113
Addendum No. 2 Page 1 of 6 City of New Bedford Date Issued: July 24, 2020 Department of Public Infrastructure 1105 Shawmut Avenue New Bedford, MA 02740 TO: All Bidders of Record RE: City of New Bedford, Massachusetts Kings Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday, July 29, 2020 Bid Opening: 1:00 PM, Friday, July 31, 2020 This Addendum shall be part of the Contract Documents for the above referenced project. Acknowledge receipt of this Addendum by inserting its number and date in the space provided on the Bid Form. Failure to do so may subject the bidder to disqualification. GENERAL A. A pre-bid conference was held for the Kings Highway 12-inch Water Main Replacement Project on July 16, 2020 between 10:00 AM and 10:30 AM via Microsoft Teams. A copy of the sign-in sheet is attached for informational purposes. B. No questions were asked during the pre-bid conference. C. Contracting party should consult the Secretary of State website http://corp.sec.state.ma.us/corpweb/corpsearch/CorpSearch.aspx to confirm legal existence of entities, print out documentation, and insert it in the front cover of the Contract. Check the Corporate Vote or LLC Certificate of Authority to be sure that the person executing the contract is authorized to contractually bind the entity. PREQUALIFICATIONS A. MassDOT has determined that the classification of work for this project is SEWER AND WATER. The list of contractors attached to this Addendum No. 2 have been determined by MassDOT to be prequalified to bid on this project as of July 24, 2020. This prequalified amount was determined to be $1,058,600.00 as noted on the list. It is the Contractors responsibility to verify that he/she is prequalified to bid on this project. Receipt of a set of contract documents does not guarantee that a Contractor is prequalified to bid on this project.

Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 1 of 6 City of New Bedford Date Issued: July 24, 2020

Department of Public Infrastructure

1105 Shawmut Avenue

New Bedford, MA 02740

TO: All Bidders of Record

RE: City of New Bedford, Massachusetts

King’s Highway 12-inch Water Main Replacement Project

Bid No. 20450238

Receipt of General Bids: 1:00 PM, Wednesday, July 29, 2020

Bid Opening: 1:00 PM, Friday, July 31, 2020

This Addendum shall be part of the Contract Documents for the above referenced project.

Acknowledge receipt of this Addendum by inserting its number and date in the space provided on the Bid

Form. Failure to do so may subject the bidder to disqualification.

GENERAL

A. A pre-bid conference was held for the King’s Highway 12-inch Water Main Replacement Project

on July 16, 2020 between 10:00 AM and 10:30 AM via Microsoft Teams. A copy of the sign-in

sheet is attached for informational purposes.

B. No questions were asked during the pre-bid conference.

C. Contracting party should consult the Secretary of State website

http://corp.sec.state.ma.us/corpweb/corpsearch/CorpSearch.aspx

to confirm legal existence of entities, print out documentation, and insert it in the front cover of the

Contract. Check the Corporate Vote or LLC Certificate of Authority to be sure that the person

executing the contract is authorized to contractually bind the entity.

PREQUALIFICATIONS

A. MassDOT has determined that the classification of work for this project is SEWER AND WATER.

The list of contractors attached to this Addendum No. 2 have been determined by MassDOT to be

prequalified to bid on this project as of July 24, 2020. This prequalified amount was determined to

be $1,058,600.00 as noted on the list. It is the Contractor’s responsibility to verify that he/she is

prequalified to bid on this project. Receipt of a set of contract documents does not guarantee that a

Contractor is prequalified to bid on this project.

Page 2: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 2 of 6 QUESTIONS RECEIVED IN WRITING

Questions were submitted prior to and subsequent to the pre-bid conference. The list of questions and

their responses are provided below.

Question No. 1: What are the approximate lengths to be installed on the project?

Response: Approximate lengths of water main installation are as follows:

12-inch: 1,600 LF

8-inch: 200 LF

6-inch: 100 LF

4-inch: 50 LF

Please note that the estimates are for informational purposes only.

Question No. 2: Are there any portions of the project that will need to be Bored for the

installation of pipes if this is applicable?

Response: No horizontal directional drilling, pipe jacking, or other trenchless technologies are

proposed for installation of the water main. The water main shall be installed utilizing

open cut trench methods as detailed in the drawings and specifications.

Question No. 3: Will the portions be Jack & Bored or Directionally Bored?

Response: See response to Question No. 3.

Question No. 4: What are the approximate lengths and diameters of the portions to be bored?

Response: See response to Question No. 3.

Question No. 5: How much is the required bid bond for the project?

Response: Bid security shall be in the amount of five (5) percent of the Bid and shall be submitted

with the Bid in accordance with Article 6 of Section 002113 and as detailed in Section

001116.

Question No. 6: How much is the cost estimate of the project?

Response: The estimate of probable construction cost for this project is $1.1 million.

Question No. 7: Do you have any further details you wish to provide?

Response: Traffic controls and coordination with contractors performing work for the ongoing

MassDOT Transportation Improvements Project is critical for this project.

Question No. 8: Would McWane Sure Stop 350 Gaskets be an approved equivalent based on the

above specification/statement?

Response: Yes, McWane Sure Stop 350 gaskets are an approved equivalent.

Page 3: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 3 of 6 Question No. 9: Will flaggers be allowed or is the project to be performed with police details

only?

Response: Given the substantial level of traffic control required and roadway improvements

work being conducted in parallel to this project, police details are required for this

project. Flaggers will not be allowed.

Question No. 10: Will the City allow the project to be performed entirely at night?

Response: The City will allow the project to be performed entirely at night.

SPECIFICATIONS

A. Section 001116 – Invitation to Bid

1. DELETE Section 001116 entirely and REPLACE with new Section 001116 attached with this

addendum.

B. Section 004113 – Bid Form

1. DELETE Section 004113 in its entirety and REPLACE with the new Section 004116 attached

with this addendum.

C. Section 012001 – Price and Payment

1. DELETE Section 012000-1, Part 1, Section 1.2 (A) in its entirety and INSERT the following

in its place:

A. TEST PITS (BID ITEM NO. 1)

1. Measurement

a. Test pits shall be measured in cubic yards in accordance with the following

established volume rates:

Test Pit Depth CY per Vertical Foot

0 to 8 feet 1.5

Over 8 feet 2.0

2. Payment

a. Payment for this item shall be made at the Unit Price per Cubic Yard as provided on

the Bid Form for Bid Item No. 1. This price shall be full compensation for cutting

existing pavement, sidewalks, curbing, ramps and driveways; excavation (including

hand excavation or vacuum excavation), exposing and obtaining both top and bottom

elevations of existing utilities and/or structures; backfilling; compaction; restoring

trench surface to grade, and all incidental work required to complete the test pits for

which separate payment is not provided under other items in the Bid Form.

Page 4: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 4 of 6

b. The Contractor is responsible for all costs associated with repair work and out of

service time of all broken or damaged existing culverts, sewers, or utilities as a result

of any action by the Contractor. If the exploratory excavation results in damage to

private utilities, contact the owner of such utility and coordinate the repair at no cost to

the City of New Bedford.

2. INSERT the following in Section 012000-1, Part 1, Section 1.2 (B) (1) (a.) after the last

sentence:

“Measurement of rock excavation in pipe trenches will extend to the width as specified in the

DEP/BMF Construction Gant Policy Memorandum No. CG-14. The limits are as follows:

Depth from Ground

Surface to Invert of Pipe (ft)

Temporary Pavement Width (ft)

(Nominal Pipe Diameter)

0 to 24-in Over 24-in

0-12 5-ft 0-in D+3-ft 0-in

12-20 7-ft 0-in D +5-ft 0-in

20-24 8-ft 0-in D+ 5-ft 0-in

Measured widths for depths over 24-ft shall be determined on a case by case basis consistent with

the foregoing chart.”

3. DELETE Section 012000 – 2, Part 1, Section 1.2 (B) (2) in its entirety and INSERT the

following in its place:

2. Payment

a. Payment for this item shall be made at the Unit Price per Cubic Yard as provided on

the Bid Form for Bid Item No. 2a. This price and payment shall be full compensation

for excavation, blasting and disposal of rock and boulder, backfilling and providing

borrow for any deficiency of trench backfill and all work incidental thereto, for which

payment is not provided under other items.

b. Payment for this item shall also be made at the Unit Price Per Cubic Yard as provided

on the Bid Form for Bid Item No. 2b. This price and payment shall be full

compensation for any additional costs associated with rock and boulder excavation

over and above the unit price established for Items 2a.

4. INSERT the following on Section 012000 - 7, Part 1, Section 1.2 (K) (1) (b.):

b. Temporary pavement placed over trenches shall be Class I, Type I-1 bituminous concrete.

Where the depth of the pipe invert is 0 to 8-feet, the maximum pavement widths, shall be as

follows.

Nominal Pipe Diameter Maximum Eligible Width

Initial Pavement

0-24” 6’-6”

Page 5: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 5 of 6 For each additional four (4) feet (or fraction thereof) of pipe invert depth, add three feet

to the eligible width limits stated in the table above.

D. Section 015000 – Temporary Facilities and Controls

1. DELETE Section 015000 - 7, Part 3, Section 3.3 in its entirety.

E. Section 321216 – Asphalt Paving

1. DELETE Section 321216 - 2, Part 2, Section 2.2 (B) in its entirety and INSERT the following its

place:

“B. All pavement shall be Base/Intermediate Binder. Thicknesses shall be 4”.

2. DELETE “Superpave Intermediate Course (SIC 12.5)” on Section 321216 - 4, Part 2, Section

3.5 (A) and INSERT “Base/Intermediate Binder” in its place.

3. DELETE “Superpave Intermediate Course (SIC 12.5)” on Section - 4, Part 2, Section 3.6 (A)

and INSERT “Base/Intermediate Binder” in its place.

F. Section 330519 – Ductile Iron Pipe for Water Service

1. DELETE Section 330519 - 7, Part 2, Section 2.6 (B) (2) (a) in its entirety. INSERT after the last

sentence on Section 330519 - 7, Part 2, Section 2.6 (B) (2) “V-Bio® Enhanced Polyethylene

Encasement shall only be supplied by DIPRA member companies and their distribution network.”

DRAWINGS

DELETE Drawing CD-3 “Pavement Restoration” detail Note 3 and INSERT the following:

“3. New temporary pavement shall be Base/Intermediate Binder, and a minimum of 4-inches thick.”

GENERAL INFORMATION

1. The Specification appendices were not included with the project specifications. Appendices A

through E have been attached with this addendum, as follows:

A MassDOT Access Permit

B Tie Cards

C Test Pit and Boring Logs

D TIP Project 606709 Kings Highway Improvement Documents

E Massachusetts Water Resource Authority (MWRA) Standard Operating Procedures for

Performing Construction Work on Pipelines – Dechloramination Information and Tables.

F Bid Form (2 Copies) – A revised bid form has been included with this addendum.

2. Please pay careful attention to the items in the 150000 Temporary Facilities section. The City has

requested purchase of computer equipment to be turned over at the beginning of the project.

3. Please note that the existing pavement within the project limits of Kings Highway is 7-inches thick.

4. Please note that several quantities detailed in the bid form are greater than what is shown on the

Page 6: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Addendum No. 2

Page 6 of 6

drawings. The Contractor is required to bid the quantities as shown in the bid form.

5. The Contractor is not eligible for profit on unused quantities.

6. Please note that the following forms shall be submitted with the Bid Form:

Form for General Bids

Schedule of Participation for State Revolving Fund (SRF) Construction (EEO-DEP-190C)

Letter of Intent for SRF Construction (EEO-DEP-191C)

Diesel Retrofit Program (MDRP) Form (DBP DMS – P&S-21)

Disadvantaged Business Enterprise (DBE) Certification of United States Citizenship

DBE Subcontractor Participation Form

City of New Bedford Non-collusion and Tax Compliance Form

City of New Bedford Vote of Corporation Authorizing Execution of Corporate Agreements

Occupational Health and Safety Administration (OHSA) Certification Requirement

Contractor Certification

Bidder’s Certificate of Understanding

Schedule of Participation – D/MBE and D/WBE

Letter of Intent

Contractor Identification Statement

Bidder’s Certification

Unavailable Certifications

Request for Waiver (if required)

Attachments:

1. MassDOT Prequalified Contractors List

2. Revised Section 001116 – Invitation to Bid

3. Revised Section 004113 – Bid Form

4. Specification Appendices A through F

5. Required Forms to be submitted with the Bid Form

Page 7: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Currently Prequalified Contractors in the following class(es) of work:

