engaged or employed in the work, or the materials used in the work, or in any way affecting the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the plans, drawings specifications, or contract for this work in relation to any such law, ordinances, regulations, orders, or decrees, he shall forthwith report the same to the Engineer in writing. He shall at all times himself observe and comply with, and cause all his agents and employees to observe and comply with, all such existing and future laws ordinances, regulations, orders or decrees; and shall protect and indemnify the Awarding Authority, its officers, and agents, against any claim or liability arising from or based upon violation of any such law, ordinance, regulation, order, or decrees, whether by himself or his employees.

ARTICLE XI MINIMUM WAGE RATES

The attached schedule of minimum wage rates has been issued for this work by the Department of Labor; said schedule shall be a part of this contract and shall continue to be the minimum rate or rates of wages for said employment during the life of the contract. A legible copy of said schedule shall be kept posted in a conspicuous place at the site of the work during the life of the contract.

ARTICLE XII PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the contract shall forthwith be physically amended to make such insertion.

ARTICLE XIII PERMITS

The Contractor shall, at his own expense, take out all necessary permits from the Acton Transportation Department and other public authorities; shall give all notices required by law or ordinances; and shall post all bonds and pay all fees and charges incident to the due and lawful prosecution of the work covered by this contract.

ARTICLE XIV NOT TO SUBLET OR ASSIGN

The contractor shall give his personal attention constantly to the faithful prosecution of the work, shall keep the same under his personal control, and shall not assign by power of attorney or otherwise, nor sublet, the work, or any part thereof, without the previous written consent of the Awarding Authority, and shall not either legally or equitably assign any of the monies payable under this agreement, or his claim thereto, unless by and with the like consent of the Awarding Authority and surety on the Bond.

ARTICLE XV TIME OF COMMENCEMENT

Except as herein provided, the Contractor shall commence work at such points as the Engineer may approve, within ten (10) days after the execution of the contract by the Awarding Authority.

ARTICLE XVI DELAY BY AWARDING AUTHORITY

The Awarding Authority may delay the beginning of the work or any part thereof, if the necessary lands or rights-of-way for such work shall not have been obtained or if materials or equipment to be furnished by the Awarding Authority are not delivered. The Contractor shall not have claim for damages on account of such delay but shall be entitled to so much additional time wherein to perform and complete this contract on his part, as the Engineer shall certify in writing to be just.

ARTICLE XVII TIME OF COMPLETION

The rate of progress shall be such that the work shall be performed in accordance with the terms of this contract to substantial completion within 365 calendar days after the date of execution of the contract stipulated in the proposal, unless and, except as any part may be delayed under the provisions of this contract. It is agreed that the rate of progress herein required has been purposely made low enough to allow for the ordinary delays incident to construction work of this character. No extension of time will be made for ordinary delays, inclement weather and accidents, and the occurrence of such will not relieve the Contractor from the necessity of maintaining this rate of progress. If delays are caused by acts of nature, acts of Government or State, strikes, extra work, floods, or there are contingencies clearly beyond the control or responsibilities of the Contractor, the Contractor shall be entitled to so much additional time wherein to perform and complete this contract on his part as the Awarding Authority may grant, after certification thereto by the Engineer. The time in which this contract is to be performed and completed is of the essence of this Agreement.

ARTICLE XVIII LIQUIDATED DAMAGES

In case the Contractor fails satisfactorily to complete the entire work contemplated and provided for under this contract on or before the date of completion determined as described above, the Awarding Authority shall deduct from the payments due the Contractor each month the sum of Two Thousand dollars {$2,000.00) plus engineering charges for each calendar day {Sundays and legal holidays excluded) of delay, which sum is agreed upon not as a penalty but as fixed and liquidated damages for each day of such delay, to be paid in full and subject to no deduction. If the payments due the Contractor are less than the amount of such liquidated damages, said damages shall be deducted from any other monies due or to become due the Contractor, and in case such damages shall exceed the amount of all monies due or to become due the Contractor, then the Contractor or his surety shall pay the balance to the Awarding Authority. In addition to the above, if the contract is not completed within the time specified, and no extension of time is authorized by the Awarding Authority, the Contractor shall indemnify the Awarding Authority for costs to the Awarding Authority of Inspection of the work during any such extension period.

ARTICLE XIX EMPLOY COMPETENT WORKERS

The Contractor shall employ only competent persons to do the work, and whenever the Awarding Authority or Engineer shall notify the Contractor in writing that any worker on the work is, in his opinion, incompetent, unfaithful, disorderly, or otherwise unsatisfactory, such worker shall be discharged from the work and shall not again be employed on it, except with the consent of the Awarding Authority or Engineer.

ARTICLE XX EMPLOY SUFFICIENT LABOR AND EQUIPMENT

If, in the opinion of the Engineer, the Contractor is not employing sufficient labor and equipment to complete this contract within the time specified, said Contractor is to employ such additional labor and equipment as may be necessary to enable said work to properly progress.

ARTICLE XXI INTOXICATING LIQUORS The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the work embraced in this contract.

ARTICLE XXII ACCESS TO WORK

The Awarding Authority and the Engineer, and their agents and employees, may, for purposes already specified and for any other purpose, enter upon the work and the premises used by the Contractor, and the Contractor shall provide safe and proper facilities therefore.

ARTICLE XXIII EXAMINATION OF WORK

The Engineer shall be furnished with every reasonable facility for ascertaining that the work is in accordance with the requirements and intention of this contract, even to the extent of uncovering or taking down portions of finished work. Should the work thus exposed or examined prove satisfactory, the uncovering or taking down and the restoring and replacing of the material and rebuilding the part shall be considered as extra work, unless the original work was done in the absence of the Engineer or his inspector without his written authorization, in which case the cost shall be borne by the Contractor. Should the work exposed or examined prove unsatisfactory, the uncovering, taking down, replacing, and making good shall be at the expense of the Contractor.

ARTICLE XXIV DEFECTIVE WORK

The inspection of the work shall not relieve the Contractor of any of his obligations to fulfill his contract as herein prescribed, and defective work shall be made good and unsuitable material shall be rejected, notwithstanding that such work and materials have been previously overlooked by the Engineer and accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall forthwith make good such defect, in a manner satisfactory to the Engineer, and if any material brought upon the ground for use in the work, or selected for the same, shall be condemned by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall forthwith remove such materials from the vicinity of the work, and any material furnished by the Awarding Authority which shall be damaged or rendered defective by the handling or improper installation by the Contractor, his agent, or employees, shall be made good and replaced at the Contractor's own expense.

ARTICLE XXV PROTECTION AGAINST WATER AND STORM

The Contractor shall take all precaution to prevent damage to the work by storms or by water entering the site of the work directly or through the ground. In case of damage by storm or water, the Contractor shall make repairs or replacements or rebuild such parts of the work as the Engineer may require in order that the finished work may be completed as required by the drawings and specifications. The Engineer may prohibit the carrying out of any work at any time when, in his judgment, the conditions are not suitable or the proper precautions are not being taken, whatever the weather may be, in any season.

ARTICLE XXVI MISTAKES OF CONTRACTOR

The Contractor shall pay to the Awarding Authority all expenses, losses, and damages as determined by the Engineer, incurred in consequence of any defect, omission, or mistake of the Contractor, or his employees, or the making good thereof.

ARTICLE XXVII RIGHT TO MATERIALS

Nothing in this contract shall be construed as vesting in the Contractor any right of property in the materials used after they have been attached or affixed to the work or the soil, but all such materials shall, upon being so attached or affixed, become the property of the Awarding Authority.

ARTICLE XXVIII INTERPRETATION OF CONTRACT AS TO LIMITATIONS OF WORK

Should it be deemed necessary in the execution of the work, by reason of any condition or circumstances arising or discovered after the making of the contract, to make any minor variation desirable or necessary for the stability, safety, economy or betterment of the work, which variations increase or decrease the quantities of the work specified, or change the location thereof to an extent not unreasonably affecting the condition of the work, and further interpreted by the Engineer as involving no classes of work other than those called for by the contract, the Contractor shall, upon written order from the Engineer to that effect, make such minor variations. If such minor variations diminish the quantity of work to be done, no claim for damages or for anticipated profits on the work that may be dispensed with shall thereby accrue to the Contractor, and the value of the work dispensed with will not be included in any payments made to the Contractor. If such minor variations increase the amount of work, the value of such increase shall be determined and fixed by the Engineer in accordance with the quantity of such work actually done, and at the unit prices stipulated in the contract.

Such alterations or changes as are mentioned in this section shall not vitiate or annul the obligations of the contract or the agreement for the work.

Should the Contractor consider himself entitled to extra compensation on account of the before-mentioned alterations or changes, he shall notify the Awarding Authority by making his claim in writing to the Engineer before proceeding with the work in question.

Should the Contractor proceed with the said work in compliance with the order of the Engineer, it is to be construed as his acceptance of the order and of the stipulated compensation for the said work. Should, in the opinion of the Engineer, any contemplated change in the quantities of the work or alterations thereof, materially change the character of the work or any part thereof, or materially affect the compensation for some, then the work shall be classified as extra work.

ARTICLE XXIX EXTRA WORK

The Contractor shall do any work incidental to the proper completion of the contract not herein otherwise provided for when and as ordered in writing by the Engineer and approved by the Awarding Authority. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows:

1 By such applicable unit prices, if any, as are set forth in the contract; or 2 If no such unit prices are so set forth, then by unit prices or by a lump sum mutually agreed by the Awarding Authority and the Contractor; or 3 If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum then by the actual net cost in money to the Contractor as approved by the Engineer of the materials and of the wages of applied labor required for such extra work, plus such rental of plant and equipment (other than small tools) required and approved for such extra work, plus fifteen per cent (15%}. No extra work will be paid for unless specifically ordered as such by the Engineer in writing.

The Contractor shall, when requested by the Engineer so, furnish itemized statements of the cost of the work ordered and give the Engineer access to the accounts, bills, and vouchers relating thereto.

The Engineer shall include in the cost of extra work under (3) as stated above, the reasonable cost to the Contractor or all materials used, of all labor, common and skilled, of foreman, and the fair rental of all machinery used upon the extra work for the period of such use.

The fair rental of all machinery shall be based upon the most recent edition of "Compilation of Rental Rates for Construction Equipment," as published by the Associated Equipment Distributors or similar publication approved by the Engineer. Rental for machinery that was upon the work immediately before, or which shall be required by or used upon the work after the extra work is done, shall be based upon an appropriate fraction of the approved monthly rate schedule. If said work requires the use of machinery not upon the work site and not contemplated to be used upon the work, then the cost of transportation, not exceeding a distance of 100 miles, of such machinery to and from the work shall be added to the fair rental as accepted by the Engineer in writing prior to the rental of the machine.

The Engineer shall include in the cost of extra work the cost to the Contractor of additional premiums paid on the required insurance on account of such extra work, and the cost of Social Security or other direct assessment upon the Contractor's payroll by Federal or other properly authorized public agencies. The Engineer shall not include in the cost of extra work any cost or rental of small tools, buildings, or any portion of the time of the Contractor or his superintendent, or any allowance for use of capital or the premium on the bond as assessed upon the amount of extra work, these items being considered as being covered by the fifteen percent added to the reasonable cost.

ARTICLE XXX EXTENTSION OF TIME ON ACCOUNT OF EXTRA WORK

When extra work is ordered near the completion of the contract, or when extra work is ordered at any time during the progress of the work, which requires, in the opinion of the Engineer, an unavoidable increase of time for the completion of the contract, a suitable extension of the time of completion shall be made, only upon approval of the Awarding Authority.

ARTICLE XXXI CHANGES NOT TO AFFECT BOND

It is distinctly agreed and understood that any changes made in the drawings and specifications for this work (whether such changes increase or decrease the amount thereof) or any change in the manner or time of payments made by the Awarding Authority to the Contractor, shall in no way annul, release, or affect the liability and surety on the bond given by the Contractor.

ARTICLE XXXII CLAIMS FOR DAMAGES

If the Contractor claims compensation for any damages sustained by breach of contract or otherwise, be the same based on claims that are due and full credit has not been given the Contractor for work performed or material furnished in accordance with the terms of the contract or for any other cause, he shall promptly, after the sustaining of any such damage, make a written statement of the nature of the damage sustained, to the Engineer, and shall on or before the fifteenth day of the month following that in which the damage shall have been sustained, file with the Engineer an itemized statement of the details and amount of such damage, and unless such statement is made as thus required, his claim for compensation shall be forfeited and invalidated, and he shall not be entitled to payment on account of any such damage.

ARTICLE XXXIII ABANDONMENT OF WORK

If the work to be done under this contract shall be abandoned, or if this contract or any part thereof shall be sublet without the previous written consent of the Awarding Authority, or if the contract or any claim there under shall be assigned by the Contractor otherwise than as herein specified, or if at any time the Engineer shall be of the opinion and shall so certify in writing that the condition herein specified as to the rate of progress are not fulfilled, or that the work or any part thereof is unnecessarily or unreasonably delayed, or that the Contractor has violated any of the provisions of this contract, the Awarding Authority may notify the Contractor by a written order, with a copy mailed to the home office of the Surety, to discontinue all work, or any part thereof. Thereupon the Contractor shall discontinue such work or such part thereof as the Awarding Authority may designate, and the Awarding Authority may thereupon by contract or otherwise, as it may determine, complete the work, or any such part thereof, and charge the entire expenses of so completing the work or part thereof to the Contractor; and for such completion, the Awarding Authority, for itself or its contractors, may take possession of and use or cause to be used in the completion of the work, or part thereof, any of such materials, equipment, machinery, implements, and tools of every description as may be found at the location of said work.

All expenses charged under this article shall be deducted and paid by the Awarding Authority out of any monies then due or to become due the Contractor under this contract, or any part thereof; and in such accounting, the Awarding Authority shall not be held to obtain the lowest figures for the work of completing the contract or any part thereof, or for ensuring its proper completion, but all sums actually paid therefore shall be charged to the Contractor. In case the expenses so charged are less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, the Contractor shall be entitled to receive the difference; and in case such expenses shall exceed the said sum, the Contractor shall pay the amount of the excess to the Awarding Authority.

ARTICLE XXXIV PRICES FOR WORK

The Awarding Authority shall pay and the Contractor shall receive the prices stipulated in the proposal attached hereto as full compensation for everything furnished and done by the Contractor under this contract, including all work required, but not specifically mentioned, and also for all loss or damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen obstruction or difficulty encountered in the prosecution of the work, and for all risks of every description connected with the work, and for all expenses incurred by or in consequence of the suspension or discontinuance of the work as herein specified, and for well and faithfully completing the work and the whole thereof, as herein provided.

ARTICLE XXXV MONEY MAY BE RETAINED

The Awarding Authority may keep any monies which would otherwise be payable at any time hereunder and apply the same, or so much as may be necessary therefore, to the payment of any expenses, losses, or damages, incurred by the Awarding Authority and determined as herein provided, and may retain, until all claims are settled, so much of such money as the Awarding Authority shall be of the opinion will be required to settle all claims filed with the Awarding Authority, its officers, and agents, relating to this contract.

ARTICLE XXXVI PARTIAL PAYMENTS

The Contractor shall prepare payment requisitions to submit to the Awarding Authority or his representative by the fifth day of each month. This payment requisition shall include all quantities of materials at unit bid prices constructed complete and in place during the previous month. The estimate shall be just and fair, based on actual quantities used to complete the work and the materials incorporated into the work during the previous calendar month. Payment may at any time be withheld if the work is not proceeding in accordance with this contract. Upon such estimate being made and certified by the Awarding Authority’s representative, the Awarding Authority will pay to the Contractor ninety (90) per cent of the amount stated in such estimate or certificate to be the value of the work therein certified to have been done, but the Awarding Authority may at all times reserve and retain out of any or all of said partial payment, all such sums as it is or may be authorized to reserve or retain. The making of any such estimates or payment thereon shall not be taken or construed as an approval or acceptance by the Awarding Authority of any work as estimated. All such payments shall be considered tentative only, subject to correction in the final estimate, and need not be based upon an accurate measurement. The Contractor shall be responsible for any loss or damage to any such material or equipment until the same has been completely installed, tested and accepted. ARTICLE XXXVII APPROVAL AND ACCEPTANCE OF WORK

Following the completion of this contract as such completion is defined herein and as soon thereafter as practicable, the Engineer will inspect the entire work in all parts and details, and if said work and all contract performances are found to be satisfactory and in accordance with the provisions and terms of the contract and specifications, the Engineer will certify the work as completed and will accept it upon behalf of the Awarding Authority but conditional upon the subsequent remedying of defects which may become manifest within a period of twelve (12) months following completion and as herein required. The certification of completion and the said acceptance of the work will be a pre-requisite to final payment hereunder.

Twelve months after the date of the certificate of acceptance as herein before set forth and as soon thereafter as practicable, the Engineer shall make a review and re- inspection of the work and performances and work shall be found satisfactory and the work not to have deteriorated through defects of workmanship or material, then the Engineer shall certify the release of the guarantee herein elsewhere specified, and such certification shall be a prerequisite to the release of the surety on the Contract Bond.

If, however, the review and re-inspection as herein set forth or any prior inspection discloses defects due to the non-fulfillment of this contract, or non-compliance with its requirements, the Engineer shall so notify the Contractor in writing and thereupon the Contractor shall, at his own expense, repair or replace and shall make good all defects of workmanship, materials and guarantee, and shall recite any noncompliance, and such repairs and fulfillment shall be a pre-requisite to the release of the guarantee and to the release of the surety of the Contract Bond. If, however, the Contractor shall, after the notice, refuse or neglect to make good the defects as notified and to the satisfaction of the Engineer, then the Awarding Authority may and is empowered to proceed in the manner prescribed in the event of abandonment or forfeiture of the work by the Contractor, and completion by the Awarding Authority and the payment of claims for material and labor and other expense as provided in such procedures shall be a prerequisite to the termination of guarantee, to the release of guarantee and to the release of the surety on the Bond.

ARTICLE XXXVIII SEMI-FINAL AND FINAL PAYMENT Within 65 days after the work has been completed to the satisfaction of the Engineer, he will make a final estimate of the amount of work done by the Contractor and of the value thereof. Such final estimate shall include the value of all work performed under the contract and all retained percentage, after deducting there from the total of all previous periodic or partial payments and all amounts to be retained to satisfy any and all outstanding claims or liens that have been duly filed against the Contractor. All prior estimates shall be subject to correction by this final estimate. After preparation, a copy of said final estimate shall be submitted to the Contractor for his approval and agreement.

