Loading...
Eagle Elsner, Inc ~ CP21004 CITY OF TIGARD-CONTRACT SUMMARY FORM Contract Overview Contract/Amendment Number: CP21004/Amendment# Contract Start Date: 8 11 20 Contract End Date: 6 30 21 Contract Title: Wall St./Tech Center Dr. Improvements Contractor Name: Eagle-Elsner, Inc Contract Manager: Andrew Newbury Department: PW/Engineering Contract Costs Original Contract Amount: $1,395,537.20 Total All Previous Amendments: 0 Total of this Amendment: 0 Total Contract Amount: $1,395,537.20 Procurement Authority Contract Type: Public Improvement Procurement Type: PCR 10.075 Contract Amendments Solicitation Number:Wall St./Tech Center Dr. Improvements LCRB Date: 08/04/2020 Account String: Fund-Division-Account Work Order–Activit):1=e Amount FY 2020-21 460-8000-56005 95061-140 $1,395,537.20 FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: 'JA — Comments:This amendment is extending the end date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT TIGARD CITY HALL WALL ST./TECH CENTER DR.IMPROVEMENTS CP21004 AMENDMENT #1 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City,and Paradigm,LLC,hereinafter referred to as Contractor,entered into on the 5th day of August 2020,is hereby amended as follows: 3. EFFECTIVE DATE AND DURATION This Agreement is effective upon notice to proceed issued by the City and shall be substantially completed by Pwhre a, June 30, 2021. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD EAGLE-ELSNER,INC Signature Signature Steve Rymer "�,� Printed Name Printed Name 03/29/2021 Date Date CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORMMUSTACCOMPAWEVERY CONTRACT Contract Title: SW Wall St./SW Tech Center Dr. Connection Number_CP21004 Contractor: Eagle-Elsner, Inc. Contract Total: $1,395,537.20 Contract Overview: Eagle-Elsner, Inc. is being contracted to complete the SW Wall Street improvements to provide a street connection to SW Tech Center Dr. Eagle- Elsner,Inc. will also be constructing a new traffic signal at the intersection of SW 72 d Ave and SW Tech Center Dr. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Andrew Newbury Ext: 2472 Department: PW/Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ® Public Improvement ❑ IGA ❑ Other: Engineering Services Agreement Start Date: August 11, 2020 End Date: March 31, 2021 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Eagle-Elsner, Inc. $1,395,537.20 Lee Contractors, LLC $1,421,415.00 Kerr Contractors, LLC $1,458,987.00 Ken Leahy Construction,Inc. $1,514,111.00 West Tech Construction, Inc. $1,536,914.00 Moore Excavation, Inc. $1,749,414.00 Wildish Standard Paving Co. $1,995,654.00 Account String: Fund-Division-Account Work Order—Activity Tyke Amount FY 2020-21 460-8000-56005 95061-140 $1,395,537.20 Approvals - LC RB Date: August 4,2020 Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: City Manager Comments: 8/10/2020 City Manager Signature: After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. CP21004 TIGARD City of Tigard 13125 SW Hall Blvd Tigard, Oregon 97223 Phone: (503) 639-4171 Fax: (503) 684-7297 CONTRACT DOCUMENTS for the construction of Wall St./Tech Center Dr. Improvements Project No.: CIP 2021 — 95061 Solicitation No: 2021-01 Approved by: Lori Faha,P.E.,City Engineer Bid Due& Bids Open: June 30, 2020-2:00 pm 2020 ITB —Wall St./Tech Center Dr. Improvements 1 Page ADVERTISEMENT FOR BIDS CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS The City of Tigard will receive sealed Bids from qualified firms submitted electronically to the Contracts and Purchasing Department at contractspurchasingkdBard-oror.gov until 2:00 pm local time,Tuesday,June 30, 2020 for the Wall St./Tech Center Dr.Improvements project. Bids will be opened and publicly read aloud immediately after the Bid Closing time and date via conference call at(971) 203-2862. Conference ID 452 186 478#. The project generally consists of the following: 1. Earthwork 2. Construction of asphaltic pavements 3. Construction of concrete curbs ramps and sidewalks 4. Soldier Pile and MSE Wall construction 5. Stormwater, Sewer and Water Utility Construction 6. Lighting and Traffic Signal construction 7. Striping and pavement marking 8. Landscaping and Irrigation 9. Performance of additional and incidental work as called for by the specifications and plans. Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055,all Bidders must submit a Bid security to the City along with their Bid in an amount equal to ten percent (10%) of their Bid. Because the City's estimate of contract value exceeds$100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,provided in this Bid Booklet, to the City no later than 4:00 pm local time,Tuesday,June 30,2020. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any Contract resulting from this Advertisement for Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate (PWR)law. No Bid will be considered unless fully completed in a manner provided in the Bid Packet. Facsimile Bids will not be accepted nor will Bids be accepted after the stated Bid Closing. Bids received after the Bid Closing will be returned to the submitting firm unopened after a Contract has been awarded for the required services. Bid Documents may be downloaded from the City of Tigard website at www.tigard-or.gov/bids. The City may reject any Bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all Bids upon a finding of the City if it is in the public interest to do so. All questions about the meaning or intent of the Bid Documents shall be submitted to the Contracts and Purchasing Department at contractspurchasin ti rd-or.gov with any questions. Clarifications to the Bid Documents will be made by addenda only. Oral statements may not be relied upon by Bidders and will not be binding or legally effective. Published: Da4 Journal of Commerce Date: June 10,2020 2020 ITB—Wall St./Tech Center Dr. Improvements 2 1 Page TABLE OF CONTENTS ADVERTISEMENTFORBIDS....................................................................................................................................................2 TABLEOF CONTENTS...............................................................................................................................................................3 ATTACHMENT A-BIDDER'S CHECKLIST............................................................................................................................4 ATTACHMENTB-BID............................................................................................................................................................5 ATTACHMENT C-ACKNOWLEDGMENT OF ADDENDA................................................................................................27 ATTACHMENT D-BID CERTIFICATION...........................................................................................................................28 ATTACHMENT E-FIRST TIER SUBCONTRACTOR DISCLOSURE FORM........................................................................29 ATTACHMENTF-BID BOND.............................................................................................................................................30 ATTACHMENT G-PUBLIC IMPROVEMENT CONTRACT.................................................................................................31 ATTACHMENT H-PERFORMANCE BOND........................................................................................................................37 ATTACHMENTI-PAYMENT BOND...................................................................................................................................39 ATTACHMENT J-OREGON PREVAILING WAGE RATES................................................................................................41 ATTACHMENT K-GENERAL CONDITIONS.....................................................................................................................42 ATTACHMENT L-SPECIAL PROVISIONS............................................................................................................................43 ATTACHMENT M-GEOTECHNICAL REPORT...............................................................................................................120 ATTACHMENT N-CLEAN WATER SERVICES SPL........................................................................................................121 ATTACHMENT O-STRUCTURAL CALCULATIONS......................................................................................................... 122 DRAWINGS WALL STREET-TECH CENTER DRIVE IMPROVEMENTS SHEETS I THROUGH 47....................................................................................DATED: APRIL,2020 2020 ITB—Wall St./Tech Center Dr. Improvements 3 1 Page ATTACHMENT A-BIDDER'S CHECKLIST CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS FORMS TO EXECUTE FOR SUBMISSION OF BID The Bidder's attention is especially called to the following forms which must be executed in full before Bid is submitted: ATTACHMENT B -BID ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA ATTACHMENT D—BID CERTIFICATION ATTACHMENT E — FIRST TIER SUBCONTRACTOR DISCLOSURE FORM: within 2 hours of Bid Closing. ATTACHMENT F—BID BOND FORMS TO EXECUTE AFTER AWARD OF BID ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT—PWR COVERED CONTRACT ATTACHMENT H—PUBLIC IMPROVEMENT CONTRACT—PERFORMANCE BOND ATTACHMENT I—PUBLIC IMPROVEMENT CONTRACT—PAYMENT BOND Certificate of Insurance including Additional Insured Provision in accordance with the Public Improvement Contract. 2020 ITB—Wall St./Tech Center Dr. Improvements 4 1 Page ATTACHMENT B—BID CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS This Bid must be signed in ink by an authorized representative of the Bidder, any alterations or erasures to the Bid must be initialed in ink by the undersigned authorized representative. Project: Wall St./Tech Center Dr.Improvements Sid Due Date: TuesdaL June 30.2020 Name of Submitting Firm: � . G L5 Ao p2. _771V C _ The Undersigned (check one of the following and prat�ide additional rnfomlation): An individual doing business under an assumed name registered under the laws of the State of :or A partnership registered under the laws of the State of :or A corporation organized under the laws of the State of L71RCEr or A limited liability corporation organized under the laws of the State of hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: One M;l/ro�,- kree4J..sdrd JUiNcf'-Fine-ri�io.xa,i1� X'Lt P...d"'dl - 1 and=I00 Dollars { �139SSr7�} and the Undersigned agrees to be bound by all documents comprising the Contract Documents as defined in the Contract The Undersigned declares that it has carefully examined the site(s) of the work, the Contract Documents,and forms. Submission of this Bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered, as to the character, quality and scope of work to be performed,the quantities of materials to be furnished,and as to the requirement of the Contract Documents. Accompanying herewith is a Bid Security which is equal to ten percent(109/6)of the total amount of the Bid. 2020 ITB—Wall St./Tech Center Dr. Improvements 5 1 - ; BID SCHEDULE WALT.ST./TECH CENTER DR.IMPROVEMENTS This Bid Schedule requires the bidder to bid cumulative Added Altemative Bid Schedules as part of the bid.As such,the Bidder is required to submit a Base Bid and a bid for Added Alternative Bid Schedules A and B. The successful bidder will be the bidder submitting the lowest responsible bid for either the Base Bid or Base Bid plus Added Alternative Bid Schedule A,which is within the amount of Available Funds for the project.The amount of Available Funds will be announced immediately prior to the opening of bids.There are bid items in the Added Alternative Bid Schedule which are also present in the Base Bid Schedule;these bid items modify the quantities of bid items in the Base Bid Schedule.The Contractor must use the same unit price for bid items which are present in both schedules. BASE BID Item Spec.Sec. Item Description Quantity Unit Unit Cost Total Cost No. 1. 00197 Extra Work as Authorized 1 F.A. $50,000 $50,000 2. 00210 Mobilization 1 L.S. 3 Temporary Protection and Direction eo pe 00225 of Traffic 1 L.S. 2'.5-60c,S*— 4. 00225 Flaggers 400 HR ec. z Z6+60ee 5. 00280 Erosion Control 1 L.S. 1 75-001-- 7 SO2 oD 6• 00290 Pollution Control Plan 1 L.S. 700 °! '700'00 7. 00305 Construction Survey Work 1 L.S. 5,700 00 8 Removal of Structures and 00310 Obstructions 1 L.S. 1 9. 00320 Clearin and Grubbing 1 L.S. 10. 00330 General Excavation 3,434 C.Y. 51+8 11. 00331 12-Inch Sub de Stabilization 118 S.Y. So,!s 12. 00350 Sub de Geotextile 1,266 S.Y. /2S �58Z sO 13• 00405 Trench Foundation 16 C.Y. 14. 00430 8 Inch Drain Pie 138 L.F. 15. 3/4 Inch- 1/4 Inch Clean Crushed 00430 Drain Rock 8 C.Y. go /Boa 16. 1-1/2 Inch-3/4 Inch Clean Crushed `<g'o= (a40o 00430 Drain Rock 40 C.Y. 17. 004.45 6Inch C900 PVC Storm Pie 12 L.F. Z80r '3740' 18 8 Inch D3034 FVC Sanitary Sewer 00445 Pie 138 L.F. 7-9000 �t OZo 19• 00445 10 Inch C900 PVC Storm Pie 92 L.F. z3 'e 3!G r 20. 00445 12 Inch C900 PVC Storm Pie 125 LF. /12 21. 00445 16 Inch C900 PVC Storm Pie 9 L.F. 3 2020 ITB-Wall St./Tech Center Dr. Improvements 6 BASE BID Item No. Spec.Sec. Item Description Quantity Unit Unit Cost Total Cost 22• 00445 24 Inch C900 PVC Storm Pie 36 L.F. 36s Concrete Inlets,Type Modified CG- 23' 00470 30 1 EA Z9oa°-' 2-90000 24• 00470 Concrete Inlets,Type Beehive 4 EA 190 7800 Concrete Storm Sewer Manholes,48 25. 00470 Inch Flat Top 1 EA Z 1 So°�° ZISO'r° Concrete Storm Sewer Manholes,72 2G. 00470 Inch Flat Top 2 EA 3300 Concrete Sanitary Sewer Manholes, 27. 00470 481nch 2 EA Z(o0o— �zm 28. 00490 24 Inch Connection to Existing Pie 4 EA 13001 SZ*5=' 29• 00490 15 Inch Connection to Existing Pie 1 EA 4700 to. 900 SO 30. 00490 12 Inch Connection to Existing Pie 1 EA 7fOc2 7Sa',° 31. 00490 Adjust Boxes 2 EA 3-Z5-0-0 6TO 32• 00490 Exploratory Excavation 2 EA 4000 °� 8000 33. 00596A Remining wall,MSE 1 LS S8d00°�° 34. 00596D Concrete Soldier Pile Wall 1 LS l2SnM to_ /Z Stoao°-= 35. 00641 3/4 Inch-0 Aggregate Base 259 C.Y. 90 7-3,3101!! 36. 00641 1-1/2 Inch-0 Aggregate Base 492 C.Y. qO '—° 44 Z80 37• 00744 Level 2, 1/2"Dense ACP Mixture 651 TON 38. 00759 Concrete Curbs,Standard Curb 626 L.F. 3Z s° W, 316-0-0 39• 00759 Concrete Curbs,Curb&Gutter 237 L.F. -365"0 40. Concrete Curbs,Thickened Curb and 0 00759 Gutter 109 L.F. �r8�o 6370 S� 41. 00759 Concrete Curbs,Modified 197 L.F. 7Z oo. 42• 1 00759 Concrete Driveways,Reinforced 465 i S.F. f 3 z� 61-343 43. 00759 Concrete Walks 3,261 S.F. / O SO 311 z.4o so 44• 00759 Concrete Curb Cuts 6 EA 4.7r e ?_850 4,16 45. 00759 Concrete Check Dams 5 EA 9Z6'r! 46 zS°° 46. 00759 Extra for New Sidewalk Rams 6 EA 715-0,0 4.Z`4.m 47• 00759 Truncated Domes on New Surfaces 6 EA zee I S(.d!e� 48. 00865 Methyl Methacrylate,Extruded or Cao / Lo S ra ed,Surface,Non-Profiled 7,092 L.F. I -.— / i 3¢7 49• 00867 Pavement Legend,Type AB,Arrows 4 EA Z 90°�° //40 50. Pavement Legend,Type AB,Bicycle fo eo 00867 Lane Stencil 4 EA 2020 ITB—Wall St./Tech Center Dr. improvements 7 BASE BID Item Spec.Sec. Item Description Quantity Unit Unit Cost Total Cost No. 51. 00867 Pavement Bar,Type B-HS 210 S.F. 9 old /8901 52• 00902 Crosswalk Closure Supports 2 EA 1440 718003 1 53. 00905 Remove Existing Signs 1 L.S. /OSS /05'� 54. 00940 Permanent Si 1 L.S. 1:5,00 J Soo °O 55. 00970 Pole Foundations 1 L.S. as 56. 00970 Luminaires,Lamps,and Ballasts 1 L.S. 34,60 T 31LOO`-°• 57. 00970 Switching,Conduit, and Wiring 1 L.S. 4.3005 4¢3oa 58. 00970 lighting Pole and Arms 1 L.S. 7900 7 906 f Traffic Signal,SW Tech Center 59' 00990 Drive/SW 72nd Ave 1 L.S. ZZ5, pW 0o ?- s 00 60. 01030 Tem o Seeding202 S.Y. 7/0 14.3 ° 61. 01040 Soil Testing1 EA 315°� 3!5 0. 62. 01040 Planting Soil 92 C.Y. eve 5704.0° 63. 01040 Stormwater Planting Soil 81 C.Y. 9/2? 7371 °+ 64. 01040 Deciduous Trees,2 inch Caliper 6 EA 440°O Z Qm n 65. 01040 Shrubs#1 1449 EA 9 l 3 X30 80 66. 01040 Shrubs#2 169 EA z./°° 35-f-9�' 67. 01040 Rock Mulch 6 C.Y. 130°O 7& 68. 01040 Bark Mulch 17 C.Y. °• /d? 69. 01040 Root Barrier 120 L.F. 70. 01040 12 Month Maintenance 1 L.S. +ZCO O�d Q?—dO"° 71. 01050 Type CL-6 Chain Link Fence 499 L.F. Zdi 72. 01120 Irrigation 271 S.Y. SZ°•° 14, 73. 01140 12 Inch Potable Water Pipe with /3s� 39 joint Restraints and Class B Backfill 293 L.F. 1 74 12 Inch Small DI Fitting with.Joint 01140 Restraints 4 EA 12 Inch Large DI Fitting with Joint 75. 01140 Restraints 1 EA 76. 01140 12 Inch Butterfly Valve 2 EA U-1570 77 Irrigation Double Check Valve eo 01150 Assembly 1 EA 1700 78. 01170 1 Inch Water Service Connections 1 EA 3700 V700 LINE L•TOTAL BASE BID (Item No, through 78) . 40 � - - - TO'hAL BN 51R BID IN WORDS CCS 2020 ITB—Wall St./Tech Center Dr. Improvements S I ADDED ALTERNATIVE BID SCHEDULE 'A'—CEMENT TREATED BASE Itnm Spec. It= Quantity net Unit Coat Total Coat No. Al. 00330 General Excavation -589 CY zs pO A2. 00344 Treated Subgrade, 12 Inches Thick 1178 S.Y. 7 S2 QZ A3. 00350 Subgrade Geotextile -1,266 S.Y. / f --lS ,co A4. 00641 3/4 Inch-0 Aggregate Base -131 C.Y. 90!? -- /790'-- A5. 90°1A5. 00641 1-1/2 Inch_-0 Aggregate Base -458 C.Y. cloq -- 4,!z2"op A6. 00344 Portland Cement 65 Ton /4S=° 4 qtz S�' LINE 2:TOTAL ADDED ALTERNATIVE BID SCHEDULE'A' $ !5�t�� S� tems Al dm LINE 3:TOTAL BASE BID PLUS ADDED ALTERNATIVE BID $ SCHEDULE 'A' Q-Aye l plus Line 2 r +Ara A(! )c TOTAL BASE BID PLUS ADDED ALTERNATIVE BID SCHEDULE 'A'IN WORDS 2020 ITB—Wall St./Tech Center Dr. Improvements 9 1 . . The Undersigned agrees, if awarded the Contract, to execute and deliver to the City of Tigard,within ten (10) days after receiving the Contract forms,a satisfactory Performance Bond and a satisfactory Payment Bond each in an amount equal to one hundred percent(100%) of the Contract sum,using the forms provided by the City. The surety(i�es requested to issue the Performance Bond and Payment Bond will be Tr Su m-e z? AFI-z . The Undersigned hereby authorizes said surety(ies) company(ies) to disclose any information to the City concerning the Undersigned's ability to supply a Performance Bond and Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow with the City; that the amount thereof is the measure of liquidated damages which the City will sustain by the failure of the Undersigned to execute and deliver the above-named Agreement Form,Performance Bond,and Payment Bond, and that if the Undersigned defaults in either executing the Agreement Form or providing the Performance Bond and Payment Bond within ten (10) days after receiving the Contract forms, then the Bid Security may become the property of the City at the City's option;but if the Bid is not accepted within sixty (60) days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Agreement Form, Performance Bond,and Payment Bond, the Bid Security shall be returned. The Undersigned certifies that: (1) This Bid has been arrived at independently and is being submitted without collusion with and without any agreement,understanding,or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the solicitation documents designed to limit independent Bidding or competition; and (2) The contents of the Bid have not been communicated by the Undersigned or its employees or agents to any person not an employee or agent of the Undersigned or its surety on any bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned[ HAS ❑ HAS NOT (check applicable status)paid unemployment or income taxes in Oregon within the past 12 months and ❑ HAS❑ HAS NOT (check applicable status)a business address in Oregon. The Undersigned Er HAS ❑ HAS NOT (check applicable status) complied with any Affirmative Action Requirements included within the procurement documents. The Undersigned agrees, if awarded a Contract, to comply with the provisions of ORS 279C.800 through 279C.870 pertaining to the payment of the prevailing rates of wage. %/Un rsigned's CCB registration number is Z`7lt Zwith an expiration date of c;2Z . As a condition to submitting a Bid, a Contractor must be registered with the Oregon Co struction Contractors Board in accordance with ORS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the number will make the Bid unresponsive and it will be rejected unless contrary to federal law. The Undersigned further certifies that Undersigned shall provide proof to the City prior to the beginning of any of the work that the Undersigned has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon PWR law. The successful Bidder hereby certifies that all subcontractors who will perform construction work as described in ORS 701.005(2)were registered with the Construction Contractors Board in accordance with ORS 701.035 to 701.055 at the time the subcontractor(s) made a Bid to work under the Contract. 