With a minimum MassDOT Single Class of Work Limit of: $1,058,600.00

Sewer and Water

Company Expiration Date

A A WILL CORP 04/30/2021

A F AMORELLO & SONS INC 04/30/2021

A R BELLI INC 07/31/2021

A VOZZELLA & SONS INC 08/31/2020

ALBANESE BROTHERS INC 02/28/2021

ALBANESE D & S,INC. 04/30/2021

ANGELO D PAOLINI JR 12/31/2020

AQUA LINE UTILITY INC 07/31/2021

AROLD CONSTRUCTION COMPANY INC 06/30/2021

BALTAZAR CONTRACTORS INC 10/31/2020

BARLETTA HEAVY DIVISION INC 04/30/2021

BAY STATE PIPING CO 07/31/2020

BISZKO CONTRACTING CORP 07/31/2020

BLUE DIAMOND EQUIPMENT CO LLC 12/31/2020

BORGES CONSTRUCTION INC 05/31/2021

BORTOLOTTI CONSTRUCTION INC 02/28/2021

C & A CONSTRUCTION CO 08/31/2020

C C CONSTRUCTION INC 08/31/2020

C NAUGHTON CORP 06/30/2021

CARACAS CONSTRUCTION CORP 09/30/2020

CEDRONE CORP 05/31/2021

CEDRONE TRUCKING 04/30/2021

CELCO CONSTRUCTION CORPORATION 05/31/2021

CENTURY PAVING & CONST CORP 09/30/2020

CHARLES CONTRACTING CO INC 08/31/2020

CHARTER CONTRACTING COMPANY LLC 05/31/2021

CIANBRO CORP 05/31/2021

CJP & SONS CONSTRUCTION CO INC 02/28/2021

CN CORP 04/30/2021

COMMONWEALTH CONSTR & UTILITIES INC 07/31/2020

CRESTVIEW CONST & TRUCKING INC 07/31/2021

CMS004 - Report Date: 7/24/2020 2:00 PM Page 1 of 5

Prequalification Unit

City/Town/Awarding Authorities Prequalified Contractors

Page 8: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Company Expiration Date

D & C CONSTRUCTION CO INC 08/31/2020

D A COLLINS CONSTRUCTION CO IN 05/31/2021

D R BILLINGS INC 05/31/2021

D W WHITE CONSTRUCTION INC 02/28/2021

D'AMBRA CONSTRUCTION COMPANY INC 07/31/2020

DALLESSANDRO CORP 12/31/2020

DANIEL OCONNELLS SONS INC 07/31/2020

DAVID G ROACH & SONS INC 11/30/2020

DEFELICE CORPORATION 06/30/2021

DEWCON INC 12/31/2020

DIG IT CONSTRUCTION LLC 01/31/2021

E T & L CORP 01/31/2021

E. WATSON EXCAVATING INC 08/31/2020

FLEMING BROS INC 01/31/2021

G LOPES CONSTRUCTION INC 10/31/2020

GAGLIARDUCCI CONSTRUCTION INC 12/31/2020

GEELEHER ENTERPRISES INC 04/30/2021

GEG CONSTRUCTION INC 03/31/2021

GEORGE R. CAIRNS & SONS, INC. 12/31/2020

GIUGLIANO CORPORATION 07/31/2020

GOMES CONSTRUCTION CO INC 04/30/2021

GRAVITY CONSTRUCTION INC 06/30/2021

GREEN ACRES LANDSCAPE& CONS CO 10/31/2020

GTA CO INC 08/31/2020

HALUCH WATER CONTRACTING INC 07/31/2021

I W HARDING CONST CO INC 02/28/2021

J A POLITO & SON INC 05/31/2021

J F WHITE CONTRACTING CO 12/31/2020

J H LYNCH & SONS INC 07/31/2020

J H MAXYMILLIAN INC 05/31/2021

J L CONSTRUCTION CORP 03/31/2021

J L RAYMAAKERS & SONS INC 07/31/2021

J MARCHESE & SONS INC 06/30/2021

J TROPEANO INC 08/31/2020

J. DERENZO CO. 01/31/2021

CMS004 - Report Date: 7/24/2020 2:00 PM Page 2 of 5

City/Town/Awarding Authorities Prequalified Contractors

Page 9: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Company Expiration Date

J. F. SHEA CONSTRUCTION, INC. 11/30/2020

J. MASTERSON CONSTRUCTION CORP 02/28/2021

J.D'AMICO INC 10/31/2020

J.J. PHELAN & SON CO. INC. 09/30/2020

JACK GONCALVES & SONS INC 04/30/2021

JAMCO EXCAVATORS LLC 10/31/2020

JOHN D HARTNETT & SON INC 01/31/2021

JOHN ROCCHIO CORPORATION 10/31/2020

JOSEPH P CARDILLO& SON INC 08/31/2020

K R REZENDES INC 08/31/2020

KJS LLC 10/31/2020

LAL CONSTRUCTION CO INC 08/31/2020

LAWRENCE LYNCH CORP 07/31/2021

LORUSSO CORPORATION 07/31/2021

LUDLOW CONSTRUCTION CO INC 06/30/2021

MACKAY CONST SERVICES INC 02/28/2021

MANAFORT BROTHERS INC 05/31/2021

MAROIS BROS, INC. 05/31/2021

MASS-WEST CONSTRUCTION INC 07/31/2021

MATHER CORPORATION 09/30/2020

MCCOURT CONSTRUCTION CO INC 11/30/2020

MDR CONSTRUCTION CO INC 01/31/2021

MEDEIROS & SONS CONSTRUCTION INC 04/30/2021

MENINNO CONSTRUCTION CO INC 11/30/2020

METRO EQUIPMENT CORP 06/30/2021

MICHELS CORPORATION 01/31/2021

MIG CORPORATION 05/31/2021

MORAIS CONCRETE SERVICE INC 01/31/2021

MORIARTY & SONS INC 03/31/2021

N CIBOTTI INC 09/30/2020

N GRANESE & SONS INC 11/30/2020

NARRAGANSETT IMPROVEMENT COMPA 07/31/2021

NATIONAL WATER MAIN CLEANING 07/31/2020

NEL CORPORATION 04/30/2021

NEW ENGLAND INFRASTRUCTURE INC 10/31/2020

CMS004 - Report Date: 7/24/2020 2:00 PM Page 3 of 5

City/Town/Awarding Authorities Prequalified Contractors

Page 10: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Company Expiration Date

NEWPORT CONSTRUCTION CORP 05/31/2021

NORTHERN CONSTR SERVICES LLC 01/31/2021

ONYX CORPORATION 10/31/2020

P A LANDERS INC 03/31/2021

P CALIACCO CORP 07/31/2020

P GIOIOSO & SONS INC 07/31/2020

P J ALBERT INC 09/30/2020

P W BROWN INC 05/31/2021

P.G. CONSTRUCTION INC. 01/31/2021

PACELLA ENTERPRISES INC 03/31/2021

PAGANELLI CONSTRUCTION CORP 11/30/2020

PALMER PAVING CORP 08/31/2020

R A POWELL CONSTRUCTION CORP 04/30/2021

R BATES & SONS INC 02/28/2021

R H WHITE CONSTRUCTION CO 07/31/2021

R J GABRIEL CONSTRUCTION CO 08/31/2020

R M PACELLA INC 12/31/2020

R S AUDLEY INC 07/31/2020

R ZOPPO CORP 12/31/2020

REVOLI CONSTRUCTION CO., INC. 04/30/2021

RFS CORP 06/30/2021

RICCIARDI BROS INC 09/30/2020

RIFENBURG CONSTRUCTION INC 09/30/2020

RIFENBURG CONTRACTING CORPORATION 10/31/2020

RJV CONSTRUCTION CORPORATION 05/31/2021

ROBERT B OUR CO INC 01/31/2021

S U R CONSTRUCTION WEST INC 11/30/2020

SKANSKA USA CIVIL NORTHEAST INC 08/31/2020

TASCO CONSTRUCTION INC 01/31/2021

THE DOW CO INC 02/28/2021

THE MIDDLESEX CORP 06/30/2021

UEL CONTRACTORS INC 07/31/2020

UMBRO & SONS CONSTRUCTION CORP 09/30/2020

VORTEX SERVICES LLC 02/28/2021

W L FRENCH EXCAVATING, CORP. 08/31/2020

CMS004 - Report Date: 7/24/2020 2:00 PM Page 4 of 5

City/Town/Awarding Authorities Prequalified Contractors

Page 11: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Company Expiration Date

W M SCHULTZ CONSTRUCTION INC 02/28/2021

WALSH CONSTRUCTION COMPANY II LLC 07/31/2020

WALSH CONTRACTING CORP 01/31/2021

WES CONSTRUCTION CORP 04/30/2021

WM J KELLER & SONS CONSTRUCTION CORP 02/28/2021

CMS004 - Report Date: 7/24/2020 2:00 PM Page 5 of 5

City/Town/Awarding Authorities Prequalified Contractors

Page 12: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020

Kings Highway 12-inch Water Main Replacement Project Invitation to Bid

City of New Bedford, Massachusetts 001116 – 1

Issued for Bid

SECTION 001116 - INVITATION TO BID

CITY OF NEW BEDFORD, MASSACHUSETTS

WATER SYSTEM IMPROVEMENTS

KINGS HIGHWAY 12-INCH WATER MAIN REPLACEMENT PROJECT

CONTRACT NO.1

BID NO. 20450238

DOT Permit No. 5-2019-0674

INVITATION TO BID

Sealed Bids for construction of the Kings Highway 12-inch Water Main Replacement Project will be

received by the City of New Bedford, Massachusetts (City), acting through its Department of Public

Infrastructure, at 309 Smith Street, New Bedford, Massachusetts 02740 until 1:00 PM on July 29, 2020.

Due to restrictions mandated from the New Bedford Health Department resulting from the COVID-19

virus, all incoming mail – delivered or dropped off – must be quarantined for a period of at least 48 hours.

As such, the bid opening will be conducted via a videoconference call on July 31, 2020 at 1:00 PM. Call-

in information will be provided on the City’s website (https://www.newbedford-

ma.gov/purchasing/request-proposals-rfps-invitation-bids-ifbs/) at least 30 minutes prior to the bid

opening. If at the time of the scheduled bid due date, 309 Smith Street is closed due to uncontrollable

events such as fire, snow, ice or building evacuation, the bid opening will be postponed to 3:00 PM on the

next normal business day and bids will be accepted until that date and time.

The work of this project includes, but is not limited to, furnishing and installing 4-inch, 6-inch, 8-inch,

and 12-inch cement lined ductile iron water main with polyethylene encasement, valves, fittings,

hydrants, water services, connection into existing mains; furnishing, installing and removing temporary

bypass piping (as required and approved by City and Engineer), abandoning existing water mains and

hydrants; and furnishing and installing all appurtenances, incidentals and all other related and required

work for successful completion of the project from east of MA Route 140 bridge crossing to the

intersection of Kings Highway and Tarkiln Hill Road on Kings Highway New Bedford, Massachusetts.

Each prospective bidder proposing to bid on this project must be prequalified by Massachusetts

Department of Transportation (MassDOT) in accordance with 720 CMR 5.00 “Prequalification of

Contractors.” Contact the MassDOT Highway Division (Prequalification Office) Room 6260, 10 Parks

Plaza, Boston, MA 02116 (617-973-7621). Prospective bidders are not expected to submit a R109 form.

Bidders must be prequalified for individual water main installation project limits equal to or greater than

their respective bid price. Contractors may obtain informational copies of the bid documents but will not

be considered an eligible bidder without having obtained MassDOT prequalification prior to the date and

time of the bid opening. The contract will only be awarded to a MassDOT prequalified contractor.

A non-mandaotry pre-bid conference will be held for this Project via videoconference on July 16, 220 at

10 am. . Call-in information will be provided on the City’s website (https://www.newbedford-

ma.gov/purchasing/request-proposals-rfps-invitation-bids-ifbs/) prior to the pre-bid conference.

Questions related to the project shall be submitted in writing to the attention of Marc F. Weller, P.E. of

CDM Smith by mail to 260 West Exchange Street, Suite 300, Providence, RI 02903 or by email at

Page 13: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020

Kings Highway 12-inch Water Main Replacement Project Invitation to Bid

City of New Bedford, Massachusetts 001116 – 2

Issued for Bid

[email protected]. Questions will be received up to July 22, 2020 at 4:00 PM. Addenda will be

issued up until July 24, 2020, unless the addenda is for purposes of extending the bidding period.

The contract time shall be 120 calendar days commencing twenty days following the effective date of the

agreement.

Contract documents are available electronically by emailing [email protected] during

normal business hours (8:00 AM to 4:00 PM) on or after July 9, 2020.

A deposit of $75.00, bank or certified check payable to the City of New Bedford will be required for each

set of the Contract Documents. Up to two complete sets of Contract Documents will be available to

Bidders. A refund of the deposit will be made for such Documents returned in good condition within 30

days after the Bids are received. Additional sets may be purchased by bidders.

Bidders requesting Contract Documents by mail shall include an additional non-refundable check payable

to the City of New Bedford in the amount of $25.00 per set to cover costs of handling and mailing.

Each Bid shall be submitted in accordance with the Instructions to Bidders and shall be accompanied by a

Bid Security in the amount of five percent of the Bid. Complete instructions for filing Bids are included

in the Instructions to Bidders.

Bidders may not withdraw their Bids for a period of thirty days, excluding Saturdays, Sundays, and legal

holidays after the actual date of the opening of the Bids.

The Successful Bidder must furnish a 100 percent Performance Bond and a 100 percent Payment Bond

with a surety company acceptable to the City.

Minimum Wage Rates as determined by the Commissioner of the Department of Workforce Development

under the provision of the Massachusetts General Laws, Chapter 149, Section 26 to 27H, as amended,

apply to this project. It is the responsibility of the Contractor, before bid opening, to request if necessary,

any additional information on Minimum Wage Rates for those tradespeople who may be employed for the

proposed work under this Contract. Federal Minimum Wage Rates as determined by the United States

Department of Labor under the Davis-Bacon Act also apply to this project.