If, after final inspection has been made, there are any payment or extra work items that are in dispute, either as to the quantity or value of the work performed hereunder, such items or claims may be excluded from the final estimate and payment for such disputed items may be deferred until such time as an agreement has been reached between the Contractor and the Awarding Authority or until such time as the claim has been adjudicated. In such cases, a semi-final estimate shall be prepared within the said period of 65 days after completion, covering the value of all work performed and all retained percentage on all items of the contract that are not in dispute but subject to the same deductions and retainers as set forth above and with all disputed items or claims excluded.

In the event that the work has been substantially completed and the project has been opened to public use by order of the Awarding Authority or its duly authorized agents, but final acceptance of the work is subject to delay because of minor uncompleted items which do not impair the usefulness of the project, a semi-final estimate shall be prepared within a like period of 65 days after such contract has been substantially completed and placed in public use. Such semi-final estimate shall include an estimate of the value of all work performed in accordance with the terms of the contract, including the amount of retained percentage withheld from previous partial payments but excluding the same deductions and retainers as set forth above; an estimate of the value of the work remaining to be performed and any items of work that may be in dispute. Payment for such excluded items or portions thereof may be deferred until such time as the remaining work has been satisfactorily completed or in the case of disputed items or claims until such time as an agreement has been reached.

If the Engineer delays or fails to prepare any final or semi-final estimate within the period of time specified herein, interest on the amount due the Contractor on any such final or semi-final estimate shall be computed and paid by the Awarding Authority at the rate of five (5%) percent per annum, beginning 66 days after the contract has been satisfactorily completed or the project has been substantially completed and opened to public use, as the case may be, and running until the date such estimate has been prepared and submitted to the Contractor for acceptance. The amount of such interest shall be included in the estimate when prepared.

Such final or semi-final estimates, however, shall not serve as a release of the Contractor or of his sureties from the required guarantee against defects of materials, workmanship, or other contract performances for a period of one (I) year from the date of acceptance.

ARTICLE XXXIX CLAIM FOR LABOR MATERIALS AND DAMAGE

The Contractor shall from time to time, as required by the Awarding Authority, furnish the said Awarding Authority with affidavits and satisfactory evidence that all persons who have done work or furnished materials under this contract, or have suffered damage on account of the Contractor's operations, have been fully paid or secured; and in case such evidence be not furnished as aforesaid, such amount as said Awarding Authority may consider necessary to meet the lawful claims of the persons aforesaid will be retained from the monies otherwise due said Contractor, until the liabilities aforesaid have been fully satisfied. It is understood and agreed, however, that the Awarding Authority hereby assumes no obligation toward such claimants, nor in any way undertakes to pay such claims out of any funds due or that may become due the Contractor, or out of its own funds.

ARTICLE XL WAVIERS

Neither the inspection of the Awarding Authority nor any of its agents, nor any orders, measurements, or certificate by the Engineer, nor any order by the Awarding Authority for the payment of money nor any payment for, nor acceptance of, the whole or any part of the work by the Awarding Authority, nor any extension of time nor any possession taken by the Awarding Authority or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Awarding Authority, or any right to damages herein provided, nor shall any waiver of any breach of this contract be held to be a waiver of any other or subsequent breach. Any remedy provided in this contract shall be taken and construed as cumulative; that is, in addition to each and every other remedy herein provided, and in addition to all other suits, actions or legal proceedings, the Awarding Authority shall also be entitled as of right to a writ of injunction against any breach of any of the provisions of this contract.

ARTICLE XLI LIABILITY OF AWARDING AUTHORITY

No person, firm or corporation, other than the signer of this contract as Contractor, now has any interest hereunder and no claim shall be made or be valid, and neither the Awarding Authority, nor any agent of the Awarding Authority, shall be liable for or be held to pay any money, except as herein provided. The acceptance by the Contractor of the payment of the final estimate shall operate as and shall be a release to the Awarding Authority, and every agent of the Awarding Authority, from all claim and liability to the Contractor for anything done or furnished for or relating to the work, or for any act or neglect of the Awarding Authority or of any person relating to or affecting the work, except the claim against the Awarding Authority for the remainder, if any there be, of the amounts kept or retained as herein provided.

ARTICLE XLII GUARANTY

The Contractor guarantees that the work to be done under this contract, and the materials to be furnished by him for use in the construction of the same, will be free from defects or flaws. This guaranty shall be for a period of one year from and after the date of completion. It is hereby, however, specially agreed and understood that this guaranty shall not include any repairs made necessary by any cause or causes other than defective work or materials furnished by the Contractor. The Contractor shall at all times within said period of guaranty keep the surface of the ground over this work, or adjacent thereto, in the position and condition required by this contract, and refill any settlement or erosion in the backfilling or any surface graded by him, due to any cause whatsoever, when so directed by the Engineer, should he fail to do so, the Awarding Authority may have said work done as described in Article XXXVIII. ARTICLE XLIII LEGAL ADDRESS OF CONTRACTOR

Both the address given in the bid and proposal submitted by the Contractor and the Contractor's office at or near the site of the work are hereby designated as places to either of which notices, letters, and other communications to the Contractor shall be certified, mailed, or delivered. The delivering at the above-named place, or depositing in a post-paid wrapper directed to the first-named place, in any post office box regularly maintained by the Post Office Department, of any notice, letter, or other communication to the Contractor, shall be deemed sufficient service thereof upon the Contractor, and data of said service shall be the date of such delivery or mailing. The first-named address may be changed at any time by an instrument in writing executed, and acknowledged by the Contractor and delivered to the Engineer. Nothing herein contained shall be deemed to preclude or render uncooperative the service of any notice, letter, or other communication upon the Contractor personally.

ARTICLE XLIV RESPONSIBILTY FOR UTILITY PROPERTY AND SERVICE

At points where the Contractor's operations are adjacent to properties or railway, telegraph, telephone, and power companies, or are adjacent to other property, damage to which might result in considerable expense, loss, or inconvenience, work shall not be commenced until all arrangements necessary for the protection thereof have been made. The Contractor shall cooperate with the owners of any underground or overhead utility lines in their removal and rearrangement operations in order that these operations may progress in a reasonable manner, and that duplication of rearrangement work may be reduced to a minimum, and that service rendered by those parties will not be unnecessarily interrupted. The approximate locations of the existing major utilities are shown on the drawings. In addition to these, there may be others that are not shown on the drawings. It shall be the responsibility of the Contractor to cooperate closely with all utility companies involved and shall ascertain the exact locations of all utilities prior to excavation. All existing utilities shall be protected from damage during construction and, if damaged, shall be repaired by the Contractor at his own expense.

IN WITNESS WHEREOF, Town of Acton has caused these present, and five other original duplicate contracts of like tenor and date, to be signed in its name and behalf, and its official seal hereunto affixed by its officers thereunto duly authorized; and the said Contractors of like tenor and date, to be signed in its name and behalf, and its official seal hereunto affixed by

ITS OFFICER THEREUNTO DULY AUTHORIZED FIRST ABOVE WRITTEN this , THE DAY AND YEAR

FOR THE AWARDING AUTHORITY By

Certificate of Acknowledge of Contractor, if a Corporation

State of County

On this ______day of ______, 2009, before me personally came ______to me known, who being duly sworn did say as follows:

That he resides at ______and is the of ______the corporation described herein and which executed the foregoing instrument; that he knows the corporate seal of said corporation; the seal affixed to the foregoing instrument is such corporate seal, and it was so affixed by order of the Board of Directors of said corporation, and by the like order he signed thereto his name and official designation.

Notary Public (seal) My commission expires

______-END CONTRACT PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS: That ______as Principal, hereinafter called Principal, and

____ as Surety, hereinafter called Surety are held and firmly bound into Town of Acton, as Oblige, hereinafter called Awarding Authority, for the use and benefit of claimants as hereinafter, in the amount of ______dollars ($ ______), for the payment where of Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has, by written agreement, dated______entered into a contract with Awarding Authority for “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc. in accordance with drawings and specifications prepared by the Engineer which contract is by reference made part hereof, and is hereinafter referred to as the Contract.

NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms and conditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Awarding Authority, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Awarding Authority from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Awarding Authority all outlay and expense which the Awarding Authority may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect.

PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to he work to be performed hereunder or the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or the specifications.

PROVIDED FURTHER, that no final settlement between the Awarding Authority and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this ______day of______, 2009.

ATTEST:

Principal

______(Principal) Secretary (Seal) By______(Address)

______Witness as to Principal ______(Address) ATTEST: ______Surety

______(Surety) Secretary (Seal) By______

Attorney-in-Fact Witness as to

Surety

(Address) NOTE: Date of Bond must not be prior to date of Contract. -END PERFORMANCE BOND PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: That ______as Principal, hereinafter called Principal, and

____ as Surety, hereinafter called Surety are held and firmly bound into Town of Acton, as Oblige, hereinafter called Awarding Authority, for the use and benefit of claimants as hereinafter, in the amount of ______dollars ($ ______), for the payment where of Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has, by written agreement, dated______entered into a contract with Awarding Authority for “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc. in accordance with drawings and specifications prepared by the Engineer which contract is by reference made part hereof, and is hereinafter referred to as the Contract.

NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms and conditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Awarding Authority, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Awarding Authority from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Awarding Authority all outlay and expense which the Awarding Authority may incur in making good any default, then this obligation shall be void otherwise to remain in full force and effect.

PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract or to the work to be performed hereunder or the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the contract or to the work or the specifications.

PROVIDED, FURTHER, that no final settlement between the Awarding Authority and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in six (6) counterparts, each one of which shall be deemed an original, this ______day of______, 2009.

ATTEST:

Principal

______(Principal) Secretary (Seal) By______(Address)

______Witness as to Principal ______(Address) ATTEST: ______Surety

______(Surety) Secretary (Seal) By______

Attorney-in-Fact Witness as to

Surety

(Address) NOTE: Date of Bond must not be prior to date of Contract. -END PAYMENT BOND Rehabilitation of five (5) Town Owned Bridges

STANDARD FORMS INDEX

SHOP DRAWING -SAMPLE -CATALOG CUT SCHEDULE FORM FORM OF

AGREEMENT FOR CHANGE IN CONTRACT FORM FOR PROCEED ORDER

FORM FOR GENERAL GUARANTEE FORM FOR MANUFACTURER

GUARANTEE FINAL RELEASE FORM CERTIFICATION OF LEGAL DUMPING

FACILITIES AFFIDAVIT OF COMPLIANCE WITH WAGE AND LABOR

SUBCONTRACTOR’S AFFIDAVIT OF COMPLIANCE WITH WAGE AND

LABOR AFFIDAVIT OF PAYMENT TO SUBCONTRACTORS AND SUPPLIERS

SUBCONTRACTORS AND SUPPLIERS AFFIDAVIT OF PAYMENT

CERTIFICATE OF CONFORMANCE TO AN “OR EQUAL” AGREEMENT

CERTIFICATE OF SUBSTANTIAL COMPLETION CONTRACTOR’S FINAL

PAYMENT CERTIFICATE CONSENT OF SURETY TO FINAL PAYMENT

AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS RELEASE AND WAIVER

OF LIENS AND CLAIMS CONTRACT COMPLETION CERTIFICATE

-END OF STANDARD FORMS INDEX Rehabilitation of five (5) Town Owned Bridges

Rehabilitation of five (5) Town Owned Bridges CHANGE IN CONTRACT

Amendment No. ( CONTRACT FOR: ) “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

AWARDING AUTHORITY ENGINEER Town of Acton Chas H. Sells, Inc 472 Main Street 9 Trolley Crossing Road Acton, MA Charlton, MA 01720 01507

CONTRACT DATED

THE CONTRACTOR:

Town of Acton and the Contractor named above, hereby mutually agree that the contract described above be, and the same hereby is, amended as follows:

The Contractor shall include, perform, furnish and install, and/or deduct, substitute, omit or exclude from the Contract as set forth below, under and in accordance with all applicable terms of the Contract Documents, at the prices listed, using therefore, the contractor and/or subcontractor's named. Rehabilitation of five (5) Town Owned Bridges

CHANGE IN CONTRACT

CHANGE ORDER NO. DATE:

All documents, written proposals and drawings referred to in this instrument, if any, are incorporated by reference herein.

The aggregate of these ( )items is a net ADDITION of $( ).

The time(s) for completion is extended by this instrument as follows:

Substantial Completion

Final Completion

It is hereby mutually agreed upon the execution of this agreement that the sums provided herein are complete, whole, fair and reasonable and that no additional claims, demands or liabilities shall be applicable for any added compensation arising from, growing out of or in any way connected with the work of this Change Order No. . All other terms and conditions or provisions of the contract shall remain in full force and effect and shall be binding unto the parties of this contract.

ORIGINAL CONTRACT:

a) Price ______b) To be substantially complete on ______c) To be finally complete on ______Rehabilitation of five (5) Town Owned Bridges

CHANGE IN CONTRACT TOTAL VALUE OF

THE EXTRA WORK PROPOSED: $

Total added compensation for the revised work shall be in the amount of $ .

The work shall include:

BREAKDOWN OF CHANGE ORDER

Materials $ Labor $ Equipment $ Administration $

Subtotal $ Overhead and Profit $ Total $

CONTRACT SUMMARY TO DATE ORIGINAL CONTRACT

______CHANGE ORDER NO. Rehabilitation of five (5) Town Owned Bridges

CHANGE IN CONTRACT

Adjusted contract price upon execution of this agreement will be $ . Completion dates, upon execution of this agreement will be:

Substantial Final

APPROVED AS TO THE AVAILABILITY RECOMMENDED BY THE OF THE APPROPRIATION: ENGINEER: Awarding Authority

Chas H. Sells, Inc 9 Trolley Crossing Road Charlton, MA Treasurer (Signature and Title) 01507

APPROVED AS TO FORM:

Legal Counsel THE CONTRACTOR: APPROVED FOR CONSTRUCTION:

By: (Signature and Title) Director ______

BASED ON THE FOREGOING ______RECOMMENDATIONS: (Firm Name and Address)

Town of Acton 472 Main Street Acton, MA 01720 AFFIX CORPORATE SEAL HERE:

ASSENTED TO:

______By: Authorized Represebntative (Attorney-in Fact)

AFFIX CORPORATE SEAL HERE: (Affix Power of Attorney) END OF CHANGE IN CONTRACT PROCEED ORDER FOR CHANGE IN WORK

Pursuant to Articles II & III of the Contract and Article of the General Conditions

DATE

PROCEED ORDER No.

CONTRACT FOR: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

THE ENGINEER:

Chas H. Sells, Inc 9 Trolley Crossing Road Charlton, MA 01507

THE CONTRACTOR: CONTRACT DATED ______

THE AWARDING AUTHORITY ______

Town of Acton ______472 Main Street Acton, MA 01720

The Awarding Authority, acting by and through its Authorized Representative under and in accordance with Article No. of the GENERAL CONDITIONS orders the following Change in the Work, subject to the price and extension of time limitations stated below:

The Contractor shall immediately proceed in accordance with this order without delay and regardless of any exception to the amount (s) to be added or deducted from the contract or to the extension of time, if any. This order is valid only if signed by the Awarding Authority. Recommended: THE

ENGINEER: Chas H. Sells, 9 Trolley Crossing Road, Charlton, MA 01507

BASED ON THE 'S/ENGINEER'S RECOMMENDATION AWARDING AUTHORITY

Authorized Representative

END OF PROCEED ORDER FOR CHANGE IN WORK It is hereby guaranteed in writing that all portions of work under the Contract for the “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc. was completed in strict accordance with the contract documents and are of quality designated therein and shall remain free of all defects of material and workmanship for a period of one (1) calendar year from the date of Final Completion of the work defined in Article 5 of the Contract to be .

At no expense to the Awarding Authority, upon receipt of written notice from the Awarding Authority, forthwith repair and make good or cause to be repaired and made good, including damage to any part of said work resulting from (such) defects or their repair or the making good of same, all defects arising in the contract work specified in the contract documents due to defective materials, fabrication, assembly, installation or workmanship, and including within the term "defects" the failure of any equipment or apparatus (including any mechanical or electrical item) to produce and/or maintain specified performance capabilities or capacity.

And for the faithful performance of the covenants of this GUARANTEE, we and each of us bind ourselves, our successors, our heirs, executors, administrators and assigns.

______(Affix Corporate Seal Here)

By: Date: (Signature/Title)

Subscribed and sworn to

before me on this day of , 20 . NOTARY PUBLIC:

MY COMMISSION EXPIRES: (Affix Notary Seal Here) END OF FORM FOR

GENERAL GUARANTEE FORM FOR MANUFACTURER GUARANTEE

It is hereby guaranteed in writing that all portions of the work under the Contract for the “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc. were completed in strict accordance with the Contract Documents and are of the quality designated therein and shall remain free of all defects of material and workmanship for a period of one (1) calendar year from the entire completion of the work defined in Article V of the Contract.

At no expense to the Awarding Authority upon receipt of written notice from the Awarding Authority, forthwith repair and make good or cause to be repaired and made good, including damage to any part of said work resulting from (such) defects or their repair or the making good of same, all defects arising in the contract work specified in the contract documents due to defective materials, fabrication, assembly, installation, or workmanship, and including within the term "defects" the failure of any equipment or apparatus (including any mechanical or electrical item) to produce and/or maintain specified performance capabilities or capacity.

And for the faithful performance of the covenants of this GUARANTEE, we and each of us bind ourselves, our successors, our heirs, executors, administrators and assigns.

BY: (Signature) Subscribed and sworn to before me on this day (Title) of , 20.

(Affix Corporate Seal Here) NOTARY PUBLIC:

MY COMMISSION EXPIRES:

(Affix Notary Seal Here)

END OF FORM FOR MANUFACTURER GUARANTEE FINAL RELEASE FORM

I, (Name), duly elected (Title) of ______do hereby and upon this tender of final payment for the contract named above, release and forever discharge the Awarding Authority of and from any and all claims, demands and liabilities whatsoever of every name and nature both at law and in equity, arising from, growing out of, or in any way connected with this contract, save only such claims, demands and liabilities as are expressly excepted in this instrument.

By:

(Title)

(Affix Corporate Seal Here)

Date:

Subscribed and sworn to

before me on this day of , 20 . NOTARY PUBLIC: MY COMMISSION EXPIRES: (Affix Notary Seal Here)

END OF FINAL RELEASE FORM CERTIFICATE OF LEGAL DUMPING FACILITIES

CONTRACT FOR: DATE:

“Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

ENGINEER

Chas H. Sells, Inc 9 Trolley Crossing Road Charlton, MA 01507

CONTRACT DATE______

I, , duly elected (title),of ______do hereby state for the contract named above, that all refuse, rubble, debris and any other materials generated from the project site and not specified to fulfill the requirements of the project shall be legally removed and disposed of in accordance with the Contract Documents and all applicable Federal, State and Municipal Laws, rules and regulations. Evidence of dumping on the form of vouchers and/or receipts shall be maintained and presented to the Authority upon request.