2020 ITB—Wall St./Tech Center Dr. Improvements to j I The successful Bidder hereby certifies that,in accordance with the Worker's Com ensadon Law of the State of Or on, its Worker's Compensation Insurance provider is I F co V,- _—, Policy No. 05 O ,and that Undersigned shall submit Certificates of Insurance as required. Name of Company: 11 C-7 tr,- - Company Address: _ P� - ok 3Ze Federal Tax ID: 2 3 - c)7 f(c`7 v Telephone: S J (or?-? [ t 3 7 Email: r0. f e -� l �.COVVI I attest that I have the authority to commit the firm named above to this Bid amount and acknowledge that the firm meets the qualifications necessary to perform this Work as outlined in the Invitation to Bid. I understand that I will be required to provide necessary information to verify that the firm meets these qualifications if selected for the subsequent Contract. Authorized Signature: 1 Printed Name&Title: 7 C h��d � /e �xI 7 Date: 6-30ZO Payment information will be reported to the IRS under the name and federal taxpayer ID number provided above. Information not matching IRS records or not provided to the City could subject the successful Contractor to a twenty eight percent(28%)backup withholding. 2020 ITB—Wall St./Tech Center Dr. Improvements 1 I SCOPE FOR BID SCHEDULE Measurement and payment for all Work shown or specified herein will be made on a unit or lump sum price basis in accordance with the prices set forth in the Bid Schedule for individual items of Work. Contractor shall make a careful assessment when preparing the Bid. The items listed below refer to and are the same pay items listed in the Bid Schedule. They constitute all of the pay items for the completion of the Work. No direct or separate payment will be made for providing miscellaneous temporary or accessory services or all other items not specifically named in specific Bid item description and needed for prosecution of the Work, and all other requirement of the Contract Documents. Compensation for all such services, things and materials shall be included in the prices stipulated for the lump sum and unit price pay items listed herein. The prices stated in the Bid Schedule,include overhead and profit and all costs and expenses for bonds,insurance, taxes, labor, equipment, materials, commissions, transportation charges and expenses,patent fees and royalties, labor for handling materials during inspection,together with any and all other costs and expenses for performing and completing the Work, complete and in place, as shown on the Plans and specified herein. The basis of payment for an item at the lump sum or unit price shown in the Bid Schedule shall be in accordance with the description of that item in this Section. BID ITEM DESCRIPTIONS WALL STREET—TECH CENTER DRIVE IMPROVEMENTS The following Bid Item Descriptions summarize the measurement and payment for each of the items in the Bid Schedule for the Wall Street — Tech Center Drive Improvements project and are included below for the Contractor's convenience. For specific details of measurement and payment, see the Special Provisions. BID ITEM NO. 1. EXTRA WORK AS AUTHORIZED Comply with Section 00197 of the General Conditions. Extra work as authorized by the Owner shall be measured and paid on a force account basis in accordance with Section 00197 of the General Conditions. BID ITEM NO.2. MOBILIZATION Comply with Section 00210 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00210.80 of the Standard Specifications. Payment shall be per Section 00210.90 of the Standard Specifications, including all preparatory work and operations necessary for the movement of personnel,equipment,materials and incidentals to the project site and for all other costs incurred before the beginning of work as well as any other work included in the Contract Documents which is not specifically listed in other Bid items. The amounts paid for mobilization in the Contract progress payment will be based on the percentage of the Original Contract amount that is earned from other Contract items. When 5%is earned,either 50%of the amount for mobilization or 5%of the original Contract amount,whichever is the least. 2020 ITB—Wall St./Tech Center Dr. Improvements 12 1 Page When 10%is earned,either 100%of mobilization or 10%of the original Contract amount,whichever is the least. When all work is completed,amount of mobilization exceeding 10% of the original Contract amount. This schedule of mobilization progress payments will not limit or preclude progress payments otherwise provided by the Contract. BID ITEM NO.3. TEMPORARY PROTECTION AND DIRECTION OF TRAFFIC Comply with Section 00225 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00225.80 of the Standard Specifications. Payment shall be per Section 00225.90(a)(1) of the Standard Specifications,including all labor,equipment, materials and all other miscellaneous incidentals and work necessary for installing,maintaining,and removing all necessary traffic control measures. BID ITEM NO.4. FLAGGERS Comply with Section 00225 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on an hourly (HR) basis per Section 00225.87 of the Standard Specifications. Payment shall be per Section 00225.90(a)(2) of the Standard Specifications,including all labor,equipment, materials and all other miscellaneous incidentals and work necessary for flagging work. BID ITEM NO. 5. EROSION CONTROL Comply with Section 00280 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00280.80(a) of the Standard Specifications. Payment shall be on a lump sum basis per Section 00280.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to install and maintain all erosion control measures required including,but not limited to: maintaining erosion and sediment control at the project site daily,daily street sweeping of work area if sediment is tracked onto paved surfaces,and application of dust control measures as required,inlet protection and sediment fence installation and maintenance,weekly cleanup and disposal of construction debris and waste materials,weekly cleanup of the debris captured by sediment controls, replacement during the project when necessary or directed,and removal of all erosion control items at the completion of the project. BID ITEM NO.6. POLLUTION CONTROL PLAN Comply with Section 00290 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00290.80 of the Standard Specifications. Payment shall be on a lump sum basis per Section 00290.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to develop and submit an approved pollution control plan and comply with the requirements of the specifications. BID ITEM NO. 7. CONSTRUCTION SURVEY WORK 2020 ITB—Wall St./Tech Center Dr. Improvements 13 1 Page Comply with Section 00305 of the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00305.80. Payment shall be on a lump sum basis per Section 00305.90 and shall include all labor,equipment,materials and other incidentals and work necessary to complete construction survey work in accordance with ODOT's "Construction Surveying Manual for Contractors" and this project's contract documents. BID ITEM NO. 8. REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00310.80. Payment for this item shall be on a lump sum basis per Section 00310.91 and represents full payment for all labor, equipment, and materials necessary to remove,haul and dispose of all structures and obstructions required,excluding those which are paid under other bid items. BID ITEM NO. 9. CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00320.80. Payment shall be on a lump sum basis per Section 00320.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to remove and dispose of vegetation,roots,plants,and strippings within the footprint of the work areas. It is the intent of the City that impacts to existing vegetation be minimized to the extent possible in areas outside of the work area footprint. Removal of shrubs,trees,and other landscaping that are outside of the footprint of the work areas shall be replaced by the Contractor at his expense. BID ITEM NO. 10. GENERAL EXCAVATION Comply with Section 00330 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CI) basis according to the project's digital terrain model per Section 00330.81. Payment shall be on a cubic yard basis per Section 00330.93 including all labor,equipment,materials and other incidentals and work necessary to excavate,haul off,dispose of excess excavated material,and use excavated material to construct embankment fill.Payment for fine grading and subgrade compaction shall be considered incidental to this bid item. BID ITEM NO. 11. 12-INCH SUBGRADE STABILZATION Comply with Section 00331 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00331.80. 2020 ITB—Wall St./Tech Center Dr. Improvements 14 1 Page Payment shall be on a square yard (SY) basis per Section 00331.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to construct stabilized subgrade. BID ITEM NO. 12. SUBGRADE GEOTEXTILE Comply with Section 00350 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00350.80. Payment shall be on a square yard basis per Section 00350.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install subgrade geotextile where shown on the Plans and as directed by the Engineer. BID ITEM NO.13. TRENCH FOUNDATION Comply with Section 00405 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 00405.80 for trench foundation constructed as directed by the Engineer. Payment shall be on a cubic yard basis per Section 00405.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and place trench foundation as directed by the Engineer. BID ITEM NO. 14. 8-INCH DRAIN PIPE Comply with Section 00430 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00430.80. Payment shall be on a linear foot basis per Section 00430.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,install,and connect drain pipe within stormwater planters. BID ITEM NO. 15. 3/4 INCH—1/4 INCH CLEAN CRUSHED DRAIN ROCK BID ITEM NO. 16. 1-1/2 INCH—3/4 INCH CLEAN CRUSHED DRAIN ROCK Comply with Section 00430 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 00430.80. Payment shall be on a cubic yard basis per Section 00430.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and place clean crushed drain rock. BID ITEM NO.17. 6-INCH C900 PVC STORM PIPE BID ITEM NO.18. 8-INCH D3034 PVC SANITARY SEWER PIPE BID ITEM NO.19. 10-INCH C900 PVC STORM PIPE BID ITEM NO.20. 12-INCH C900 PVC STORM PIPE BID ITEM NO.21. 16-INCH C900 PVC STORM PIPE BID ITEM NO.22. 24-INCH C900 PVC STORM PIPE Comply with Section 00445 of the Standard Specifications as modified in the Special Provisions. 2020 ITB—Wall St./Tech Center Dr. Improvements 15 1 Page Measurement shall be on a linear foot (LF) basis per Section 00445.80. Payment shall be on a linear foot basis per Section 00445.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,install,and connect sanitary and storm sewer pipe.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.23. CONCRETE INLETS,TYPE MODIFIED CG-30 BID ITEM NO.24. CONCRETE INLETS,TYPE BEEHIVE Comply with Section 00470 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00470.80. Payment shall be on a per each basis per Section 00470.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install concrete inlets,including excavation, haul and disposal of spoils,bedding and backfill,and concrete inlet.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.25. CONCRETE STORM SEWER MANHOLES,48 INCH FLAT TOP BID ITEM NO.26. CONCRETE STORM SEWER MANHOLES,72 INCH FLAT TOP BID ITEM NO.27. CONCRETE SANITARY SEWER MANHOLES,48 INCH Comply with Section 00470 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00470.80. Payment shall be on a per each basis per Section 00470.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install concrete manholes,including excavation,haul and disposal of spoils,bedding and backfill,and concrete manhole.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.28. 24 INCH CONNECTION TO EXISTING PIPE BID ITEM NO.29. 15 INCH CONNECTION TO EXISTING PIPE BID ITEM NO.30. 12 INCH CONNECTION TO EXISTING PIPE Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to make connections between existing and proposed pipe segments. BID ITEM NO.31. ADJUST BOXES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. 2020 ITB—Wall St./Tech Center Dr. Improvements 16 1 Page Payment shall be on a per each basis per Section 00490.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to adjust existing boxes,lids, or similar structures. BID ITEM NO. 32. EXPLORATORY EXCAVATION Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00490.80. Payment shall be on a per each basis per Section 00490.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to perform exploratory excavations as directed in the Plans. BID ITEM NO. 33. RETAINING WALL,MSE Comply with Section 00596A of the Special Provisions. Measurement shall be on the lump sum basis per Section 00596A.80. Payment shall be on the lump sum basis per Section 00596A.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to construct MSE wall and all related elements. BID ITEM NO. 34. CONCRETE SOLDIER PILE WALL Comply with Section 00596D of the Special Provisions. Measurement shall be on the lump sum basis per Section 00596D.11. Payment shall be on the lump sum basis per Section 00596D.12 including all labor, equipment,materials,and all other miscellaneous incidentals and work necessary to construct soldier pile wall and all related elements. BID ITEM NO.35. 3/4 INCH -0 AGGREGATE BASE BID ITEM NO.36. 1-1/2 INCH -0 AGGREGATE BASE Comply with Section 00641 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 00641.80. Payment shall be on a cubic yard basis per Section 00641.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,grade,and compact aggregate base. BID ITEM NO. 37. LEVEL 2,1/2" DENSE ACP MIXTURE Comply with Section 00745 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a tonnage (TON) basis per Section 00745.80. Payment shall be on a tonnage basis per Section 00745.90 including all labor, equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,grade,compact,and finish asphalt pavement of the type noted. No separate or additional payment will be made for leveling,quality control testing,tack coat. 2020 ITB—Wall St./Tech Center Dr. Improvements 17 1 Page BID ITEM NO. 38. CONCRETE CURBS,STANDARD CURB BID ITEM NO. 39. CONCRETE CURBS,CURB & GUTTER BID ITEM NO. 40. CONCRETE CURBS,THICKENED CURB AND GUTTER BID ITEM NO. 41. CONCRETE CURBS,MODIFIED Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00759.80. Payment shall be on a linear foot basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, joint,and finish concrete curb. BID ITEM NO.42. CONCRETE DRIVEWAYS, REINFORCED Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00759.80. Payment shall be on a square foot basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,reinforce,joint,and finish concrete driveways. BID ITEM NO.43. CONCRETE WALKS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00759.80. Payment shall be on a square foot basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, joint,and finish concrete walks. BID ITEM NO.44. CONCRETE CURB CUTS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00759.80. Payment shall be on a per each basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, joint,and finish concrete curb cuts, including curb cut and splash pad,metal inlet assembly,energy dissipater drain rock,and filter fabric. BID ITEM NO.45. CONCRETE CHECK DAMS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00759.80. Payment shall be on a per each basis per Section 00759.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, joint,and finish concrete check dam, including check dam and reinforcement,weep holes, energy dissipation pad of splash rock,and connections between check dam and curbs. 2020 ITB—Wall St./Tech Center Dr. Improvements 18 1 Page BID ITEM NO. 46. EXTRA FOR NEW SIDEWALK RAMPS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00759.80. Payment shall be on a per each basis per Section 00759.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to make sidewalk ramps compliant with ADA requirements. All necessary quality control testing shall be considered incidental. BID ITEM NO.47. TRUNCATED DOMES ON NEW SURFACES Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00759.80. Payment shall be on a per each basis per Section 00759.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to install truncated domes on new surfaces. BID ITEM NO. 48. METHYL METHACRYLATE, EXTRUDED OR SPRAYED, SURFACE, NON-PROFILED Comply with Section 00865 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 00865.80. Payment shall be on a linear foot basis per Section 00865.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install methyl methacrylate pavement markings as shown on the Plans. BID ITEM NO.49. PAVEMENT LEGEND,TYPE AB,ARROWS BID ITEM NO.50. PAVEMENT LEGEND,TYPE AB,BICYCLE LANE STENCIL Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00867.80. Payment shall be on a per each basis per Section 00867.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install pavement legends as shown on the Plans. BID ITEM NO. 51. PAVEMENT BAR,TYPE B-HS Comply with Section 00867 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot(SF) basis per Section 00867.80. Payment shall be on a square foot basis per Section 00867.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install pavement bar markings as shown on the Plans. 2020 ITB—Wall St./Tech Center Dr. Improvements 19 1 Page BID ITEM NO. 52. CROSSWALK CLOSURE SUPPORTS Comply with Section 00902 of the Special Provisions. Measurement shall be on a per each (EA) basis per Section 00902.80. Payment shall be on a per each basis per Section 00902.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install crosswalk closures signs and supports. BID ITEM NO. 53. REMOVE EXISTING SIGNS Comply with Section 00905 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00905.80. Payment shall be on a lump sum basis per Section 00905.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to remove signs,supports, and support footings,and to either dispose of or salvage to Owner as directed. BID ITEM NO.54. PERMANENT SIGNING Comply with Section 00940 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00940.80. Payment shall be on a lump sum basis per Section 00940.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install street signs, supports,and support footings. BID ITEM NO. 55. POLE FOUNDATIONS Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00970.80. Quantities are shown in the Plans Payment will be payment in full per Section 00970.90 for pickup of precast pole foundation from PGE or footing manufacturer,delivery to the job site,and for furnishing all equipment,labor,and incidentals necessary to complete the light pole foundation installations as specified. BID ITEM NO.56. LUMINAIRES,LAMPS,AND BALLASTS Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00970.80. Quantities are shown in the Plans Payment will be payment in full per Section 00970.90 for furnishing all equipment,labor,and incidentals necessary to complete the luminaire,lamp,and ballast installations as specified. BID ITEM NO.57. SWITCHING, CONDUIT,AND WIRING Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. 