The bidding and award of this Contract will be under the provisions of M.G.L. Chapter 30, Section 39M.

The work under this Contract is funded in part by the Massachusetts Clean Water Trust (the "Trust")

through a Drinking Water State Revolving Fund (DWSRF) loan. Prospective contractors shall be aware

of and comply with all requirements of receiving monies from the “Trust”.

Disadvantaged Business Enterprise (DBE) goals are applicable to the total dollars paid to the construction

contract. The goals for this project are a minimum of 4.20 percent D/MBE participation and 4.50

percent D/WBE participation by certified DBEs. The two low bidders shall submit completed DBE

forms (EEO-DEP-190C & EEO-DEP-191C and the DBE Certification of United States Citizenship form)

by the close of business on the third business day after bid opening. Failure to comply with the

requirements of this paragraph may be deemed to render a proposal non-responsive. No waiver of any

provision of this section will be granted unless approved by the Massachusetts Department of

Environmental Protection (MassDEP).

This Project requires compliance with the MassDEP’s Diesel Retrofit Program by use of after-engine

emission controls that are EPA certified, or their equivalent, on all of the off-road (non-registered) diesel

Page 14: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020

Kings Highway 12-inch Water Main Replacement Project Invitation to Bid

City of New Bedford, Massachusetts 001116 – 3

Issued for Bid

vehicles/equipment, and vehicles greater than 50 brake horsepower, which will be used in the

performance of the work.

The prospective contractor acknowledges to and for the benefit of the City (“Purchaser”) and the State of

Massachusetts (“State”) that it understands the goods and services under this Agreement are being funded

with monies made available by the Drinking Water State Revolving Fund that have statutory requirements

commonly known as the “American Iron and Steel”; that requires all of the iron and steel products used in

the project to be produced in the Units States (“American Iron and Steel Requirement”) including iron

and steel products provided by the Contractor pursuant to the Agreement. The Contract hereby represents

and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and

understands the American Iron and Steel Requirements, (b) all of the iron and steel products used in the

project will be and/or have been produced in the United States in a manner that complies with the

American Iron and Steel Requirements, unless a waiver of the requirement is approved, and (c) the

Contractor will provide any further verified information , certification, or assurance of compliance with

this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement,

as may be requested by the Purchaser or the State. Notwithstanding any other provision of this

Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or

State to recover as damages against the Contractor any loss, expense, or cost (including without limitation

attorney’s fees) incurred by the Purchaser or the State resulting from any such failure (including without

limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages

owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State,

as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the

State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement

necessary to give this paragraph force or effect) shall be amended or waived without the prior written

consent of the State.

As previously stated, it is the Contractor’s responsibility along with the manufacturer of materials to

document where the pieces of each item are manufactured. All manufactured goods and its components,

including by not limited to pipe, hydrants, valves, tapping sleeves, fittings, mechanical joints, etc. shall be

made in the United States. As part of the shop drawing review process, a signed letter from an executive

with the manufacturer shall be included, breaking down each component and stating where it is made. If

the manufactured good does not meet the American Iron and Steel provision, it will not be accepted,

unless a waiver is approved.

The City reserves the right to reject any and all Bids or parts thereof, to waive any irregularities or

informalities in the Bids received, and to accept the Bid or parts thereof deemed to be in its best interest.

MOLLY GILFEATHER, DIRECTOR OF PURCHASING

CITY OF NEW BEDFORD, MASSACHUSETTS

END OF DOCUMENT 001116

Page 15: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

SECTION 004113 - BID FORM

TO

CITY OF NEW BEDFORD, MASSACHUSETTS

WATER SYSTEM IMPROVEMENTS

KINGS HIGHWAY 12-INCH WATER MAIN REPLACEMENT PROJECT

CONTRACT NO.1

PROJECT NO. DWSRF – 4597

BID NO. 20450238

©2020 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 - 1

Issued for Bid

The undersigned declares that the only persons or parties interested in this Bid as principals are as stated;

that the Bid is made without any collusion with other persons, firms, or corporations; that all the Contract

Documents as prepared by CDM Smith, 260 West Exchange Street, Suite 300, Providence, RI 02903 and

dated July 2020 have been carefully examined; that the undersigned is fully informed in regard to all

conditions pertaining to the Work and the place where it is to be done, and from them the undersigned

makes this Bid. These prices shall cover all expenses incurred in performing the Work required under the

Contract Documents, of which this Bid Form is a part.

The time period for holding bids, where Federal approval is not required is 30 days, Saturdays, Sundays

and legal holidays excluded, after the opening of bids and where Federal approved is required, the time

period for holding bids is 30 days, Saturdays, Sundays and holidays excluded after Federal approval.

The Bid Security accompanying this Bid shall be in the amount of five percent of the Bid.

If a Notice of Award accompanied by at least six unsigned copies of the Agreement and all other

applicable Contract Documents is delivered to the undersigned within thirty days, excluding Saturdays,

Sundays, and legal holidays, after the actual date of the opening of the Bids, the undersigned will within

five days, excluding Saturdays, Sundays, and legal holidays, after the date of receipt of such notification,

execute and return all copies of the Agreement and all other applicable Contract Documents to Owner.

The premiums for all Bonds required shall be paid by Contractor and shall be included in the Contract

Price. The undersigned Bidder further agrees that the Bid Security accompanying this Bid shall become

the property of Owner if the Bidder fails to execute the Agreement as stated above.

The Bid Security shall be sealed in a separate envelope from the Bid and then attached to the envelope

containing the Bid.

The undersigned hereby agrees that the Contract Time shall commence twenty days following the

Effective Date of the Agreement and to fully complete the Work within 120 Calendar Days and in

accordance with the terms as stated in the Agreement. The undersigned further agrees to pay OWNER, as

liquidated damages, $ 1,500.00 per day for each calendar day beyond the Contract Time Limit or

extension thereof that the Work remains incomplete, in accordance with the terms of the Agreement.

The undersigned acknowledges receipt of addenda numbered:

___________________________________________________________________________

In accordance with the above understanding, the undersigned proposes to perform the Work, furnish all

materials and complete the Work in its entirety in the manner and under the conditions required at the

prices listed as follows. Please note, all items listed below are Drinking Water State Revolving Fund

(DWSRF) eligible.

Page 16: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 2

Issued for Bid

Item Estimated Brief Description of Items Unit Bid Price Total Amount

No. Quantity with Unit Bid Price in Words in Figures in Figures

1 75 CY Test Pits

_________________________ $___________ $____________

per cubic yard

2A 100 CY Rock Excavation

_________________________ $___________ $____________

per cubic yard

2B 1 CY Rock Excavation Greater than 100 CY

_________________________ $___________ $____________

per cubic yard

3A 1,900 LF Furnish and Install 12-inch CL 52

Ductile Iron Water Main with V-Bio™

Polyethylene Encasement

__________________________ $___________ $____________

per linear foot

3B 300 LF Furnish and Install 8-inch CL 52

Ductile Iron Water Main with V-Bio™

Polyethylene Encasement

__________________________ $___________ $____________

per linear foot

3C 150 LF Furnish and Install 6-inch CL 52

Ductile Iron Water Main with V-Bio™

Polyethylene Encasement

__________________________ $___________ $____________

per linear foot

3D 100 LF Furnish and Install New 4-inch CL 52

Ductile Iron Water Main with V-Bio™

Polyethylene Encasement

__________________________ $___________ $____________

per linear foot

Subtotal Page 004113-2 $ __________

Sixty-Five Dollars and Zero Cents 65.00 6,500.00

Page 17: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 3

Issued for Bid

Item Estimated Brief Description of Items Unit Bid Price Total Amount

No. Quantity with Unit Bid Price in Words in Figures in Figures

4 8,500 LBS Furnish and Install DI Fittings

__________________________ $___________ $____________

per pound

5A 4 EA Furnish and Install 12” Gate Valve

and Box

__________________________ $___________ $____________

each

5B 4 EA Furnish and Install 8” Gate Valve

and Box

__________________________ $___________ $____________

each

5C 2 EA Furnish and Install 6” Gate Valve

and Box

__________________________ $___________ $____________

each

5D 1 EA Furnish and Install 4” Gate Valve

and Box

__________________________ $___________ $____________

each

6 1 EA Furnish and Install 12” Insertion

Gate Valve

__________________________ $___________ $____________

each

7 3 EA Furnish and Install Fire Hydrant and

Assembly

__________________________ $___________ $____________

each

Subtotal Page 004113-3 $ __________

Page 18: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 4

Issued for Bid

Item Estimated Brief Description of Items Unit Bid Price Total Amount

No. Quantity with Unit Bid Price in Words in Figures in Figures

8 1 EA Furnish and Install 2” Corporation

Stop

_________________________ $___________ $____________

each

9 1 EA Furnish and Install 2” Curb Stop

_________________________ $___________ $____________

each

10 60 LF Furnish and Install 2”

Copper Tubing

__________________________ $___________ $____________

per linear foot

11 1,800 SY Furnish and Install Bituminous Pavement -

4-inch Thickness

__________________________ $___________ $____________

per square yard

12 100 SY Sidewalk Restoration

__________________________ $___________ $____________

per square yard

13 100 LF Remove and Reset Granite Curbing

__________________________ $___________ $____________

per linear foot

14 100 CY Unsuitable Material Removal and

Replacement with Processed Gravel

__________________________ $___________ $____________

per cubic yard

Subtotal Page 004113-4 $ _________

Page 19: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

© 2020 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 5

Issued for Bid

Item Estimated Brief Description of Items Unit Bid Price Total Amount

No. Quantity with Unit Bid Price in Words in Figures in Figures

15A 100 TONS Contaminated Soil Removal with

Disposal at In-State Landfill and

Replacement with Processed Gravel

__________________________ $___________ $____________

per ton

15B 100 TONS Contaminated Soil Removal with

Disposal at Out-of-State Landfill and

Replacement with Processed Gravel

__________________________ $___________ $____________

per ton

16 1 LS Traffic Management

_________________________ $___________ $____________

lump sum

17 500 SY Non-Pavement Restoration

_________________________ $___________ $____________

square yard

18 1 LS Miscellaneous Work

_________________________ $___________ $____________

lump sum

Subtotal Page 004113-5 $ _________

Page 20: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

©2019 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

CITY OF NEW BEDFORD, MASSACHUSETTS

WATER SYSTEM IMPROVEMENTS

KINGS HIGHWAY 12-INCH WATER MAIN REPLACEMENT PROJECT

CONTRACT NO. 1

PROJECT NO. DWSRF - 4597

BID NO. 20450238

BID SUMMARY

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 6

Issued for Bid

Subtotal Page 004113-2 $

Subtotal Page 004113-3 $

Subtotal Page 004113-4 $

Subtotal Page 004113-5 $

SUB-TOTAL BID $

Item Estimated Brief Description of Items Unit Bid Price Total Amount

No. Quantity with Unit Bid Price in Words in Figures in Figures

19 LS Mobilization and Demobilization

(not to exceed 5% of Bid Price)

_________________________ $___________ $____________

lump sum

Total Bid $____________________________

Page 21: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

©2019 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 7

Issued for Bid

Should certain additional work be required, or should any quantity of certain classes of work be increased

from those on which the bid is based, by order or approval of the Engineer, the undersigned agrees that

the following supplemental unit prices be the basis of payment to him for work associated with

providing/installing/completing the following for such addition or increase in the work.

Description Unit Unit Price

Steel Sheeting TON $1,000.00

Wood Sheeting TON $1,100.00

The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the

Conditions of the Contract and will be paid for in accordance with Article 11 of the Conditions of the

Contract.

The bidding and award of this Contract will be in accordance with M.G.L. Chapter 30, Section 39M –

Appendix 1.

The undersigned must furnish a 100 percent Performance Bond and a 100 percent Payment Bond with a

surety company acceptable to Owner.

Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount

shown in words will govern.

The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance

and incidentals required to complete the Work.

The names and residences of all persons and parties interested in the foregoing Bid as principals are as

follows:

(Give first and last names in full. In the case of a corporation, see Article 8.3 of the Instructions to

Bidders, in the case of a limited liability company (LLC), see Article 8.4 of the Instructions to Bidders, in

the case of a partnership, see Article 8.5 of the Instructions to Bidders.)

___________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

Pursuant to M.G.L. Ch. 62C, sec. 49A, I certify under the penalties of perjury that I, to my best

knowledge and belief, have filed all state tax returns and paid all state taxes required under law.

The undersigned hereby certifies that is able to furnish labor that can work in harmony with all other

elements of labor employed or to be employed on the work; that all employees to be employed at the

worksite will have successfully completed a course in construction safety and health approved by the

United States Occupational Safety and Health Administration that is at least 10 hours in duration at the

time the employee begins work and who shall furnish documentation of successful completion of said

course with the first certified payroll report for each employee.

Page 22: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

©2019 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 8

Issued for Bid

The undersigned bidder hereby certifies that will comply with the specific affirmative action steps

contained in the Equal Employment Opportunity/Affirmative Action (EEO/AA) provisions of this

Contract, including compliance with the Disadvantaged Business Enterprise provisions as required under

these contract provisions. The Contractor receiving the award of the contract shall incorporate the

EEO/AA provisions of this contract into all subcontracts and purchase orders so that such provisions will

be binding upon each subcontractor or vendor.