The following dump site(s) will be used for the duration of work for the above project unless alternate dump sites are to be used, subject to the prior approval of the Awarding Authority.

By: (Signature)

(Affix Corporate Se al Here) Subscribed and sworn to before me on this of day , 20 . NOTARY PUBLIC: MY COMMISSION EXPIRES: (Affix Notary Seal Here)

END OF CERTIFICATE OF LEGAL DUMPING FACILITIES AFFIDAVIT OF COMPLIANCE WITH WAGE AND LABORSTANDARDS PROVISIONS

FOR EVERY PAY ESTIMATE:

Contractor: ______

Contract: “Rehabilitation of five (5) Town Owned Bridges”

dated August 1, 2008 prepared by Chas H. Sells, Inc.

Pay Estimate No. Period to

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies compliance with the Wage and Labor -Standards Provisions of the Contract (as outlined in Section 204 of the Specifications) for the period covered by this Pay Estimate No. ____, and, as evidence of said compliance also by the Subcontractor(s), the undersigned submits the attached form(s) of Affidavit on which each applicable subcontractor also attests to such conformance.

BY______

(Type or print name and title underneath all signatures)

END OF AFFIDAVIT OF COMPLIANCE (WAGE AND LABOR STANDARDS) SUBCONTRACTOR'S AFFIDAVIT OF COMPLIANCE WITH WAGE AND LABOR- STANDARDS PROVISIONS

FOR EVERY PAY ESTIMATE:

Contractor: ______

Contract: “Rehabilitation of five (5) Town Owned Bridges”

dated August 1, 2008 prepared by Chas H. Sells, Inc.

Pay Estimate No. Period to

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies compliance with the Wage and Labor -Standards Provisions of the subject Contract (as outlined in Part A of the Specifications) for the period covered by this Pay Estimate No. ____.

ATTEST: By______(Signature)

(Print or Type Name and Title)

SUBCONTRACTOR:______

ADDRESS ______

END OF SUBCONTRACTOR'S AFFIDAVIT OF COMPLIANCE (WAGE AND LABOR STANDARDS) AFFIDAVIT OF PAYMENT TO SUBCONTRACTORS AND SUPPLIERS

FOR EVERY PAY ESTIMATE AFTER THE FIRST:

Contractor: ______

Contract: “Rehabilitation of five (5) Town Owned Bridges”

dated August 1, 2008 prepared by Chas H. Sells, Inc.

Pay Estimate No. Period to

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies that, except as listed below, he/she has paid in full or has otherwise satisfied all obligations for all material and equipment furnished, for all work, labor and services performed, to his/her Subcontractors and Suppliers from payment made by the Authority for the previous Pay Estimate No. ____ . As evidence of such payment the undersigned submits the attached form(s) of Affidavit, on which each applicable Subcontractor and Supplier attest to such payment, by affidavit or receipt, as applicable. EXCEPTIONS: (If none, write "NONE" here).

BY______

(Type or print name and title underneath all signatures)

END OF AFFIDAVIT OF PAYMENT TO SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTORS AND SUPPLIERS AFFIDAVIT OF PAYMENT

Contractor ______

Contract: “Rehabilitation of five (5) Town Owned Bridges”

dated August 1, 2008 prepared by Chas H. Sells, Inc.

Pay Estimate No. Period to

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies that, except as listed below, he/she has been paid in full or has otherwise been satisfied for all material and equipment furnished and/or for all work, labor and services performed on said above Contract, as of the closing date of the above Pay Estimate.

EXCEPTIONS: (If none, write "NONE" here).

COMPANY: ______ADDRESS ______

Type of Subcontract work or material supplied during period:

ATTEST: By______(Signature)

______(Print Name and Title) END OF SUBCONTRACTORS AND SUPPLIERS AFFIDAVIT OF PAYMENT CERTIFICATION OF CONFORMANCE OF MATERIALS OR EQUIPMENT TO SPECIFICATIONS OR TO AN "OR EQUAL" AGREEMENT

TO: Town of Acton 472 Main Street Acton, MA 01720

Contractor ______

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Type/use of material or equipment to be supplied: ______

COMPANY--MANUFACTURER/SUPPLIER: ______

ADDRESS: ______

TELEPHONE: ______

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies that, to the best of his/her knowledge and belief, the enclosed manufacturer's/supplier's data (drawings, specifications, other detailed information) specifically requested by the Authority indicates that the ______(material) (equipment) is in full conformance with the Specifications or in conformance to the extent of a prior "or equal" agreement between the Authority and the Contractor.

The data, as required by the Contract, contains the name and brand of the product, its place of origin, the name and address of the producer as well as the detailed information adequate to permit the Authority to verify total conformance or to pass upon its acceptability as an "equal".

The undersigned also certifies that only the (material) (equipment) as described in the attached data and/or presented as a sample herewith will be used in the Contract work for the purpose herein stated, all future deliveries and usage to be identical thereto.

ATTEST: By______(Signature)

(Type or Print Name and Title)

END OF CERTIFICATION MATERIALS CERTIFICATE OF SUBSTANTIAL COMPLETION

TO: Town of Acton 472 Main Street Acton, MA 01720

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Project Area: Acton Mass Contract Date:______

Engineer/Consultant: Chas H. Sells, Inc.

Contractor:______

Date of Issuance______

PROJECT OR DESIGNATED AREA SHALL INCLUDE:

The work performed under this Contract has been reviewed and found to be substantially complete. The Date of Substantial Completion is hereby established as: which is also the date of commencement of all warranties and guarantees required by the Contract Documents.

DEFINITION OF DATE OF SUBSTANTIAL COMPLETION

The Date of Substantial Completion of the Work or designated portion thereof is the date certified by the Awarding Authority and Engineer/Consultant when construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it is intended. A list of items to be completed or corrected, prepared by the Awarding Authority and verified and amended by the Engineer/Consultant, is appended hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.

Chas H. Sells, Inc ENGINEER/CONSULTANT

BY: DATE:

The Contractor will complete or correct work on the list of items appended hereto by______. Chas H. Sells, Inc ENGINEER/CONSULTANT

BY: Title DATE

The Authority accepts the Work or designated portion thereof as substantially complete and will assume full possession thereof on ______.

BY: Title DATE

(Print or type names underneath all signatures)

END OF CERTIFICATE OF SUBSTANTIAL COMPLETION CONTRACTOR'S FINAL PAYMENT CERTIFICATE

TO: Town of Acton 472 Main Street Acton, MA 01720

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Project Area: Acton Mass R-____ Contract Date Pay Estimate No.

This is to certify that all of the work under this Contract has been satisfactorily completed in accordance with the Specifications and that this is a true and correct final pay estimate.

We further certify that all just and lawful bills for labor, materials, and equipment employed in the performance of this Contract and covered by this Final Estimate have been paid in full.

Firm

_

Signature

_ Title

_Date

(Print or type names underneath all signatures)

END OF CONTRACTOR'S FINAL PAYMENT CERTIFICATE CONSENT OF SURETY TO FINAL PAYMENT

TO: Town of Acton 472 Main Street Acton, MA 01720

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Project Area: Acton Mass R-____ Contract Date: Bond No:______

Contractor:______

In accordance with the provisions of the Contract for construction between the Authority and the Contractor named above, the ______

______(Name and Address of Surety Company) Surety Company on bond of ______hereby approves of final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to the Awarding Authority, as set forth in the Surety Company's bond.

IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this _____ day of

______, 20__.

______(Surety Company)

Subscribed and sworn to before me on this day of , 20 . NOTARY PUBLIC: ATTEST: (Signature of Authorized Surety Company Representative) (Print Name and Title) MY COMMISSION EXPIRES: (Affix Notary Seal Here) END OF

CONSENT OF SURETY TO FINAL PAYMENT AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS

TO: Town of Acton 472 Main Street Acton, MA 01720

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Project Area: Acton Mass R-____ Contract Date:

COMMONWEALTH OF MASSACHUSETTS

Pursuant to the terms and conditions of the Contract for construction, the undersigned hereby certifies that, except as listed below, he/she has paid in full or has otherwise satisfied all obligations for all material and equipment furnished, for all work, labor and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Authority or its property might in any way be held responsible.

EXCEPTIONS: (If none, write "NONE" here). The Authority requires that the Contractor must furnish bond satisfactory to the Authority and sufficient to cover each exception.

CONTRACTOR: ______ADDRESS: ______ATTEST: By______(Signature)

(Print Name and Title) Subscribed and sworn to before me on this day of , 20 .

NOTARY PUBLIC: MY COMMISSION EXPIRES: (Affix Notary Seal Here) END

OF AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS RELEASE AND WAIVER OF LIENS AND CLAIMS

TO: Town of Acton 472 Main Street Acton, MA 01720

Contract: “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 prepared by Chas H. Sells, Inc.

Project Area: Acton Mass R-____ Contract Date:

In consideration of final payment to the undersigned by the Authority upon which this Release is conditioned, the undersigned:

1 accepts said payment as full, final and complete payment of all compensation payable under the provisions of the Contract referred to above, including all amendments, modifications, and change orders executed thereto; 2 fully releases and discharges without condition beyond receipt of final payment the Authority and its Consultants, and any representative, agent, or servant thereof from any claims, demands, causes of action of every kind and nature arising directly or indirectly out of said Contract; certifies that its subcontractors and all parties who have furnished material, equipment, or labor in connection with any work covered by the aforementioned Contract Documents, have been paid in full; and 3 for themselves and on behalf of their agents, assigns, servants, employees or subcontractors, forever waivers and relinquishes any and all liens, stop notices, levies or attachments and any and all rights to claim or file for the same that any of them may now or hereafter have against the Authority or the property thereof. IN WITNESS WHEREOF, the Contractor has hereunto set its hand this ____ day of ______, 20__.

Contractor

Authorized Company Signature

(Print Name and Title) Subscribed and sworn to before me on this day of , 20. NOTARY PUBLIC: MY COMMISSION

EXPIRES: (Affix Notary Seal Here)

END OF RELEASE AND WAIVER OF LIENS AND CLAIMS

CONTRACT COMPLETION CERTIFICATE

SUBJECT: Contract Title: “Rehabilitation of five (5) Town Owned Bridges”

dated August 1, 2008 prepared by Chas H. Sells, Inc.

Contract Date: Dear Sirs:

All work covered by the subject Contract was tendered for our acceptance.

In order that the Awarding Authority may proceed with final closeout of the subject Contract, we would appreciate your signing one copy of this Contract Completion Certificate and returning it to me.

Very truly yours,

Town of Acton 472 Main Street Acton, MA 01720

Authorized Representative

This certifies that all work completed under the “Rehabilitation of five (5) Town Owned Bridges” dated August 1, 2008 Contract is in accordance with the Contract Plans and Specifications.

Contractor

BY TITLE DATE (Print or type names underneath all signatures) END OF CONTRACT COMPLETION CERTIFICATE PAYMENT FORMS

THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates Construction (2 AXLE) DRIVER - EQUIPMENT 12/01/2008 $42.330 (3 AXLE) DRIVER - EQUIPMENT 12/01/2008 $42.400 (4 & 5 AXLE) DRIVER - EQUIPMENT 12/01/2008 $42.520 ADS/SUBMERSIBLE PILOT 08/01/2009 $102.480 08/01/2010 $107.460 08/01/2011 $112.980 AIR TRACK OPERATOR 06/01/2009 $43.500 12/01/2009 $44.500 06/01/2010 $45.500 12/01/2010 $46.750 06/01/2011 $47.750 12/01/2011 $49.000 ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2009 $39.250 12/01/2009 $40.250 ASPHALT RAKER 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 BACKHOE/FRONT-END LOADER 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 BARCO-TYPE JUMPING TAMPER 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 BLOCK PAVER, RAMMER / SETTER 06/01/2009 $43.500 12/01/2009 $44.500 06/01/2010 $45.500 12/01/2010 $46.750 06/01/2011 $47.750 12/01/2011 $49.000 BOILER MAKER 10/01/2008 $54.800 APPRENTICE: BOILERMAKER - Local 29

Ratio Step 1 2 3 4 5 6 7 8 1:5 % 65.00 65.00 70.00 75.00 80.00 85.00 90.00 95.00 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 03/01/2009 $64.240 09/01/2009 $65.590 03/01/2010 $66.540 WATERPROOFING) 09/01/2010 $67.940 03/01/2011 $68.940 09/01/2011 $70.290 03/01/2012 $71.290 APPRENTICE: BRICK/PLASTER/CEMENT MASON - Local 1 Lowell

Ratio Step 1 2 3 4 5 6 1:5 % 50.00 60.00 70.00 80.00 90.00 95.00 BULLDOZER/GRADER/SCRAPER 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 CAISSON & UNDERPINNING BOTTOM MAN 06/01/2009 $47.250 12/01/2009 $48.250 06/01/2010 $49.250 12/01/2010 $50.500 06/01/2011 $51.500 12/01/2011 $52.750 CAISSON & UNDERPINNING LABORER 06/01/2009 $46.100 12/01/2009 $47.100 06/01/2010 $48.100 12/01/2010 $49.350 06/01/2011 $50.350 12/01/2011 $51.600 CAISSON & UNDERPINNING TOP MAN 06/01/2009 $46.100 12/01/2009 $47.100 06/01/2010 $48.100 12/01/2010 $49.350 06/01/2011 $50.350 12/01/2011 $51.600 CARBIDE CORE DRILL OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 CARPENTER 03/01/2009 $52.770

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 1 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: CARPENTER - Zone 2 Eastern MA

Ratio Step 1 2 3 4 5 6 7 8 1:5 % 50.00 60.00 70.00 75.00 80.00 80.00 90.00 90.00 CEMENT MASONRY/PLASTERING 03/01/2009 $61.620 09/01/2009 $62.130 03/01/2010 $62.500 09/01/2010 $63.030 03/01/2011 $63.410 09/01/2011 $63.920 03/01/2012 $64.300 CHAIN SAW OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 COMPRESSOR OPERATOR 06/01/2009 $47.070 12/01/2009 $47.890 06/01/2010 $48.810 12/01/2010 $49.740 DELEADER (BRIDGE) 07/01/2009 $62.260 01/01/2010 $63.410 DEMO: ADZEMAN 06/01/2009 $46.100 12/01/2009 $47.100 06/01/2010 $48.100 12/01/2010 $49.350 06/01/2011 $50.350 12/01/2011 $51.600 DEMO: BACKHOE/LOADER/HAMMER OPERATOR 06/01/2009 $47.100 12/01/2009 $48.100 06/01/2010 $49.100 12/01/2010 $50.350 06/01/2011 $51.350 12/01/2011 $52.600 DEMO: BURNERS 06/01/2009 $46.850 12/01/2009 $47.850 06/01/2010 $48.850 12/01/2010 $50.100 06/01/2011 $51.100 12/01/2011 $52.350 DEMO: CONCRETE CUTTER/SAWYER 06/01/2009 $47.100 12/01/2009 $48.100 06/01/2010 $49.100 12/01/2010 $50.350 06/01/2011 $51.350 12/01/2011 $52.600 DEMO: JACKHAMMER OPERATOR 06/01/2009 $46.850 12/01/2009 $47.850 06/01/2010 $48.850 12/01/2010 $50.100 06/01/2011 $51.100 12/01/2011 $52.350 DEMO: WRECKING LABORER 06/01/2009 $46.100 12/01/2009 $47.100 06/01/2010 $48.100 12/01/2010 $49.350 06/01/2011 $50.350 12/01/2011 $51.600 DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 DIVER 08/01/2009 $75.600 08/01/2010 $78.890 08/01/2011 $82.740 DIVER TENDER 08/01/2009 $60.240 08/01/2010 $62.590 08/01/2011 $65.340 DIVER TENDER (EFFLUENT) 08/01/2009 $79.440 08/01/2010 $82.960 08/01/2011 $87.090 DIVER/SLURRY (EFFLUENT) 08/01/2009 $102.480 08/01/2010 $107.410 08/01/2011 $113.190 03/01/2009 $63.550 09/01/2009 $64.780 03/01/2010 $66.020 09/01/2010 $67.260 03/01/2011 $68.490 APPRENTICE: ELECTRICIAN - Local 103

Ratio Step 1 2 3 4 5 6 7 8 9 10 2:3*** % 40.00 40.00 45.00 45.00 50.00 55.00 60.00 65.00 70.00 75.00 App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80

ELEVATOR CONSTRUCTOR 01/01/2009 $63.690 01/01/2010 $65.190 01/01/2011 $66.690 01/01/2012 $68.190

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 2 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: ELEVATOR CONSTRUCTOR - Local 4

Ratio Step 1 2 3 4 5 1:1 % 50.00 55.00 65.00 70.00 80.00 Steps 1-2 are 6 mos.; Steps 3-5 are 1 year

ELEVATOR CONSTRUCTOR HELPER 01/01/2009 $49.830 01/01/2010 $51.330 01/01/2011 $52.830 01/01/2012 $54.330 FENCE & GUARD RAIL ERECTOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 FIELD ENG. - INST. PERSON (BLDG, SITE, HVY CONST) 05/01/2009 $54.780 11/01/2009 $55.890 05/01/2010 $56.990 11/01/2010 $58.230 05/01/2011 $59.470 FIELD ENG. - ROD PERSON (BLDG, SITE, HVY CONST) 05/01/2009 $40.260 11/01/2009 $40.910 05/01/2010 $41.560 11/01/2010 $42.290 05/01/2011 $43.020 FIELD ENG.-CHIEF OF PARTY (BLDG, SITE, HVY CONST) 05/01/2009 $56.140 11/01/2009 $57.250 05/01/2010 $58.360 11/01/2010 $59.610 05/01/2011 $60.860 FIRE ALARM INSTALLER 03/01/2009 $63.550 09/01/2009 $64.780 03/01/2010 $66.020 09/01/2010 $67.260 03/01/2011 $68.490 FIRE ALARM REPAIR / MAINTENANCE 03/01/2009 $51.620 09/01/2009 $52.540 03/01/2010 $53.470 09/01/2010 $54.410 03/01/2011 $55.330 FIREMAN (ASST. ENGINEER) 06/01/2009 $51.780 12/01/2009 $52.740 06/01/2010 $53.810 12/01/2010 $54.890 FLAGGER & SIGNALER 06/01/2009 $34.400 12/01/2009 $34.400 06/01/2010 $35.400 12/01/2010 $35.400 06/01/2011 $36.400 12/01/2011 $36.400 FLOORCOVERER 03/01/2009 $58.380 APPRENTICE: FLOORCOVERER - Local 2168 Zone I

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 85.00 Steps are 750 hrs.