2020 ITB—Wall St./Tech Center Dr. Improvements 20 1 Page Measurement shall be on a lump sum (LS) basis per Section 00970.80. Payment shall be on a lump sum basis per Section 00970.90 and includes all switches, conduit,cabinets,wiring, delineators,junction boxes,and other items required to construct the lighting system as specified. BID ITEM NO. 58. LIGHTING POLE AND ARMS Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00970.80. Quantities are shown in the Plans Payment will be payment in full per Section 00970.90 for furnishing all equipment,labor,and incidentals necessary to install lighting poles and arms.No separate or additional payment will be made for labeling the lights and poles. BID ITEM NO.59. TRAFFIC SIGNAL, SW TECH CENTER DRIVE/ SW 72ND AVE Comply with Section 00990 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00990.80. Payment will be payment in full per Section 00990.90 for furnishing all equipment,labor,and incidentals necessary to install the traffic signal system at SW Tech Center Drive and SW 72 Avenue as specified.No separate or additional payment will be made for furnishing and installing illumination and associated appurtenances shown on traffic signal poles. BID ITEM NO.60. TEMPORARY SEEDING Comply with Section 01030 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 01030.80. Payment for this item shall be on a square yard basis per Section 01030.90 and represents full payment for all labor, equipment, and materials necessary to complete temporary seeding. BID ITEM NO.61. SOIL TESTING Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01040.80. Payment shall be on a per each basis per Section 01040.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to complete soil sampling,testing,analyses,and reports. BID ITEM NO. 62. PLANTING SOIL Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 01040.80. Payment shall be on a cubic yard basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, and grade planting soil. 2020 ITB—Wall St./Tech Center Dr. Improvements 21 1 Page BID ITEM NO. 63. STORMWATER PLANTING SOIL Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 01040.80. Payment shall be on a cubic yard basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, and grade planting soil. BID ITEM NO.64. DECIDUOUS TREES,2 INCH CALIPER Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01040.80. Payment shall be on a per each basis per Section 01040.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and plant trees. BID ITEM NO. 65. SHRUBS #1 BID ITEM NO. 66. SHRUBS #2 Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01040.80. Payment shall be on a per each basis per Section 01040.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and plant shrubs. BID ITEM NO. 67. ROCK MULCH Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 01040.80. Payment shall be on a cubic yard basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, and grade rock mulch. BID ITEM NO.68. BARK MULCH Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 01040.80. Payment shall be on a cubic yard basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place, and grade bark mulch. BID ITEM NO.69. ROOT BARRIER Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 01040.80. 2020 ITB—Wall St./Tech Center Dr. Improvements 22 1 Page Payment shall be on a linear foot basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install root barrier where shown on the Plans and as directed by the Engineer. BID ITEM NO. 70. 12 MONTH MAINTENANCE Comply with Section 01040 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 01040.80. Payment shall be on a lump sum basis per Section 01040.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to maintain plants for a twelve-month duration after project acceptance. BID ITEM NO.71. TYPE CL-6 CHAIN LINK FENCE Comply with Section 01050 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 01050.80. Payment shall be on a linear foot basis per Section 01050.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install chain link fencing,pots, and all attachments and appurtenances as shown on the Plans. BID ITEM NO.72. IRRIGATION Comply with Section 01120 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 01120.80. Payment shall be on a lump sum basis per Section 01120.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to install the irrigation system,complete. BID ITEM NO.73. 12 INCH POTABLE WATER PIPE WITH JOINT RESTRAINTS AND CLASS B BACKFILL Comply with Section 01140 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot (LF) basis per Section 01140.80. Payment shall be on a linear foot basis per Section 01140.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate,haul,dispose of spoils;place,furnish and compact bedding and backfill,and furnish,install,restrain,connect, flush,and test potable water pipe.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.74. 12 INCH SMALL DI FITTING WITH JOINT RESTRAINTS BID ITEM NO.75. 12 INCH LARGE DI FITTING WITH JOINT RESTRAINTS Comply with Section 01140 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01140.80. 2020 ITB—Wall St./Tech Center Dr. Improvements 23 1 Page Payment shall be on a per each basis per Section 01140.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to excavate,haul,dispose of spoils;place,furnish and compact bedding and backfill,and furnish,install,restrain,connect, flush,and test potable water pipe fittings. All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.76. 12 INCH BUTTERFLY VALVE Comply with Section 01150 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01150.80. Payment shall be on a per each basis per Section 01150.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to excavate, haul, dispose of spoils; place, furnish and compact bedding and backfill, and furnish and install butterfly valve. BID ITEM NO. 77. IRRIGATION DOUBLE CHECK VALVE ASSEMBLY Comply with Section 01150 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01150.80. Payment shall be on a per each basis per Section 01150.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to excavate,haul,dispose of spoils;place,furnish and compact bedding and backfill,and furnish and install irrigation double check valve assembly complete as shown on the Plans. Coordination with Engineer and City water department will be considered incidental to this bid item. BID ITEM NO. 78. 1 INCH WATER SERVICE CONNECTIONS Comply with Section 01170 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01170.80. Payment shall be on a per each basis per Section 01170.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to excavate,haul,dispose of spoils;place,furnish and compact bedding and backfill,and furnish and install service connections. Coordination with Engineer and City water department will be considered incidental to this bid item.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO.Al. GENERAL EXCAVATION Comply with Section 00330 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis according to the project's digital terrain model per Section 00330.81. Payment shall be on a cubic yard basis per Section 00330.93 including all labor,equipment,materials and other incidentals and work necessary to excavate,haul off,dispose of excess excavated material,and use excavated material to construct embankment fill.Payment for fine grading and subgrade compaction shall be considered incidental to this bid item. 2020 ITB—Wall St./Tech Center Dr. Improvements 24 1 Page All additional work for this additive alternate bid item related to mobilization,temporary traffic control,erosion control,and construction survey work shall be considered incidental to this bid item. BID ITEM NO.A2. TREATED SUBGRADE,12 INCHES THICK Comply with Section 00344 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00344.80. Payment shall be on a square yard basis per Section 00344.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to construct treated subgrade to the depths and at the locations shown on the Plans and as directed by the Engineer,including coordination,meetings,subsurface exploratory excavations,and vacuum sweeping of finished surface. All additional work for this additive alternate bid item related to mobilization,temporary traffic control,erosion control,and construction survey work shall be considered incidental to this bid item. BID ITEM NO.A3. SUBGRADE GEOTEXTILE Comply with Section 00350 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00350.80. Payment shall be on a square yard basis per Section 00350.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install subgrade geotextile where shown on the Plans and as directed by the Engineer. All additional work for this additive alternate bid item related to mobilization,temporary traffic control,erosion control,and construction survey work shall be considered incidental to this bid item. BID ITEM NO.A4. 3/4 INCH—0 AGGREGATE BASE BID ITEM NO.A5. 1-1/2 INCH—0 AGGREGATE BASE Comply with Section 00641 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a cubic yard (CY) basis per Section 00641.80. Payment shall be on a cubic yard basis per Section 00641.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,place,grade,and compact aggregate base. All additional work for this additive alternate bid item related to mobilization,temporary traffic control,erosion control,and construction survey work shall be considered incidental to this bid item. BID ITEM NO.A6. PORTLAND CEMENT Comply with Section 00344 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per ton basis per Section 00344.80. 2020 ITB—Wall St./Tech Center Dr. Improvements 25 1 Page Payment shall be on a per ton basis per Section 00344.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and place Portland cement for use in constructing treated subgrade. All additional work for this additive alternate bid item related to mobilization,temporary traffic control,erosion control,and construction survey work shall be considered incidental to this bid item. 2020 ITB—Wall St./Tech Center Dr. Improvements 26 1 Page ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA CITY OF T'IGARD WALL ST./TECH CENTER DR.IMPROVEMENTS I/WE HAVE RECEIVED THE FOLLOWING ADDENDA: If none received, write `None Received" r 1. , 3. 2. 4. .- =7,f5 Date !—S� &4�:: Signature of Proposer �resr. Title Corpor a Name 2020 ITB—Wall St./Tech Center Dr. Improvements 27 . ATTACHMENT D—BID CERTIFICATION CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS Non-discrimination Clause The Bidder agrees not to discriminate against any client,employee or applicant for employment or for services, because of race, color, religion, sex, national origin, handicap or age with regard to, but not limited to, the following employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination;rates of pay or other forms of compensation;selection for training,rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or Bidder from the City,unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. 01 Agreed by: Z - Firm Name: r Address: Fog Z37-9f Officer's signature: Type or print officer's name: C �i,Esr � 2020 ITB—Wall 5t./Tech Center Dr. Improvements 28 �` ATTACHMENT E—FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS PROJECT#: CIP 2020-95061 CLOSING:Date:lune 30,2020 _ Time:2:0012m This form must be submitted at the location specified in the Advertisement for Bids on the advertised Bid closing date and within two working hours after the advertised Bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed,the category of work that the subcontractor will be performing and the dollar value of the subcontract Enter "NONE" if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED). NAME DOLLAR VALUE CATEGORY OF WORK 2) l Crcfi' Cc�� �' 1 cel,,. `7rO' e✓ r�� W I 3) d 4) Failure to submit this form by the disclosure deadline will result in a nonresponsive Bid. A nonresponsive Bid will not be considered for award. Forrn submitted by(Bidder name): �; �� '�cS/lf I •- Contact Warne: .jL � Phone#: So 3 co 'ay 037 3 2020 ITB—Wall St./Tech Center Dr. Improvements 29 1 1' ! c ATTACHmENI'F—BID BOND Cm of TICARD WALL ST. TECH CENTER DR.IMPROVEMENTS We, Eagle Elsner, Inc. ,as"Principal," (Name of Principal) and Western Surety Company —,an South Dakota Corporation, (Name of Surety) authorized to transact Surety business in the State of Oregon, as "Surety," hereby jointly and severally bind ourselves,our respective heirs, executors,administrators,successors,and assigns to pay unto the City of Tigard ("Obligc&D the sum of Ten Percent of Total Amount Bid--- and 100 Dollars ( 10%of Bid— ). WHEREAS,the condition of the obligation of this bond is the Principal has submitted a Bid to the Obligee in response to Obligee's solicitation for the project identified as Wall St/Tech Center Dr.Improvements which Bid is made a part of this bond by reference, and Principal is required to famish Bid security in an amount equal to ten percent(109/6)of the total amount of the Bid pursuant to the solicitation document. NOW,THEREFORE, if the Bid submitted by Principal is accepted,and if a Contract pursuant to the Bid is awarded to Principal,and if Principal enters into and executes such Contract within the time specified in the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment Bond required by Obligee within the time fixed by Obligee,then this obligation shall be void;otherwise,it shall remain in full force and effect IN WITNESS WHEREOF,we have caused this instrument to be executed and scaled by our duly authorized legal representatives this 30th day of June 2020 pRINCIpAL: Eagle Elsner, Inc. SUREW. Western Surety Company BT BY ATTORNEY-IN-FACT •y Si a IP i Gloria Bruning Me Printr-4V e Attest; j -- _ Signawfe 1201 SW 12th Ave., Suite 500 Address Portland, OR 97205 City State Zip 2020 ITB—Wall St./Tech Center Dr. Improvements 30r' - . Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and Stale of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Gloria Bruning, Vicki Mather, Brent Olson, Richard W Kowalski, Ray M Paiement, Joel Dietzman, Christopher A Reburn, J Patrick Dooney, Gail A Price, Individually of Portland,OR,its true and lawful Attomcy(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant io and by authority of the By-Law primed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be.signed by its Vice President and its corporate seal to be hcrcto affixed on[his 71h day of January,2020. ErWESTERN SURETY COMPANY rs w 1pok91 v r _►Nw�'_ aul T-Brous,,Vice President State of South Dakota County of Minnchaha tis On this 71h day of January,2020,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say- that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation:that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to he the act and decd of said corporation My commission expires J,MOHR 19!!%Nonusratreuc June 23,2021 °0�1 PUMX J.Mohr,Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURE'T'Y COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation pri led on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this b f� day of Ld ntr 10,;�v Ert•� WESTERN SURETY COMPANY a�.Ob,fi v L.Nelson,Assistant Secretary Form F4280'1012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS THIS CONTRACT made and entered into this 5'' day of August 2020, by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Eagle-Elsner, Inc hereinafter called"Contractor",duly authorized to perform such services in Oregon. RECITALS WHEREAS, the City requires services which Contractor is capable of providing, under terms and conditions hereinafter described;and WHEREAS, time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Contract Documents; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following: A. Earthwork B. Construction of asphaltic pavements C. Construction of concrete curbs ramps and sidewalks D. Soldier Pile and MSE Wall construction E. Stormwater,Sewer and Water Utility Construction F. Lighting and Traffic Signal construction G. Striping and pavement marking H. Landscaping and Irrigation I. Performance of additional and incidental work as called for by the specifications and plans. 2. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and performance pertaining to this Agreement,in the City of Tigard, Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. 3. EFFECTIVE DATE AND DURATION This Agreement is effective upon notice to proceed issued by the City and shall be substantially completed by February 15,2021. 4. Compensation A. City agrees to pay Contractor One Million Three Hundred Ninety-Five Thousand Five Hundred Thirty-Seven and 20/100 Dollars ($1,395,537.20) for performance of those services provided herein. B. City certifies that sufficient funds are available and authorized for expenditure to finance costs of this Contract during the current fiscal year. Funding in future fiscal years shall be contingent upon budgetary approval by the Tigard City Council. 5. Early Termination A. This Agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of temvnation and shall be in full satisfaction of all claims by Contractor against City under this Agreement. C. Termination under any provision of this paragraph shall not affect any right,obligation,or liability of Contractor or City which accrued prior to such termination. 6. Cancellation with Cause A. City may terminate this Agreement effective upon delivery of written notice to Contractor,or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds, 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement, 3) If any license or certificate required by law or regulation to be held by Contractor, its Subcontractors,agents,and employees to provide the services required by this Agreement is for any reason denied,revoked,or not renewed,or 4) If Contractor becomes insolvent,if voluntary or involuntary petition in bankruptcy is filed by or against Contractor, if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such terniination of this Agreement under paragraph (A) shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City,by written notice of default(including breach of Contract) to Contractor,may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this Agreement within the time specified herein or any extension thereof,or 2) If Contractor fails to perform any of the other provisions of this Agreement, or so fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from City,fails to correct such failures within ten(10) days or such other period as City may authorize. The rights and remedies of City provided in the above clause related to defaults(including breach of Contract) by Contractor shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph(B),Contractor shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred,an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Contractor bear to the total services otherwise required to be performed for such total fee; provided,that there shall be deducted from such amount the amount of damages,if any,sustained by City due to breach of Contract by Contractor. Damages for breach of Contract shall be those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 7. Force Majeure Neither City nor Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled,including,but not restricted to,an act of God or of a public enemy, volcano,earthquake, fire, flood, epidemic, quarantine,restriction, area-wide strike, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause;provided that the party so disenabled shall within ten(10)days from the beginning of such delay,notify the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under Contract. S. Nonwaiver The failure of the City to insist upon or enforce strict performance by Contractor of any of the terms of this Contract or to exercise any rights hereunder shall not be construed as a waiver or relinquishment to any extent of its right to assert or rely upon such terms or rights on any future occasion. 