Bidders must fully comply with Subpart C of 2 CFR Part 180 and 2 CFR Part 1532, entitled

Responsibilities of Participants Regarding Transactions (Doing Business with Other Persons).

Contractors, subcontractors, or suppliers that appear on the Excluded Parties List System at

https://www.sam.gov/SAM/ are not eligible for award of any contracts funded by the Massachusetts State

Revolving Fund.

The undersigned hereby certifies under the penalties of perjury that this bid is in all respects bona fide,

fair and made without collusion or fraud with any other person. As used in this section, the word

"person" shall mean any natural person, joint venture, partnership, corporation, limited liability company,

or other business or legal entity. The undersigned further certifies under penalty of perjury that the said

undersigned is not presently debarred from doing public construction work in the Commonwealth under

the provisions of Section Twenty-nine F of Chapter Twenty-nine, or any other applicable debarment

provisions of any other chapter of the General Laws or any rule or requisition promulgated thereunder;

and is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily

excluded from covered transactions by any Federal department or agency.

Page 23: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

©2019 CDM Smith 0309-239197

All Rights Reserved July 2020 – ADDENDUM NO. 2

Kings Highway 12-inch Water Main Replacement Project Bid Form

City of New Bedford, Massachusetts 004113 – 9

Issued for Bid

____________________________ _____________________________

Social Security Number Signature of Individual or

or Federal Identification Corporate Name

Number

By: __________________________

Corporate Officer (if applicable)

Notice of acceptance should be mailed, faxed, or delivered to the following:

____________________________________

(Name)

By: ________________________________

(Title)

____________________________________

(Business Address)

____________________________________

(City and State)

Date:__________________________________

If the Bidder is a corporation, indicate State of incorporation under signature, and affix corporate seal; if a

partnership, give full names and residential addresses, if different from business address.

END OF DOCUMENT 004113

Page 24: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

 

 

Appendix A 

MassDOT Access Permit 

Page 25: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Charles D. Baker. Governor

Karyn E. Polito, Lieutenant Governor

Stephanie Pollack, Secretary & CEO

Jonathan L. Gulliver, Highway Administrator

5-2019-0674

Page 1 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

PERMIT – NEW BEDFORD

Subject to all terms, conditions, and restrictions printed or written below, permission is hereby granted to the CITY OF NEW BEDFORD PUBLIC INFRASTRUCTURE, Shawn Syde, 1105 Shawmut Avenue, New Bedford, MA 02746, to enter upon the State Highway in the City of NEW BEDFORD on Kings Highway, for the purpose of performing water main improvements within the State Highway and City of New Bedford Layout. The work involves replacing approximately 1,600 linear feet of 12" water main with associated valves, services, and fire hydrants within the State Highway Layout and the City of New Bedford's Layout. Work within the State Highway Layout will start on King's Highway, just east of the Route 140 northbound roadway at approximate Station 104+60 (King's Highway), and ends atStation 116+30 (King's Highway), the installation continues from there within the City's Layout to terminate at the intersection of Kings Highway with Tarkin Hill Road.

Until or unless Executive Orders and conditions related to the COVID-19 crisis change or are otherwise amended: 

The Grantee should exercise all required COVID-19 guidelines, including providing, and ensuring workers are wearing, Personal Protection Equipment (PPE), where required, while practicing social distancing and other protective measures found in the order.   https://www.mass.gov/covid-19-guidelines-and-procedures-for-all-construction-sites-and-workers-at-all-public-work

Only those permits with activities meeting the guidelines of Essential Services will be allowed to commence work. Work schedules must be approved prior to commencing any work.

                https://www.mass.gov/info-details/covid-19-essential-services

LONGITUDINAL WATER MAIN

The 12" water main installation will begin in the paved roadway on the northerly side of Kings Highway at a proposed insertion valve, at approximate Station 0+00 (construction baseline). The main installation will proceed easterly within an open cut trench, along Kings Highway approximately 1,600 ft. where it will be tied to an existing 12" water main at the intersection with Tarkin Hill Road.

LATERAL WATER SERVICES

Proposed water service connections at several properties located along Kings Highway as shown on the approved plans will be tied to the newly installed 12" water main. The water service connections and appurtenances will be installed viaopen cut trenches and will extend in a northerly and/or southerly direction at the respective properties.

In conjunction with this work, the Grantee will abandon an existing water main and will also replace all existing fire supply, domestic water service connections, gate valves and hydrants, and remove and replaced loop detectors as shownon the approved plans.

Work in the vicinity of the Route 140 Northbound on/off ramps (which will require a detour) will occur during

the overnight hours of 9:00 p.m. to 5:00 a.m. (Sunday to Thursday). All other work will occur between 9:00 a.m.

and 3:00 p.m. (Monday to Friday).

Page 26: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 2 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

**Please be aware that the first ten drums in any taper must be equipped with sequential flashing lights"

Please be advised that any damage to traffic signal systems will need to be repaired/replaced to their original condition. You must contact the District Traffic Maintenance Engineer at (508) 884-4208 at least two (2) weeks prior to the commencement of said work to locate the existing traffic signal conduit/detectors and to coordinate this work so as not to disturb the traffic signals.

The proposed work requires temporary and permanent easements for the installation and maintenance of sidewalks, traffic signals, signs and overhead appurtenances, and for all other uses' incidental to said municipal purposes. Therefore, the order of taking easement documentation has been submitted and is considered an integral part of this Permit.

This work must be done as soon as possible and in coordination with MassDOT, Highway Division's roadway improvements project, Project #606709. Please contact MassDOT, Highway Division's construction Section at (508) 884-4281 for the State Engineer's contact information to coordinate this work.

THE WORK BEING PERFORMED FALLS WITHIN THE LIMITS OF A MASSDOT PROJECT (PROJECT #606709) AND WILL REQUIRE PERMANENT PAVEMENT REPAIRS TO THE TRENCH ONLY.

The permanent trench repair shall be done as indicated below. Please note that the final trench repair must include a minimum of 7" (inches) of Hot Mix Asphalt or match the existing thickness of the Hot Mix Asphalt for the roadway, whichever is larger.

1. 8" (inches) of gravel plus 4" (inches) Dense Graded Crushed Stone (DGCS) over it.2. 3" (inch) Intermediate or Base Course3. 2" (inch) Intermediate Course4. 2" (inch) Surface Course5. Asphalt emulsion tack coat (RS-1H) must be placed between each course.6. All vertical edges must be coated with hot poured joint sealer.7. All damaged pavement markings shall be restriped in kind.

All pavement compositions must meet MassDOT's latest Standards and Specifications for Highways and Bridges.

FURTHERMORE, IF ANY SETTLEMENT IS ENCOUNTERED ON THE ROADWAY DUE TO THIS WORK ANDAFTER IMPROVEMENTS BY MASSDOT, HIGHWAY DIVISION, THE GRANTEE WILL BE RESPONSIBLE TOPERFORM REPAIR OF THE TRENCH PLUS MILLING AND OVERLAYING THE ENTIRE PAVEMENT WIDTH,CURB TO CURB FOR A LENGTH TO BE DETERMINED BY THE MASSDOT, HIGHWAY DIVISION.

A THREE-YEAR PERFORMANCE BOND FOR THE AMOUNT OF $ 1,058,600.00 IS REQUIRED PRIOR TO STARTING ANY CONSTRUCTION WORK WITHIN THE STATE HIGHWAY LAYOUT.

All work is to be done as described herein and as shown on the plan(s) entitled "City of New Bedford, Massachusetts – Water System Improvements – Kings Highway, 12-inch Water Main Replacement Project" as drafted by CDM Smith, 260 West Exchange Street, Suite 300, Providence, RI 02903, tel.: (401) 751-5360 and dated February 2020. Additional plans provided are traffic management plans, drafted by CDM Smith and last revised April 2, 2020.

TEST PITS SHALL BE PERFORMED TO DETERMINE THE DEPTH, SIZE AND LOCATION OF THE EXISTING MAIN.

Page 27: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 3 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

THIS PERMIT IS BEING ISSUED FOR WORK WITHIN THE STATE HIGHWAY LAYOUT (S.H.L.O.) ONLY. AUTHORIZATION TO PERFORM ASSOCIATED WORK OUTSIDE OF S.H.L.O. MUST BE GRANTED BY IMPACTED PROPERTY OWNERS.

Prior to any work being done within the State Highway Layout, the Grantee(s) must upload/submit a Work Request in the State Highway Access Permit System (SHAPS) to obtain approval for the proposed work schedule. Said form to be completed/uploaded can be found under the Forms and Sample Submission Documents tab and is entitled "Work Request Form D1 - D5". One (1) of these forms must be uploaded by the close of business every Thursday for the entire duration of the project in order to request approval for the following week's work schedule.

The Grantee(s) must adhere to 520 CMR 14.00: Excavation and Trench Safety as promulgated by the Department of Public Safety in conjunction with the Division of Occupational Safety pursuant to authority granted by M.G.L. c. 82a § 1. If not already approved, a Trench Permit Rider must be completed and uploaded

to SHAPS before any trench work is performed under this Permit.

A Massachusetts Historical Determination has been submitted and is considered an integral part of this Permit.

The Grantee(s) shall be responsible for all litter and debris generated from their property during the work as described herein and/or from all prospective residents, visitors or patrons of all existing or proposed facilities mentioned herein. This responsibility shall remain in effect for the entirety of all current or future owners of said property. The Grantee(s)shall perform routine inspections and upkeep within the State Highway Layout. If conditions warrant an individual to enter in or within the proximity of a travelled way, the Grantee(s) shall assume all liability and responsibility for the removal of all litter and debris or the hiring of an appropriate party to perform such duties. Significant work within the travelled way may require a police detail. In consideration to all abutters, the Grantee(s) must take notice to the driftingof debris and the removal thereof. If it is found that this requirement is not being fulfilled in a satisfactory manner, MassDOT, Highway Division may decide to clean the area at the Grantee's expense.

CONTROLLED DENSITY FILL (CDF) WAIVER

At the written request of the Grantee(s) and approval from MassDOT, Highway Division, CDF is NOT required on this project for trenches greater than 48" in depth. The Grantee(s) shall perform the work for conventional backfill methods as follows:

1. All methods used to determine and verify the proper compaction of backfill shall be in accordance with AASHTO Standard Specifications of Density of Soil and Soil-Aggregate In-Place by Nuclear Methods (Shallow Depth) (Designation T238-86 Method B - Direct Transmission shall be used to determine in-place density) and Moisture Content of Soil and Soil-Aggregate In-Place by Nuclear Methods (Shallow Depth) (Designation T239-91). Backfill material shall be in accordance with MassDOT, Highway Division Standard Specifications, Section 150.64, Subsection C.

All methods and work shall be performed by a technician on location certified in "soils" by the New England Transportation Technician Certification Program (NETTCP). All data and results shall be submitted to the appropriate District Highway Director for its review and acceptance.

Soil compaction needs to be performed every 6 inches. Nuclear Gauge Density Testing shall be performed every 1'(foot) of depth and at least twice a week. Proctor/Sieve Analysis testing shall be performed once a week per source of material.

2. A Performance Bond in the (approximate) amount of $1,058,600.00 is required by the Grantee(s) to warranty thework described in this waiver. The Performance Bond must be submitted before any work commences on State

Page 28: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 4 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

Property. The life of the Performance Bond shall continue for three (3) additional years from the date MassDOT,Highway Division signs off on the permit.

The Performance Bond shall be in a form satisfactory to MassDOT, Highway Division, furnished by a surety companyincorporated pursuant to M.G.L. chapter 175, section 105 or authorized to do business in the Commonwealth underM.G.L. Chapter 175, section 106 and satisfactory to the awarding authority. The name of the agency or agent writingthese bonds shall be identified within the bond.

3. The Completion of Work Form shall be electronically uploaded, via the State Highway Access Permit System (SHAPS), as soon as possible after the completion of the physical work to begin the sign-off process. MassDOT, Highway Division, will hold the Permit on file for a period of not less than three (3) years.

4. The Grantee(s) shall assume full responsibility for the structural integrity of any trench described in this Permit. This responsibility shall remain in place for a period of three (3) years after the completion of work which time starts with MassDOT, Highway Division, receiving the Completion of Work Form.

The Grantee(s) shall immediately respond to trench maintenance requests by the District Highway Director. The Grantee(s) must respond within two (2) working days for non-emergency situations. Non-response within the specified time will result in the required maintenance work being done by MassDOT, Highway Division, with all expenses charged to the Grantee(s).

5. Supplying, positioning, adjusting, and re-positioning of all required signs and traffic warning devices shall be the responsibility of the Grantee(s). All signs and devices shall be in accordance with the current Manual on Uniform Traffic Control Devices. The number and location of all signs and devices shall be deemed necessary by the District Highway Director for the safe and efficient performance of the work and safety of the travelling public.

Care must be exercised so as not to disturb any existing State Highway Drainage or Traffic Duct/wiring Systems or any underground structures that exist. If said system is disturbed, it shall be restored immediately to its original condition. All expenses for restoring conditions shall be the responsibility of the Grantee(s).

6. Uniformed Police Officers or Certified Flaggers shall be provided and compensated by the Grantee(s) and shall be in attendance at all times until completion of the physical work.