FORK LIFT/CHERRY PICKER 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 GENERATOR/LIGHTING PLANT/HEATERS 06/01/2009 $47.070 12/01/2009 $47.890 06/01/2010 $48.810 12/01/2010 $49.740 (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) 07/01/2009 $51.760 01/01/2010 $52.910 APPRENTICE: GLAZIER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 3 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates HOISTING ENGINEER/CRANES/GRADALLS 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 APPRENTICE: HOIST/PORT. ENG.- Local 4

Ratio Step 1 2 3 4 5 6 7 8 1:6 % 55.00 60.00 65.00 70.00 75.00 80.00 85.00 90.00 HVAC (DUCTWORK) 08/01/2009 $62.260 02/01/2010 $63.510 08/01/2010 $64.760 02/01/2011 $66.010 08/01/2011 $67.260 02/01/2012 $68.510 08/01/2012 $69.760 02/01/2013 $71.010 HVAC (ELECTRICAL CONTROLS) 03/01/2009 $63.550 09/01/2009 $64.780 03/01/2010 $66.020 09/01/2010 $67.260 03/01/2011 $68.490 HVAC (TESTING AND BALANCING - AIR) 08/01/2009 $62.260 02/01/2010 $63.510 08/01/2010 $64.760 02/01/2011 $66.010 08/01/2011 $67.260 02/01/2012 $68.510 08/01/2012 $69.760 02/01/2013 $71.010 HVAC (TESTING AND BALANCING -WATER) 03/01/2009 $65.980 09/01/2009 $67.480 03/01/2010 $68.730 HVAC MECHANIC 03/01/2009 $65.980 09/01/2009 $67.480 03/01/2010 $68.730 HYDRAULIC DRILLS 06/01/2009 $43.500 12/01/2009 $44.500 06/01/2010 $45.500 12/01/2010 $46.750 06/01/2011 $47.750 12/01/2011 $49.000 INSULATOR (PIPES & TANKS) 09/01/2008 $56.860 09/01/2009 $59.260 09/01/2010 $61.660 APPRENTICE: ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Boston

Ratio Step 1 2 3 4 1:4 % 50.00 60.00 70.00 80.00 Steps are 1 year

IRONWORKER/ 03/16/2009 $53.820 09/16/2009 $55.170 03/16/2010 $56.570 APPRENTICE: - Local 7 Lawrence

Ratio Step 1 2 3 4 5 6 % 60.00 70.00 75.00 80.00 85.00 90.00 Structural 1:6; Ornamental 1:4

JACKHAMMER & PAVING BREAKER OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 LABORER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 APPRENTICE: LABORER - Zone 2

Ratio Step 1 2 3 4 1:5 % 60.00 70.00 80.00 90.00 LABORER: CARPENTER TENDER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 4 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates LABORER: CEMENT FINISHER TENDER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 LABORER: MASON TENDER 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 LABORER: MULTI-TRADE TENDER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 LABORER: TREE REMOVER 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 This classification applies to the wholesale removal of standing trees including all associated trimming of branches and limbs, and applies to the removal of branches at locations not on or around utility lines. LASER BEAM OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 MARBLE & TILE FINISHERS 08/01/2009 $56.240 02/01/2010 $56.950 08/01/2010 $58.470 02/01/2011 $59.270 08/01/2011 $60.950 02/01/2012 $61.740 APPRENTICE: MARBLE-TILE-TERRAZZO FINISHER - Local 3 Marble & Tile

Ratio Step 1 2 3 4 5 1:3 % 50.00 60.00 70.00 80.00 90.00 Steps are 800 hrs.

MARBLE MASONS,TILELAYERS & TERRAZZO MECH 08/01/2009 $67.160 02/01/2010 $68.050 08/01/2010 $69.950 02/01/2011 $70.940 08/01/2011 $73.040 02/01/2012 $74.030 APPRENTICE: MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile

Ratio Step 1 2 3 4 5 1:3 % 50.00 60.00 70.00 80.00 90.00 MECH. SWEEPER OPERATOR (NON-CONSTRUCTION) 07/01/2009 $28.300 07/01/2010 $29.000 07/01/2011 $29.700 MECH. SWEEPER OPERATOR (ON CONST. SITES) 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 MECHANICS MAINTENANCE 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 (Zone 2) 03/01/2009 $52.540 MORTAR MIXER 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 OILER (OTHER THAN TRUCK CRANES,GRADALLS) 06/01/2009 $41.090 12/01/2009 $41.750 06/01/2010 $42.480 12/01/2010 $43.220 OILER (TRUCK CRANES, GRADALLS) 06/01/2009 $43.990 12/01/2009 $44.720 06/01/2010 $45.550 12/01/2010 $46.380 OTHER POWER DRIVEN EQUIPMENT - CLASS II 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 5 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates PAINTER (BRIDGES/TANKS) 07/01/2009 $62.260 01/01/2010 $63.410 APPRENTICE: PAINTER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

PAINTER (SPRAY OR SANDBLAST, NEW) * 07/01/2009 $53.160 01/01/2010 $54.310 * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used. APPRENTICE: PAINTER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

PAINTER (SPRAY OR SANDBLAST, REPAINT) 07/01/2009 $51.220 01/01/2010 $52.370 APPRENTICE: PAINTER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

PAINTER (TRAFFIC MARKINGS) 06/01/2009 $42.750 12/01/2009 $43.750 06/01/2010 $44.750 12/01/2010 $46.000 06/01/2011 $47.000 12/01/2011 $48.250 PAINTER / TAPER (BRUSH, NEW) * 07/01/2009 $51.760 01/01/2010 $52.910 * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used. APPRENTICE: PAINTER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

PAINTER / TAPER (BRUSH, REPAINT) 07/01/2009 $49.820 01/01/2010 $50.970 APPRENTICE: PAINTER - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 90.00 Steps are 750 hrs.

PANEL & PICKUP TRUCKS DRIVER 12/01/2008 $42.160 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2009 $60.240 08/01/2010 $62.590 08/01/2011 $65.340 DECK) PILE DRIVER 08/01/2009 $60.240 08/01/2010 $62.590 08/01/2011 $65.340

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 6 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: PILE DRIVER - Local 56 Zone 1

Ratio Step 1 2 3 4 5 6 7 8 1:3 % 60.00 65.00 70.00 75.00 80.00 85.00 90.00 95.00 PIPEFITTER & STEAMFITTER 03/01/2009 $65.980 09/01/2009 $67.480 03/01/2010 $68.730 APPRENTICE: PIPEFITTER - Local 537

Ratio Step 1 2 3 4 5 ** % 40.00 45.00 60.00 70.00 80.00 ** 1:3; 3:15; 1:10 thereafter Steps are 1 yr; Refrig/AC Mechanic Steps & Hrs Same as above Refrig/AC Mechanic **1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) PIPELAYER 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 & GASFITTERS 03/01/2009 $65.500 09/01/2009 $67.000 03/01/2010 $68.250 APPRENTICE: - Local 12

Ratio Step 1 2 3 4 5 ** % 35.00 40.00 55.00 65.00 75.00 ** 1:2; 2:6; 3:10; 4:14; 5:19 Steps are 1 year; Step 4 w/ license-70; Step 5 w/ license-80

PNEUMATIC CONTROLS (TEMP.) 03/01/2009 $65.980 09/01/2009 $67.480 03/01/2010 $68.730 PNEUMATIC DRILL/TOOL OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 POWDERMAN & BLASTER 06/01/2009 $43.750 12/01/2009 $44.750 06/01/2010 $45.750 12/01/2010 $47.000 06/01/2011 $48.000 12/01/2011 $49.250 POWER SHOVEL/DERRICK/TRENCHING MACHINE 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 PUMP OPERATOR (CONCRETE) 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 PUMP OPERATOR (DEWATERING, OTHER) 06/01/2009 $47.070 12/01/2009 $47.890 06/01/2010 $48.810 12/01/2010 $49.740 READY-MIX CONCRETE DRIVER 05/01/2009 $33.260 02/02/2010 $33.570 05/01/2010 $33.980 RECLAIMERS 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 RESIDENTIAL WOOD FRAME CARPENTER ** 04/01/2009 $35.620 ** The Residential Wood Frame Carpenter classification applies only to the construction of new, wood frame residences that do not exceed four stories including the basement. RIDE-ON MOTORIZED BUGGY OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 ROLLER/SPREADER/MULCHING MACHINE 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 (Inc.Roofer Waterproofng &Roofer Damproofg) 02/01/2009 $53.860

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 7 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: ROOFER - Local 33

Ratio Step 1 2 3 4 5 ** % 50.00 60.00 65.00 75.00 85.00 ** 1:5, 2:6 -10 thereafter 1:10 (or portion thereof) Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. Roofer (Reroofing): Same Steps and Hours as Above ** 1:4; Thereafter 1:1 SHEETMETAL WORKER 08/01/2009 $62.260 02/01/2010 $63.510 08/01/2010 $64.760 02/01/2011 $66.010 08/01/2011 $67.260 02/01/2012 $68.510 08/01/2012 $69.760 02/01/2013 $71.010 APPRENTICE: SHEET METAL WORKER - Local 17-A

Ratio Step 1 2 3 4 5 6 7 1:4 % 40.00 45.00 50.00 60.00 65.00 75.00 85.00 Steps 1-3 are 1 year; Steps 4-7 are 6 mos.

SIGN ERECTOR 06/01/2009 $37.780 APPRENTICE: SIGN ERECTOR - Local 35 Zone 2

Ratio Step 1 2 3 4 5 6 7 8 9 1:1 % 50.00 55.00 60.00 65.00 70.00 75.00 80.00 85.00 90.00 Steps are 4 mos.

SLATE / TILE / ROOFER 02/01/2009 $54.110 SPECIALIZED EARTH MOVING EQUIP < 35 TONS 12/01/2008 $42.620 SPECIALIZED EARTH MOVING EQUIP > 35 TONS 12/01/2008 $42.910 SPRINKLER FITTER 03/16/2009 $66.950 09/16/2009 $68.450 03/16/2010 $69.700 APPRENTICE: SPRINKLER FITTER - Local 550

Ratio Step 1 2 3 4 5 6 7 8 9 10 1:1 % 40.00 45.00 50.00 55.00 60.00 65.00 70.00 75.00 80.00 85.00 STEAM BOILER OPERATOR 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 TELECOMMUNICATION TECHNICIAN 03/01/2009 $51.620 09/01/2009 $52.540 03/01/2010 $53.470 09/01/2010 $54.410 03/01/2011 $55.330 APPRENTICE: TELECOMMUNICATION TECHNICIAN - Local 103

Ratio Step 1 2 3 4 5 6 7 8 1:1 % 40.00 45.00 50.00 55.00 60.00 65.00 75.00 80.00 TERRAZZO FINISHERS 08/01/2009 $66.060 02/01/2010 $66.950 08/01/2010 $68.850 02/01/2011 $69.840 08/01/2011 $71.940 02/01/2012 $72.930

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 8 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: MARBLE-TILE-TERRAZZO FINISHER - Local 3 Marble & Tile

Ratio Step 1 2 3 4 5 1:3 % 50.00 60.00 70.00 80.00 90.00 Steps are 800 hrs.

TEST BORING DRILLER 06/01/2009 $47.500 12/01/2009 $48.500 06/01/2010 $49.500 12/01/2010 $50.750 06/01/2011 $51.750 12/01/2011 $53.000 TEST BORING DRILLER HELPER 06/01/2009 $46.220 12/01/2009 $47.220 06/01/2010 $48.220 12/01/2010 $49.470 06/01/2011 $50.470 12/01/2011 $51.720 TEST BORING LABORER 06/01/2009 $46.100 12/01/2009 $47.100 06/01/2010 $48.100 12/01/2010 $49.350 06/01/2011 $50.350 12/01/2011 $51.600 TRACTORS/PORTABLE STEAM GENERATORS 06/01/2009 $57.090 12/01/2009 $58.190 06/01/2010 $59.430 12/01/2010 $60.680 TRAILERS FOR EARTH MOVING EQUIPMENT 12/01/2008 $43.200 TUNNEL WORK - COMPRESSED AIR 06/01/2009 $58.430 12/01/2009 $59.680 06/01/2010 $60.930 12/01/2010 $62.180 06/01/2011 $63.430 12/01/2011 $64.680 TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 06/01/2009 $60.430 12/01/2009 $61.680 06/01/2010 $62.930 12/01/2010 $64.180 06/01/2011 $65.430 12/01/2011 $66.680 TUNNEL WORK - FREE AIR 06/01/2009 $50.500 12/01/2009 $51.750 06/01/2010 $53.000 12/01/2010 $54.250 06/01/2011 $55.500 12/01/2011 $56.750 TUNNEL WORK - FREE AIR (HAZ. WASTE) 06/01/2009 $52.500 12/01/2009 $53.750 06/01/2010 $55.000 12/01/2010 $56.250 06/01/2011 $57.500 12/01/2011 $58.750 VAC-HAUL 12/01/2008 $42.620 WAGON DRILL OPERATOR 06/01/2009 $43.000 12/01/2009 $44.000 06/01/2010 $45.000 12/01/2010 $46.250 06/01/2011 $47.250 12/01/2011 $48.500 WASTE WATER PUMP OPERATOR 06/01/2009 $57.410 12/01/2009 $58.530 06/01/2010 $59.780 12/01/2010 $61.030 WATER METER INSTALLER 03/01/2009 $65.500 09/01/2009 $67.000 03/01/2010 $68.250 Outside Electrical - East CABLE TECHNICIAN (Power Zone) 08/31/2008 $32.380 CABLEMAN (Underground Ducts & Cables) 08/31/2008 $42.160 DRIVER / GROUNDMAN CDL 08/31/2008 $37.490 DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) 08/31/2008 $30.320 EQUIPMENT OPERATOR (Class A CDL) 08/31/2008 $46.160 EQUIPMENT OPERATOR (Class B CDL) 08/31/2008 $39.800 GROUNDMAN 08/31/2008 $29.820 GROUNDMAN -Inexperienced (<2000 Hrs.) 08/31/2008 $25.460 JOURNEYMAN LINEMAN 08/31/2008 $53.830

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 9 of 10 THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DIVISION OF OCCUPATIONAL SAFETY Prevailing Wage Rates DEVAL L. PATRICK SUZANNE M. BUMP Governor As determined by the Commissioner under the provisions of the Secretary of Labor and Workforce Development Massachusetts General Laws, Chapter 149, Sections 26 to 27H TIMOTHY P. MURRAY GEORGE NOEL Lieutenant Governor Director of Labor

LAURA M. MARLIN Commissioner of Division of Occupational Safety Awarding Authority: Town of Acton Contract Number: 9/3/2009-908 City/Town: ACTON Description of Work: Rehabilitation of five (5) town owned bridges.

Job Location: Various locations in Acton Classification Effective Dates and Total Rates

APPRENTICE: LINEMAN (Outside Electrical) - East Local 104

Ratio Step 1 2 3 4 5 6 7 1:2 % 60.00 65.00 70.00 75.00 80.00 85.00 90.00 TELEDATA CABLE SPLICER 03/01/2007 $27.330 TELEDATA LINEMAN/EQUIPMENT OPERATOR 03/01/2007 $27.330 TELEDATA WIREMAN/INSTALLER/TECHNICIAN 03/01/2007 $27.330 TREE TRIMMER 02/01/2009 $19.010 This classification applies only to the trimming of branches on and around utility lines. TREE TRIMMER GROUNDMAN 02/01/2009 $17.060 This classification applies only to the trimming of branches on and around utility lines.

Additional Apprentice Information:

Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c.23, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c.23, ss. 11E-11L.

All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c23, ss. 11E-11L.

All steps are six months (1000 hours)unless otherwise specificed**.

* Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof. ** Multiple ratios are listed in the comment field. *** The job site ratio of 2 apprentices(App) for every 3 journeymen(JM) is allowed as follows: 1 JM:1 App; 2-3 JM:2 App; 4-6 JM:4 App; 7-9 JM:6 App; 10-12 JM:8 App; 13-15 JM: 10 App; etc.

This wage schedule must be posted at the work site in accordance with M.G.L. ch. 149, sec. 27 Failure of the employer to pay "prevailing wage rates," which are the minimum wage rates listed above, on public works projects is a violation of M.G.L. ch. 149, sec. 27. Employees not receiving such rates should report the violation to the Office of Fair Labor and Business Practices, 100 Cambridge Street, Boston, MA 02108; Tel: 617-727-3465.

Issue Date: 08/06/2009 Wage Request Number: 20090806-009 Page 10 of 10 September 10, 2008 PHASE II - CONSTRUCTION DOCUMENTS

Town of Acton Rehabilitation of 5 Town Owned Bridges: Plans, Photos, Project Specifications & Estimate

‘4

A-02-009

-. a /

A A-02-020

Submitted to: ffgar

A-02421

Submitted by:

CHAS. . S LLS,INC. flAffl’ Coiisc!tirqEu rae, s, 5.vevors Pho(c ;ra;:n1eE: SES

9 Trolley Crossing Road Charlton, MA 01507 Tel: 508.248.1970 A02423 Fax: 508.248.6072 eb Site: www.chashsells.com ______

Phase Ii - Consuuction Documents % CIIAS.II.SIlLS. INC. Plans, Photos. Project Specifications & Estimate Acton, Massachusetts -- ——______

TABLE OF CONTENTS

L COMBINED PROJECT COST ESTIMATE SUMMARY Mobilization Quantity Estimate by bridge

jj PROJECT LOCUS

IlL PROJECT SPECIFICATIONS

nc CONSTRUCTION DETAIL AND TRAFFIC MANAGEMENT SHEETS Sheet I: Concrete Paved Invert Details Sheet 2: Traffic Management Plan BRIDGE NO. A-02-OO8 (River Street over Fort Pond Brook at Carriage Drive) Plans Sheet 8-1: Plan Sheet 8-2: Waler Control Plan Sheet 8-3: North Elevation Sheet 8-4: South Elevation Sheet 8-5: Bridge Transverse Section Photos (. Cost Estimate VI. BRIDGE NO. A-02-009 (Brook Street over Nasboba Brook) Plans Sheet 9-1: Plan Sheet 9-2: Water Control Plan (Stage 1) Sheet 9-3: Water Control Plan (Stage 11) Sheet 9-4: North Elevation Sheet 9-5: South Elevation Sheet 9-6: Bridge Transverse Section Photos Cost Estimate

VII. BRIDGE NO. A-02-020 (River Street over Fort Pond Brook at Merriam Lane) Plans Sheet 20-1: Plan Sheet 20-2: Water Control Plan (Stage I) Sheet 20-3: Water Contml Plan (Stage II) Sheet 204: North Elevation Sheet 20-5: South Elevation Sheet 20-6: Bridge Transverse Section Photos Cost Estimate 14

Chas. H- Sells, Inc. - Phase TI- Construction Documents Cl-lAS.II.SELLS.INC. Rehabilitation of S Town Owned Bridges: Plans. Photos, Project Specifications & Estimate --______Acton,Massachusetts

Ylil. BRIDGE NO. A-02-021 (River Street over Fort Pond Brook at Vanderbilt Road) Plans Sheet 21-1: Plan Sheet 21-2: Water Control Plan (Stage!) Sheet 21-3: Water Control Plan (Stage II) Sheet 21-4:North Elevation Sheet 21-5: South Elevation Sheet 21-6: Bridge Transverse Section Photos Cost Estimate

IX. BRIDGE NO. A-02423 (Martin Street over Fort Pond Brook) Plans Sheet 23-1: Plan Sheet 23-2: Water Control Plan (Stage I) Sheet 23-3: Water Control Plan (Stage II) Sheet 23-4: West Elevation Sheet 23-5: East Elevation Sheet 23-6: Bridge Transverse Section Photos Cost Estimate

/

Chas. H. Sells, Inc. ACTON — Services for Repair, Rehabilitation of 5 Town Owned Bridges :1 ..cS’Ji C’ Bridge No. - A-02-009

/

L 0 I

BridgeNo. A-02-023 ‘-4 I BridgeNo. A-02-021 : p•,

- 7N I

- Bridge No. BridgeNo. A-02-020 *1•’• A-02-OO8 - a S -ii PROJECT LOCUS Scale: 1:24000 PROJECT SPECIFICATIONS

ACTON

Bridge Maintenance Project of 5 Town Owned Bridges Br. No. A-02-008: River Street over Fort Pond Brook (at Carriage Drive) Br. No. A-02-009: Brook Street over Nashoba Brook Br. No. 4.02-020: River Street over Fort Pond Brook (at Merriam Lane) Br. No. A-02-021: River Street over Fort Pond Brook (at Vanderbilt Road) Br. No. A-02-023: Martin Street over Fort Pond Brook

SCOPE OF WORK

All work done under this Contract shall be in conformance with the Massachusetts Highway Department STANDARDSPECIFICATIONS FOR HIGHWAYSAND BRIDGES (English Edition) dated 1988, the SUPPLEMENTAL SPECIFICATIONS (English Units) dated June 6, 2006, the Standard Special Provisions dated November20, 2007, the 1996 CONSTRUCTIONANDTRAFFIC STANDARDDETAILS,the METRIC/ENGLISHSUPPLEMENTALDRAWINGSdated April2003 & April 2004, the 2003 MANUALON UNIFORMTRAFFIC CONTROL DEVICES, the AMERICAN STANDARD FOR NURSERY STOCK (ANSI-Z-60.1-1996), all AMENDMENTS,the PLANS and these PROJECT SPECIFICATIONS.