9. Attorney's Fees In case suit or action is instituted to enforce the provisions of this contract,the parties agree that the losing party shall pay such sum as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 10. Goveming Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 11. Indemnification Contractor agrees to indemnify and defend the City,its officers,agents and employees and hold them harmless from any and all liability,causes of action,claims,losses,damages,judgments or other costs or expenses including attorney's fees and witness costs and(at both trial and appeal level,whether or not a trial or appeal ever takes place) that may be asserted by any person or entity which in any way arise from, during or in connection with the performance of the work described in this Contract, except liability arising out of the sole negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever,such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 12. Insurance Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this Contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its Subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain, at contractor's expense, and keep in effect during the term of this Contract,Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this Contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at Contractor's expense, and keep in effect during the term of the Contract,"Symbol 1"Commercial Automobile Liability coverage including coverage for all owned,hired,and non-owned vehicles.The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance: The Contractor, its Subcontractors, if any, and all employers providing work, labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision: The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. All Liability Insurance policies will be endorsed to show this additional coverage. E. Insurance Carrier Rating: Coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The insurance carrier shall have a minimum of an AM Best Rating"A"with a financial strength of VII or better. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Certificates of Insurance: A copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City,in lieu thereof,a certificate in form satisfactory to City certifying to the issuance of all such insurance provisions of this Contract shall be forwarded to: City of Tigard Attn:Office of Contracts and Purchasing 13125 SW Hall Blvd Tigard,Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work and no Contract shall be effected until the required certificates have been received and approved by the City. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance.A renewal certificate will be sent to the above address 10 days prior to coverage expiration. The procuring of such required insurance shall not be construed to limit Contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss connected with this Contract. G. Primary Coverage Clarification: All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. H. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability,and pollution policies required by this Contract. 13. Method and Place of Giving Notice,Submitting Bills and Making Payments All notices,bills and payments shall be made in writing and may be given by personal delivery or by email. Notices,bills and payments sent by email should be addressed as follows: CITY OF TIGARD EAGLE-ELSNER,INC Attn: Andrew Newbury Attn: Jake Eagle Address: 13125 SW Hall Boulevard Address: PO BOX 23294 Tigard,Oregon 97223 Tigard OR 97281 Phone: (503) 718-2472 Phone: (503) 628-1137 Email: andrewn antigard-or..gov Email: jak3 ,eagle-elsner.com and when so addressed, shall be deemed given upon deposit in the United States mail, postage prepaid. In 0 other instances,notices,bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices,bills and payments are to be given by giving written notice pursuant to this paragraph. Invoices shall list each project separately with work completed and amount due for each. 14. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 15. Complete Agreement This Agreement constitutes the entire Agreement between the parties. No waiver, consent, modification,or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board at their August 4,2020 business meeting. CITY OF TIGARD EAGLE-ELSNER,INC tf��- Si a Signature 8/10/2020 Date Date a � ATTACHMENT H—PERFORMANCE BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS Bond Number:30093796 Project Name: Wall St./Tech Center Dr.Improvements Project Western Surety Company (Surety#1) Bond Amount No. 1: $ 1,395,537.20 (Surety#2)* Bond Amount No. 2:* $ *If using multole sureties Total Penal Sum of Bond: $ 1,395,537.20 We, Eagle Elsner, Inc. as Principal, and the above identified Surety(ies),authorized to transact surety business in Oregon,as Surety,hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of(total Penal Sum of Bond)One Million Three Hundred Ninety Five Thousand Five Hundred Thirty Seven&20/100---($1,395,537.20) (provided, that we the Sureties bind ourselves in such sum`jointly and severally"as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard, the plans,specifications, terms,and conditions of which are contained in the above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications,special provisions, schedule of performance, and schedule of Contract Prices,are made a part of this Performance Bond by reference,whether or not attached to the Contract(all hereafter called "Contract");and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms,conditions, requirements, plans, and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety: NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms of the Contract and performs the Contract within the time prescribed by the Contract, then this obligation is null and void; otherwise it shall remain in full force and effect. If the Contractor is declared by City to be in default under the Contract, the surety shall promptly remedy the default,perform all of Contractor's obligations under the Contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. This obligation jointly and severally binds the Contractor and surety and their respected heirs, executors, administrators, and successors. Nonpayment of the bond premium shall not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. Said surety for value received,hereby stipulates and agrees that no change, extension of time,alteration, or addition to the terms of the Contract,or the Work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time,alteration,or addition to the terms of the Contract or to the Work or to the specifications. This Performance Bond shall also guarantee the subject project against defects in materials or workmanship for a period of one (1)year from the date of written Substantial Completion acceptance of the subject project by the City of Tigard. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 5th day of August 2020 PRINCIPAL: Eagle Elsner, Inc. By: Si ature rint d Name 'de Attest: SURETY: Weste urety Company (Add signaturesfor each surety if using mzrltiple bonds BY ATTORNEY-IN-FACT: (Power o f-Attorney must accompany each surety bond) Gloria Bruning N e Signature 1201 SW 12th Ave., Suite 500 Address Portland OR 97205 City State Zip 503-224-2500 503-224-9830 Phone Fax Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Gloria Bruning, Vicki Mather, Brent Olson, Richard W Kowalski, Ray M Paiement, Joel Dietzman, Christopher A Reburn, J Patrick Dooney, Gail A Price, Individually of Portland,OR,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 7th day of January,2020. �SVRET}"•. WESTERN SURETY COMPANY W. •_� asOVTH OP��,p-,` aul T.Bruflat,Vice President State of South Dakota l JT County of Minnehaha ss On this 7th day of January,2020,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J.Mo 11 NC^ June 23,2021 �sourNOTARY PU2UwacorA s� J.Mohr,Notary Public CERTIFICATE I, L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse here f is still in force. In testimony whereof I have hereunto subscribed `J my name and affixed the seal of the said corporation this h day of �� a e 2,9 •SURETY"'•.. :•..•.•.••.•.:�a--, WESTERN SURETY COMPANY ;moo,..•'µP0,9•q o-f1 CA, uunnon.� ANelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasuretV.com >Owner/Obligee Services>Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ATTACHMENT I—PAYMENT BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS Bond Number: 30093796 Project Name: Wall St./Tech Center Dr. Improvements Project Western Surety Company (Surety#1) Bond Amount No. 1: $ 1,395,537.20 (Surety#2)* Bond Amount No. 2:* $ *I rusing multple sureties Total Penal Sum of Bond: $ 1,395,537.20 We, Eagle Elsner, Inc. as Principal, and the above identified Surety(ies),authorized to transact surety business in Oregon,as Surety,hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of(total Penal Sum of Bond)One Million Three Hundred Ninety Five Thousand Five Hundred Thirty Seven&20/100---($1,395,537.20) (Provided that we the Sureties bind ourselves in such sum"jointly and severally"as ,veli as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard, the plans, specifications, terms,and conditions of which are contained in above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications,special provisions, schedule of performance,and schedule of Contract Prices,are made a part of this Payment bond by reference, whether or not attached to the Contract (all hereafter called "Contract");and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms,conditions, requirements, plans, and specifications, and schedule of Contract Prices which are set forth in the Contract and any attachments, and all authorized modifications of the Contract which increase the amount of the work, or the cost of the Contract, or constitute authorized extensions of time for performance of the Contract,notice of any such modifications hereby being waived by the Surety: NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal shall faithfully and truly observe and comply with the terms,conditions,and provisions of the Contract,in all respects, and shall well and truly and fully do and perform all matters and things to be performed under said Contract and any duly authorized modifications that are made,upon the terms set forth therein,and within the time prescribed therein, or as extended therein as provided in the Contract,with or without notice to the Sureties, and shall indemnify and save harmless the City of Tigard its officers,agents, and employees against any claim for direct or indirect damages of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors,and shall promptly pay all persons supplying labor,materials, or both to the Principal or its subcontractors for prosecution of the work provided in the Contract;and shall promptly pay all contributions due the State Industrial Accident Fund and the State Unemployment Compensation Fund from the Principal or its subcontractors in connection with the performance of the Contract;and shall pay over to the Oregon Department of Revenue all sums required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claim to be filed or prosecuted against the City on account of any labor or materials furnished; and shall do all things required of the Principal by the laws of the State of Oregon, then this obligation shall be void;otherwise,it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 5th day of August , 2020 PRINCIPAL: Eagle Elsner, Inc. Sign /re e tk'rA", — in ed ame Attest: V 161 SURETY: Western Surety Company (Add signatures for each stirety if using multiple bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney mzrst aaompany each surety bond) Gloria Bruning Na e Signature 1201 SW 12th Ave., Suite 500 Address Portland, OR 97205 City State Zip 503-224-2500 503-224-9830 Phone Fax Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Gloria Bruning, Vicki Mather, Brent Olson, Richard W Kowalski, Ray M Paiement, Joel Dietzman, Christopher A Reburn, J Patrick Dooney, Gail A Price, Individually of Portland,OR,its true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 7th day of January,2020. WESTERN SURETY COMPANY =N:40 jt^;ax 'aul T.Bruflat,Vice President State of South Dakota l JT County of Minnehaha ss On this 7th day of January,2020,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires + J.MOHR �HorAarauauc� June 23,2021 (SNOTARY sEn� J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation p�ryn�ted on the reverse hereo is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of V WESTERN SURETY COMPANY "Qr` POq •`�3= N4pQgri^'s •v _W• _` i fo f A tiP; a4,GT„,DpµOcr ""11111111111N�"` L.Nelson,Assistant Secretary Form F4280-7-2012 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ATTACHMENT J-OREGON PREVAILING WAGE RATES CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS May be downloaded from: htip://www.oregon.gov/boli/WHD/PWR/Pages/pwr state.aspx 2020 ITB—Wall St./Tech Center Dr. Improvements 40 1 Page ATTACHMENT K-GENERAL CONDITIONS CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS 2020 ITB—Wall St./Tech Center Dr. Improvements 41 1 Page ATTACHMENT L-SPECIAL PROVISIONS CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS The Work to be done under this Contract consists of constructing a new street connection between Tech Center Drive and Wall Street,reconstructing street connections,constructing sidewalks and driveways, installation of water, stormwater and sanitary sewer mains with appurtenances,installation and planting of stormwater facilities, signage and other miscellaneous improvements as shown on the plans entitled: WALL STREET—TECH CENTER DRIVE IMPROVEMENTS PROJECT: #95061 AUTHORITY OF CONSULTANT The consultant will be directly in charge of the Project. However, the consultant's authority on this Project is as designated in the City of Tigard's General Condition Section 00150.01 as the Project Manager, or as designated by the Engineer. APPLICABLE SPECIFICATIONS The Specifications that are applicable to the Work on this Project is the "Oregon Standard Specifications for Construction" (2018 Edition). The Part 00100 General Conditions for Construction for the City of Tigard (Attachment K of the Contract Documents) is applicable to the work corresponding with the 2018 Edition Section 00100—General Conditions. The 2018 Edition is applicable to the Work corresponding with subsequent sections. All number references in these Special Provisions shall be understood to refer to the Sections and subsections of the Standard Specifications bearing like numbers and to Sections and subsections contained in these Special Provisions in their entirety. CLASS OF PROJECT This is a City of Tigard Project. SECTION 00110 - ORGANIZATION, CONVENTIONS,ABBREVIATIONS AND DEFINITIONS Comply with Section 00110 of the City of Tigard General Conditions. SECTION 00120 -BIDDING REQUIREMENTS AND PROCEDURES Comply with Section 00120 of the City of Tigard General Conditions,modified as follows: 00120.01 Receipt of Bids; Opening—Replace this subsection,except for the subsection number and title,with the following: Bidders will submit Bids by email before the deadline stated in the Advertisement for Bid. 00120.02 Prequalification of Bidders—Delete this subsection. 00120.03 Request for Solicitation Documents—Replace this subsection,except for the subsection number and title,with the following: 2020 ITB—Wall St./Tech Center Dr. Improvements Informational Plans and Specifications are available online at www.tigard-or.gov/business/bids.php Copies of the Oregon Standard Specifications are available for download or purchase at: www.oregon.gov/ODOT/HWY/SPECS/Pages/2015—Standard—Specifications.aspx. a). Bids-Bidders must obtain Solicitation Documents online at www.tigard-or.gov/business/bids.php. Each request must include both the name of the person ordering or obtaining the Solicitation Documents, and the name of the Entity intending to use them. (The City will add the name of the Entity intending to use the Solicitation Documents to the list of Holders of Bidding Plans.) Bidders are cautioned that only Solicitation Documents obtained from the City of Tigard may be used to submit Bids. b). Standards and Specifications - The work embraced herein shall be done in accordance with the following standards and specifications. City of Tigard Public Improvement Design Standards..........Download from the City's web site CWS Design and Construction Standards R&O 17-5..................www.cleanwaterservices.org Manual on Uniform Traffic Control Devices (MUTCD).....................Available from FHWA 2018 Oregon Standard Specifications for Construction......................Available from ODOT Copies of these standards and specifications can be found at the locations stated above. 00120.17(b) Outside Normal Right-of-Way Limits—Add the flowing to the end of this subsection: The Agency does not own,or have rights to,other adjacent properties in the Project area for use in stockpiling operations. The Contractor shall acquire, at its own expense, the rights of access to, and the use of, all stockpiling locations that the Contractor chooses that are not Agency-controlled. Contractor shall furnish to the Agency the property owner's written approval for the Contractors use of its land. SECTION 00130 -AWARD AND EXECUTION OF CONTRACT Comply with Section 00130 of the Citi-of Tigard Gencral Conditions. SECTION 00140 - SCOPE OF WORK Comply with Section 00140 of the City of Tigard General Conditions,modified as follows: Add the following new subsection: 00140.01 Alternates This project includes Added Alternative bid schedules and bid items that may or may not be awarded.A general description of the alternate is provided below. Reference the Plans and these Special Provisions for additional information and technical requirements. Added Alternative Bid Schedule A — Cement Treated Base. This Alternate includes a cement treated base section under the asphalt concrete pavement instead of a compacted aggregate base section. 00140.30 Agency-Required Changes in the Work—Add the following paragraphs to the end of this subsection: SECTION 00150 - CONTROL OF WORK 2020 ITB—Wall St./Tech Center Dr. Improvements Comply with Section 00150 of the City of Tigard General Conditions,modified as follows: 00150.15 Construction Stakes,Lines, and Grades 00150.15(a) Agency Responsibilities -Replace this subsection, except for the subsection number and title, with the following: The Agency will not establish any principal grades or lines. 00150.15(b) Contractor Responsibilities -Replace this subsection,except for the subsection number and title,with the following: The Contractor shall perform the Contractor responsibilities described in the Construction Surveying Manual for Contractors, Chapter 1.6 (see Section 00305) and the following: • The Contractor shall be responsible to furnish all field controls for setting principal lines, grades, and measurements as needed to construct the Work per the requirements outlined in Section 00305 and as indicated in the Contract Documents. 00150.30 Delivery of Notices—Replace this subsection with the following subsection: For purposes of this subsection,the time zone is Pacific Standard Time (PST) to determine time of receipt of notices and other documents. For purposes of this subsection,non-business days are Saturdays, Sundays and legal holidays as defined by ORS 187.010 and 187.020. Following Notice to Proceed, all notices and other documents submitted to the Contractor by the Engineer, or to the Engineer by the Contractor,electronically under 00170.08: Claims must be submitted on paper documents according to Section 00199. 