"WORK WITHIN THE HARDENED SURFACE WITH CDF WAIVER APPROVED"

The pavement shall be saw-cut in neat, true lines along the length of the trench. The trench shall then be excavated, the utility installed, and backfilled. The backfill material shall consist of gravel or other suitable material conforming to MassDOT Specifications throughout, to a compacted depth of three inches below the existing surface.

The material shall be selected from excavation free from large lumps, clods, or rock placed between the pipe and the walls of the trench in layers not exceeding 6" (inches) in depth and thoroughly compacted. Each layer, if dry, shall be moistened and then compacted by rolling or by tamping with mechanical rammers. Special care shall be taken to thoroughly compact the fill under the haunches of the pipe or conduit. This method of filling and compacting shall be continued until the material is level with the top of the pipe or conduit. The remainder of the filling shall consist of suitable material placed in successive layers not more than 6" (inches) in depth. The top layer shall be thoroughly compacted to within 3" (inches) of the existing surface.

The trench will then be patched temporarily with a minimum of 3" (inches) of Surface Course placed in one layer to the finished grade of the roadway surface. Be advised that a temporary patch with a minimum of 4" (inches) of Surface Course is required on high traffic volume roadways.

Page 29: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 5 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

In the cases where the trench needs to include the repair of the entire travel lane/paved shoulder/curb-to-curb, the Grantee may patch the temporary trench with a minimum of 7" (inches) of Hot Mix Asphalt pavement or match existingthickness of this for the roadway, whichever is larger. Pavement composition must meet MassDOT's latest standards. Then after the 90-day settlement period (SOP HMD-75-03-1-000), the Grantee will have to mill 2" (inches) of the existingpavement and overlay the travel lane/paved shoulder/curb-to-curb with two 2" (inches) of Surface Course.

If required, steel plates may be utilized for the safety of overnight motorists. However, steel plates create a slippery surface and should only be used when necessary. The plates may need to be recessed to the finished grade of the roadway as directed by the Engineer. No plates may be left over the weekend. Therefore, the Grantee(s) shall schedulethe work accordingly.

Temporary patches shall remain in place for ninety (90) days before being replaced with permanent patch or until in the Engineer's judgment that final compaction and settlement of the trench area has taken place.

The Grantee(s) must then excavate the temporary patching and material to a depth of 7" (inches) below the existing surface and replace with the permanent patch which shall consist of 3" (inches) of Intermediate or Base Course, 2" (inches) of Intermediate Course, and 2" (inches) of Surface Course.

All abutting edges of the existing pavement shall be coated with hot poured joint sealer immediately prior to the placement of the permanent patch.

The District Office must be notified two days prior to starting this work, so that an inspector may be assigned. This mixmust be machine laid.

All traffic safety lines if disturbed shall be replaced in kind.

All trenches shall be maintained by the Grantee(s) from inception of this project at all times until the resurfacing of this particular portion of highway by MassDOT, Highway Division.

If it becomes necessary, MassDOT, Highway Division shall assign an inspector on any project and the inspector will bepaid for under a reimbursable account by the Grantee(s).

The Grantee(s) shall be responsible for the maintenance and repair of this portion of the roadway and shall perform routine inspections for deficiencies such as settling, heaving, cracks, etc. This responsibility shall remain in effect until the resurfacing of this particular portion of highway is performed by MassDOT, Highway Division.

THE BACKFILLING METHOD FOR WORK WITHIN THE SHOULDER AREA WILL BE AS FOLLOWS:

Backfill for conduit or pipe shall be selected from excavation free from large lumps, clods or rock placed between the pipe and the walls of the trench in layers not exceeding 6" (inches) in depth and thoroughly compacted. Each layer, if dry, shall be moistened and then compacted by rolling or by tamping with mechanical rammers. Special care should be taken to thoroughly compact the fill under the haunches of the pipe or conduit. This method of filling and compacting shall be continued until the material is level with the top of the pipe or conduit. The remainder of the filling shall consist of suitable material placed in successive layers not more than 6-inch in depth. Each layer shall be thoroughly compacted as specified above.

If the work is to be performed within the soft shoulder, the excavation might be performed within the immediate area along the edge of road and may diminish the integrity of the hardened surface. Therefore, if the excavation directly abuts or tapers under the hardened surface of the roadway, the opening must be backfilled with Controlled Density Fill (CDF) to prevent undermining and preserve the roadway.

Page 30: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 6 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

The Grantee(s) shall be responsible for the shoulder and roadway areas affected by the proposed work to be performed as described herein and shall routinely inspect said areas for deficiencies such as settling, heaving, cracks etc. This responsibility shall remain until work is performed at the subject location by MassDOT, Highway Division.

SIDEWALK RECONSTRUCTION

The sidewalk shall match the existing conditions and shall be reconstructed with 4" dense graded crushed stone with a3" hot mix asphalt top course laid in 2 lifts of 1.75" and 1.25", respectively, or 4" of cement concrete. If the cementconcrete sidewalk crosses a driveway, the driveway apron shall be constructed with 6" cement concrete.

The reconstructed sidewalk must be compacted and graded in such a manner that no ponding of water occurs within theHighway Layout. If such ponding results, the Grantee(s) shall be responsible for its correction.

Sidewalks and concrete wheelchair ramps shall be in conformance with the Architectural Access Board Regulationswithin all sidewalk areas located at drives or roadway intersections that may be included in this project.

The Grantee(s) shall be responsible for the maintenance and repair of the portion of the proposed sidewalk locatedwithin the State Highway Layout and shall routinely inspect the sidewalk for deficiencies such as settling, heaving,cracks etc. This responsibility shall remain in effect until MassDOT, Highway Division, or the Town reconstructs thesidewalk.

Upon completion of the work, the Grantee or Agent must upload into SHAPS, a letter from the local building inspector or governing authority, indicating the installed ramps and sidewalks are in conformance with AAB and ADA regulations.

UTILITY WORK IN DRIVE

Whereas the proposed work is to be performed within the apron of an existing drive, the Grantee(s) shall restore the drive with an eight-inch gravel base that has been machine compacted then paved with 4" (inches) of hot mix asphalt laid in two (2) courses consisting of a 2-1/2" (inch) intermediate course and a 1-1/2" (inch) surface course. Any hot mixasphalt berm or granite edging that exists in the driveway area must be sawcut and removed. The new pavement must butt into and not overlap the edge of the hardened surface of the roadway.

All abutting edges of the existing pavement shall be coated with hot poured joint sealer immediately prior to theplacement of the permanent bituminous concrete.

The Grantee(s) shall be responsible for this portion of the drive and shall routinely inspect it for deficiencies such assettling, heaving, cracks etc. Such deficiencies shall be corrected at the cost of the Grantee(s) and to the satisfaction ofthe Engineer.

DRAINAGE IMPACTS

Note that existing drainage lines are not located/marked out by Dig-Safe, therefore, care should be taken during excavation operations to ensure that drainage components located within the limit(s) of work are not impacted during work to be performed under this Permit. The Grantee may request drainage plans in anticipation of the work with the

Highway Maintenance Section at 508-884-4220. Be advised that if additional information is needed, the Grantee will

require to perform survey work of the drainage structures to identify the location of the drainage components.

If the work under this Permit includes the installation or relocation of drainage structures or work alters the existing State drainage system, the Grantee shall be responsible to clean the drainage system, including any other structure/drainage line/outfall within the project limits to ensure the drainage system works adequately.

Page 31: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 7 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

The Grantee(s) shall be responsible for any damage that occurs to said drainage components as a result of the work.

TIME RESTRICTIONS AND NOTIFICATIONS

Special attention shall be given when performing work that will impact MassDOT, Highway Division, snow and ice operations.

No work shall be performed on the hardened surface of the roadway between November 15th and April 1st of any year without prior written approval from the District Highway Director.

No pavement shall be laid between November 15th and April 1st of any year without prior written approval from the District Highway Director.

No work shall be performed on this project on Saturdays, Sundays, and Holidays, or on the Friday after a Thursday Holiday. Work is also restricted on the day before and the day after a long Holiday weekend without prior written approval by the District Highway Director.

No equipment, trucks, etc., shall occupy any part of the travelled way except between the hours as specified in this Permit. In no case will operations exceed the specified hours. This includes the placement of traffic control devices, equipment, or anything that restricts the flow of traffic through the construction zone. Any change in work hours will require prior written approval by the District Highway Director. The 12-minute rule will remain in effect for the duration of the permit.

All other work off the pavement on this project is restricted to a normal 8-hour day, Monday - Friday, with the prime Contractor and all subcontractors working on the same shift. Any change in work hours will require prior written approval by the District Highway Director.

GENERAL TRAFFIC MANAGEMENT AND SAFETY REQUIREMENTS

If required by MassDOT, Highway Division District 5, variable message boards (VMBs) shall be utilized as part of the approved traffic management plan under this Permit which must be properly secured with regards to hacking and unauthorized tampering prevention. The Grantee(s) shall adhere to all appropriate security specifications and take all necessary precautions to mitigate the risk of the boards being hacked. All VMBs shall be stored in a secured area and shall have a lockable, weatherproof enclosure for the operator interface, removable local keyboards which shall be removed whenever possible, and a password protected controller with local administrative passwords changed on a regular basis.

When any portion of the roadway will be blocked with equipment to facilitate the proposed work, the Grantee(s) will berequired to adhere to the attached Traffic Management Plan (TMP) or submit a proposed TMP to MassDOT, Highway Division, to be reviewed and approved by the District Traffic Maintenance Engineer prior to working within or impacting the roadway. The plan must include information relating to proper signing, traffic control device placement and police details.

It is imperative to maintain two-way traffic at all times and these operations are managed so that motorists travel "delay" is minimized. At any time during the operation when a traffic delay of over twelve (12) minutes occurs and the situation is worsening, the Resident Engineer, Contractor, or Police Detail will begin to suspend operations. Continuously increasing "delays" of over twelve (12) minutes are not to be permitted.

If traffic must be "stopped", the duration shall not be more than five (5) minutes.

Page 32: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 8 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

Uniformed State/Local Police Officer(s) and their official vehicle(s) may be necessary to provide protection for those installing and removing all temporary traffic warning signs and devices and to perform all traffic management as required.

The Grantee(s) will monitor the flow of traffic during peak traffic volumes and if necessary, shall suspend all operations. Work will resume at the discretion of the Police detail officer and/or to the satisfaction of the supervising MassDOT, Highway Division, Engineer.

In the event of inclement weather or dense fog, which lessens the visibility of advance warning signs, vehicles and workers, the Grantee(s) will suspend all operations so as not to interfere with the safety of the motoring public and the operations of work. In the event of snow or icing conditions, all vehicles and equipment must be removed from the roadway and/or shoulder area so as not to interfere with Snow and Ice Operations.

The Grantee(s) shall provide safe and ready means of access and egress to all public and private roads and drives 24 hours per day. Every effort must be made as not to interfere with or inconvenience all abutters throughout the duration of this project.

Signs and traffic control devices are required for advance notice of the work and within the work area.

The Grantee(s) or Applicant will supply all required signs and traffic warning devices and shall be in accordance with the Massachusetts Manual on Uniform Traffic Control Devices. The number and location of all signs and devices shall be deemed necessary by the Engineer for the safe and efficient performance of the work and the safety of the travelling public.

All warning devices shall be subject to removal, replacement, and/or repositioning by the applicant as often as deemed necessary by the Engineer.

Cones or non-reflectorized warning devices shall not be left in operating position on the highway when the daytime operations have ceased. If it becomes necessary for MassDOT, Highway Division, to remove the construction warning devices or their appurtenances from the project due to negligence by the applicant, all costs for this work will be charged to the Grantee(s).

All vehicles, except passenger's cars, which are assigned to the permitted project and which operate on the site at speedsof 25 MPH or less, shall have an official SLOW-MOVING VEHICLE emblem displayed. All vehicles and equipment on this project must be equipped with back-up alarms.

All personnel who are working on the travelled way or breakdown lanes shall wear approved safety vests and hard hats.

GENERAL CONDITIONS AND APPROVED PROCEDURES

The Grantee(s) must contact the "Dig Safe" Center at 811 to obtain a "Dig Safe" number prior to starting the proposed excavation for the purpose of identifying the location of underground utilities.

Page 33: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 9 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

IF THE PROPOSED WORK FALLS WITHIN THE AREA OF A SIGNALIZED INTERSECTION, the Grantee(s) must contact the District Traffic Maintenance Engineer at (508) 884-4208 at least two (2) weeks prior to the commencement of said work to locate the existing traffic signal conduit/detectors and to coordinate this work so as not to disturb the traffic signals. The Grantee(s) shall provide the District Traffic Maintenance Engineer with the Permit number, the approximate Stations where the work will take place, and the limits of the work. The Grantee(s) will be responsible for marking the limits of the work in the field so that MassDOT, Highway Division, can mark the locations of all existing traffic signal conduit/detectors within those limits. The Grantee(s) will be responsible to repair/replace alldamaged items and will be billed for any cost incurred to restore normal operation to MassDOT, Highway Division, signal equipment to the satisfaction of the Engineer.Unless otherwise stated, no hardened surface of the State Highway may be disturbed.

When an opening in the roadway is required and permitted herein, the opening must be as small as possible to perform the proposed work.