The work under this Contract consists of the rehabilitation of five (5) town owned bridges in the Town of Acton (referenced above).

The work at Br. No. A-02-008 includes cleaning and recoating the lower ends of the corrugated steel arch, repointing the stone masonry headwalls, wingwalls, abutments and bridge rails, patching/filling the annular spaces along the top of the corrugated arches at each headwall, constructing a new asphalt berm along both curb lines and other miscellaneous Items noted on the Plans and Photos.

The work at Br. No. A-02-OO9includes cleaning the lower half of the corrugated pipes and placing a new concrete invert, repointing the stone masonry headwalls, wingwalls and bridge rails, grouting the voids between the corrugated pipes and headwalls at each end, placing riprap at both ends of each pipe and other miscellaneous Items noted on the Plans and Photos.

The work at Br. No. A-02-020 includes cleaning the lower half of the corrugated pipes and placing a new concrete invert, repointing the stone masonry headwalls and wingwalls, grouting the voids between the corrugated pipes and headwalls at each end, placing riprap at both ends of each pipe and other miscellaneous Items noted on the Plans and Photos.

The work at Br. No. A-02-021 includes cleaning the lower half of the corrugated pipes and placing a new concrete invert, repointing the stone masonry headwalls and wingwalls, grouting the voids between the corrugated pipes and headwalls at each end, removing accumulated debris at the pipe inlets, repairing the undermined approach walls with concrete, placing riprap at both ends of each pipe and other miscellaneous Items noted on the Plans and Photos.

The work at Br. No. A-02-023 includes cleaning the lower half of the corrugated pipes and placing a new concrete invert, installing corrugated steel repair plates, repointing the stone masonry

1 headwalls and wingwalls, grouting the voids between the corrugated pipes and headwalls at each end, placing riprap at both ends of each pipe and other miscellaneous Items noted on the Plans and Photos.

The Contractor shall satisfy themselves bytheir own investigation (including site visit) and research regarding conditions and measurements affecting the work to be done and shall make their bid in sole reliance thereon.

The “Engineer referenced throughout this document shall refer to the Town of Acton Town Engineer or designated representative.

WORK SCHEDULE

Work on this project is restricted to a normal 8-hour day, 5-day week, from 7:00 AMto 3:30 PM,with the Prime Contractor and all Subcontractors working on the same shift. No work shall be done on this Contract on Saturdays, Sundays or holidays. Work willnot be allowed the day before or the da after a long weekend, which involves a holiday, without prior approval by the Engineer. The July 4 and Thanksgiving Holidays willfall under this consideration and prior approval by the Engineer will be required.

PROSECUTION OF WORK AND PROVISIONS FOR TRAVEL

The Contractor shall establish any required traffic management setups in accordance with the Contract Plans provided and as approved by the Engineer.

Final approval of traffic management setups shall be authorized in the field by the Engineer.

The Contractor shall notifythe Town Manager or authorized Town Representative inwritingtwo (2) weeks in advance of any proposed short-term temporary lane or roadway closures necessary to complete the work.

Before starting any work under this Contract, the Contractor shall submit a Schedule of Operations as provided in Subsection 8.02 and shall become familiar with existing conditions of the areas in which he/she is to perform the work, as stipulated in Subsection 2.03. The Contractor shall coordinate his/her work with any work to be done by the Public Utilitiesor other agencies, and he/she shall so schedule his/her operations as to cause the least interruption to the normal flowof vehicular traffic. Particular care shall be exercised to establish and maintain such methods and procedures as willnot create hazards of an unusual nature.

The Contractor shall remove all material spilled from his/her trucks on existing pavement over which it is hauled, or otherwise deposited thereon whenever, in the judgment of the Engineer, the accumulation is sufficient to cause the formation of mud or dust, or interfere with drainage or create a traffic hazard.

PUBLIC SAFETY AND CONVENIENCE (Supplementing Subsection 7.09)

Particular care shall be taken to establish and maintain such methods and procedures that willnot create hazards of an unusual nature. Miscellaneous construction activities needing temporary lane closures for access to the construction shall be done at the approval of the Engineer. Travel lane

2 closures shall be allowed based solely on the discretion of the Town Manager or authorized Town Representative and with the presence of police detail officers as scheduled by the Contractor.

Access to abutting properties shall be maintained in a reasonable and safe manner for the duration of the construction period.

The Contractor shall order all materials and services required for the work immediately after the execution of the Contract. The Contractor shall not start any operation untilall materials required for the operation are at the site or untilthe Engineer is satisfied that the materials willbe delivered in such order that there willbe no interruption to continuous and efficient progress.

PROTECTION OF UNDERGROUND FACILITIES (Supplementing Subsection 7.13)

The Contractor’s attention is directed to the necessity of making his/her own investigation inorder to assure that no damage to existing structures, drainage lines, traffic signal conduits, etc. willoccur.

The Contractor shall notify Massachusetts DIG SAFE and procure a DIG SAFE number for each location prior to disturbing existing ground in any way. The telephone number of the Dig Safe Call Center is 1-888-DIG SAFE; 1-888-344-7233.

DISPOSAL OF SURPLUS EXCAVATEDMATERIALS

Surplus materials obtained from any type of excavation, and not needed for further use as determined by the Engineer shall become the property of the Contractor and shall be legally disposed of by him/her outside the location subject to the regulations and requirements of local authorities governing the disposal of such materials, at no additional compensation.

EROSION AND SEDIMENT CONTROL

The Engineer has the authority to limitthe surface areas of erodible earth material exposed by excavation, borrow and fill, or any such operations, and to direct the Contractor to provide immediate, permanent, or temporary control measures to prevent contamination of any adjacent bodies of water. Such measures willinvolve the construction of staked hay bales, sedimentation basins, sift fences or other control devices or methods as necessary to control erosion and sedimentation.

The erosion and sediment control features installed by the Contractor shall conform to the Order of Conditions of the Notice of Intent and shall be satisfactorily maintained by the Contractor until acceptance of work under this Contract.

In the event of conflict between these Specifications and Laws, Rules, or Regulations of local agencies, the more restrictive requirements shall apply.

Dewatering will be necessary to accomplish the repairs to the existing stone masonry, the construction of new concrete pipe inverts and for the installation of riprap at the pipe ends. Temporary sedimentation basin(s) and/or pools shall be installed to control discharges from the dewatering operations from entering directly into the Fort Pond Brook or Nashoba Brook. The followingprocedures shall be followed during the installation and maintenance ofthe sedimentation

3 basin(s):

A. The outlet area from all sedimentation basins shall be constructed as to minimize erosion of the area surrounding the basin, such as through the use oferosion control blankets, stonewalls, etc.

B. The sedimentation basins shall be maintained as follows: Inspect at least twice daily during dewatering operations. Provide any required repairs immediately. Clogged sections should be cleaned daily. Remove sediment when deposits reach within6 inches below the top of the tank. Dispose of sediment deposits off-site or in a manner approved by the Engineer.

The Contractor shall maintain flowcapacity of allwatercourses to prevent unnatural flooding due to the Contractor’s operations. The Town of Acton Conservation Commission’s Order of Conditions requires that any in-water work, which may affect stream habitat or water quality, be done during low-flowperiods.

Iftemporary erosion and sediment control measures are required due to the Contractor’s negligence or carelessness, the control measures shall be performed bythe Contractor at his/her own expense. Construction of temporary erosion and sediment control measures, which are not attributed to the Contractor’s negligence, carelessness, or failure to install permanent controls, willbe performed as shown on the Plans and/or as ordered by the Engineer.

Repeated failures bythe Contractor to control erosion, pollution,and/or siltation, shall be cause for the Engineer to employ outside assistance or to use his/her own forces to provide the necessary corrective measures. The cost of such assistance plus project engineering costs willbe charged to the Contractor and appropriate deductions made from the Contractor’s monthly progress estimate.

Erosion and Sediment controls shall be removed and properly disposed of at the completion of the project or as soon as surrounding areas are stabilized.

Payment for temporary soil erosion and sedimentation control work will be included under the various items in this Contract. Payment for dewatering and sedimentation basins willbe paid for under Items 991.1 to 991.5- Control of Water Structure No. A-02-OXX.

ENVIRONMENTALPERMITTING

Iffield conditions and/or Contractor-proposed demolition, storage, or other procedures not originally allowed by existing environmental permits require work to occur in or otherwise impact water or wetland resource areas, the Contractor is advised that no associated work can occur until all required environmental permits have been either amended or obtained allowing such work. The Contractor must notifythe Town of Acton Conservation Commission and Town Engineer inwritingat least 60 days priorto desired commencement of the proposed activity.Allenvironmental submittals, including any contact with Local, State, or Federal environmental agencies, must be coordinated with the Town of Acton Conservation Commission. The Contractor is expected to fullycooperate with requests for information and provide the same in a timely manner. The Contractor is further advised that the Town willnot entertain a delay claim due to the time required to modifyor obtain the environmental permits. TOWN OF ACTON PROJECT MANAGER DESIGNER

DEPARTMENT OF PUBLIC WORKS CHAS. H. SELLS, INC. 472 Main Street 9 Trolley Crossing Road Acton, MA01720 Charlton, MA01507 BRUCE STAMSKI,P.E., DirectorlTown Engineer JOHN. P. WICKS, P.E. (978) 264-9628 (508) 248-1970

SUBSECTION 4.06 INCREASED OR DECREASED CONTRACT QUANTITIES

Replace this Subsection with the following:

The quantities contained in the Contract are set forth as a basis for the comparison of bids onlyand may not necessarily reflect the actual quantity of work to be performed. The Town ofActon reserves the right to increase, decrease or eliminate the quantity of any particular item of work.

PERSONAL PROTECTIVE SAFETY EQUIPMENT FOR CONTRACTOR PERSONNEL

The Contractor is responsible to ensure that all personnel, including all subcontractors, working on the project are issued and are wearing all necessary personal protective safety equipment while working withinthe project limits.This equipment shall include, as a minimum,a hardhat and a safety vest, regardless of the type of work being performed. Other safety equipment shall be added as required to perform the work in which they are engaged and in accordance with all local, state and federal requirements in effect.

CONVENIENCE REMOVALOF GUARDRAILAND FENCING

The Contractor may elect to temporarily remove sections of guardrail and fencing in the vicinityof the bridge sites to facilitate more convenient access to the work area. Guardrail shall only be removed in minimal amounts approved bythe Engineer and provided alternate safety barrier is put in place at the end of the work day. Removal and reattaching guardrail or fencing shall be considered a convenience for the Contractor and the cost shall be considered as incidental to this Contract and no additional compensation willbe allowed. Any damage to guardrail or fencing as a resuft of this work shall be repaired or replaced at the Contractor’s expense. ITEM102.01 SELECTIVE CLEARINGAND GRUBBINGAT BR. NO. A-02-008 LUMPSUM ITEM102.02 SELECTIVE CLEARINGAND GRUBBINGAT BR. NO. 402-009 LUMPSUM ITEM102.03 SELECTIVECLEARINGANDGRUBBINGATBR. NO.A-02-020 LUMPSUM ITEM102.04 SELECTIVECLEARINGANDGRUBBINGATBR. NO.A-02-021 LUMPSUM ITEM102.05 SELECTIVE CLEARINGAND GRUBBINGAT BR. NO. A-02-023 LUMPSUM

The work under these Items shall conform to the relevant provisions of Section 101 of the Standard Specifications and the following:

The work shall include the clearing, removal and disposal of vegetation growth at each corner ofthe bridge that interferes with access to the structure and the abilityto complete the required work. The Contractor shall not cut or remove any trees with a diameter of 6” or greater without receiving prior approval from the Engineer.

Payment Selective Clearing and Grubbing willbe paid for at the Contract Lump Sum price bid at each site and shall include fullcompensation for all labor, materials, equipment and incidental costs required to complete the work. ITEM143. CHANNELEXCAVATION CUBIC YARD

The work under this item shall conform to the relevant provisions of Section 140 of the Standard Specifications and the following:

The work shall include the excavation, removal and disposal of the in-situ material at the inlet and outlet pipe ends that must be removed in order to place the proposed riprap and crushed stone bedding as shown on the Plans. This excavation shall be performed “inthe dry”within cofferdams as outlined under Items 991.2 to 991.5.

The removal of miscellaneous debris (trees, branches, rocks, manmade objects, etc.) in the waterway and pipes shall be considered as incidental to the work under this Item. This debris shall be disposed of in a suitable manner off site. Measurement Channel Excavation willbe measured for payment by the Cubic Yard in accordance withSubsection 140.80 of the Standard Specifications.

Payment Channel Excavation will be paid for at the Contract unit price per Cubic Yard, which price shall include full compensation for all labor, materials, equipment and incidental costs required to complete the work.

Costs for the removal and disposal of any other miscellaneous materials/debris encountered during this excavation operation shall be considered as incidental to the work under this Item. ITEM156.5 CRUSHED STONE FOR FILTER BLANKET CUBICYARD

The work under this item shall conform to the relevant provisions of Sections 150 and 983 of the Standard Specifications and the following:

The work shall include placing crushed stone for filter blanket at locations shown on the Plans. Crushed stone for filter blanket is required for use as a bedding/foundation element for the riprap. The crushed stone shall conform to Section M2.01.1 of the Standard Specifications.

The crushed stone shall be placed as shown inthe details on the Plans and inconformance withthe Standard Specifications.

Measurement Crushed Stone for Filter Blanket willbe measured for payment by the cubic yard, complete inplace.

Payment Crushed Stone for Filter Blanket willbe paid for at the Contract unit priceper Cubic Yard, which priceshall include all labor, materials, equipment and incidental costs required to complete the work. ITEM230.5 CORRUGATED STEEL STRUCTURALPLATE SQUARE FOOT

Corrugated Steel Structural Plate shall conform to the requirements of Section M5.03.0, of the Supplemental Specifications.

The work under this heading shall include the surface preparation and installation of corrugated steel structural repair plates along the haunches of the pipes that exhibit advanced deterioration (section loss and holes) as shown on the plans at Br. No.A-02-023 and as required bythe Engineer.

The Contractor shall take field measurements to verifythe size and quantity of repair plate required to complete the work.

The existing surface of the corrugated pipe shall be cleaned inaccordance withthe requirements of Item 904.31 prior to installing the new structural plate.

Inorder to fitthe new plate aver the existing plate, holes must be drilled inthe new plate to allowitto fit snug against the existing plate. The installation shall be in accordance with the details on the Plans.

Measurement & Payment

The work for this item shall be paid at the Contract unit price per Square Foot of corrugated steel structural plate installed, complete in place and shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM470.2 HOT MIXASPHALT BERM, TYPE A-MODIFIED FOOT

The work to be done under this Item shall conform to the relevant provisions of Section 460 of the Standard Specifications and the following:

The Contractor shall use methods and equipment approved bythe Engineer and shall proceed ina manner so as to avoid damage to the masonry bridge rail. Any damage to the masonry bridge rail willbe repaired immediately at the Contractor’s expense.

The work under this Item also includes chipping, removing and disposing of the existing concrete curbing to the limits shown on the Plans. The new berm shall be installed in accordance with the details on the Plans.

Measurement Hot MixAsphalt Berm, Type A-Modifiedwillbe measured for payment by the foot and shall be the actual and verified footage, complete in place and approved by the Engineer.

Payment Hot MixAsphalt Berm, Type A-Modifiedwillbe paid for 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. ITEM690. STONE WALLREMOVEDAND REBUILTINCEMENTMORTAR CUBICYARD

Stone wall removed and rebuilt in cement mortar shall comply with Section 690 of the Standard Specifications and be constructed at the location indicated on the Plans in accordance with the details on the Plans and the approval of the Engineer.

The work under this Item includes rebuilding failed sections of stone masonry walls such as the retaining walls just upstream from the pipe inlet at Br. No.A-02-021. Onlythe damaged sections of wall shall be removed and rebuilt. The Contractor shall exercise care so as to not damage existing walls that are in satisfactory condition. Any damage to these areas will be repaired at the Contractor’s expense.

Measurement Stone Wall Removed and Rebuilt in Cement Mortarwillbe measured for payment by the cubic yard, complete in place.