00150.50(b) Agency Responsibilities—Add the following paragraph to the end of this subsection: The locations, depth and description of existing utilities shown were compiled from available GIS mapping, records and/or field observations. The Engineer or Utility Companies do not guarantee the accuracy or the completeness of such locations. Additional utilities may exist in the project area. Add the following subsection: 00150.50(d) Utility Information: There are no anticipated conflicts with the Utilities listed below unless specifically noted. Minor adjustments of manholes, or boxes may need to be adjusted to finish grade by the Utility owner and the Contractor shall coordinate this work to be completed during construction. The Contractor shall provide two(2)weeks advance notice to those Utilities that have adjustment work indicated on the Contract Plans. The Contractor shall contact those Utilities having buried facilities and request that they locate and mark them for their protection prior to construction. Additionally,the Contractor shall notify all utility owners which may be affected by the construction operation at least 48 hours in advance when their services may be affected by the work,and coordinate with affected utilities as necessary. 2020 ITB—Wall St./Tech Center Dr. Improvements Agency Contact Phone Email JWATER ' City of Tigard Sam Morrison 503-718-2600 SAMMktigard-or.gov Tualatin Valley 24-hour 503-639-1554 kevin.henning(ktvwd.org Water District Kevin Henning 503-701-0962 SANITARY SEWER City of Tigard Rob Block 503-718-2607 Rob9tigard-or.gov Clean Water Duke Tran 503-861-3636 trandgcleanwaterservices.org — STORM SEWER City of Tigard Rob Block 503-718-2607 Rob(g ga_�d-oror.gov _ POWER PGE Travis Smallwood 503-672-5428 Travis.Smallwood&pgn�com 24-hour 503-464-7777 Damage&Repair 503-736-5662 CABLE INTERNET TELEPHONE AT&T Local Steve Dixon 360-882-4268 SDixongpivotalcomm.com Daniel McGeough ext 103 Dm2124(katt.com 425-896-9830 Comcast Alexander Silantiev 503-596-3733 Alexander Silantievncomcast.com Van Mesplay 971-801-5787 van mesplay(kcomcast.com Damage&Repair 503-617-1212 CenturyLink Scott Miller 971-769-9940 scott.miller4(kcentu4link.com (Local Network) CenturyLink Dennis Groves 503-242-4144 dennis.groves(kcen ,link.com (National Network) Ziply Fiber John Bielec 503-665-9209 John.bielec&Ziple, (formerly Frontier) 24-hour 1-877-462- 8188 Verizon/MCI Daniel Ruiz 425-471-1079 Daniel.Ruiz@VerizonWireless.com 2020 ITB—Wall St./Tech Center Dr. Improvements Agency Contact Phone Email - Zayo Fiber Joseph Kleinsasser 720-549-2293 Joseph.kleinsasser(&,zayo.com S NW Natural Rich Girard 360-921-0314 Richard.Girard&nwnatural.com Kirk Bentdahl 503-816-0299 Kirk.bentdahl(knwnatural.com Damage&Repair 503-226-4211 MSIGNAL Wash Co LUT Kevin Ellington 503-846-7959 Kevin Ellington(kco.washington.or.us It is the Contractor's responsibility to adjust utility structures and maintain adequate access to those utilities (in the judgment of the Engineer) regardless of cooperation (or lack thereo{ from affected utilities. 00150.60(a) Load and Speed Restrictions for Construction Vehicles and Equipment-Add the following at the end of the numbered list: 4. The Contractor shall follow approved truck routes when hauling all materials and equipment beyond the limits of the Project Site. The proposed truck routes to be used by the Contractor shall be submitted to the Engineer for review and approval prior to the start of work. 5. The Contractor shall restrict the combined weights of construction vehicles,Equipment,and Materials on Bridges according to 00220.45. 00150.70 Detrimental Operations -Add the following to the end of the subsection: Portions of this project will be constructed in close proximity to existing private improvements. All private improvements disturbed by the Contractor's operations shall be repaired or replaced to equal or better conditions at the Contractor's expense. SECTION 00160 - SOURCE OF MATERIALS Comply with Section 00160 of the City of Tigard General Conditions. SECTION 00165 - QUALITY OF MATERIALS Comply with Section 00165 of the City of Tigard General Conditions. SECTION 00170 -LEGAL RELATIONS AND RESPONSIBILITIES Comply with Section 00170 of the City of Tigard General Conditions,modified as follows: 00170.01(b) State of Oregon Agencies -Add the following to the list of State of Oregon Agencies: Oregon Department of Transportation (ODOT) 00170.01(c) Local Agencies -Add the following to the list of Local Agencies: Washington County Land Use and Transportation (LUT) Clean Water Services (CWS) Add the following subsection: 2020 ITB—Wall St./Tech Center Dr. Improvements 00170.08 Electronic Document Management-The requirements of this Subsection do not apply to claims. Claims must be submitted on paper documents according to Section 00199. 170.70 Insurance—Add the following to this section (h) The Contractor shall be required to obtain Railroad Protective Liability Insurance in the amounts of $2,000,000 per occurrence and$6,000,000 aggregate. In addition to providing Railroad Protective Liability insurance, the Contractor shall provide current proof of Commercial General Liability insurance naming the Railroad and Genesee &Wyoming Inc. as additional insured. This coverage must meet minimum requirements of$2,000,000 per occurrence and $6,000,000 aggregate. The General Liability certificate is also required to show proof of CG2417 or its equivalent as well as a waiver of subrogation in favor of the Railroad. Additional information regarding Railroad insurance requirements can be found at the following web address:https://www.gwrr.com/real—estate/insurance—requirements 00170.70(b) Additional Insured-Add the following subsection: Add the following as Additional Insureds under the Section 11 of the Public Improvements Contract in the Contract Booklet: • Wallis Engineering, PLLC • GRI 00170.72 Indemnification-Add the following subsection: Add the following paragraph and bullets under Section 10 of the Public Improvement Contract in the Contract Booklet: Extend indemnity,defense and hold harmless to the Agency and the following: • Wallis Engineering,PLLC • GRI SECTION 00180 -PROSECUTION AND PROGRESS Comply with Section 00180 of the City of Tigard General Conditions,modified as follows: 00180.20(a) Subcontracting Limitations -After the paragraph that begins "The Contractor's own organization..." add the following paragraph: The Contractor's own organization shall preform Work amounting to at least 30% of the original Contract Amount. 00180.40(a) In General-Add the following at the end of the numbered list: 3. Conduct the Work between the hours of 7:00 AM to 9:00 PM,Monday through Friday,unless otherwise indicated in Section 00220.40(e-1). 00180.40(b) On-Site Work-Add the following at the end of the numbered list: 2020 ITB—Wall St./Tech Center Dr. Improvements 10. Furnish and install Contractor supplied project signs a minimum of 1-week in advance of construction activities. 11. Deliver City supplied door hanger notifications 48 hours to 72 hours before traffic would be significantly impacted on a given street. 12. Contact adjacent property owners 48 hours to 72 hours before beginning driveway reconstruction work. Add the following subsection: 00180.40(c) Specific Limitations -Limitations of operations specified in these Special Provisions include,but are not limited to,the following: Limitations Subsection Cooperation with Utilities ........................................................ 00150.50 Cooperation with Other Contractors ..................................... 00150.55 On-Site Work......................................................................... 00180.40(b) Contract Completion Time ................................................. 00180.50(h) Traffic Lane Restrictions ..................................................... 00220.40(e) Special Events ....................................................................... 00220.40(e) Maintenance Under Traffic ...................................................... 00620.43 The Contractor shall be aware of and subject to schedule limitations in the Standard Specifications that are not listed in this subsection. 00180.41 Project Work Schedules -After the paragraph that begins "One of the following Type..." add the following paragraphs: A Type"A" schedule as detailed in the City of Tigard General Conditions is required for this contract. Prior to performing each specific work task,the Contractor is required to inform the Agency's inspector specifically what tasks will be performed and precisely when and where those tasks will be performed. Work performed without providing advance notice to the Agency's inspector may be rejected for failure to provide advance notice,even if no other reason is documented for such rejection. Add the following subsection: 00180.42 Preconstruction Conference—Supplement this section with the following: The Contractor is required to contact the Agency to schedule the preconstruction conference. In addition to the Contractor,the intended project superintendents, foremen, subcontractor foremen and major suppliers—those who will actually be involved in construction activities—should attend the preconstruction conference. The Contractor must be prepared for a thorough discussion and review,as well as revision,which may be deemed necessary in the opinion of the Engineer, of the following: (Note: These materials SHALL be brought to the preconstruction conference for discussion followed by Engineer review. Some items may also require submittal in advance of the preconstruction meeting per the specifications.) • Contractor's plan of operation and progress schedule (3+ copies) 2020 ITB—Wall St./Tech Center Dr. Improvements • List of 24 hour emergency phone numbers for the project manager, site foreman, and traffic control supervisor • List of subcontractors,names, addresses and phone numbers • List of quality control subcontractor(s),name(s),address(s) and phone number(s) • List of materials fabricated or manufactured off the project • Material sources for the project • Names of principal suppliers • Detailed equipment list • "Project Labor List" for all employee classifications anticipated to be used on project • Cost percentage breakdown for lump sum bid item(s) • Shop drawings (bring preliminary list) • Traffic Control Plans (3+ copies) • Erosion and Sediment Control Plan (3+ copies) • Pollution Control Plan (3+ copies) • Proposed site for waste material disposal and any necessary permits required for placing this material • Proposed truck haul route During the preconstruction conference,be prepared to discuss the following items: • Bonds and Insurance • Weekly project meetings—schedule and responsibilities • Provision for inspection for materials from outside sources • Responsibility for locating utilities • Responsibility for damage • Time schedule for relocations,if by other than Contractor (coordinate with utilities) • Compliance with Contract Documents • Hours of work • Acceptance and approval of work • Labor compliance,payrolls,and certifications • Safety regulations for Contractor's and Owner's employees and representatives • Suspension of work, time extensions • Change order procedures • Progress estimates—procedures for payment • Special requirements of funding agencies • Construction engineering,advance notice of special work • Any interpretation of the Contract Documents requested by the Contractor • Any conflicts or omissions in the Contract Documents • Any other problems or questions concerning the work • Processing and administration of public complaints • Rights-of-way,Easements and Temporary Construction Easements 00180.43 Commencement and Performance of Work—Add the following bulleted item to the end of this Section: • Conduct the work at all times in a manner and sequence that will ensure minimal interference with traffic.The Contractor shall not begin work that will interfere with work already started. If it is in the City's best interest to do so,the City may require the Contractor to finish a portion or unit of the 2020 ITB—Wall St./Tech Center Dr. Improvements project of which work is in progress or to finish a construction operation before work is started on an additional portion or unit of the project. 00180.44(g) Coordination Meetings—Delete this subsection. 00180.44(h) Pre-Event Meetings—Delete this subsection. 00180.44(i) Pre-Survey Conference—Delete this subsection. 00180.50(c) Beginning of Contract Time—Replace this subsection,except for the subsection number and title,with the following: When the Contract Time is stated in Calendar Days, counting of Contract Calendar Days will begin with the issuance of the Notice to Proceed. Add the following subsection: 00180.50(h) Contract Time -Paving work on this project shall not commence before July 1,2020. Work to be done under this project shall be completed within one hundred eighty (180) calendar days from issuance of Notice to Proceed. 00180.85 (b) Liquidated Damages -Add the following paragraph to the end of this subsection: The liquidated damages for failure to complete the Work on time required by 00180.50(h) will be$500 per Calendar Day. Add the following subsection: 00180.85(c) Lane Closures -Lane closures beyond the limits specified will inconvenience the traveling public and will be a cost to the Agency. Lane Closures -It is impractical to determine the actual damages the Agency will sustain in the event traffic lanes are closed beyond the limits listed in 00220.40(e). Therefore,the Contractor shall pay to the Agency,not as a penalty,but as liquidated damages,$500 per 15 minutes, or for a portion of 15 minutes,per lane, for any lane closure beyond the limits listed in 00220.40(e). In addition to the liquidated damages, all added cost for traffic control measures, including flagging, required to maintain the lane closures beyond the allowed time Emits,will be at no additional cost to the Agency. The required traffic control measures will be as determined by the Engineer. The Engineer will determine when it is safe to reopen lanes to traffic. Assessment of liquidated damages will stop when all lanes have been safely reopened. Any liquidated damages assessed under these provisions will be in addition to those listed in 00180.85(b). SECTION 00190 -MEASUREMENT OF PAY QUANTITIES Comply with Section 00190 of the City of Tigard General Conditions,modified as follows: 00190.20(f-2) Scale Without Automatic Printer-Add the following paragraph after the paragraph that begins "If the scales require manual entry...": Pay costs for the weigh witness at that person's contract billing rate. 2020 ITB—Wall St./Tech Center Dr. Improvements 00190.20(g) Agency-Provided Weigh Technician-Add the following paragraph to the end of this subsection: Pay costs for the weigh technician at that person's contract billing rate. SECTION 00195—PAYMENT Comply with Section 00195 of the City of Tigard General Conditions modified as follows: 00195.13 Asphalt cement Material Price Escalation/De-Escalation Clause—Delete this subsection. 00195.50(a)(2)Value of Materials on Hand—Delete this subsection. SECTION 00196 -PAYMENT FOR EXTRA WORK Comply with Section 00196 of the City of Tigard General Conditions. SECTION 00197 -PAYMENT FOR FORCE ACCOUNT WORK Comply with Section 00197 of the City of Tigard General Conditions. SECTION 00199 -DISAGREEMENTS,PROTESTS,AND CLAIMS Comply with Section 00199 of the City of Tigard General Conditions. SECTION 00210—MOBILIZATION Comply with Section 00210 of the Standard Specifications modified as follows: 00210.00 Scope—Add the following to this subsection: Pre-construction Visual Survey. Prior to commencing any construction activities,the Contractor shall prepare a recorded visual survey of all existing features within the project limits as well as adjacent properties. The visual survey shall be recorded on standard digital equipment and a DVD copy shall be provided to the Agency for the Agency's review prior to commencing construction. The survey shall show all features within or adjacent to the project limits which are known or suspected to generate damage claims. The survey shall also include video of any existing improvements which were damaged prior to construction. Post-construction visual comparison to the visual survey shall be a basis for determining damage to properties should a damage claim arise. 00210.40 Mobilization—Add the following bulleted items to the end of this Subsection: • Obtain all applicable licenses and insurance required by the Contract to complete the work as specified herein. 00210.90 Payment—Add the following to this subsection: Payment for mobilization shall also include all costs associated with completing a pre-construction visual survey and obtaining all necessary licenses and insurance. 2020 ITB—Wall St./Tech Center Dr. Improvements SECTION 00220-ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility—Replace the bulleted item that begins Do not block driveways'with the following: • Do not block driveways, intersections or approaches without the approval of the Engineer. Provide reasonable access, such as temporary ramps, to driveways,intersections or approaches at no expense to the City. 00220.02 Public Safety and Mobility-Supplement this subsection with the following: • The Contractor must obtain the Engineer's approval of a traffic control and signage plan for each street on which traffic will be disrupted at least 7 days before work on that street begins, shall implement the plan before occupying any portion of the street,and shall maintain traffic control in accordance with that plan,or as otherwise directed by the Engineer, for the duration of the work. • The amount of time that a roadway is left unstriped or with temporary striping must be minimized. Permanent striping must be replaced on the roadway as soon as feasible;a maximum of 10 calendar days after construction activity removes or covers roadway striping. • Do not place work zone signs or supports that will block existing walkways or bikeways unless otherwise approved by the Engineer. • The Engineer and/or inspector may order immediate stoppage of work and restoration of normal traffic patterns at any time if,in their judgment, such action is necessary to reduce excessive delays and/or protect public safety. • Coordinate with TriMet to minimize impacts and delays for transit routes. 00220.03 Work Zone Notifications Add the following new subsection: 00220.03 Project Specific Work Zone Notifications The Contractor shall furnish,install and maintain two (2) 54"x 72" site-specific temporary orange ("Type 00'� project signs. The Contractor shall post-mount signs or install project signs on temporary sign supports at each street end on which the Contractor will be working to notify residents and street users of the specific schedule for work on that street. Signs shall be placed a minimum of 7 days before any work affecting use of the street. Submit project sign layout for review and approval prior to manufacturing signs. An example of the minimum text to be included on the sign is noted below. Additional text or logos may be required to be added to the sign by the City during review. Wall Street—Tech Center Drive Project Partially Funded by METRO Duration: Summer 2020 Info:XXX-XXX-XXXX Work Dates: X-XX to X-XX The Contractor shall work with the residents and property managers within 500 feet of any night work to provide adequate notification and contact information,and schedule their activities in ways that minimize 2020 ITB—Wall St./Tech Center Dr. Improvements disruption to nearby residents. The Contractor will need to coordinate with the Engineer on noise reduction measures and notification of nearby residents. Notify emergency services and organizations listed below at least 10 calendar days in advance of street closures. The following information is provided for the Contractor's convenience: • Emergency Services 911 • City of Tigard Police Department (Non-Emergency)503-629-0111 • Tualatin Valley Fire&Rescue (Amber Cross) 503-612-7000 • United States Post Office (Non-Emergency&Emergency Services) 503-968-2991 • Tigard-Tualatin School District Qean Devenport) 503-431-4046 • Student Transportation of America (Ashley Rinker) 503-372-5704 • Tri-Met—Road Operations 503-962-4949 • Pride Disposal (Rose Bowles) 503-625-6177 x1101 00220.40(c)Driveways—Add the following bulleted item(s): • Coordinate with businesses and obtain access approval to property at least 48 hours in advance. • Provide temporary access during bypassing operation by use of temporary road ramps, steel plates, aggregate or other approved method. Protect and delineate access by use of traffic cones. 