If the integrity of any existing sidewalks, catch basins, manholes or any other underground structures or equipment is compromised, the Grantee(s) will reconstruct and/or replace all items according to MassDOT, Highway Division, Standards at the cost of the Grantee(s) and to the satisfaction of the Engineer.

The Grantee(s) must not disturb or remove any MassDOT, Highway Division, bound(s) (MHB) associated with this project. If so disturbed or missing, the bound(s) must be reset/replaced by a Registered Land Surveyor. All procedures and materials must be in compliance with Massachusetts Design and Construction Standards. A copy of the paid bill must be submitted to this office upon completion of said work.

All traffic safety lines if disturbed shall be replaced in kind.

All disturbed areas within the State Highway Layout must be graded, loamed, and seeded to the Engineer's satisfaction.

All debris and litter remaining from the proposed construction shall be removed by the Grantee(s) and the area left cleandaily.

DRAINAGE AND UTILITY CASTINGS

"The use of risers to adjust drainage and utility structures will not be allowed. All adjustment work done to existing or new drainage structures shall conform to Section 220 of MassDOT, Highway Division, Standard Specifications and according to Plates 201.3.0 and 202.9.0 of MassDOT, Highway Division, Construction Standards."

ENVIRONMENTAL LIABILITY AND COMPLIANCE

The Grantee(s) assumes all risk associated with any environmental condition within the subject property and shall be solely responsible for all costs associated with evaluating, assessing, and remediating, in accordance with all applicable laws, any environmental contamination (1) discovered during Grantee's work or activities under this Permit to the extent such evaluation, assessment or remediation is required for Grantee's work, or (2) resulting from the Grantee's work or activities under this Permit. The Grantee(s) shall notify MassDOT, Highway Division, of any such assessment and remediation activities.

Page 34: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 10 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

The Grantee(s) is hereby held solely responsible for obtaining and maintaining any and all environmental compliance permits required by local, state, and federal laws and regulations when regular or emergency work is proposed within, or in close proximity to, any wetland area. These environmental compliance requirements include, but are not limited to, a Negative Determination of Applicability or Order of Conditions from the local Conservation Commission, a WaterQuality Certificate from the Department of Environmental Protection, and a Programmatic General Permit from the U.S. Army Corps of Engineers. The Grantee(s) shall forward to MassDOT, Highway Division, a copy of each such environmental compliance permit.

CLOSING CONDITIONS

All of said work shall comply with the terms and conditions herein and must be done as directed by and to the satisfaction of the engineer.

All work done under this contract shall be in conformance with the 2020 Edition of the MassDOT Highway Division Standard Specifications for Highways and Bridges. All construction shall conform to the October 2017 edition of the Massachusetts Department of Transportation, Highway Division "Construction Standard Details (English Edition)"; the latest Manual on Uniform Traffic Control Devices with Massachusetts Amendments; the latest edition to the following: the 1996 Construction and Traffic Standard Details (as related to Traffic Standard details only); the 1990 Standard Drawings for Traffic Signs and Supports; the 1968 Standard Drawings for Traffic Signals and Highway Lighting; the latest edition of American Standard for Nursery Stock; the Plans and these Special Provisions.

The Grantee(s) shall indemnify and save harmless the Commonwealth and MassDOT, Highway Division, against all suits, claims or liability of every name and nature arising at the time out of or in consequence of the acts of the Grantee(s) in the performance of the work covered by this Permit and/or failure to comply with the terms and conditionsof this Permit whether by themselves or their employees or subcontractors.

It is noted that the Grantee(s) will be responsible for future corrective actions resulting from defective work under the subject permit. Any damage to the roadway and/or shoulder as a result of the permitted work is the Grantee's responsibility and shall be repaired at his/her expense.

The Completion of Work Form and supporting photos shall be electronically uploaded, along with local AAB approval (if required), via the State Highway Access Permit System (SHAPS), as soon as possible after the completion of the physical work to begin the sign-off process.

MassDOT, Highway Division, will hold the Permit on file for a period of not less than three (3) years. If the Completion of Work Form is not uploaded, the liability assumed under this Permit will continue.

A copy of this Permit must be on the job site at all times for inspection. Failure to have this Permit available at the site will result in suspension of the rights granted by the Permit.

"FOLLOWING CONDITIONS APPLY TO PERMITS"Conditions Relating Particularly to Permits for the Laying of Pipes, Conduits, etc.

After any pipes, conduits, drains or other underground structures are laid, or any excavation is made in the roadway, thetrenches or openings shall be properly backfilled with suitable material, the back-filling shall be thoroughly tamped, andthe surface of the road over said structures shall be left even with the adjoining ground. If the work is done in cold weather no frozen material shall be used for backfilling.

Wherever the hardened surface of the roadway, gutters, or any part of the surface of the highway is disturbed it shall be replaced in as good condition as before it was disturbed, and if new materials are required, they shall correspond with those already in place on the road.

Page 35: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 11 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

Where service pipes are to cross the highway, the connections shall be made without disturbing the hardened surface of the roadway, by driving the pipes under the roadway, or the service pipes shall be carried under and across the road in a larger pipe, unless otherwise ordered by the Director.

The Grantee shall maintain the surface of the roadway over said structures as long as MassDOT may deem necessary, until all signs of the trenches shall have been eliminated.

CONDITIONS RELATING PARTICULARLY TO PERMITS FOR THE ERECTION OF POLES, WIRES, AND OVERHEAD STRUCTURES, AND THE CUTTING AND TRIMMING OF TREES

In the erection of pole lines, unless otherwise herein provided, no trees located within the limits of the State Highway shall be cut or trimmed. No guy wires shall be attached to trees without a special permit from MassDOT, and in no event shall they be so attached as to girdle the trees or in any way interfere with their growth. The wires shall be so protected at all time and places that they shall not interfere with or injure the trees either inside or outside the location ofthe highway.

Where the cutting or trimming of trees is authorized by this permit, only such cutting and trimming shall be done as may be designated by the Director.

In the construction or reconstruction of pole lines no guy wires shall be erected nearer to the surface of the ground than six feet; provided, however, that the owners of such lines may maintain such guy wires at a lower elevation than six feetfrom the ground until such time as MassDOT shall notify them to remove said wires or to the elevation first stated.

In order to protect the trees through which any wires may pass, said wires shall be insulated and such other tree guards used as may be directed by the Director.

Where high tension wires are erected under this permit, they shall be so located that, under conditions of maximum severity as regards a coating of ice or snow, there shall be a space of at least eight feet between such high-tension wires and other wires.

The Grantee shall, within sixty days from the date of completion of the work, file in the office of MassDOT a plan showing the location of each pole erected in accordance with the permit, said plan to be of such size and in such form asMassDOT may direct.

GENERAL AND ADDITIONAL CONDITIONS

Whenever the word "MassDOT" is used herein it shall mean the Massachusetts Department of Transportation of the Commonwealth of Massachusetts.

Whenever the word "Director" is used herein it shall mean the District Highway Director or other authorized representative of MassDOT.

Whenever the word "Grantee" is used herein it shall mean the person or persons, corporation or municipality to whom this permit is granted, or their legal representatives.

During the progress of the work all structures underground and above ground shall be properly protected from damage or injury; such barriers shall be erected and maintained as may be necessary for the protection of the traveling public; the same shall be properly lighted at night; and the Grantee shall be responsible for the damages to persons or property due to or resulting from any work done under this permit.

Page 36: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

5-2019-0674

Page 12 of 13

District 5, 1000 County Street Taunton, MA 02780

Tel: (508) 824-6633, FAX: (508) 880-6102

www.mass.gov/orgs/highway-division

Except as herein authorized, no excavation shall be made, or obstacle placed within the limits of the State highways in such a manner as to interfere unnecessarily with the travel over said road.

lf any grading of sidewalk work done under this permit interferes with the drainage of the State highway in any way, such catch basins and outlets shall be constructed as may be necessary, in the opinion of the Director, to take proper care of such drainage.

Wherever the hardened surface of the roadway is disturbed and the Director may consider it necessary or advisable to do so, said surface will be restored by the employees of MassDOT, at such time as MassDOT may direct, and the expense thereof shall be borne by the Grantee, who shall purchase and deliver on the road the materials necessary for said work if and when directed by the Director. All payments to the supplier and to laborers, inspectors, etc., employed by MassDOT for or on account of the work herein contemplated shall be made by said Grantee forthwith on receipt of written orders, pay rolls, or vouchers approved by MassDOT.

IF THE GRANTEE DOES ANY WORK CONTRARY TO THE ORDERS OF THE DIRECTOR, AND, AFTER DUE NOTICE, FAILS TO CORRECT SUCH WORK OR TO REMOVE STRUCTURES OR MATERIALS ORDERED TOBE REMOVED, OR FAILS TO COMPLETE WITHIN THE SPECIFIED TIME THE WORK AUTHORIZED BY TIDS PERMIT, MASSDOT MAY, WITH OR WITHOUT NOTICE, CORRECT OR COMPLETE SUCH WORK IN WHOLE OR IN PART, OR REMOVE SUCH STRUCTURES OR MATERIALS, AND THE GRANTEE SHALL REIMBURSE MASSDOT FOR ANY EXPENSE INCURRED IN CORRECTING AND/OR COMPLETING THE WORK OR REMOVING THE STRUCTURES OR MATERIALS.

ALL OF THE WORK HEREIN CONTEMPLATED SHALL BE DONE UNDER THE SUPERVISION AND TO THESATISFACTION OF THE MASSACHUSETTS DEPARTMENT OF TRANSPORTATION, AND THE ENTIRE EXPENSE THEREOF SHALL BE BORNE BY THE GRANTEE.

On the completion of the work herein contemplated all rubbish and debris shall be removed and the roadway and roadsides shall be left neat and presentable and satisfactory to the Director.

MassDOT hereby reserves the right to order the change of location or the removal of any structure or' structures authorized by this permit at any time, said change or removal to be made by and at the expense of the Grantee or its I their successors or assigns.

This permit may be modified or revoked at any time by MassDOT without rendering said MassDOT or the Commonwealth of Massachusetts liable in any way.

The Grantee shall pay the salary, subsistence and travel expenses of any inspector appointed by MassDOT to supervise the work herein contemplated.

All of the above conditions shall be applicable to the work herein authorized, unless the same are inconsistent with the conditions on the face of the permit, in which case the conditions written or printed on the face of the permit shall apply.

The acceptance of this permit or the doing of any work thereunder shall constitute an agreement by the Grantee to comply with all of the conditions and restrictions printed or written herein.

Page 37: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Charles D. Baker. GovernorKaryn E. Polito, Lieutenant GovernorStephanie Pollack, Secretary & CEOJonathan L. Gulliver, Highway Administrator

District 5, 1000 County Street Taunton, MA 02780Tel: (508) 824-6633, FAX: (508) 880-6102www.mass.gov/orgs/highway-division

Approved Signature

____________________________Mary-Joe Perry by B.T.District Highway Director Date of Issue: April 28, 2020 Permit Expiration: Wednesday, April 28, 2021

Page 38: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

 

 

Appendix B 

Tie Cards 

Page 39: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 40: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 41: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 42: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 43: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 44: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 45: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 46: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 47: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 48: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 49: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

 

 

Appendix C 

Test Pit and Boring Logs 

Page 50: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 51: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-1 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 01/28/19 9:00am Date End: 01/28/19 12:30pm Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 01/28/19

Depth: ~ 8’3”

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’ – 2’ 24” 10” 2-3-3-3 Dry, loose, brown FINE SAND, trace fine gravel.

-

-

-

5’0” S-2 5’ – 7’ 24” 15” 9-10-11-10 Dry, medium dense, brown FINE SAND, trace organic

- matter (roots).

-

-

- 10’

10’0” S-3 10’ – 12’ 24” 17” 29-40-40-50 Moist, very dense, tan-gray FINE SAND AND GRAVEL,

- trace coarse gravel.

-

-

-

15’0” S-4 15’ – 17’ 24” 11” 29-60-51-17 Wet, very dense, tan FINE TO COARSE SAND AND

- GRAVEL.

-

-

- S-5 19’ – 21’ 24” 10 10-16-13-15 Wet, medium dense, light tan FINE SAND, some coarse

20’0” 21’ sand and gravel.

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 52: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-2 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 01/28/19 Date End: 01/28/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 01/28/19

Depth: ~ 8’5”

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’ – 2’ 24” 4” 2-4-9-15 Dry, medium dense, dark brown FINE SAND (TOPSOIL.)

-

-

-

5’0” S-2 5’ – 7’ 24” 3” 7-7-11-27 Dry, medium dense brown FINE SAND, trace coarse

- gravel, rock in tip of spoon.

-

-

- 10’

10’0” S-3 10’ – 12’ 24” 9” 32-34-37-40 Wet, very dense, tan FINE SAND AND GRAVEL, some

- coarse gravel, trace inorganic silt.

-

-

-

15’0” S-4 15’ – 17’ 24” 8” 20-29-60-34 Wet, very dense, tan FINE TO COARSE SAND AND

- GRAVEL.

-

-

- S-5 19’ – 21’ 24” 13” 11-15-21-16 Wet, dense, tan FINE TO COARSE SAND AND GRAVEL.

20’0” 21’

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 53: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-3 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02-06-2019 12:15pm Date End: 02/06/2019 2:40pm Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 01/28/19

Depth: ~ 11’3”

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- 0’ – 5’ Vacuum excavated to 5’, utility clear.