Payment Stone Wall Removed and Rebuilt in Cement Mortar willbe paid for at the Contract unit price per Cubic Yard, which price shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM697. SEDIMENTATIONFENCE FOOT ITEM767.8 BALES OF HAYFOR EROSION CONTROL EACH

The work under this Item shall include furnishing, installing, maintaining, removing and finalremoval of sedimentation fence and hay bales inthe location(s) indicated on the Plans and/or as required by the Engineer. The sedimentation fence and hay bales shall be installed in accordance with the MassHighway Construction Standard detail and conform to the requirements of Section 767 of the Standard Specifications.

The Contractor shall be responsible for maintenance of the Sedimentation Fence/hay bales and shall be responsible and cognizant that the work area remains secure and withinthe boundaries of the Sedimentation Fence/hay bales at all times. It may be necessary to remove sections of the Sedimentation Fence/hay bales at times during construction. Any removing and resetting of the Sedimentation Fence/hay bales bythe Contractor to facilitate his/her construction operations shall be done at no additional cost to the Town of Acton. The Sedimentation Fence/hay bales shall not be removed until construction is completed, or until directed by the Engineer.

Payment Compensation for Sedimentation Fence willbe at the Contract Unit Price bid per Foot, and shall include alltools, equipment, materials and labor costs for a complete installationas described herein with 20% of the bid price for this Item held until the fence is removed. The cost of removal and proper disposal of the Sedimentation Fence shall be considered incidental.

Compensation for Bales of Hay for Erosion Control willbe at the Contract UnitPrice bid per Each, and shall include all tools, equipment, materials and labor costs for a complete installation as described herein with 20% of the bid price for this Item held untilthe fence is removed. The cost of removal and proper disposal of the hay bales shall be considered incidental.

The Contractor shall replace and/or restore sections of fence and hay bales damaged due to the construction, and/or accidents, vandalism or in any other manner for the duration of the project. ITEM698.3 GEOTEXTILE FABRIC FOR SEPARATION SQUARE YARD

Geotextile fabric for use as a separation element forthe embankment and/or existing subgrade shall conform to the requirements of Section M9.50.O,of the Supplemental Specifications and AASHTO M288 for a Class 3 design.

Geotextile fabric shall be installed below the crushed stone bedding for the riprap at the locations indicated on the Plans and in accordance withthe details on the Plans as wellas the manufacturers recommendations to prevent damage. Measurement Geotextile Fabric for Separation will be measured for payment by the Square Yard, complete in place.

Payment Geotextile Fabric for Separation willbe paid for at the Contract unit price per Square Yard, which price shall include all labor, materials, equipment and incidentalcosts required to complete the work.

bridge The The

Payment

Method

compensation

Payment The

The

laborers Specifications

ITEM

total

unit

Contractor

work

748.

site.

of

price

and

will

lump

Measurement

under

be

incidentals

bid

which

is

sum

shall

made

allowed

this

shall

price

shall

only

item

on

not

to

as

bid

a

include

be

exceed

the

shall

Lump

the

under

paid

specified

Contractor

conform

all

Sum

once

3%

this

costs

of

basis.

Item

MOBILIZATION

for

project

the

associated

to

shifts

mobilization

will

contract

the

site.

be

work

requirements

paid

with

bid

from

at

upon

total,

the

the

one

movement

commencing

start

exclusive

of

bridge

Section

of

the

site

of of

project.

to

equipment,

this

operations

748

another.

Item.

of

the

No

LUMP

at

materials,

additional

Standard

the

SUM first ITEM751. LOAMBORROW CUBIC YARD ITEM765. SEEDING SQUARE YARD

The work under this item shall conform to the relevant provisions of Sections 751 and 765 of the Standard Specifications and the following:

The work shall include placing loam borrow and seed at locations designated by the Engineer. The intent is to place new loam borrow, 4” thick, and seed at the required areas to facilitate vegetation growthas part of the Contractor’s restoration of the site. The loam borrow shall conform to Section Ml .05.0 of the Standard Specifications.

Measurement Loam Borrow willbe measured for payment by the Cubic Yard, complete in place.

Seeding willbe measured for payment bythe Square Yard over the actual area seeded, complete in place.

Payment Loam Borrow willbe paid for at the Contract unit price per Cubic Yard, which price shall include all labor, materials, equipment and incidental costs required to complete the work.

Seeding will be paid for at the Contract unit price per Square Yard, which price shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM75423 WOOD TURTLE PROTECTION PLAN LUMPSUM

The work to be done under this Item consists of the monitoring and protection of turtles during the construction of highways and bridges or other areas designated by the Engineer and inaccordance with applicable environmental permits.

This Item is applicable to the site of Br. No. A-02-009 which lies withinthe Wood Turtle estimated habitat.

Construction Methods This work shall consist of three (3) primary tasks as follows:

1. Monitoring of Active Construction Areas:

Prior to the start of any construction activity, the contractor shall submit to the Engineer for approval the name and qualifications of the proposed Turtle Monitorfor the project. The Turtle Monitor (Monitor) shall be a qualified biologist approved by the Natural Heritage and Endangered Species Program (NHESP) that has experience in rare turtle ecology and turtle management during construction projects. The primary objective of the Turtle Monitor is to ensure that impacts to the wood turtle are avoided to the greatest extent possible during the reconstruction. The Monitor shall acquire a Scientific Collection permit from the NHESP to capture, handle and relocate wood turtles and other state-listed species, as appropriate.

Prior to construction within and in proximity to turtle habitat, and prior to any re-start of construction after a temporary shut-down, the Monitor shall be responsible for searching the work areas (inside all erosion and sedimentation barriers and cofferdams and along the outer edge) for any turtles and, pursuant to a Scientific Collection permit, shall relocate any turtles or protected species to a suitable habitat outside of the work zone during the turtle active season (April15 through October15) as detailed below.

Land Under Water — The Monitor shall be present as in-water barriers are installed (eg, cofferdams.) Once installed, the Turtle Monitor shall search withinthe cofferdams and inthe vicinityto remove any turtles encountered and, again, afterthe area(s) are de-watered. Wood Turtles may be encountered inthe water throughout the active season. Work shall be avoided during the turtle inactive season (October 15 through April 15).

Bank — Wood Turtles over-winter in overhanging banks and can be difficultto see in these areas. The Monitor shall visually search the areas immediately prior to any work including physical bank alteration and vegetation cutting. Work shall be avoided during turtle inactive season (October 15 through April 15). To the extent possible, clearing and grubbing shall be conducted between May 1 and August 31.

Vegetated Areas within 200 feet of the Stream — Wood turtles forage and rest in vegetated areas along the stream. In any area where machinery willenter over vegetated ground, the Monitorshould sweep for turtles in advance of machinery moving intoand out of areas near the stream. If vegetation will be cut or vegetation will be herbicided, the Monitor must sweep through prior to work and remove any turtle. The frequency of sweeps is tied to the number of initiations of vegetation alteration and can be minimized by phasing allvegetation afteration into a single event. Work shall be avoided during turtle inactive season (October15 through April 15). To the extent possible, clearing and grubbing shall be conducted between May 1 and

16 August31.

Stockpiles of dirt,loam, sand— From June 1through July 1, stockpiles should be fullyencircled during non-work hours with a turtle barrier to prevent turtles from nesting in this material.

Work stoppage greater than 48 hours during month of June and month of September— Turtle Monitor shall search in work zone for turtles and provide guidance about potential additional protective measures as noted above in “stockpiles...” to prevent turtles from nesting in work zones or to accommodate discovered nest.

SymbolicBarrier— For large projects that willinvolvemany contractors and vehides coming to the site, it may be beneficial to install symbolic barriers to define parking areas and areas that must be avoided. Such barriers may also be required to protect nesting found withinthe work zone.

Inthe event of finding an injured turtle, the turtle shall be transported to a suitable veterinarian. In the event of finding a turtle with a radio transmitter, NHESP and the contact on the transmitter shall be alerted immediately.

A written report shall be provided to the Engineer followingeach inspection. Any and all rare species encountered at the site should be reported to NHESP on the rare Animal Observation Form as soon as possible. Furthermore, the NHESP shall receive a report notifyingthem ofthe initiationof work and after the completion of work indicating the dates of all searches, species observed, and any corrective measures taken. The Turtle Monitormay modifythe above noted plan, with NHESP written approval, to accommodate specific construction sequencing details of a particular project.

2. Implementation of a Worker Training Program and Notification Procedure:

There shall be the implementation of a site worker training program. This training program shall be developed and presented by the Turtle Monitor prior to the start of the wood turtle active period (i.e., prior to April 15). Construction crews, project foreman, and site engineers shall participate in a special training session aimed at making them aware of the ongoing rare species concerns and the various protective measures in place to safeguard the wood turtle.

To help facilitate learning of the important concepts presented during the training, the Turtle Monitorshall produce a laminated ‘informationalsheet’ on the wood turtle to be distributed to the workers during the training session and posted at conspicuous locations at the project site. This informational sheet shall include representative photographs and diagnostic features of the wood turtle to aid identification, an outline of the notification procedure, and contact information for the Turtle Monitor, NHESP, and the specialty care facilities presented in the previous section.

3. Installation of Appropriate Barrier Fencing:

Barrier fencing is an integral part of the protection plan strategy as it serves to intercept migrating turtles before they reach the work area, thus reducing the potential for mortality or injuryfrom the construction activity. Turtles willfrequently tum around when they encounter an impassable object that directs them ina direction that is opposite (e.g., 180 degrees from)their desired destination.

17 Smaller gauge (e.g., 5/8-inch) mesh sift fencing shall be used for the turtle barrier. It is expected that this fencing shall serve the duel purpose of providing sedimentation and storrnwater control. Ifthis is the case, any hay bales or other sediment control feature used in conjunction with the fence will only be placed along the construction side of the fence to prevent turtles from using them to breach the barrier. Fence height shall be at least 36 inches (91 cm). To prevent burrowing beneath the barrier, a DitchWitch® (or similar device) shall be used to construct a uniform trench 6 inches (15 cm) deep along the upslope edge of the fence line. One foot of the fabric shall then be stretched to length in the ditch and backfllled. As much as possible, the fencing shall be applied as one continuous piece offabric. Anybreaks in the fabric willbe overlapped withthe next fence section to prevent gaps in the barrier. Support posts shall be made of sturdy hardwood or steel fence posts with appropriate fasteners for securing the fabric. Posts shall be driven at least 16 inches (40 cm) into firm ground where possible and shall be set no more than 8 feet (2.4 meters) apart. Installation of barriers should be in accordance with construction plans approved by NHESP. Payment

The work willbe paid at the Contract Lump Sum price bid and shall include the cost of the Turtle Monitor, permits, training, inspections, reports, and protective fencing, including installation and maintenance of same and all other work as described in the Item. Upon approval of the Turtle Monitor by the Engineer and NHESP, a payment of 40% of the Lump Sum shall be paid. The remaining 60% shall be paid in 20% increments distributed equally throughout the remaining period of the contract. ITEM851. SAFETY CONTROLS FOR CONSTRUCTION OPERATIONS UNITDAY

The work to be done under this item shall conform to the requirements of Section 850 of the Standard Specifications.

The work involves the possible use of daily traffic setups at bridge sites in order to satisfactorily accomplish the bridge rehabilitation work. Measurement Safety Controls for Construction Operations willbe measured for payment by Unit Day set-up ofthe required traffic control as approved by the Engineer.

Payment Safety Controls for Construction Operations willbe paid for at the Contract unit price per Unit Day, which priceshall include all labor, materials, equipment and incidental costs required to complete the work. ITEM852. SAFETY SIGNING FOR CONSTRUCTION OPERATIONS SQUARE FOOT

The work to be done under this item shall conform to Section 850 of the Standard Specificatons and the following:

The work involves erecting safety signing at each bridge site in accordance with the Plans. Additional signing shall be provided in accordance with the details on the Plans when the Contractor requires the use of daily traffic management setups. Any required sign supports and foundations required shall be considered as incidental to the cost of this Item. Measurement Safety Signing for Construction Operations willbe measured for payment by the Square Foot of signs satisfactorily installed. Signs used for daily setups willonly be measured for payment once regardless of the number of times the signs are reused.

Payment Safety Signing for Construction Operations willbe paid for at the Contract unit price per Square Foot, which price shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM859. REFLECTORIZED DRUM DRUM-DAY

Reflectorized Drums used for traffic control purposes shall conform to the requirements of Section 850 of the Standard Specifications.

Reflectorized Drums shall be used as shown on the Plans when dailytrafficmanagement setups are required in order to accomplish the bridge rehabilitation work. Measurement Reflectorized Drums willbe measured for payment by the Drum-Day.

Payment Reflectorized Drums will be paid for at the Contract unit price per Drum-Day, which price shall include all labor, materials, equipment and incidental costs required to complete the work. 904.31 REINFORCED CONCRETE PAVED INVERT CUBIC YARD

Description

Work under this item shall consist of installing a reinforced concrete paved invert in the corrugated metal pipes in accordance with the details on the Plans. Work shall also conform to Section 901 of the Standard Specifications.

Materials

The concrete to be used for the paved invert shall be 5000 psi, ¼”, 685 HP Cement Concrete.

Welded steel wire fabric shall conform to Section M8.O1.2 and shall be Hot-Dip Galvanized in conformance withASTM Al 23.

Allbolts shall conform to ASTM A307.

All nuts shall conform to ASTM A563M.

Allbolts, nuts, coupling nuts and washers shall be galvanized in conformance withASTMAl 53.

A Certified Test Report will be required in certifying the conformance of the materials to the requirements set forth in this specification.

Surface Preparation

All steel to receive the new concrete paved invert shall be blast cleaned to surface preparation standard SSPC SP-14 Industrial Blast Cleaning. The blast cleaning limits shall terminate 2 to 3 inches from the uppermost limitsof the paved invert so as not to damage existing coated metal that willremain exposed.

The Contractor shall ensure that all debris, rust, dirt, etc. created by the cleaning process is collected at each end of the pipes and removed and disposed of in a suitable manner. No debris shall be allowed to enter the Fort Pond Brook or Nashoba Brook.

Construction Methods

Concrete shall be placed only after the pipe surface preparation noted above has been satisfactorily accomplished.

The concrete paved invert shall have a troweled surface finish.

Concrete may be placed by hand or slip forming methods. It must be placed in a fullthickness, as shown on the plans, screeded and finished to the necessary smoothness.

Allreinforcement to be placed shall be set-up and measured offthe corrugation crests to the center of the concrete and anchored as shown on the plans.

The interior surface areas of pipes to be paved shall be free of oil, grease and accumulated or running water. Dirtand construction debris shall be removed.

22 The concrete is to be placed in dry conditions and adequately cured to preclude erosion of the concrete, loss of cement or the formation of excessive laitance.

Curing operations shall begin immediately following the completion of the placement of the pavement or lining in a section of pipeline and shall continue for a minimum period of 7 days or as directed by the Engineer. The surface of the concrete shall be kept moist during the cure period.

The Contractor shall furnish compression test specimens at sufficientintervalsto demonstrate the 7, 14 and 28-day compressive strength levels of the concrete used as directed by the Engineer.

Defects to the concrete include, but are not limited to, sand pockets, voids, excessively cracked areas, liningthicknesses, concrete compression strengths or finished surfaces that do not meet the requirements of this standard practice.

For trowel finished applications, 10 locations in each days production shall be selected in accordance with a predetermined sampling method agreed to by the Engineer. In each of the 10 places, a 12 inch straight edge shall be laid parallel to the axis of the pipe. In no fewer than 9 out of 10 locations, any gap between the finished surface and the straight edge must be no greater than 1/8”.

When agreed upon by the Contractor and Engineer, areas found to be defective may be repaired. Defective areas that extend less than one pipe diameter in length along the pipeline may be repaired by hand methods. Larger areas shall be repaired bythe same methods used inthe placement ofthe original concrete. Allrepairs shall require the defective materials to be removed, the exposed pipe to be cleaned and new concrete to be placed in accordance with this specification. When suitable repairs are not made to bring the concrete into compliance withthis standard practice, the workshall be rejected.

Temperature and shrinkage cracks less than 1/16”inwidth do not require repair. Cracks wider than 1/16” need not be repaired if it can be demonstrated to the satisfaction of the Engineer that the cracks will heal autogenously under continuous soaking in water. Autogenous healing may be demonstrated by any procedure that keeps the concrete continuously wet or moist. Methacrylate, in conformance with M4.05.6 of the Standard Specifications, shall be used to repair cracks where appropriate.

Payment

Reinforced concrete paved invert willbe paid for at the Contract unit price per Cubic Yard, which price shall include all labor, materials, equipment and incidental costs required to complete the work including the cleaning and preparation of the pipe arches and the cost of the wire mesh reinforcement and support bolts and nuts. ITEM907. REPOINTING STONE MASONRYWALLS SQUARE FOOT

Work under this heading shall include repointing of the existing stone masonry wingwalls and headwalls. Repointing of the joints shall be performed as required on the existing wingwalls, headwalls and bridge rails (all faces) for their fullexposed height and length.

Joints shall be prepared for pointing by removing all loose and/or deteriorated mortar and raking them to a depth of ¼”. Joints shall be thoroughly wet with clean water and filledwith mortar. The mortar shall be well driven into the joints and finished with an approved pointing tool. Walls shall be kept wet while pointing is being done. In hot weather the pointed masonry shall be protected from the sun and kept wet for a period of at least 3 days after completion.

The face of the stone walls shall be thoroughly cleaned of existing mortar stains and shall be kept clean untilthe work is completed. After the pointing is completed and the mortar set, the walls shall be thoroughly cleaned. The mortar for the masonry shall be composed of one (1) part cement and two (2) parts fine aggregate by volume with sufficient water to make the mortar of such consistency that it can be handled easily and spread with a trowel and conform to M4.02.15 of the Standard Specifications. Mortar shall be mixed only inthose quantities required for immediate use. Mortarnot used within45 minutes after water has been added shall be discarded. Re-tempering of mortar shall not be permitted.

Pointing shall not be performed in freezing weather or when the stones contain frost. All work damaged by the cold shall be removed and replaced at the expense of the Contractor. In hot or dry weather, the masonry shall be satisfactory protected from the sun and cured as previouslyspecified. Measurement

Repointing Stone Masonry Walls willbe measured by the Square Foot of the vertical face of the exposed stone masonry walls that are inspected and repaired as required regardless of the actual area of wall that requires repair.

Payment

The work for this item shall be paid at the Contract unit price per Square Foot bid and shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM909.5 PRESSURE INJECTED GROUT CUBIC YARD

The work under this heading shall consist of pumping grout under the lower haunch areas of the corrugated pipes to filland seal voids at each of the pipe ends.

The grout used shall be a suitable mixture of , flyash and water and a chloride free admixture to provide a pumpable mix. The material used shall preferably be listed on MassHighway’s approved product list. Ifan alternate grout is proposed, specification sheets shall be provided to the Engineer for approval. The grout shall have a minimum 28 day compressive strength of 3,000 psi.