00220.40(e-1) Closed Lanes -Replace this subsection,except for the subsection number and title,with the following: Allowable work hours and lane closures are as follows (contractor shall minimize traffic disruption in all cases): • 72nd Avenue: 0 2 lanes of travel shall be provided allowing 2-way traffic shall be maintained at all times unless approved otherwise by the Engineer. o Maintain existing travel lanes Monday through Friday 7:OOam to 9:OOam and 3:OOpm to 7:OOpm. Lane impacts are allowed Monday through Friday 9:OOam to 3:OOpm. o When shifting lanes into the existing center left turn median,provide a flagger at each end of the lane shift as deemed necessary by the Engineer. o Flaggers are required at signalized intersections at all times where the temporary traffic control is in conflict with signalized vehicle movements. Local access must be maintained to all properties throughout construction. The Contractor must obtain City approval of a traffic control,signage,and detour plan for each street at least 7 days before closure or traffic disruption begins. The Engineer reserves the right to impose additional lane restrictions depending on observed traffic conditions.The Engineer and/or inspector may order immediate stoppage of work and restoration of normal traffic patterns at any time if,in their judgment, such action is necessary to reduce excessive delays and/or protect public safety. SECTION 00225 -WORK ZONE TRAFFIC CONTROL Comply with Section 00225 of the Standard Specifications modified as follows: 2020 ITB—Wall St./Tech Center Dr. Improvements 00225.02 General Requirements—Supplement this subsection with the following: Provide and maintain all TCM. The Engineer may verbally or in writing require immediate changes to the TCM being used on the Project. Immediately make these changes,as directed. Submit all proposed TCM revisions to the Engineer for approval. Do not start work on any stage of construction until the TCP has been reviewed and accepted and all TCM are in place and the TCP is operating satisfactorily. During construction,determine if TCM,in addition to those in place,are required and immediately notify the Engineer. Immediately make changes as approved or directed,but do not place or remove devices without prior approval. Work may be suspended as specified in 00180.70 or the TCM may be performed by the Agency if the Contractor fails to correct an unsafe condition. Costs for work performed by the Agency will be deducted from monies due the Contractor. The Contractor shall obtain the Engineer's approval of all signage and communication methods to be used for this project. Notify the Engineer and/or inspector of any non-cooperative neighbors at least 24 hours before work would be affected. The Contractor is reminded it is their responsibility to protect their work from damage caused by traffic or other factors,especially when the sealant is setting or drying,and the Contractor is also reminded of their responsibility for damage to vehicles in such cases.Damaged crack seal or slurry seal shall be repaired by the Contractor at no cost to the City,and other cleaning or repairs made as appropriate at no cost to the City. 00225.05(b) Contractor Modified Traffic Control Plan—Supplement this subsection with the following: If the general contractor prepares traffic control plans for work to be completed by subcontractors,the TCP shall also be signed by the subcontractor who will be completing work items under that plan. If at any time during the work the Engineer determines the Traffic Control Plan to be inadequate,the Contractor shall provide additional traffic control signs,devices and labor at no additional cost to the Agency. The Contractor shall provide the Engineer five (5)working days to review any submitted traffic control drawings. Drawings which are not approved shall be corrected and resubmitted for review as specified above. Public traffic shall be permitted to pass through the work area, or an approved detour,with as little inconvenience and delay as possible. Bicycle and pedestrian lanes and pathways are legal travel lanes and must be treated as such. They shall be free of obstructions with as little delay as possible. Lane and pathways will be maintained free of debris to allow safe passage. The minimum travel lane width for a bicycle lane through a work zone area shall be four(4) feet. For temporary bicycle and pedestrian lanes and pathways,ADA compliant ramps must be used where the elevation difference is greater than '/a inch. The Contractor shall utilize cones,no parking signs and other means as needed in advance of paving and other construction operations to keep the roadway clear. The Contractor shall be responsible for all day-to- day coordination necessary to clear the roadway prior to paving. When signs are required for which specifications are not listed in the Contract Documents,the Contractor shall submit drawings for approval by the Engineer. 2020 ITB—Wall St./Tech Center Dr. Improvements 00225.10 General-In the paragraph that begins "Evaluate the condition...",replace the first sentence with the following sentence: Evaluate the condition of TCD using the criteria shown in the most current version in effect of the American Traffic Safety Services Association (ATSSA)publication titled"Quality Guidelines for Temporary Traffic Control Devices and Features",available from the ATSSA website at www.atssa.com. 00225.12 Temporary Barricades, Guardrail, Barrier,Attenuators Fencing, and Channelizing Devices - Add the following subsection: 00225.12(g) Pedestrian Channelizing Device -Use pedestrian channelizing devices (PCD) from the QPL or Conditional Use List and as shown on the standard drawings or as modified by the supplemental drawings. 00225.27(b) Flagger Station Lighting-Add the following bullets to the end of the bulleted list: • Flagger Station Lighting is required for all flagger locations during night work operations. • In addition to the products listed on the QPL,tripod mounted or cart mounted flagger station lights that were purchased on or before January 1,2014 and that were on the QPL before January 1,2014 may also be used. Provide proof of the original purchase date to the Engineer. 00225.32(b) Traffic Control Inspection Without TCS—supplement this subsection with the following: When the bid schedule does not include an item for a TCS,the Project Superintendent may be appointed as the TCS,but shall not perform duties of a laborer, operator or foreman while acting as the TCS and shall meet the requirements of this Section. 00225.32(b) Traffic Control Inspection Without TCS—Delete the bullet beginning"Prepares and signs a daily..." 00225.41 Temporary Signing—Add the following sentence to the end of the paragraph that begins "Once temporary signs have been accepted...": Temporary signs shall be removed promptly(as determined by the Engineer)when they are no longer in effect. 00225.43(8) Temporary Pavement Markings—Replace this subsection,except for the subsection number and title,with the following: Before opening roadways to traffic,unless otherwise allowed,apply temporary striping or flexible pavement markers to simulate lane lines,and apply temporary stop bars and crosswalk bars. Temporary markers and striping shall be replaced with permanent striping no later than 10 days after placement. 00225.44(1) Pavement Marking Removal—Supplement this subsection with the following: Remove pavement markings a maximum of 48 hours before permanent markings will be applied. Temporary markings shall be used in the interim. 00225.80 Measurement-Add the following paragraph to the end of this subscction: 2020 ITB—Wall St./Tech Center Dr. Improvements All work under this Section for this project will be measured by the Method`B"—Lump Sum Basis except for those items specifically called out in the bid schedule. 00225.90 Payment 00225.90(a)(2) Temporary Protection and Direction of Traffic—Add the following bullets to the list: • Coordination with Washington County for temporary timing modifications associated with adjacent traffic signals • Removal of pavement markings where shown on the Plans,as needed to accommodate temporary traffic patterns and as required to complete permanent striping • Providing and installing temporary pavement markings • Any additional costs incurred from the completion of temporary traffic control work outside of daylight hours as required on the Contract Plans SECTION 00280 -EROSION AND SEDIMENT CONTROL Comply with Section 00280 of the Standard Specifications modified as follows: 00280.00 Scope-Add the following paragraph to the end of this subsection: This section shall be governed by Clean Water Services. 00280.42(c) Permanent Stabilization—Add the following to the end of this subsection: All vegetated areas disturbed by the Contractor's operations shall be permanently covered with sod,re- seeded,re-planted,re-landscaped,and/or repaired to the satisfaction of the inspector per Section 01030. SECTION 00290-ENVIRONMENTAL PROTECTION Comply with Section 00290 of the Standard Specifications. SECTION 00305 - CONSTRUCTION SURVEY WORK Section 00305,which is not a Standard Specification,is included for this Project by Special Provision. DESCRIPTION 00305.00 Scope—Provide construction survey work according to the current edition on the date of Advertisement, of the ODOT "Construction Surveying Manual for Contractors" as needed to complete the work. This manual is available on the web at: hitps://www.oregon.gov/ODOT/ETA/Documents Geometronics/Construction-Survey-Manual- Contractors.pdf The Agency will not establish control stations,perform measurements and calculations for pay quantities,or perform final"as constructed"measurements,contrary to Section 1.5 of the above referenced manual. The Contractor's surveyor will be responsible to complete this work. Make all supporting computations and field notes required for control of the work and as necessary to establish the exact position,orientation,and elevation of the work from control stations,including furnishing and setting construction stakes and marks,reference marks,and additional control stations. 2020 ITB—Wall St./Tech Center Dr. Improvements The Engineer will not be responsible for any data translations. An electronic copy of the base drawing, in autocad.dwg format shall be delivered to the Contractor's surveyor. The electronic drawings shall be used by the Contactor's surveyor as a reference,and it shall be the responsibility of the Contractor to confirm that all data contained within the electronic drawings is consistent with the contract documents. MEASUREMENT 00305.80 Measurement-No measurement of quantities will be made for construction survey work. PAYMENT 00305.90 Payment-Replace this subsection,except for the subsection number and title,with the following: The accepted quantities of construction survey work will be paid for at the Contract lump sum amount for the item "Construction Survey Work". Payment will be payment in full for famishing all material,equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for any temporary protection and direction of traffic measures including flaggers and signing necessary for the performance of the construction survey work. No separate or additional payment will be made for work necessary to install survey monument box. No separate or additional payment will be made for preparing surveying documents including but not limited to office time,preparing and checking survey notes,and all other related preparation work. Costs incurred caused by survey errors will be at no additional cost to the Agency. These costs include price adjustments for failure to meet requirements of the"Construction Surveying Manual for Contractors", repair or removal and replacement of deficient product,and over-run of material. SECTION 00310 -REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications modified as follows: 00310.41(a) General—Supplement this subsection with the following: The Contractor shall immediately vacuum all sawcutting waste and dispose of it in a legal manner. Add the following subsection: 00310.45 Excavation of Existing Surfaces—Remove sidewalk and surfacings as shown on the Plans. Sidewalk and surfacings to be removed shall be cut in neat, straight lines with vertical edges along the limits of removal. The cut lines for removal of asphaltic or cement concrete pavement shall be reviewed and approved by the Engineer in the field before cutting. Demolish and remove concrete curbs, and other surfacings as directed by the Engineer or as shown. Make a vertical saw cut between any existing curb that is to remain and portion that is to be removed. Remove roadway pavement and aggregate base in the street adjacent to curbs as shown on the Plan or as directed by the Engineer. 00310.90 Payment—Add the following to the end of this section: 2020 ITB—Wall St./Tech Center Dr. Improvements This pay item includes all work necessary to remove sections of existing soldier pile wall as required to construct the MSE wall as shown on the plans. SECTION 00320 - CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications. SECTION 00330-EARTHWORK Comply with Section 00330 of the Standard Specifications modified as follows: 00330.90 Payment—Add the following to the end of this section: No separate or additional payment will be made for work required to obtain optimum moisture content for compaction. SECTION 00331—SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications. SECTION 00344—TREATED SUBGRADE Comply with Section 00344 of the Standard Specifications modified as follows: 00344.00 Scope-Replace this subsection with the following: This work consists of treating the upper layer of subgrade with water and Portland cement to form a stabilized course of material at the locations and to the lines,grade,thicknesses and cross section shown on the plans or directed by the Engineer. Contractor shall be responsible for evaluating existing topography prior to work as described in Section 00305. Add the following new subsection: 00344.12 Mix Design—The mix design establishes the depth of the treated subgrade,the amount of added materials,the amount of Portland cement stabilizing agent(cement) to be incorporated into the mixed subgrade and the maximum dry density and optimum moisture content.The mix design is based on the materials that are found on the project site or assumed in-situ parameters. The Owner will provide a mix design to the Contractor at the preconstruction meeting. The Contractor shall determine the amount of cement and additional water required to achieve specified compaction. Add the following new subsections: Equipment 00344.20 General Requirements- Equipment should be tracked or use balloon tires sufficient to distribute vehicle loads without damaging subgrade. 00344.21 Equipment for Addition of Stabilizing Materials - Furnish cement spreading equipment providing a positive means for accurately controlling the rate of delivery and total delivery of the cement onto 2020 ITB—Wall St./Tech Center Dr. Improvements the subgrade surface in relation to the speed of the cement spreader and in relation to the quantity of subgrade material.The cement spreading equipment shall be capable of being adjusted for the width of the surface such that the overlapped mixture maintains the designed residual cement content. Cement drop height from the spreader shall be less than 12 inches above the ground to minimize airborne cement dust.The cement spreading equipment shall be equipped with protective skirts which shall prevent excessive airborne cement dust during the spreading operation,and shall extend down to within two inches or less of the ground.If the cement spreading equipment does not adequately prevent airborne cement dust,the Contractor shall immediately discontinue use of the equipment until adjustments to the equipment have been made to correct the excessive dust. If adjustments do not adequately correct the excessive dust,the Contractor shall immediately remove the non-compliant cement spreader and supply another which complies with these specifications. Take measures to prevent airborne cement dust during the transfer of cement to the spreading equipment including but not limited to an expandable boot to provide a dust-tight seal between the cement transfer equipment and the receiver to the tank of the cement distributor. If the Contractor's measures do not effectively limit the airborne cement dust,immediately stop cement transfer until corrections have been made to prevent airborne cement dust.If the Contractor doesn't prevent airborne dust from the cement transfer operation,the Engineer will stop Work until adequate corrections have been made to prevent airborne cement dust. 00344.22 Mixing Equipment-Furnish a self-propelled single-shaft or multiple-shaft mixer machine capable of mixing cement into the subgrade material to produce a homogeneous mixture to the depths shown on the Plans. The machine shall be equipped with automatic depth control and maintain a constant cutting depth and width. Agricultural disks or motor graders are not acceptable mixing equipment. Mixing equipment shall be approved by the Engineer prior to use. 00344.23 Grading Equipment—Provide grading equipment capable of spreading the treated subgrade material and striking if off to designated lines,grades and transverse slopes without segregation,dragging or fracturing of aggregate. 00344.24 Compaction Equipment—Provide a self-propelled tamping foot and a steel-wheel roller capable of reversing without backlash.Tamping foot rollers shall have a minimum gross static weight of 15 tons and smooth-wheel rollers shall have a minimum gross static weight of at least 12 tons. 00344.25 Finishing-Provide grading equipment capable of spreading the treated subgrade material and striking it off to designated lines,grades and transverse slopes without segregation,dragging or fracturing of aggregate. 00344.26 Curing Equipment-Provide a water truck with a maximum gross vehicle weight of 26,000 pounds to provide water used to keep the surface of the mixed material damp during the curing process. Provide a water truck to be used exclusively to provide a direct water supply to the mixer for dry cement application Labor 00344.30 Quality Control Personnel—Provide certified technicians in the following fields: • CEBT • CAGT • CDT 2020 ITB—Wall St./Tech Center Dr. Improvements 00344.40 Preparation—Supplement this subsection with the following: 00344.40(a) Pre-Treated Subgrade Conference -Supervisory personnel of the Contractor,including any subcontractors who are to be involved in the reclamation Work,shall meet with the Engineer at a mutually agreed time to discuss methods of accomplishing the Work. A representative of the Contractor responsible for the quality control on the project shall also attend.At this meeting,the Contractor shall provide the following: 1. A list of proposed equipment to be used to meet the specifications 2. A detailed schedule showing phasing and time frames for each treated subgrade section together with the schedule for paving the ACP base lift. 3. A proposal for construction methodology 4. Proposal for identifying and protecting shallow utilities and working around utility structures. 5. A detailed plan and schedule for curing. 