-

-

-

5’0” S-1 5’ – 7’ 24” 14” 5-6-14-16 Dry, medium dense tan, FINE SAND, some fine gravel,

- trace inorganic silt.

-

-

- 10’

10’0” S-2 9’ - 11’ 24” 13” 28-84-66-56 Moist, very dense, tan FINE SAND AND GRAVEL.

-

-

-

- S-3 14’ – 14’9” 9” 6” 47-100/3” Wet, very dense, FINE TO COARSE SAND AND

15’0” GRAVEL.

-

-

-

- S-4 19’ – 21’ 24” 14” 48-46-33-33 Wet, very dense, tan FINE TO COARSE SAND AND

20’0” 21’ GRAVEL.

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 54: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-4 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02-08-19 Date End: 02/08/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/08/19

Depth: ~ 4’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’- 2’ 24” 18” 4-4-6-7 Dry, medium dense, brown-tan-gray FINE SAND, trace

- inorganic silt.

-

- S-2 4’ – 6’ 24” 18” 9-8-36-29 Wet, dense, tan FINE SAND AND GRAVEL, trace

5’0” inorganic silt.

-

-

-

- S-3 9’ - 11’ 24” 6” 93-15-14-24 Wet, dense, tan SAND AND COARSE GRAVEL, trace

10’0” Inorganic silt.

-

-

-

- S-4 14’ – 16’ 24” 10” 6-7-8-9 Wet, medium dense, tan SAND AND GRAVEL, trace

15’0” inorganic silt.

-

-

-

- S-5 19’ – 21’ 24” 10” 7-16-17-13 Wet, dense, tan SAND AND GRAVEL, trace inorganic silt.

20’0” 21’

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 55: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-7 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02-08-19 Date End: 02/08/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/08/19

Depth: ~ 4’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’- 2’ 24” 20” 2-3-6-14 Dry, medium dense, tan-brown FINE SAND AND GRAVEL.

-

-

- S-2 4’ – 6’ 24” 10” 17-31-41-26 Wet, very dense, tan SAND AND COARSE GRAVEL,

5’0” trace inorganic silt.

-

-

-

- S-3 9’ - 11’ 24” 8” 47-28-11-19 Wet, dense, SAND AND COARSE GRAVEL, trace

10’0” inorganic silt.

-

-

-

- S-4 14’ – 16’ 24” 8” 71-25-13-11 Wet, very dense, tan SAND AND GRAVEL, trace inorganic

15’0” silt.

-

-

-

- S-5 19’ – 21’ 24” 12” 9-9-8-9 Wet, medium dense, tan SAND AND GRAVEL, trace

20’0” 21’ inorganic silt.

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 56: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-8 Project: CDM Smith – Kings Highway Plaza (Gas Station)

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/07/19 Date End: 02/07/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/07/19

Depth: ~ 5’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’- 2’ 24” 6” 2-15-26-15 Damp, dense, brown SILT SAND AND COARSE

- GRAVEL.

-

-

5’0” S-2 5’ – 7’ 24” 12” 15-17-19-14 Wet, dense, tan SILT, SAND AND GRAVEL (TILL.)

-

-

- 9’

- 10’ Encountered BOUDLER 9’ to 10’

10’0”

-

-

-

-

15’0” S-3 15’ – 17’ 24” 12” 16-17-18-31 Wet, dense, tan SAND AND GRAVEL, trace inorganic

- silt.

-

-

- S-4 20’ – 22’ 24” 12” 21-20-32-28 Wet, dense, tan SAND AND GRAVEL, trace inorganic silt.

20’0” 21’

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 57: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-9 Project: CDM Smith – Kings Highway Plaza .

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/06/19 Date End: 02/06/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/06/19

Depth: ~ 11’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- 0’ – 5’ Vacuum excavated to 5’, utility clear.

-

-

-

5’0” S-1 5’ – 7’ 24” 6” 9-11-11-18 Dry, medium dense, tan FINE TO COARSE SAND.

-

-

- 9’

- S-2 9’ – 11’ 24” 10” 15-20-50-47 Moist, very dense, tan FINE SAND AND GRAVEL, some

10’0” inorganic silt.

-

-

-

- S-3 14’ – 16’ 24” 14” 16-16-20-21 Wet, dense, tan FINE SAND AND GRAVEL.

15’0”

-

-

- S-4 18’ – 20’ 24” 10” 15-19-17-70 Wet, dense, tan FINE SAND AND GRAVEL.

- 20’

20’0” Bottom of Exploration = 20’

-

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 58: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-10 Project: CDM Smith – Kings Highway Plaza (Aarons)

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/06/19 Date End: 02/06/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/06/19

Depth: ~ 11’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’ – 2’ 24” 12” 2-6-5-4 Damp, medium dense, brown SAND AND GRAVEL, trace

- inorganic silt.

-

- S-2 4’ – 6’ 24” 14” 14-17-23-17 Wet, dense, tan SAND AND GRAVEL, trace inorganic silt.

5’0”

-

-

-

- S-3 9’ - 11’ 24” 12” 21-14-17-21 Wet, medium dense, tan /gray SAND AND GRAVEL, trace

10’0” inorganic silt.

-

-

-

- S-4 14’ – 15’4” 16” 8” 28-14-100/4” Wet, very dense, tan SAND AND GRAVEL, trace inorganic silt.

15’0”

-

-

-

- S-5 19’ – 19’4” 4” 3” 100/4” Wet, dense, tan SAND AND GRAVEL.

20’0” 21’

- Bottom of Exploration = 21’

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 59: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-11 Project: CDM Smith – Kings Highway Plaza (Wendy’s)

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/11/19 Date End: 02/11/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/11/19

Depth: ~ 4’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’ – 2’ 24” 12” 4-3-2-2 Dry, loose, tan SILTY SAND, trace gravel.

-

-

- S-2 4’ – 6’ 24” 18” 18-18-22-22 Wet, dense, tan SAND AND GRAVEL, trace inorganic silt.

5’0”

-

-

-

- S-3 9’ – 9’8” 8” 6” 17-100/2” Wet, very dense, tan SAND AND GRAVEL, trace inorganic

10’0” silt.

-

-

-

- S-4 14’ – 16’ 24” 6” 20-17-13-17 Wet, dense tan SAND AND GRAVEL, trace inorganic silt,

15’0” trace 1” stones.

-

-

-

- S-5 19’ – 20’4” 16” 8” 21-23-100/4” Wet, very dense, SAND AND GRAVEL, trace inorganic

20’0” 20’4” silt.

- Bottom of Exploration = 20’4”

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 60: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-12 Project: CDM Smith – Kings Highway Plaza

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/07/19 Date End: 02/07/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/07/19

Depth: ~7’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- S-1 0’ – 2’ 24” 18” 14-11-15-20 Dry, medium dense, brown FINE SAND AND GRAVEL.

-

-

- S-2 4’ – 6’ 24” 12” 2-1-3-19 Wet, loose, dark brown FINE SAND, some organic silt.

5’0”

-

-

-

- S-3 9’ – 11’ 24” 9” 13-15-17-14 Wet, medium dense, dark brown FINE SAND, some fine to

10’0” coarse gravel.

-

-

-

- S-4 14’ – 15’3” 15” 17” 27-12 Wet, very dense, brown and gray FINE SAND AND

15’0” 100/3” GRAVEL, some coarse gravel.

-

- 18’ Top of Possible weathered BEDROCK at 18’.

- Advanced to 19’ and sampled.

- S-5 19’ – 19’4” 4” 4” 100/4” Wet, very dense, possible BEDROCK.

20’0” 21’

- Bottom of Exploration = 20’4”

-

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 61: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

(603) 437-1610 New England Boring Contractors

P.O. Box 165

Derry, NH 03038

Fax: (603) 437-0034

Boring # B-13 Project: CDM Smith – Kings Highway Plaza

Project # 40871

Project Address: 1024 Kings Highway City: New Bedford State: MA

Zip:

Date Start: 02/07/19 Date End: 02/07/19 Location: See Plan

Casing: HW 4”

Fall: 24” Hammer: 300lbs

Sampler: S/S

140lbs Fall:30”

Sampler: 1-3/8 in. I.D. 30 in.

G R O U N D W A T E R O B S E R V A T I O N

Date: 02/07/19

Depth: ~7’

Casing:

Stabilization Period

DP S./# DEPTH PEN REC BLOWS/6” S/C SAMPLE DESCRIPTION

- 2” ASPHALT

- S-1 0’ – 2’ 24” 8” 7-8-9-5 Dry. medium dense, brown-tan SAND AND GRAVEL, trace

- inorganic silt.

- 5’

5’0” S-2 5’ – 7’ 24” 10” 13-17-18-14 Wet, dense, tan/gray FINE SILTY SAND, trace gravel.

-

-

-

-

10’0” S-3 10’ – 10’11” 11” 3” 10-100/5” Wet, very dense, tan/brown/gray FINE SILTY SAND,

- some weathered bedrock. Spoon refusal on 2’ boulder.

-

-

- 15’

15’0” S-4 15’ - 17’ 24” 8” 24-97-37-24 Wet, very dense, dark brown FINE SAND, trace inorganic

- silt. (weathered rock.)

-

-

-

20’0” S-5 20’ – 20’5” 5” 4” 100/5” Wet, very dense, dark brown FINE SAND, trace inorganic

- 20’5” silt, (weathered bedrock.)

- Bottom of Exploration = 20’5”.

-

-

25’0”

-

-

-

-

30’0”

-

Drillers. Samuel Cooley Helper: Adam Ford Inspector: None

Remarks: Acker Soil Scout on Tracks, Cathead rope and 140#safety hammer.

S/#: Sample PEN: Penetration REC: Recovery S/C: Strata Change

Page 62: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

 

 

Appendix E 

Massachusetts Water Resource Authority (MWRA)

Standard Operating Procedures for Performing

Construction Work on Pipelines - Dechloramination

Information and Tables 

Page 63: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 64: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 65: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 66: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 67: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 68: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 69: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 70: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 71: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 72: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 73: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 74: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 75: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 76: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 77: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 78: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 79: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 80: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 81: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 82: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 83: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 84: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 85: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 86: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 87: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 88: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 89: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 90: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 91: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 92: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 93: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 94: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 95: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 96: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 97: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 98: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 99: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 100: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 101: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,
Page 102: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

CITY OF NEW BEDFORD

MASSACHUSETTS

NON-COLLUSION AND TAX COMPLIANCE FORM

CERTIFICATE OF NON-COLLUSION

The undersigned certified under penalties of perjury that this bid has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity or group of individuals. Signature of individual submitting bid Name of business/organization

TAX COMPLIANCE CERTIFICATION

Pursuant to M.G.L. c. 62C, §49A, I certify under the penalties of perjury that, to the best of my knowledge and belief, I am in compliance with all laws of the Commonwealth relating to taxes reporting of employees and contractor, and withholding and remitting child support. Signature of person submitting bid Name of business

Page 103: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

CITY OF NEW BEDFORD

MASSACHUSETTS

VOTE OF CORPORATION AUTHORIZING

EXECUTION OF CORPORATE AGREEMENTS

At a meeting of the Board of Directors of __________________duly called and held on

_________________, 20_____ at which a quorum was present and acting throughout, the

following vote was duly adopted.

VOTED: That ____________________________, the_________________________ of the

corporation, be and hereby is authorized to affix the Corporate Seal, sign and deliver in the name

and behalf of the corporation contract documents with the City of New Bedford, the above

mentioned documents to include but not be limited to Bids, Proposals, Deeds, Purchase and

Sales Agreements, Agreements, Contracts, Leases, Licenses, Releases and Indemnifications; and

also to seal and execute, as above, surety company bonds to secure bids and proposals and the

performance of said contract and payment for labor and materials, all in such form and on such

terms and conditions as he/she, by the execution thereof, shall deem proper. A true copy

ATTEST:

______________________________________ Name (printed) ______________________________________ (Affix Corporate Seal) Signature ______________________________________ ______________________ Title Date

Page 104: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

OSHA CERTIFICATION REQUIREMENT

Effective July 1, 2006, all employees of a contractor to be employed on public building and

public works worksites must have successfully completed at least a 10 hour course in construction safety and health approved by OSHA at the time the employee begins work. I, ___________________________, as ______________________________, of the (Print Name) (Position with the entity submitting bid) joint venture/corporation/partnership or other legal entity submitting this bid for a public works

project falling under §39M of Chapter 30 of the Massachusetts General Laws and Chapter 149 of

the same, do hereby certify that any and all employees found on my worksite for this project

have, or will have by the start of their work on the project, successfully completed a course in

construction safety and health approved by the United States Occupational Safety and Health

Administration that was at least 10 hours in duration.

A copy of the OSHA completion cards for each employee must be submitted to the City of New

Bedford before work on this project is to begin and must be supplemented as new employees are

hired or contracted to work on this project.