The grout shall be forced through grouting holes drilled in the corrugated steel pipes at 3’-O” intervals along the pipe haunches, beginning 9’-O”from the pipe ends. The Contractor shall ensure that the holes drilled in the corrugated steel are within the areas to receive the proposed paved concrete invert.

Prior to grouting, the Contractor shall remove all loose stones and debris from along the pipe end haunches.

The grouting operation shall begin at the hole furthest from the pipe end and proceed towards the pipe end. The Contractor shall provide a means of forming and containing the grout as it ultimately appears at the pipe ends to ensure a tight seal with the existing stone masonry and corrugated pipe so that the grout shall be free of cracks and/or voids.

The Contractor shall select a suitable pressure for the grouting operation to ensure that no damage to the pipes and/or surrounding structural elements occur as a result of the grouting operation.

Pressure Injected grouting shall only be performed when the temperature is above 50°F and below 75°F and as recommended by the grout manufacturer.

The Contractor shall ensure that any excess materials or waste is properly contained, removed and disposed of. No materials shall be allowed to reach the adjacent waterways.

The grouting operation shall be performed 9n the dry”within the cofferdams erected under Items 991.2 to 991.5.

Measurement and Payment

The work for this item shall be paid at the Contract unit price per Cubic Yard of grout used complete in place and shall include all labor, materials, equipment and incidental costs required to complete the work. ITEM961. CLEANINGAND COATINGSTEEL SQUARE FOOT

The work under this item shall conform to the relevant provisions of Sections 230 and 961 of the Standard Specifications and the following:

The work under this Item involves cleaning and recoating the lower steel connection plates along each abutment at Br. No. A-02-008 as shown on the Plans and in the Photos.

This work shall be performed in the dry to ensure no contamination of Fort Pond Brook.

The steel to be recoated shall be cleaned to surface preparation standard SSPC SP-1 2 Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating. The cleaning limitsshall only be those areas to be recoated so as not to damage existing coated metal that is in good condition.

The Contractor shall ensure that all debris, rust, dirt, etc. created by the cleaning process is collected and removed and disposed of in a suitable manner. No debris shall be allowed to enter Fort Pond Brook.

Afterthe surface is cleaned and dried, a new asphaltic coating shall be applied inconformance with AASHTO M190 Type C and in accordance with the manufacturers recommendations. Measurement

Cleaning and Coating Steel willbe measured for payment by the Square Foot of steel cleaned and coated, complete in place.

Payment

Cleaning and Coating Steel willbe paid for at the Contract unit price per Square Foot, which price shall include all labor, materials, equipment and incidental costs required to complete the work including the collection and removal of debris created by the cleaning operation. ITEM964.71 CEMENTITIOUSMORTARFOR PATCHING SQUARE FOOT

The work under this item shall conform to the relevant provisions of Sections 140 and 901 of the Standard Specifications and the following:

The work shall include repairing areas of deteriorated andlor unsound concrete masonry along the abutments at Br. No. A-02-008. The work shall include the saw cutting, excavation and removal of the existing deteriorated or unsound concrete masonry, as required by the Engineer.

The cementitious mortar material used to repair/patch concrete surfaces for this Item shall be a polymer-modified, cementitious, 2-component, trowel grade patching mortar to patch vertical surfaces. The material used shall be listed on MassHighway’s Qualified Construction Materials list.

Construction Methods In performing any patching/repairs to the existing reinforced concrete abutments the Contractor shall adhere to the followingrequirements: In no case shall any pneumatic or power hammer weighing in excess of thirtyfive (35) pounds be used for the removal of concrete; Pneumatic or power hammers heavier than the nominal thirtyfive (35) class shall not be used for removing concrete from below any reinforcing steel; Grit blasting equipment shall be capable of removing rust and old concrete from exposed reinforcing steel when deemed necessary; The Engineer may reject the use of any methods or equipment that causes undue vibration or possible damage to the existing substructure.

The Contractor willfirst saw cut the edges of the patch areas to a minimum depth of 1 inch. Next, the deteriorated or unsound concrete willbe removed, using pneumatic hammers and hand tools, to a depth where sound concrete is exposed. After removal of the unsound concrete, the Contractor is required to remove all dust, loose concrete and foreign matter encountered as part of the removal process and prior to the placement of the concrete mortar. Prior to the placement of the patch material, the concrete shall receive a coating of epoxy bonding compound conforming to M4.05.5. Fillthe patch area with mortar and finish the patch area as required in maximum 1”lifts.Allmaterials removed in this repair shall become the property of the Contractor and shall be disposed of away from the work site.

The preparation, mixing, application and curing of the cementitious mortar shall be in accordance with the manufacture?s recommendations.

The Contractor shall arrange with the material’s manufacturer or distributorto have the services of a competent field representative at the work site priorto any mixingof components to instruct the work crews inthe proper mixingand application procedures. The fieldrepresentative shall remain atthe job site after work commences and continue to instruct until the representative and the Contractor, Inspector and/or Engineer are satisfied that the crew has mastered the technique of installingthe system successfully. The representative shall make periodic visits to the project as the work progresses and shall confer on each visit with the Contractor, Inspector andlor Engineer. The manufacturer’s field representative must be fullyqualified to perform the work and shall be subject to the approval of the Engineer. The Contractor shall be completely responsible for the expense of the services ofthe required fieldrepresentative and the bid contract price shall be fullcompensation forall costs in connection therewith.

Measurement Cementitious mortar for patching willbe measured for payment by the Square Foot of the vertical face of wall repaired, complete in place.

27 Payment Cementitious mortar for patching willbe paid for at the Contract unit priceper Square Foot, which priceshall include all labor, materials, equipment and incidental costs required to complete the work including the excavation and removal of unsound concrete. ITEM983.1 RIPRAP TON

The work to be performed under this Item shall consist of furnishing all materials and labor necessary to place the riprap to the limits as indicated on the Plans and as accepted by the Engineer. All work shall conform to the relevant provisions of Section 983 and M2.02.0 of the Standard Specifications and the following:

The cofferdam or other water control system as outlined under Items 991.2 to 991.5 shall be installed priorto placing riprap to prevent silt and sediment from entering the river. Placing of riprap shall be performed in a manner to minimize the impact on the river.

Construction Methods Riprap shall be installed in accordance with Sections 983.60 and 983.62 of the Standard Specifications. A geotextile fabric shall be placed under the crushed stone bedding prior to placement of the riprap in accordance with Item 698.3.

Basis of Payment Riprap willbe paid for at the Contract Unit Price bid per Ton, which price shall include all labor, tools, materials, equipment and incidental costs required to complete the work. Crushed stone bedding under the riprap will be measured and paid for separately under Item 156.5 — Crushed Stone for Filler Blanket. The Geotextile Fabric willbe measured and paid for separately under Item 698.3. ITEM991.1 CONTROL OF WATER - STRUCTURE NO. A-02-008 LUMPSUM ITEM991.2 CONTROL OF WATER - STRUCTURE NO. A-02-009 LUMPSUM ITEM991.3 CONTROL OF WATER - STRUCTURE NO. A-02-020 LUMPSUM ITEM991.4 CONTROL OF WATER - STRUCTURE NO. A-02-021 LUMPSUM ITEM991.5 CONTROL OF WATER - STRUCTURE NO. A-02-023 LUMPSUM

The Work under these Items shall conform to the relevant provisions of Section 140 of the Standard Specifications and the following:

These Items include all dewatering necessary to accomplish the placement of riprap and repair of the portions of the existing abutments, wingwalls and headwalls.

The Contractors attention is directed to the section of these Specifications that addresses the requirements for Sedimentation and Erosion Controls for this project.

Stream diversions and dewatering of excavations shall be conducted to ensure that the riprap is placed and repairs to the abutments, wingwalls and headwalls are done “inthe dry.”

As part of the work under this Item, it is the responsibility of the Contractor to determine the need and extent of stream diversions, sedimentation basins and dewatering techniques and sedimentation controls needed to control water and sediment at the site. Construction Methods

Plans and Calculations for water retaining and dewatering measures shall be developed by the Contractor for this Item, prepared and stamped by a Professional Engineer Registered in the Commonwealth of Massachusetts and submitted for the review of the Engineer priorto the start of construction.

Stream diversions shall be conducted in such a manner as to minimize siltation and prevent contamination of the waterway.

Maximum screen sizes on the inlet side of all pumps shall not exceed Vainch.

The Contractor shall not fuel equipment in an area where a spill could reach the waterway. In add Won,the Contractor shall have on site the necessary equipment and materials to contain and/or prevent spills of hydraulic fluid, oil, etc. from his equipment while working within the cofferdams.

Recommended devices to control water at the site include, but are not limited to:

• Installation of precast concrete median barriers or blocks covered withsedimentation fabric and sandbags to reduce water infiltration.

• Sandbag dams installed at the top of the excavation to provide temporary control of water.

• Portable cofferdam system comprised of steel frames covered by an impervious fabric membrane.

The Contractor is advised that the effectiveness of the water control method used willvary based on the field conditions and the time at which the actual work is being performed. The Engineer has the

30 right to order the Contractor to stop all operations when in his/her judgment the Contractor’s water control operations are failingto produce adequate results or are posing a threat to the environment.

The Contractor shall provide the means of removing allsediment from water pumped fromthe work areas; this shall include the use of sedimentation basins, check dams, sedimentation fences or tanks as directed in the Specifications under Sedimentation and Erosion Controls.

The cost of sedimentation basins is included under this kern.

Payment

Payment under these headings willbe made at the Contract Lump Sum unit price bid, which shall include all labor, materials, equipment and incidental costs required to complete the work. Eighty- five (85%) percent of the Lump Sum Price Bidfor each of these Items willbe paid after the approved installation of the water control system. The final fifteen (15%) percent of the Lump Sum Price Bid for these Items willbe paid upon the complete removal of the water control system from the project site at the completion of the work. ITEM999.001 POLICE OFFICER HOUR

This Item covers the payment of required Police Detail Officers as required to complete the work. Payment The Police Officer item willbe paid for at the Contract unit price of $45 per Hour, which is the Town of Acton’s rate for Police Detail officers. The Contractor will only be reimbursed for the actual amount invoiced by the Town of Acton Police Department. ____

CORRUGAItD PIPE OR PIPE CH

JOINT SEAL (TYPJ

CL (kilN.) RENFOfiCINC hhESH TO BZ r’ 6x6 MWI.4IMl.4 HOT DIP 0 THREADED SHEAR CONNECTOR GALVMIZED [WI GALVM4IZED NUT

I +ThT I

2 THICK CONCRETE UNING

WiRE MESH SUPPORT DETSeJL REINFORCED CONCRETE PAVED IFIVERT DETAJL

RER4FORCING MESH TO

r GLVM4ZED MiT PlATE SEGIINT EXS1*4G CORRIJ CAlEb sin PLATE SEGMEMT LENGTH

JOINT JOINT SECTION 1 THREADED SHEAR CONNECTOR DEI1’JL

jSHEET 1 OF 2 ACTON: SERVICES FOR REPAIR, CHAS. H. SELLS, INC. REHABILITATION OF TOWN OWNED BRIDGES I;fJ]SLII:Iq Esirjinc:s. Suivu,’nr Plioorrsirininris

CONCRETE PAVED INVERT DETAILS — SCALE: N.T.S. 100’ (WJL) TAPER 200’ BUFFER WORK ZONE 100’ (Il,) TAPER

1 l’—O’ (tIN,)’

W2O T W20—8 ‘R2— 10

W2O—4 Wi 3—I 350’ 3W 3W ‘ryp)CAL RK ZOS PL%N SNG WORK I4XRS) LEGEND TPAFflC MWUEMDff MOWS: REFtEC1OZED PIJSIIC DRUM 1. ALL TEMPORARY IRMTIC CONTROL WORK SF*J,L CONFORM TO THE LATEST EDI11ON FE POLiCE OFTICER or THE •bA4NLML ON UNIFORM TWFIC CONTROL DEViCES’ (MUTED) MID ALL REVISID — TYPE III BAPRICADE 2 ALA. SIGN LEGENDS. BORDERS MID MOUNTING SNAil. BE IN ACCORDANCE WTTH THE WORK ZONE MUTCD.

— DIRECIJON OF TRflC 3, TEMPORARY CONSTRUCTION SIGNING MID ALL OTHER TT1C CONTROL DEVICES SHAL SIGN BE IN PLACE PRIOR TO THE START or ANY WORK. 4. IEMPORARf CONSTRUCTION SIGNING, B’RRICADES MD ALL OTHER NECESSARY WORK ZONE TRAFFIC CONTROL DEVICES SNAIL BE REMOVED FROM THE HIGHWAY DR COVERED MIEN THEY ARE NOT REQUIRED FOR CONTROL OF TFIC.

5. SIGNS MD SIGN SUPPORTS LOCATED ON OR NEAR THE TRAVELED WAY MD REFLECTORIZED PIfiSTTC DRUMS WITH LIGHTING DEViCES MOUNTED ON THEM. MUST P THE CRITERIA SET FORTH IN NCHW’ REPORT 350, ‘RECOMMENDED PROCEDURES FOR THE SD$E’TY PERFORMM’ICE EVALUATION OF HIGHWAY FEATURES.’

6, CONTRACTORS SHALL NOISY EACH ABUTTER AT LEAST 24 HOURS IN ADVANCE OF THE START OF ANY WORK THAT WILL REQUIRE TNE ‘TEMPORANY CLOSURE OF ACCESS. SUC EXISTING PAVEMENT EXCAVATiON, TEMPORRY DRIVEWAY PLACEMENT MO SIMILAR OPERA 1

7. THE FIRST THREE PLASTIC DRUMS OF A TAPER MAY BE MOUNTED WITH TYPE A LIGHTS

B. THE ADVISORY SPEED LIMIT, IF REQUIRED. SHALL BE DETERMINED BY THE ENGAIEER

9. DISTANCES ME A GUIDE MID MAY BE ADJUSTED IN THE FIELD BY THE ENGI’IEER.

TO. MMIMUM SPACIIG OF TWFIC DEVICES IN A TAPER (DRUMS OR CONES) IS EQUAL IN FEET TO THE SPEED LIMIT IN MPH.

TI, MINIMUM LANE WIDTH IS TO BE II FEET’ UNLESS OTHERWISE SHOWN. MINIMUM LANE WIDTH TO BE MEASURED FROM THE EDGE OF DRUMS.

T1. ALL SIGNS BE MOUNTED ON THEIR OWN STMIDAIID SIGN SUPPORTS.

13. * — DEHOTES SIGNS THAT ARE TD REMAIN FOR THE DURAITON OF CONSTRUCTION.

SHEET 2 OF 2 ACTON: SERVICES FOR REPAIR, CHAS. H. SELLS, INC • REHABILITATION OF TOWN OWNED BRIDGES Corisu[Inci rITr,InuI?.’s Surveyors & PIIo:oqrarrrnetssIu % TRAFFIC MANAGEMENT PN — SCALE: N.T.S. w C,,r

bi I — 1030 0

E-. -J

(62

03 I0 0C.” Q:I LiJ< 410 cS vi LzZ H IJJLJ CnI-0 LU-J 0 (JJ C/) 0 z ow 00I- 0 I0 z Li0 aS

ci —z -, I 00. C’) bJz

F- bJa

wv) C’) I-

‘I I ;j p n

F” /

•1

‘Sir CO

(au)

cc 0 0Ct f-li o::I Hz 06 w-J C-) IiJLJ U, cn z LiJ I0 -+1 0 0 CN U, -J 0 LU I— r I— 0 0D I C/, Ii0

c-s —z

cn RrER STREET & BRIDGE

1O.—O” 1O.—O-

STONE MASONRY BRIDGE RAIL REMOVE BEVELED CURB AND REPLACE WITH GRANrIE CAP STONE WITH ASPHALT BERM TYPE A— (1w.) (FULL BRIDGE RAiL LENGTH) (TYP.)

REPOINT GAPS ALONG TOP OF ARCH (TYP.)

CLEAN AND PLACE NtW PROTECTIVE COATING ON LOWER STEEL RATE (FULL LENGTH) STEEL CORRUGATED DECK ARCH

SHEET 8—5 ACTON: RIVER STREET OVER CHAS. H. SELLS, INC • FORT POND BROOK, BRIDGE NO. A—O2—OO8 I :1 I Fmiri s Si flr PI,maqr,iri n

BRIDGE TRANSVERSE SECTION — SCALE: NJ.S. Bridge #: 402-008 Photo#:8-1

- .. ‘

I.—, V “ •.: A A a

. •1%• •g I -‘I k

• • • t4 ,‘

• •Jl_ •,

Repoint masonry as required (Remove vegetatiovy

I Repoint gaps as required

- • :“

a•k C.

-_

09/1 9/2007

North Elevation Bridge #: A-02-008 .: Photo#:8-2

7., / *6• .,.$./. .t i’. 1a - c-’

•1

- I *1.

;I ‘ l:

b. .4 -. . r

4 21. Repoint masonry as requireq 4 1

4% & ‘4 •::•‘

Repoint gaps as required

4— 1 e

a.

S

— _‘tr’-’. • a

eec 2007 0 a a South elevation view, looking Northeast. 0 “I Bridge #: A-02-008 Photo #: 8-3

Rep in gaps required

09/19/2007

View of top of arch at the Northeast end. Bridge #: A-02-008 Photo #: 8-4

4t;

A

Fill voids and repoint masonfy as requiredi

1. I

_4

09/19/ 2007

View of Northeast wingwall elevation, looking South. a.. Bridge #: A-02-008 Photo #: 8-5 4’

I—

.a -, S It’.

J. (T TI. 1 A ‘S ¶‘ . — ..‘

Fill voids a repoint masonry as required

-% w.a ‘—a -:

-V -a’ Z •- b Jr 4 1T 44 .- .‘[. ‘IFS - 4% ‘n-.I ‘lb

4-- •r 09/19/2007

a View of the Southeast winywall elevation, looking East. r Bridge #: A-02-008 Photo #: 84

Clean and place new protective coating full r length of both abutments

Repair with cementitous mortar as required 09/19/2007

I View of the West abutment elevation, looking Northwest. / $ 1 Bridge #: A-02-008 Photo #: 8-7

Clean and place new A, protective coating full S. length of both abutments 4

Repair with cementitous mortar as required I 09/19/ 2007

View of the Northwest corner of the arch, looking Northwest. - Bridge #: A-02-008 - :. t)-.. ?. ••‘a. / fr.4 it r?:a:. b_fl ,. 4 4.. - .:‘ 1- %e... • • ‘.1 re L6a,..%t. - r•in. a ‘. - -: v’’•’ — — n-: . ..: i4 •Pai .1. ‘‘- .;;! I. , .4 • h%$..Z— - . . .r $ •) f . I.. — & . — - --1 :.., I — - . : •, - F’ I’. ..: •sr - . .---. ii.. •1 :. .)e•.: at’ -a Reset misaligned granite capstone

Remove beveled curb and replace with asphalt berm (full bridge length)

09/19/2007

North bridge rail, looking East. Ad Bridge #: A-02-008 -S Photo 8-9

•,

- r p

Repoint both bridge rails as required

.4 (fuirbridiIengih

- :‘--‘

3

--F.-. -

-C — r. -

- -:‘ -

• •• -. - 4--.---

.4 C •r. -*.--*•- .5 fllJJll9I2OO7 —

•,,;‘--

— _•_-, Viewofthe South bridgä rail.lobking Southeast. -REPOINT8RIDGE RfrJL AS REQUIRED (TYP.)