6. A plan for coordination of curing,paving,and providing local access throughout these work items 7. Quality control plan 00344.40(b) Subsurface Obstruction Investigations -Prior to initiating the treated subgrade operation,the Contractor shall be responsible to verify existing subsurface utility depths that may conflict with the reclamation and mixing process. The Contractor shall complete exploratory excavations of all utilities potentially in conflict with the proposed work a minimum of two (2) working days prior to beginning work preparatory to treated subgrade construction.The Contractor shall submit this information to the Engineer a minimum of two (2)working days prior to beginning preparatory work. The Contractor shall use all means necessary to protect existing utilities and structures. Any damage caused to existing utilities or structures due to the negligence of the Contractor to verify conflicts shall be repaired at no cost to the City in accordance with subsection 00170.82. 00344.40(c) Seasonal and Temperature Limitations—The Contractor shall not perform subgrade treatment operations when the weather conditions are such that proper mixing, shaping, and compacting of the treated subgrade material cannot be accomplished. Do not perform cement treated base work during or in any of the following conditions: • Periods of rain,or when rain is anticipated within a day • On frozen soil • When air temperatures are below 400 F • If air temperatures lower than 400 F are anticipated during the cure period • During windy conditions. Prepare areas to be stabilized by pre-tilling existing subgrade prior to addition of stabilizing material. 00344.40(d) Subgrade Preparation-The Contractor shall excavate areas of soft and organic soils in the subgrade that are unsuitable for treatment or where deeper removal is required. Construct subgrade stabilization,as approved by the Engineer. The materials to be incorporated in the cement treated layer shall be pulverized to the full depth of the treatment depth so that all material will pass a 2-inch sieve. The surface shall then be brought to uniform grade 2020 ITB—Wall St./Tech Center Dr. Improvements and cross section prior to adding any new aggregate. If new aggregate is required it shall consist of 1"-0 crushed aggregate as specified in Section 02630.10. After adding any new aggregate,the surface shall be brought to uniform grade and cross slope prior to application of the cement. 00344.41 Addition of Stabilizing Material-Replace this subsection,except for the subsection number and title,with the following: Apply stabilizing materials at a uniform rate as specified using equipment and methods that will uniformly distribute the stabilizing material in one pass without varying more than-1.0%to +2.0% from the specified amount. Do not allow vehicles to drive through the cement. Allow only equipment that is used for watering,applying and mixing the stabilizing material to pass over the material until after it is mixed into the soil. Add water,if necessary,during mixing operations to provide optimum moisture content. 00344.42 Mixing—Replace this subsection,except for the subsection number and title,with the following. Perform mixing operations until the treated subgrade material is uniform and free of streaks or pockets and all material,other than stones,will pass a 1 inch sieve.Do not allow the content of stabilizing material to vary by more than plus or minus 0.5% from the amount specified. Begin final mixing as soon as possible after the cement has been placed,and continue until a homogeneous mixture of soil and cement is achieved throughout the full design depth and width, and is free of soil clumps. The Engineer may require multiple mixing passes in order to achieve a uniform and homogeneously mixed material. Longitudinal and transverse joints adjacent to partially hardened cement treated subgrade shall be formed by cutting back with the mixer into the previously constructed work. The amount of overlap shall be sufficient to cut back into dense material. Longitudinal and transverse joints adjacent to hardened cement shall be formed by cutting back into the work to form a straight vertical face. When completed,the face of the joint must be free of loose and shattered material. The Engineer will monitor the cementing operation to make adjustment to mixing or quantity of cement as necessary based on observations of actual in-situ soil properties. Failure to comply with any of the above specifications is cause for the Engineer to order any or all portions of the Work to stop until the Work is brought into compliance or to repeat the treatment of the material at no additional cost to the Agency. Add the following new subsection: 00344.42(a) Work Around Subsurface and Surface Obstructions There are existing subsurface and surface obstructions within the street,including shallow utilities,valves,and manholes.The mixing equipment should not operate within certain limits of utilities. In addition,there are also locations within the project area in which machinery cannot easily mix the full depth reclamation, such as the project limits. 2020 ITB—Wall St./Tech Center Dr. Improvements Material around these surface and subsurface obstructions shall be excavated, side cast to the adjacent grade, processed with cement,then graded and compacted around the obstruction 00344.43 Finishing—Supplement this subsection with the following: Use a smooth drum roller in static mode to complete compaction and remove roller marks.As compaction nears completion,if necessary or as required by the Engineer,lightly scarify or broom-drag to remove imprints left by equipment or to prevent compaction planes. Continue compaction until uniform and specified density is obtained. Compaction and finishing shall be done in such a manner as to produce a dense surface free of compaction planes,cracks,ridges, or loose material. Cement placement,mixing, compacting,shaping and finishing shall be continuous and completed within 3 hours from start of mixing.The timing from start of mixing shall be coordinated to allow compaction,shaping and finishing of the treated material to occur prior to the end of the allowable 3 hour period. Sections of the treated subgrade work that have not been completely shaped, compacted and finished within 3 hours of mixing the subgrade with cement shall be re-treated with cement at a rate directed by the Engineer,and re-mixed,re- shaped and re-compacted to the requirements of this Section. 00344.44 Curing—Supplement this subsection with the following: As soon as possible after compaction and finishing has been completed,and not later than 8 hours after compaction has been completed,the surface shall sealed with an emulsified asphalt cure seal. The emulsified asphalt shall be applied by pressure spray distributor at a uniform rate between 0.25 gallons to 0.35 gallons per square yard of surface, or more as necessary to provide a continuous,unbroken curing membrane. The finished surface shall be kept moist until the seal is applied and a light application of water shall be applied immediately ahead of the seal. After the cure seal has been applied the cement treated base shall cure for a period of 96 hours. The curing seal may be omitted if within two hours after the start of mixing the initial lift of asphalt concrete is placed over the cement treated base. Vibratory rollers will not be permitted in the compaction of any lift of material placed over the cement treated base during the time period from 2 hours to 96 hours after the start of mixing of the cement treated base. The contractor is alerted that lack of compliance with the curing requirements will be cause for rejection of the cement treated subgrade. Traffic shall not be allowed on the cement treated base during the cure period. 00344.45 Compaction-Replace this subsection,except for the subsection number and title,with the following. (a) The cement treated mixture shall be spread to specified line,grade and cross section and the entire depth of the mixture shall be compacted to the specified density within two hours after mixing is completed. Add water as necessary to maintain the moisture content within 0 to plus 2 percentage points of optimum moisture during compaction. (b) Compact the entire depth of mixture to obtain a density of at least 98 percent of maximum density of the dry density for treated materials specified in 00344.12. (c) During compaction,maintain the surface of the mixture at the designated line,grade and cross section. Special attention shall be taken around utility structures and next to curbs to ensure that the material is 2020 ITB—Wall St./Tech Center Dr. Improvements compacted to the specified depth. Vibratory plate compactors shall be used to achieve compaction of the mixture in areas that are inaccessible to the rollers. (d) Begin the compactive effort by compacting with a tamping foot roller in static mode and continuing until the roller pads walk out of the treated subgrade and adequate compaction is verified by the Engineer. (e) Discontinue any type of rolling resulting in cracking,movement,or other types of distress until such time that the problem can be resolved. (f) Retreat areas which do not meet specified compaction requirements, or construct subgrade stabilization to a depth of 12 inches or more below subgrade according to Section 00331.Place fabric,backfill the over-excavated area up to the top of subgrade elevation with a single lift of 1 1/2" - 0 crushed rock and compact.Apply the compactive effort until the density of the top 6 inches of the subbase rock is as specified in 00641.44(a). In addition,proof-roll these areas to verify they are firm and unyielding as specified above. Notify the Engineer if the specified compaction is not attained.The Contractor may be required to use a modified compaction procedure or apply additional compactive effort. If approved materials meeting the specifications cannot be compacted to the required density regardless of compactive effort or method,the Engineer may reduce the required density or direct that alternative material be used.Do not proceed with finishing or compaction of the subgrade until the Contractor is able to compact the material to the satisfaction of the Engineer. 00344.46 Tolerances—Replace this subsection in its entirety with the following: 00344.46 Depths, Shaping and Surface Tolerances -Immediately following compaction with the tamping foot roller, cut to line,grade and cross-slope. (a) The finished surface of the cement treated base shall be tested with a 12-foot straightedge furnished and operated by the contractor when directed by the Engineer. The surface shall not deviate at any point by more than 1/2 inch from the testing edge when applied in any direction to the surface. (b) Rework areas found to be deficient in thickness by more than 1/2 inch,and add fresh stabilizing material in an amount equal to one-half the original amount. (c) The grade of the compacted treated subgrade shall be finished to within a 1/2 inch of the reestablished lines and grades as surveyed by the Contractor prior to the commencement of work. Surface smoothness shall comply with 00641.45. Shape to achieve planned profile and cross slope,or as directed,and to fill or remove the tamping foot roller marks. Add the following new subsections: Maintenance 00344.60 Care and Maintenance of Work-Maintain the treated subgrade in good condition until all Work is completed and accepted.Maintain a moist surface,and limit traffic over the treated subgrade surface. Maintenance shall include immediate repairs of any defects that may occur at the Contractor's expense. 2020 ITB—Wall St./Tech Center Dr. Improvements Finishing and Cleaning Up 00344.70 Preparation for Paving—Complete the following work as needed preparatory to asphalt paving work. (a) Proof roll the treated subgrade in accordance with ODOT TM 158 under the observation of the Engineer.Areas exhibiting deflection,reaction or pumping shall be reconstructed with new treated subgrade,or replaced with an aggregate section. (b) Sawcut and remove damaged or uplifted pavement adjacent to the treated subgrade. Repair to pavement and structures damaged by treated subgrade process shall be at no additional cost to Agency. (c) Vacuum sweep the treated subgrade surface to remove loose sand,dust and debris prior to paving. 00344.90 Payment- Supplement this subsection with the following: The following work will be considered incidental to the cost of item (a): pre-treated subgrade conference, exploratory excavations in order to verify utility depths within the roadway,the addition of additives,including water,necessary to achieve the requirements of this section,removal and disposal of excess materials necessary to account for added cement volume,and vacuum sweeping of the finished treated subgrade base prior to construction of the asphalt concrete pavement. SECTION 00350 - GEOSYNTHETIC INSTALLATION Comply with Section 00350 of the Standard Specifications. SECTION 00405 -TRENCH EXCAVATION,BEDDING,AND BACKFILL Comply with Section 00405 of the Standard Specifications modified as follows: 00405.02 Definitions—Add the following to this subsection: Exploratory Excavation—Excavations as shown on the plans which shall be made in order to ascertain the location,elevation,configurations, and material type of underground facilities or utilities. Excavation limits shall be approved by the Engineer and shall not exceed a depth of six (6) feet,width of five (5) feet,and length of five (5) feet. Backfill and temporary or permanent surface restoration as appropriate is also included in this work. SECTION 00415—VIDEO PIPE INSPECTION Comply with Section 00415 of the Standard Specifications. SECTION 00430—SUBSURFACE DRAINS Comply with Section 00430 of the Standard Specifications modified as follows: Add the following new subsection: 00430.12 Clean Crushed Drain Rock—Furnish clean,granular material 4-1/2"—2-1/2" crushed drain rock. 00430.80 Measurement—Supplement this subsection with the following. 2020 ITB—Wall St./Tech Center Dr. Improvements Clean crushed drain rock will be measured by the cubic yard in place where shown on the plans and as directed in writing by the Engineer. 00430.90 Payment—Supplement this subsection with the following bid items: Pay Item Unit of Measurement (c) 3/4 Inch- 1/4 Inch Clean Crushed Drain Rock...............Cubic Yard (d) 1-1/2 Inch- 3/4 Inch Clean Crushed Drain Rock............Cubic Yard 00430.90 Payment—Supplement this subsection with the following. No separate or additional payment will be made for exploratory excavations completed in accordance with Section 00405. SECTION 00440 - COMMERCIAL GRADE CONCRETE Comply with Section 00440 of the Standard Specifications modified as follows: Add the following subsection: 00440.01 Terminology-According to 00110.05(a), for the purposes of this Contract, the terms "sidewalk ramp" and "sidewalk ramps" shall respectively refer to and shall be read to mean "curb ramp" and "curb ramps". Add the following subsection: 00440.02 Abbreviations and Definitions: ASTV—Actual Strength Test Value—See 02001.02 for definition. 00440.12 Properties of Commercial Grade Concrete -Replace the bullet that begins "Compressive strength..."with the following bullet: • Compressive Strength-ASTV minimum of 3,000 psi at 28 days 00440.13 Field-Mixed Concrete-Add the following paragraph to the end of this subsection: Pre packaged dry blended concrete from the QPL may be used for work items listed in 00440.14(a). 00440.14(d) Hardened CGC—Supplement this section with the following: The ASTV at 28 Days is the average compressive strength of the three cylinders tested.Discard all specimens that show definite evidence,other than low strength,of improper sampling,molding,handling, curing, or testing.The average strength of the remaining cylinders shall then be considered the test result. Cast one (1) set of four (4) cylinders per 50 cubic yards of sidewalk,ramps,and curb constructed and conduct one (1) compressive strength test at 7 days and three (3) at 28 days. 00440.40(b) Placing-Add the following bulleted item: 2020 ITB—Wall St./Tech Center Dr. Improvements • Place concrete according to 00540.48(a) through 00540.48(c) for sign supports, signal supports, and luminaire supports. 00440.40(c) Forms -Add the following paragraph: For sign supports,signal supports,and luminaire supports,remove forms and perform subsequent loading according to Table 00540-1. SECTION 00442—CONTROLLED LOW STRENGTH MATERIALS Comply with Section 00442 of the Standard Specifications. SECTION 00445—SANITARY,STORM,CULVERT,SIPHON AND IRRIGATION PIPE Comply with Section 00445 of the Standard Specifications modified as follows: 00445.91 Payment—Supplement this subsection with the following: No separate or additional payment will be made for: • Exploratory excavations • Temporary trench resurfacing • Permanent trench resurfacing • Post construction video pipe inspection SECTION 00470—MANHOLES,CATCH BASINS,AND INLETS Comply with Section 00470 of the Standard Specifications modified as follows: 00470.01 Cast-in-Place and Precast Construction—Supplement this subsection with the following. Catch basin types CG30 and G2 to be cast-in-place only. 00470.90 Payment—Supplement this subsection with the following. No separate or additional payment will be made for: • Exploratory excavations • Temporary trench resurfacing • Permanent trench resurfacing SECTION 00490 -WORK ON EXISTING SEWERS AND STRUCTURES Comply with Section 00490 of the Standard Specifications modified as follows: 00490.40 General—Supplement this section with the following: Where shown,boxes to be adjusted shall be made parallel or perpendicular (as applicable) to the proposed roadway curbing unless approved otherwise by the Engineer. Water valve access lids shall only be adjusted by raising the top section of the existing 910 can. 2020 ITB—Wall St./Tech Center Dr. Improvements 00490.80 Measurement—Supplement this subsection with the following- Exploratory ollowingExploratory excavations as noted on the plans shall be measured on the unit basis. 00490.90 Payment—bid items: Pay Item Unit of Measurement (j) Inch Connection to Existing Pipe......... EA (k) Exploratory Excavation ...........................EA Item 0) includes all work necessary to connect existing and proposed pipe sections. Item (k) applies only to exploratory excavations noted on the plans. Potholing as generally required to verify existing conditions is considered incidental to other bid items. SECTION 00495—TRENCH RESURFACING Comply with Section 00495 of the Standard Specifications modified as follows: Add the following new subsection: 00495.41 Temporary Trench Resurfacing—When permitted by the Engineer in writing,cold mix asphalt may be substituted for asphalt concrete paving or emulsified asphalt concrete paving for use in temporary trench resurfacing.The Contractor shall replace this material in order to provide a smooth driving surface, as requested by the Engineer,at no additional or separate cost to the Owner. 00495.80 Measurement—Replace this subsection,except for the subsection number and title,with the following: No measurement of quantities will be made for trench resurfacing. 00495.90 Payment—Supplement this subsection with the following. No payment will be made for trench resurfacing.This work will be considered incidental to other bid items. SECTION 00530 - STEEL REINFORCEMENT FOR CONCRETE Comply with Section 00530 of the Standard Specifications modified as follows: 00530.42(c)(1) General—Replace the paragraph that begins "When approved,dowels maybe replaced..." with the following paragraph: For staged construction,dowels may be replaced by reinforcing bars with threaded sleeve mechanical splice couplers embedded in the portion of concrete placed first and threaded reinforcing bars inserted in the couplers after forms are removed.Approval by the Engineer is required for the substitution. Construct assemblies that develop 125 percent of the specified minimum yield strength of the dowels shown or specified. Construct reinforcing bars that have effective splice or development lengths equal to the replaced dowels. 00530.42(c)(2)a. General-Replace the paragraph that begins "Furnish labor,Material and Equipment ..." with the following paragraph: 2020 ITB—Wall St./Tech Center Dr. Improvements Furnish labor,Material and Equipment for fabricating sample mechanical splices at no additional cost to the Agency.All sample splices will be tested by the Agency at the Agency's expense. 