_______________________________________, as Signature ________________________________________, of Position ________________________________________, on Company/Corporation/Joint Venture/Partnership/Etc. ________________________ Date

Page 105: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

CONTRACTOR CERTIFICATION

As evidenced by the signature of the Contractor’s Authorized signatory below, the Contractor certifies under the pains and penalties of perjury that the Contractor shall not knowingly use undocumented workers in connection with the performance of any City contract; that pursuant to federal and state requirements, the Contractor shall verify the immigration status of all workers assigned to such contracts without engaging in unlawful discrimination; and that the Contractor shall not knowingly or recklessly alter, falsify, or accept altered or falsified documents from any such worker(s). The Contractor understands and agrees that breach of any of these terms during the period of each contract may be regarded as a material breach, subjecting the Contractor to sanctions, including but not limited to monetary penalties, withholding of payments, contract suspension or termination. _____________________________ Contractor Authorized Signature __________________ Printed Name __________________ Date Title: ______________________ Telephone: _________________ Fax: ________________________ Email: ___________________

Page 106: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

Commonwealth of Massachusetts

BIDDERS CERTIFICATE OF UNDERSTANDING

Equal Employment Opportunity Provisions Contractor _________________________________________________________ Project _________________________ Address __________________________________________________Tel. # _____________________ Project # ______

________________________________________________ Fax # _____________________ I, the undersigned, understand that: A. Minority Business Enterprises are to be awarded at least 11% of the total contract amount for construction/public works projects. B. Woman Business Enterprises are to be awarded at least 5% of the total contract amount for construction/public works

projects. C. Disadvantaged Business Enterprises are to be awarded at least 4% of the total contract amount for airport projects. D. All required MBE/WBE/DBE forms included in Instructions to Bidders are to be completed and submitted with the bid. E. Prior to award of the contract, a pre-construction conference must be held (to be attended by the general contractor and all subcontractors, regardless of tier) at which time the following requirements will be discussed:

1. Weekly Workforce Utilization Reports (Form CAD85) are to be submitted weekly with payroll reports within five (5) days of last payroll;

2. Quarterly Manpower Projection Tables (Form CAD85-1) are to be submitted with the Start of Construction notification;

3. Any project in the amount of $100,000+ is subject to the New Bedford Resident Hiring and the Responsible Employer Plan ordinances;

4. A minimum goal of 18% minority manpower utilization, in terms of total work hours in the aggregate workforce, in each trade or craft, on each project, will be maintained. The goal for female manpower utilization will be maintained at 6.9% according to regulations;

5. Minority and female work hours are to be uniform in each trade, and minorities and females are to be employed evenly on each project;

6. Minority or female employees are not be transferred from project to project for the purpose of meeting goals;

7.A roster of all minority and/or female applicants for employment must be maintained at each project site (Federal & Non-Federal) in the New Bedford Hometown Plan Area.

E. The submission of the above reports and adherence to hiring practices and equal opportunity performance of subcontractors is the responsibility of the prime contractor. The bidder hereby certifies that he/she shall comply with the minority manpower ratio and specific affirmative action steps contained in the EEO above, including compliance with the minority contractor compliance specifications. The Contractor receiving the award of the contract shall be required to obtain from each of its subcontractors, and submit to the contracting or administering agency prior to the performance of any work under said contract, a certification by said sub-contractor, regardless of tier, that it will comply with the minority manpower ratio and specific affirmative action steps contained in this appendix. _____________________________________________________________________ ______________________ Authorized Signature Date _____________________________________________________________________ ______________________ Name (Please Print or Type) Title

Submit with Bid

Page 107: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

SCHEDULE OF PARTICIPATION

DISADVANTAGED/MINORITY / WOMAN BUSINESS ENTERPRISES

to be completed by the Bidder

Item I - Minority Or Disadvantaged Business Enterprise Participation

1. Name: __________________________________________________________________________________

Address: ________________________________________________________________________________

Nature of Participation: ____________________________________________________________________

Dollar Value / % of Bid: ____________________________

2. Name: __________________________________________________________________________________

Address: ________________________________________________________________________________

Nature of Participation: ____________________________________________________________________

Dollar Value / % of Bid: ___________________________

TOTAL BID PRICE TOTAL DBE or MBE COMMITMENT

$_______________________ $_________________________ _____________%

Item II – Woman Or Disadvantaged Business Enterprise Participation

1. Name: __________________________________________________________________________________

Address: ________________________________________________________________________________

Nature of Participation: ____________________________________________________________________

Dollar Value / % of Bid: ____________________________

2. Name: __________________________________________________________________________________

Address: ________________________________________________________________________________

Nature of Participation: ____________________________________________________________________

Dollar Value / % of Bid: ___________________________

TOTAL BID PRICE TOTAL WBE or DBE COMMITMENT

$_______________________ $_________________________ _____________%

The bidder agrees to furnish implementation reports, as required by the awarding authority, to indicate the MBE/WBE or

DBE which it has used or intends to use. Breach of this commitment constitutes a breach of the contract.

General Bidder: _______________________________________________________________________________

Signature: ______________________________________________________ Date: ______________________

Submit with Bid

Page 108: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

LETTER OF INTENT

to be completed by the DBE/MBE/WBE

This form is to be completed by the DBE or MBE and WBE and must be submitted by the General Bidder as part

of the Bid Proposal. A separate form must be completed for each MBE, WBE or DBE involved in the project.

Project Title: ____________________________________________________ Project Location: ______________________ To: _________________________________________________________

(Name of Bidder) From: _________________________________________________________________ _____________________

(Name of DBE/MBE/WBE) Indicate DBE/MBE/WBE Status I / we intend to perform work in connection with the above project as (Check One)

{ } an individual { } a partnership { } a corporation { } a joint venture with: _____________________________ { } other (explain): _______________________________________________________________________

It is understood that if you are awarded the contract, you intend to enter into an agreement to perform the activity described below for the prices indicated. DBE/MBE/WBE PARTICIPATION: Description of Activity Project Start Date $ Amount % of Bid Price _______________________________________________________________________________________________ ________________________________________________________________________________________________ The undersigned certify that they will enter into a formal agreement upon execution of the contract for the above-referenced Project

BIDDER DBE/MBE / WBE _____________________________________________ _____________________________________________ Authorized Signature Date Authorized Signature Date ________________________________________________ _____________________________________________ Address Address ________________________________________________ __________________________________________ ___________________________________________ ________________________________________ Telephone / Fax Telephone / Fax

Submit with Bid

Page 109: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

MINORITY / WOMAN BUSINESS ENTERPRISE PROGRAM

CONTRACTOR IDENTIFICATION STATEMENT

Project Name: _________________________________________________________ Project #:______________ Total Bid Price: $__________________________________ Bid Date: ________________

In accordance with the New Bedford Minority Business Enterprise Program, the undersigned bidder certifies that he/she:

1. is a bona fide Minority/Woman/Disadvantaged Business Enterprise currently certified by the State Office of Minority/Woman Business Assistance (SOMWBA); and such SOMWBA certification has not changed; and in the event of said status changing, it will immediately forward written notification to the City of New Bedford and SOMWBA; and

2. intends to perform certain work (specified by formal bid proposal) under a contract in connection with the above-named project, and that work will not be sublet to any company at any tier; and

3. will comply with the minority/woman workforce ratio and specific affirmative action steps contained in the EEO/AA Contract Provisions and shall obtain from each of its subcontractors a copy of the bidder’s certification and submit to the administering agency, prior to the award of such subcontract, regardless of tier, that he/she will comply with the minority/woman workforce ratio and specific affirmative action steps contained in these and the EEO/AA Contract Provisions.

SOMWBA CERTIFICATION CATEGORY: ____________________________________________________ CONTRACTORS NAME: ___________________________________________________________________ { } MBE { }WBE { }DBE ADDRESS: _______________________________________________________________________________ _________________________________________________________________________________ TELEPHONE #: ______________________________________ FAX #: ______________________________ REPRESENTATIVE NAME & TITLE: ________________________________________________________ AUTHORIZED SIGNATURE: ________________________________________________________________ GENERAL BIDDERS NAME: _______________________________________________________________

Submit with Bid

Page 110: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

BIDDERS CERTIFICATION

to be completed by General Contractor & each of its Subcontractors (MBE/WBE/DBE and non-MBE/WBE/DBE)

The undersigned bidder hereby certifies that he/she will comply with the Minority/Woman

Workforce Ratio and Specific Affirmative Action Steps contained in the EEO/AA Provisions

of this contract, including compliance with the Minority/Woman/Disadvantaged Business

Enterprise as required under these contract provisions.

The contractor receiving the award of the contract shall be required to obtain, from each of

its subcontractors, regardless of tier, a copy of this Bidder’s Certification indicating that it

will comply with the Minority/Woman Workforce Ratio and Specific Affirmative Action Steps

contained in these EEO/AA Contract Provisions, and submit it to the contracting agency prior to

the award of such contract and subcontract.

_________________________________________________ __________________________________________

Name of General Contractor Name of Subcontractor

{ } MBE { } WBE { }DBE { } Non-MBE/WBE

_________________________________________________ __________________________________________

Signature of Authorized Representative Signature of Authorized Representative

_________________________________________________ __________________________________________

Name & Title (Printed or Typed) Name & Title (Printed or Typed)

_________________________________________________ __________________________________________

Date Date

Submit with Bid

Page 111: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

MINORITY / WOMAN BUSINESS ENTERPRISES

UNAVAILABILITY CERTIFICATIONS

to be completed by General Contractor

(the Bidder shall prepare additional copies of this information form

in the quantity necessary to comply with the bidding requirements) I, _____________________________________________________, _____________________________ Name Title of __________________________________________________________________________________

Contractor Name certify that on ____________________________________, I contacted the below listed MBE/WBE/DBE Date of Contact requesting a bid for Project __________________________________ as an { }MBE, { }WBE or { }DBE for the provision of { }Goods & Services or { } Labor to accomplish _________________________________________ Subcontract Work Offered to this MBE/WBE/DBE Company

________________________________________________________________________________ Name of Prospective Sub-Contractor

______________________________________________________________________________

Address City and State Telephone #

Contact was made by { } Telephone { } In Person Said sub-contractor was unavailable for work on this project or unable to prepare a bid for the following reason(s): (check appropriate answer): { } MBE/WBE/DBE Firm Declined Job { } MBE/WBE/DBE Firm offered to do a job at the price of $___________________________, which was not acceptable because:______________________________________________________ { } Other _____________________________________________________________________ The above information is accurate and complete, to the best of my knowledge and belief. Signed under the pains and penalties of perjury. ____________________________________________________________________________________

Signature of Authorized Representative, General Contractor Date

Submit with Bid

Page 112: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

MINORITY / WOMAN/DISAVANTAGED BUSINESS ENTERPRISES

REQUEST FOR WAIVER

Upon exhausting all known sources and making every possible effort to meet the minimum requirements for MBE/WBE/DBE participation, the Contractor may seek relief from these requirements by filing this form (completed) NO LATER THAN FIVE (5) working days following the bid opening. Failure to comply with this process shall be cause the bidder to be rejected, thereby rendering the contractor not eligible for award of the contract. General Information Project Title: __________________________________________ Location: ____________________________ Bid Opening (time/date): _________________________________ Location: ____________________________ Bidder: ____________________________________________________________________________________ Mailing Address: ____________________________________________________________________________

____________________________________________________________________________ Contact Person: _____________________________________________________________________________ Telephone No.: ( ) Ext. Minimum Requirements The contractor must show that good faith efforts were undertaken to comply with the percentage goals, as specified. The bidder seeking relief must show that such efforts were taken appropriately, in advance of the time set for opening bid proposals, to allow adequate time for response(s) by submitting the following: (please check all that apply and attach

applicable documentation)

A. A detailed record of the effort made to contact and negotiate with minority, woman or disadvantaged business enterprises, to include:

( ) 1. Names, addresses and telephone numbers of all such companies contacted; ( ) 2. Copies of written notice(s) which were sent to MBE/WBE/DBE potential subcontractors prior to

bid opening; ( ) 3. Copies of advertisements prior to bid opening, as appearing in general publications, trade- oriented publications, and applicable minority/women focused media detailing the opportunities for participation. ( ) 4. A detailed statement as to why each subcontractor contacted (a) was not willing to do the job

or (b) was not qualified to perform the work as solicited; and ( ) 5. In the case(s) where a negotiated price could not be reached, the bidder should detail what

efforts were made to reach an agreement on a competitive price

( ) 6. Contractor certifies that 100% of the project is to be carried out with his/her own workforce. no subcontractors are to be utilized.

Page 113: Addendum No. 2 City of New Bedford Date Issued: July 24 ......King’s Highway 12-inch Water Main Replacement Project Bid No. 20450238 Receipt of General Bids: 1:00 PM, Wednesday,

83

B. The Agency may require the contractor to produce such additional information, as it deems appropriate and may obtain whatever other information it deems necessary to reach a conclusion from any source.

C. No later than fifteen (15) days after receipt of all necessary information and documentation, a decision

will be made in writing to the bidder. If the waiver request is denied, the facts upon which a denial is based will be set forth. A contractor who is dissatisfied with the decision may then appeal that decision to the Equal Opportunity Employment Agency.

Certification The undersigned herewith certified that the above information and appropriate attachments are true and accurate to the best of my ability, and that I have been authorized to act on behalf of the bidder in this matter. ___________________________________________________ ______________________________

(authorized original signature) Date

Submit to: Equal Employment Opportunity

Compliance Officer 133 William Street, Room 208 New Bedford, MA 02740

To be completed by the City of New Bedford’s EEO

________________________ Bid Date

_____________________ _______________ Date Received by EEO Initials