K5, PIPE CULVERT K EAST PIPE CULVERT

STREET

I STQ*€ WSCNRY BRtCE RAI. Will GRANITE CAP STONE REMOW VEGETATION GROWTH ALONG FACE STEEL ‘W SEMI GUARDRA& (Tv?.)

ACTON: BROOK STREET CHAS. H. SELLS, INC. NASHOBA BROOK, BRIDGE A—02—OO9 Cor1LIIIincI Eiir;irtct,:s. Sir:voynrs &

PLAN — SCALE: 0 0 k

I I EDGEOFROAAY I I (TYPJ I I I

E K LA& PZ LWm

BROOK STREEI

W BEAM (nPj

wItH GRDJrTt CAP STONE (NP.)

LEGEND

- cCFFERDA

— SEOIMENTATION BASIN (NP.) p

SEE PtAJI FO€ LOCATiONS Of MY BALES NC SEDCdTA1EN FEN&. STAGE I j SHEET 9—2 ACTON: BROOK STREET OVER CHAS. H. SELLS, INC. NASHOBA BROOK, BRIDGE NO. A—O2—O09

••I••• WATER CONTROL PLAN — SCALE: N.T.S. C k

I iDOL OF ROMWAY

I E TN BROOK I STREET I I I I I I I I I I I I I I I I I I I I •w_ BtNA I I I I (VIP.)

(1W.)

LEGEPC

— — COFFERDA C

— SZOIMENTATION BASIN

LOCATiONS OF IY BLLS NC SZDUCNTATOI FUICL. STAGE II SHEET 9—3 ACTON: BROOK STREET OVER CHAS. H. SELLS, INC. NASHOBA BROOK, BRIDGE NO. A—02—OO9 Consuirinci fIIcIIrcuu:s Scjr.ct’ocs Pliotorcrccccc rccecistu

WATER CONTROL PLAN — SCALE: N.T.S. a‘1

Ui U,r

0;0 I C’-; (N H

Lu Hz UJ (no Oct 0z 0 I—

-J owzci Lu 0

zci

cn

ciS

Q BROOK SWEET

NEW CONCRETE IN\€RT LENGTH)

2—O ThICK RIPRAP OVER 12 CRUS14CO STONE OVER GEOTEXTILE F8RIC (FOLD BACK 2 0) (TiP.)

ACTON: BROOK STREET OVER CHAS. H. SELLS, INC. NASHOBA BROOK, BRIDGE NO. A—O2—O09 Co,.ft:Io Fnj’Ic1. SItvyorN PFlotuc:IIIIs:IeUiS; BRIDGE TRANSVERSE SECTION — SCALE: N.T.S. n 4. Bridge #: A-02-009 Photo #: 9-1 9 *

)‘ ‘.

r Nt

R t aso (Remove are re vegetation) r .lt 44

*p4b

4 Paved ...... Paved invert invert+ ____ IF 4, Pressure grout 4’ voids

09120/2007

South Elevation View, looking North. . n Bridge #: A-02-009 Photo ‘e-.,,

- -4 ‘ -.-- -: .q _.‘. .1. ç ‘-a’ -. YtN

-q -t —‘I - . - - r4

o -t I’

4 • .:-

4 1- I’ Repoint masonryt * .. N Ii as required 4 4 -I ••IUfl• ‘K’- •I i + Pave invert -1- Jr Pressure grout voids a -p

_; a - 09/20/2007 5:’ • • - .• fl- North elevation view, looking South. ç7.r .4

- Bridge #: A02-009 Photo #: 9-3

(epoi an a tiled)

Ream aps s required

Pressure grout voids

OQ/2O?OU View of the Northeast corner of the West barrel, Iookihg South. Bridge #: A-02-009 Photo #: 9-4

Pressure grout voids

09 /20/2007

View of the North closure wall, looking South. Bridge #: A-02-009 Photo #: 9-5

1

Pressure grout voids

View of the Southeast corner of the East barrel, looking North. Bridge #: A-02-009 Photo #: 9-6

—S

—S

New concrete paved invert

09 /20/2007

View of East pipe arch, looking East. Bridge #: A-02-009 Photo #: 9-7

—. a ‘a-

0

a

a— a’

a-. I— 1

0a-

New concrete paved invert 4, 09 /20/2007

View of East pipe arch, looking Southeast. - Bridge #: A-02-009 Photo #: 9-8

‘eq

t

Reset capstones as required (both rails)

Repoint as required (both rails).....—.. 4,

Remove vegetation growth

09/20 2007

View of the South bridge rail, looking South. FORT

La

POND

/

----J4

0

BROOK /

p

-J

fr - — -

BROOK

C., -

I-

FORT —1 Mt - —F

I.

I, F-

L

8 Er; / I I. ft H -

2— BROOK yORT

——FL--

-l

F-

-I

I,

L

U

______

REPOINT GAPS ALONG REPOINT STONE WSONRY EDGE OF PIPES - r AS REQUIRED H H H H H H H H / I

I’ll’’’’ I I I I I I I I I I I Il I ‘4 I I I I I I I I I I I I I If 11 (TYP) Il r I I PROP. CONCRETE GROUT VOIDS AT PAVED INVtRT P PE ENDS (lIP.)

SHEET 20—5 ACTON: RIVER STREET OVER CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—02—02O Erviciccrs. Sti:vryors Phwor1irnr,Ic!:i:4:;

% SOUTH ELEVATION — SCALE: N.T.S. RrVER STREEt

2—0 THICK RIPRAP O%’ER 12 CRUSHED STONE OVER CEOTEXTItE rABRIC (FOLD BACK 2-OD (lw)

SHEET 20—6 ACTON: RIVER STREET OVER CHAS. H. SELLS, INC • FORT POND BROOK, BRIDGE NO. A—02—O2O

% BRIDGE TRANSVERSE SECTION — SCALE: N.T.S. Bridge #: A-02-020 Photo #: 20-1

I’

.4; t ;• femove iegetation

C

• , 0th I ) t. ‘V a-—

I-. (ReiSoint maèonry as required

Pressure grout voids

09/20/2007

North Elevation View, looking South. a e Bridge #: A-02-020 Photo #: 20-2

- <±

I.’:

it’’• — a 1 4 IF • b,

I’:,. it s: I- I’

_ .-. - f—n

-

/ . a——

p

Pressure 9rout\ voids

09/20/&OO7

South Elevation View, looking North. --V Bridge #: A-02-020 .7) Photo #: 20-3

t 4’,

--5

a

.4 Repoint gaps as required

New concrete paved invert

Pressure grout voids

Remove debris

-S.

It

- nfl ‘n•’

View of the Northwest corner of the West - pipe culvert, looking South. nfl.n Bridge #; A-02-020 ••• Photo #: 204 — ov S •1’ JkNS. —-4 a 4i.

¾’

Remove vegetation

Rep Pressure grout ire voids ifr

Remove de is

4%

09! 20! 2007

View of the Northeast wingwall, looking Southeast Bridge #: A-02-020 Photo #: 20-5 epoint gaps as required

(Repoint masonry as required)

Fix bent section and place new concrete paved invert

Pressure grout voids

?OO7 View of the Northwest corner of the East pipe culvert, looking Southwest. Bridge #;A-02-020 Photo #: 204 -:H:* i’ _a-•

- -4- I ;

wi,.’,? t,i —

(Rethove vegetaIion • - I epoint masonryj

asyeq itedWk -. - 7

09/20/2007

View of the Southeast wingwall, looking Northeast. Bridge #: A-02-020 Photo #: 20-7

— — — 4%

— New concrete — Z paved invert — — — 0912012007

Typical condition of West pipe culvert, looking North. Bridge #: A-02-020 Photo #: 20-8

1

1

-F

New concrete paved invert 09/20/2007

Typical condition of East pipe culvert, looking North. R4Y BALES/SED. FENCE

DRIVEWAY

STEEL W BEAM GUARDRAiL (1w.) (1w.)

/ / / / WEST PIPE / / EAST PIPE RIVER / ARCH /7 7/ ARCI-I 7/ STREE7

I

DRIVEWAY

PROTECT

is, SHEET 21—1 ACTON: RIVER STREET OVER CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—02—O21 Consti[ting Encncers. Scirveyors E. Phmcqrammctrists % PLAN — SCALE: N.T.S. /

E. I

0 4% I

I [

8 ‘0

c.1 tz Lir Co / ED

I c’.J 9 H c 0 z LiJ -JIn 0 U, UJUJ 1-0QO C, In 0 U, > 0-J I— 0I 0 I0 0

c’s I I, S —z I ccC.

(0 cc

(‘5

8 REPOINT STONE MASONRY REPOINT GAPS ALONG AS REQUIRED / EDGE OF PIPE ARCH H H /H H H \

GROUT VOIDS AT PIPE ENDS (riP.) PROP. CONCR PAVED INERT

ACTON: RIVER STREET OVER CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—02—O21 Consulting Cnqinr’unrs Survc,ors 8 PltotgnrrflmcIninAs

NORTH ELEVATION — SCALE: N.T.S. REPOINT GAPS ALONG REPOINT STONE MASONRY EDGE OF PIPE ARCH AS REQUIRED / H H \ /

• I I I I I I I I I c’rr ‘r

GROUT VO DS AT PIPE ENDS (1W.) CONCRE PAVED IWERT

SHEET 21—5 ACTON: RIVER STREET OVER CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—O2—O21 Ln:ist’Jt’nq Frnjinccrs, Swvoyors & Photounrnrnetriss

SOUTH ELEVATION — SCALE: N.T.S. RIVER STREET 7O

PROTECT

2—0 THICK RIPRAP OVER 12 CRUSHED STONE OVER CEOTEXTILE FABRIC (FOLD BACK 2 O) (TYP.)

SHEET 21—6 ACTON: RIVER STREET OVER FORT POND BROOK, BRIDGE NO. A—02—021

BRIDGE TRANSVERSE SECTION — SCALE: N.T.S. dgetAO2O21 r. - * .4, Photo#:21-1 I. • t_. .‘ I., • -a .S — - • I. * IT) t’ \ “tai •;t S

1’ — (Remove vege a iorQ a at walls)

t. t; .c. • PS, asot4 4$

4 S

ti

4-

I

a

p.

*

-4. 09/1 9/2007

C South Elevation View, looking North. I fl — - ad Pt — Bridge #: A-02-021 ‘I Photo #: 21-2

\$a

, S :. — 4’ 4 -:

_... a.. •b .1 t

New concre paved inver

Pressur- .

S

4

9 120©71

.1flw ‘ North elevation view, looking South. — Bridge #: A-02-021 Photo #: 21-3 — — — — — — —

-S

-S

— New concrete paved invert

I’

ftc (Remove debris)

09/1 9/2007

Typical condition of the pipe arch culverts (West pipe arch shown), looking Northwest. Bridge 4: A-02-021 Photo#: 21-4

Se

New concrete -F paved invert

(Remove debris)

09/19/2007

View of the East pipe arch culvert, looking North. Bridge #: A-02-021 Photo #: 21-5

‘V (New concrete paved invert) I

ibti

‘—4.

itt F - -

Pressure grout voids ‘C (Place riprap at pipe ends)

09/1 912007

View of North end of West pipe arch showing undermining (up to 10” deep), looking Southeast. Bridge #: A-02-021 Photo #: 214

a. -c th N : Remove debris

Pressure grout voids

(Place riprap at pipe ends) I Protect water pipe 09/19/2007

View of South end of East pipe arch showing undermining (up to 33” deep), looking North. Bridge #: A-02-021 -4 Photo #: 21-7

I.

Pressure grout voids -I

to.- New concrete ‘.4. .l

I, paved invert 1:? I

Fix bent end Repoint as sections of pipe required culvert as required 4 A’ * 14

(Remove debris)

©J/19I2OO7 Bridge #: A-02-021 Photo#: 21-8 6- ) -1- ‘ C’. -C Remove vegetation

Repoint masonry as required

(See Photo #21-7) Fill voids as required

(emove debris)

-‘I 09/1 9/2007

View of Southeast wingwall, looking Northeast. N C. Bridge #: A-02-021 Photo #: 21-9

-

“Rebuild washout area

V

1

I

Fill re

09/19/2007 View of Southwest retaining wall showing large washout area, located approximately 1O’-O” from the bridge, looking West. In eq

w U, / rc) Ic..J @1 WI uS H LtJLJJ z (1)9I IJJ-J C-) U, — — 0- 0- 0 z 0 <0 0 r 0

zcj I1 cii

cn I(I / b

>1 H -J I -l

-I

B300l( &a

-I

0.

TOET

-l

-l 111

I

8 111

0

IN

I

;

L REPOINT GAPS ALONG REPOINT STONE MASONRY EDGE OF PIPES AS REQUIRED

REPAIR SECTION LOSS AS REQUIRED WITH CORRUGATED STRUCTURAL PLATES (SEE DETAIL BELOW) (IYP.) PAVED INVERT

EXISTING CORRUGATED PIPE

SECTION LOSS AREA

STRUCTURAL PLATE REPAiR PLATES SHALL EXTEND A MINIMUM REPAIR DEAJL OF 3 BEYOND AREAS OF SECTION LOSS TO ENSURE ADHERENCE TO SOUND METAL. REFER TO SPECIFICATION FOR ADDITIONAL DETAILS. SHEEt 23—4 ACTON: MARTIN STREET OVER FORT POND BROOK, BRIDGE NO. A—02—023

WEST ELEVATION — SCALE: N.T.S. REPOINT STONE MASONRY AS REQUIRED

REPAJR SECTION LOSS AS AT WITH CORRUGATED STRUCTURAL PLATES (SEE OEThJL BELOW) (lIP.) PAVED INVERT

EXISTING CORRUGATED PIPE

SECTION LOSS AREA

STRUCTURAL PLATE liQIL REPAiR PLATES SHALL EXTEND A MINIMUM REPMR DETISJL OF 3” BEYONO AREAS OF SECTION LOSS TO ENSURE ADHERENCE TO SOUND METAL. REFER TO SPECIFICATION FOR ADDITIONAL DETAILS. SHEET 23—5 ACTON: MARTIN STREET OVER CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—02—023 Co:isultinq iriciricurs, SUrveyors PIio:oqrarnr;lccis:s % EAST ELEVATION — SCALE: N.T.S. MARliN STREET

13—0 13—0,

CHMN UNK FENCE

REPOINT GFS ALONG EDGE OF PIPES (TIP.)

8—0 (mm)

PLACE NEW CORRUGATED STEEL PUCE NEW CONCRETE PLAIt OVER CORROSON HOLES PAVED R(VtRT AS REQUIRED PRIOR TO PLACING (FULL LENGTH) CONCRETE PAVED IrfQERr 2—O THICK RERA? OVER 12 CRUStED STONE OVER GEOTEXTILE FA8RTC (FOLD BACK 2—07 (TIP)

SHEEf 23—6 ACTON: MARTIN STREET OVER vOR44 CHAS. H. SELLS, INC. FORT POND BROOK, BRIDGE NO. A—O2—O23 ti ocl:,Ir[I:Ic EJlr]irIcl,:s SIivnycJrs PTTuln(;IIrI]rJletsHL; % BRIDGE TRANSVERSE SECTION — SCALE: N.T.S. na a ‘.TSn W Bridge #: A-02-023 Photo #: 23-1

-b A. V . 4:4 ‘j: : ‘ ‘, i i* ..

- Remove vegetation ..

A,. —-I. —. •. 4.

— r : (Place riprap at pipe ends) Remove debris 1’ e In 7

.1,, .

1iI19I2OO7

West Elevation View, looking East. Bridge #: A-02-023 - Photo #: 23-2 S . 9 •1 4bP I r ‘ :‘ a.,, ‘:4 4 is- ‘I A

a-. (New concrete paved invert) • S (New concrete ,, paved invert)

‘F,

-I Pressure grout

- I voids (Place riprap at pipens

7- ‘4L / I

• ‘-‘p1 -r

..$a ‘,— , era ye debris) v ., b--’ t S I. N 09/19/ 2007

-4. East Elevation View, looking Southwest. • &i:-4 Bridge #: A-02-023 Photo #: 23-3

‘C

4%

-F

—- a — - - a - (Remove debris)

New concrete paved invert

09/19/ 2007

View of South pipe arch, looking West. _ -

Bridge #: A-02-023 Photo #: 23-4

New concrete a) [ paved invert ;4$ç. ‘

•If’ I.,,

4

I’ t 1,*

t!.t

a, 4 1’

d

Repair section loss

(welded repair plates) • I k1 as required 4’

I, 09/19 2007

View of South face of South Barrel, approximately 36’-B” from the East end. Bridge #: A-02-023 Photo #: 23-5

paved invert

—- 4

Repair section loss (welded repair plates) tas required

09/19/2007

View of North face of North Barrel, approximately 17’-O” from the East end. Bridge #: A-02-023 Photo #: 234

- - ‘.‘i ‘4t1 F, %. - ‘ft F z. ij ;

.** .4 ‘ ., 1,•

w ;I’ ‘4 7-

., c t #44 Remov. e et tion A- U

1.

Repoiñt masonry

as required a

— *

09/19/2007

View of the East end of the South pipe arch headwall, looking West. _nt V%1 * 7P9 ‘A Bridge #: A-02-023 Ci Photo #: 23-7 !Stt 4$t’”

141

0’ .-• j ¶••.• y1tf *Hi I— 4?wt. t 1-4, • rlrebuild -j

‘. ea all) •/ •-—, - - - ;d 9” • C I. / a

‘•1. Remove vegetation

(Repoint masonry as required)

(New concrete paved invert) • •; —4

A

Pressure grout Old S 09 19/2007

View of Southwestcorner of the bridge, looking Southeast. / J Bridge #: A-02-023 Photo #: 23-8

e

7 V *

‘4 —I

(Remove vegetation)

-I

-,:/ •‘

Ar ‘

/ a’

‘C4 Pressure grout %4. voids I. , I

rI: .4 qj. -. 09/1 9/2007 -61r.d-- N. View of the N’orthwestcorner of the bridge, looking Northeast. - r —I’, -