00530.42(c)(3) Installation—Replace this subsection,except for the subsection number and title,with the following. Install splices in the presence of the Engineer. Splices made without the Engineer present will be rejected. Do not place stirrups and other reinforcing bars between a mechanical splice sleeve and the surface of the concrete where it would impair the specified clearance. Instead,place additional reinforcement as necessary at no additional cost to the Agency. When using epoxy coated reinforcing bars,coat mechanical splices prior to installation according to ASTM A775.After the splices are attached to the rebar,coat exposed areas of bare steel and seal the rebar to splice interface with a manufacturer recommended patching material according to ASTM A775. SECTION 00596A-MECHANICALLY STABILIZED EARTH RETAINING WALLS Comply with Section 00596A of the Standard Specifications modified as follows: 00596A.01 Proprietary MSE Walls - Select one of the following preapproved proprietary MSE retaining wall systems for the wall: • Redi-Rock PC System MSE Retaining Wall System,provided by Redi-Rock,telephone: (231) 237-9500 • Other wet or dry cast proprietary wall systems as approved by the Engineer, designed to requirements found within these specifications. 00596A.04(b) Design Calculations -Add the following to the end of this subsection: The following retaining wall design parameters have been established for this Project: • Foundation soil unit density............................................................. 130 lbs./cu. ft. • Foundation soil angle of internal friction.............................................. 35 degrees • Foundation soil nominal (unfactored) bearing resistance...............................................................................2000 lbs./sq. ft. • Retained soil unit density...................................................................110 lbs./cu. ft. • Retained soil angle of internal friction....................................................32 degrees • Reinforced soil unit density...............................................................130 lbs./cu. ft. • Reinforced soil angle of internal friction................................................35 degrees • Peak ground acceleration coefficient (PGA)................................................... 0.39 • Short period spectral acceleration coefficient (Ss).......................................... 0.39 • Long period spectral acceleration coefficient (Si) .......................................... 0.86 • Site class...................................................................................................................... E • Peak seismic ground acceleration coefficient modified by zero period site factor (A)......................................................... 0.36g 2020 ITB—Wall St./Tech Center Dr. Improvements • Horizontal seismic acceleration coefficient (kb).............................................. 0.18 00596A.90 Payment—Add the following to the end of the bulleted list: • Connections to existing soldier pile wall as shown. SECTION 00596D—SOLDIER PILE WALL Comply with Section 00520 of the Standard Specifications modified as follows: 00596D.00 Scope/Description This work consists of constructing soldier pile walls,including (but not limited to) shaft drilling, backfill concrete or controlled density fill (CDF),precast concrete lagging,prefabricated drainage mat and miscellaneous attachments. Work related to construction of soldier pile wall shall be completely coordinated with other trades. 00596D.01 -Materials and Related Specification Sections Controlled Density Fill (CDF) 00442 Portland Cement 02010 Portland Cement Concrete Aggregates 02690 Precast Concrete 00550 Granular Wall Backfill 00510.12 Steel Reinforcement for Concrete 00530/02510 Preparing and Coating Metal Structures 00594 Steel Soldier Piles 02520.10 Water 02020 Prefabricated drainage mat 00596D.10 00596D.02 Quality Assurance The steel soldier piles shall be placed so that the centerline of the pile at the top is within 1 inch of the Plan location The steel soldier pile shall be plumb,to within 0.5 percent of the length based on the total length of the pile. Top of steel soldier piles shall be within 1-inch of designed elevation. 00596D.03 Submittals The Contractor shall submit shop/working drawings for structural steel soldier piles including material properties, overall geometry,steel section and any lifting holes or attachment for placement. The Contractor shall submit precast concrete lagging shop drawings which show complete details of the methods,materials,and equipment the Contractor proposes to use in precasting Work.The shop drawings shall follow the design conditions shown in the Plans unless the Engineer concurs with equally effective variations. 2020 ITB—Wall St./Tech Center Dr. Improvements The shop drawings shall contain as a minimum: 1. Panel shapes (elevations and sections) and dimensions. 2. Finishes and method of constructing the finish (i.e., forming,rolling). 3. Reinforcing,joint,and connection details. 4. Lifting,bracing,and erection inserts. 5. Locations and details of hardware attached to the Structure. 6. Relationship to adjacent material. Before completion of the Contract,the Contractor shall provide the Engineer with reproducible originals of the shop drawings (and any processed changes). The Contractor shall submit working drawings consisting of a shaft installation plan. In preparing the submittal,the Contractor shall reference the available subsurface data provided in the Contract test hole boring logs and the geotechnical report(s) prepared for this project.This plan shall provide at least the following information: 1. An overall construction operation sequence and the sequence of shaft construction. 2. List, description, and capacities of proposed equipment including but not limited to cranes, drills, augers,bailing buckets, final cleaning equipment, and drilling units.The narrative shall describe why the equipment was selected and describe equipment suitability to the anticipated site and subsurface conditions.The narrative shall include a project history of the drilling equipment demonstrating the successful use of the equipment on shafts of equal or greater size in similar soil/rock conditions. 3. Details of shaft excavation methods including proposed drilling methods, methods for cleanout of the shafts, disposal plan for excavated material and drilling slurry (if applicable), and a review of method suitability to the anticipated site and subsurface conditions. 4. Details of the method(s) to be used to ensure shaft stability(i.e.,prevention of caving,bottom heave, etc. using temporary casing, slurry,or other means) during excavation and concrete placement.This shall include a review of method suitability to the anticipated site and subsurface conditions. If temporary casings are proposed, casing dimensions and detailed procedures for casing installation and removal shall be provided. If slurry is proposed, detailed procedures for mixing, using, maintaining,and disposing of the slurry shall be provided.A detailed mix design,and a discussion of its suitability to the anticipated subsurface conditions shall also be provided for the proposed slurry. 5. Details of soldier pile placement including internal support bracing and centralization methods. 6. Details of concrete placement including proposed operational procedures for pumping and/or tremie methods. 7. Details of the device used to prevent unauthorized entry into a shaft excavation. 00596D.04 Shaft Excavation Shafts shall be excavated to the required depth as shown in the Plans.The minimum diameter of the shaft shall be as shown in the Plans.The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. 2020 ITB—Wall St./Tech Center Dr. Improvements The Contractor may use temporary telescoping casing to construct the shafts. If the shaft excavation is stopped the shaft shall be secured by installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and surrounding soil and the stability of the sidewalls.A temporary casing, slurry,or other methods specified in the shaft installation plan shall be used if necessary to ensure such safety and stability. Where caving in conditions are encountered,no further excavation will be allowed until the Contractor has implemented the method to prevent ground caving as submitted in accordance with item 4 of the Shaft Installation Plan. No more than 12 inches of loose or disturbed material shall be present at the bottom of the shaft just prior to beginning concrete placement. The excavated shaft shall be inspected and receive acceptance by the Engineer prior to proceeding with construction. When obstructions are encountered,the Contractor shall notify the Engineer promptly.An obstruction is defined as a specific object (including,but not limited to,boulders,logs, and man made objects) encountered during the shaft excavation operation that prevents or hinders the advance of the shaft excavation.When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation,then the Contractor shall remove the obstruction.The method of removal of such obstructions, and the continuation of excavation shall be as proposed by the Contractor,approved by the Engineer and comply with 00310 of these specifications. Excavation of shafts shall not commence until a minimum of 12 hours after the shaft backfill for the adjacent shafts has been placed. The temporary casings for the shafts shall be removed.A minimum 5-foot head of concrete shall be maintained to balance the soil and water pressure at the bottom of the casing.The casing shall be smooth. 00596D.05 Steel Soldier Pile Fabrication and Coating Steel soldier piles shall meet requirements of ASTM A572,Grade 50. The steel soldier piles and attachments shall be shop painted after fabrication to the limits shown in the Plans with one coat of inorganic zinc primer.Application of the one coat of primer shall be in accordance with section 00594 and the following requirements: Soldier piles shall be shop coated following fabrication to the limits shown in the Plans with the following surface preparation and coating materials. 1. Surface preparation: SSPC SP6 Commercial Blast Cleaning. 2. Primer: Zinc Rich Urethane, Tnemec Series 90-97 or approved equal, applied at2.5 to 3.5 mils DFT. 3. Finish Coat: High Solids Epoxy, Tnemec Series 141 PotaPox 80 or approved equal, applied at '10 to 12 mils DFT. 2020 ITB—Wall St./Tech Center Dr. Improvements Coatings damaged during delivery and handling shall be repaired prior to installation using procedures and materials recommended by the coating manufacturer. 00596D.06 Installing Soldier Piles The prefabricated steel soldier piles shall be lowered into the drilled shafts and secured in position. Concrete cover over the soldier pile shall be 3 inches minimum. 00596D.07 Backfilling Shaft The excavated shaft shall be backfilled with either controlled density fill (CDF),or pumpable lean concrete,as shown in the Plans and subject to the following requirements: 1. Dry shaft excavations shall be backfilled with CDF. 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28-day compressive strength of 100 psi. 4. A wet shaft is defined as a shaft where water is entering the excavation and remains present to a depth of 6 inches or more. 5. When the Plans or test hole boring logs identify the presence of a water table at or above the elevation of the bottom of soldier pile shaft,the excavation shall be considered as wet,except as otherwise noted. Such a shaft may be considered a dry shaft provided the Contractor furnishes and installs casing that is sufficiently sealed into competent soils such that water cannot enter the excavation. Placement of the shaft backfill shall commence immediately after completing the shaft excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean concrete shall be placed in one continuous operation to the top of the shaft.Vibration of shaft backfill is not required. If water is not present,the shaft backfill shall be deposited by a method that prevents segregation of aggregates.The shaft backfill shall be placed such that the free-fall is vertical down the shaft without hitting the sides of the soldier pile or the excavated shaft. The Contractor's method for depositing the shaft backfill shall have approval of the Engineer prior to the placement of the shaft backfill. If water is present,the shaft backfill shall be deposited in accordance with tremie methods as outlined in the shaft installation plan. 00596D.08 Precast Concrete Lagging Precast concrete lagging shall be constructed in accordance with applicable provisions found in Section 00550—Precast Prestressed Concrete Members. 0059613.09 Installing Lagging The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging and shall not begin until the CDF and pumpable lean concrete 2020 ITB—Wall St./Tech Center Dr. Improvements are of sufficient strength that the material remains in place during excavation and lagging installation If the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the soldier pile,the Contractor shall discontinue excavation and lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 00510. The bottom of excavation shall not be more than 3 feet below the bottom level of the lagging already installed,but in no case shall the depth of excavation beneath the bottom level of installed lagging be such to cause instability of the excavated face. The lagging shall be installed from the top of the soldier pile proceeding downward.The lagging shall make direct contact with the soil.When and where lagging is not in full contact with the soil being retained,either the lagging shall be filled with a free-draining material. Lagging is required to be in contact with inside of steel pile flange. When utilizing lagging in fill situations,the backfill layers shall be placed in accordance with Section 00330.42 except that all layers shall be compacted to 90 percent of maximum density. 00596D.10 Prefabricated Drainage Mat A 4-foot-wide strip of prefabricated drainage mat shall be installed for the full height of the concrete fascia panel, centered between soldier pile flanges,unless otherwise shown in the Plans. The prefabricated drainage mat shall be attached to the lagging in accordance with the manufacturer's recommendations.The fabric side shall face the lagging.Splicing of the prefabricated drainage mat shall be in accordance with the manufacturer's recommendations. The Contractor shall ensure the hydraulic connection of the prefabricated drainage mat to the previously installed material so that the vertical flow of water is not impeded and is integrated with weep holes/drains. Prefabricated drainage core shall consist of a three-dimensional polymeric material with a structure that permits flow along the core laterally,and which provides support to the geotextiles attached to it. Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: Geotextile Property ASTM Test Method Geotextile Property Re uirements 1 AOS D 4751 No. 60 max Water Permittivity D 4491 0.4 sec-1 min. Grab Tensile Strength,in machine D 4632 Nonwoven—100 lb min. and x-machine direction Width Thickness D 5199 12 In.min. 0.4 In. min. Compressive Strength at Yield D 1621 100 psi min. 2020 ITB—Wall St./Tech Center Dr. Improvements In Plan Flow Rate D 4716 5.0 gal./min./ft. Gradient= 0.1,Pressure = 5.5 psi 15.0 gal/min./ft Gradient= 1.0,Pressure = 14.5 psi ' -Minimum average roll values (i.e. the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). Acceptable Products: 1. SiteDrain Sheet 184;American Wick Drain,Inc.,Monroe,NC. 2. SiteDrain P-180;American Wick Drain,Inc.,Monroe,NC. 3. Delta Drain 6000HS HI-X;Cosella-Dorken Products,Inc.,Beamsville,ON. 4. 6000 HI-X Geotextile; Cosella-Dorken Products,Inc.,Beamsville,ON. 5. Delta Drain 6000 HI-X; Cosella-Dorken Products,Inc.,Beamsville, ON. 6. Or,Engineer approved equal. 00596D.11 Measurement Measurement of Concrete soldier pile wall shall be by lump sum and include all elements related to construction of the soldier pile wall summarized within including fabrication, shipment,erection and finishing. 00596D.12 Payment Payment for Concrete soldier pile wall shall be per lump sum for construction of soldier pile wall and all related elements. SECTION 00641—AGGREGATE SUBBASE,BASE,AND SHOULDERS Comply with Section 00641 of the Standard Specifications modified as follows: 00641.80(b) Volume Basis—Replace this subsection,except for the subsection number and title,with the following: Measurement shall be per cubic yard of compacted material in place as determined by cross section from design surveys and design grades as shown or as directed by the Engineer. SECTION 00730 -EMULSIFIED ASPHALT TACK COAT Comply with Section 00730 of the Standard Specifications modified as follows: 00730.22 Asphalt Distributor—Add the following to the end of this subsection: Apply emulsified asphalt material to vertical surfaces (curb faces,catch basin faces,and butt joints).Avoid excess tack coat overspray being applied to vertical surfaces. Shields protecting vertical faces shall be provided and used during tacking operations. All overspray shall be promptly removed. 00730.44 Applying Tack Coat—Replace the sentence beginning with"Apply the emulsified asphalt..."with the following sentence: Apply the emulsified asphalt to the prepared surface at a rate between 0.8 and 0.20 gallons per square yard as directed and with the emulsified asphalt temperature between 140 °F and 185 °F as recommend by the 2020 ITB—Wall St./Tech Center Dr. Improvements manufacturer. Additional application of tack may be required,as directed by the Inspector,to obtain the necessary residual asphalt. 00730.90 Payment-Replace this section,except for the section number and title,with the following: No separate or additional payment will be made for emulsified asphalt tack coat. SECTION 00744-ASPHALT CONCRETE PAVEMENT Replace Section 00744 of the Standard Specifications with the following Section 00744. SECTION 00744—ASPHALT CONCRETE PAVEMENT Description 00744.00 Scope -This work consists of constructing asphalt concrete pavement (ACP) to the lines,grades, thicknesses,and cross sections shown or established. 00744.01 Abbreviations: HMAC - Hot Mix Asphalt Concrete MDT - Maximum Density Test RAM - Recycled Asphalt Material TSR - Tensile Strength Ratio VFA - Voids Filled with Asphalt VMA - Voids in Mineral Aggregate WMAC - Warm Mix Asphalt Concrete 00744.02 Definitions: Asphalt Concrete Pavement-Uniformly coated mixture of asphalt cement,graded aggregate,and additives as required. The use of ACP in this section refers to either hot mix or warm mix asphalt concrete. Hot Mix Asphalt Concrete-A hot plant mixed ACP. Level 1 ACP -ACP for use in applications with very low traffic and only limited exposure to trucks. Level 2 ACP -ACP for use in applications with low traffic volumes and low volumes of truck traffic. Level 3 ACP -ACP for use in applications exposed to moderate truck traffic. Recycled Asphalt Material-The combination of reclaimed asphalt pavement (RAP) and recycled asphalt shingles (RAS). Warm Mix Asphalt Concrete -An asphalt concrete mix following all requirements of HMAC,except that through use of approved additives or processes,it is mixed,placed,and compacted at lower temperatures. 00744.03 Quality Control Plan—Submit a comprehensive and project specific paving quality control plan for approval. Submit a draft Quality Control Plan prior to the Prepaving Conference and re-submit the Quality Control Plan for approval based on comments received at the Prepaving Conference. The plan shall include a brief narrative for each of the following items: • List of personnel to be used meeting the requirements of 00744.30,including: 2020 ITB—Wall St./Tech Center Dr. Improvements o Contractor o Mix Supplier including plant manufacturer,model and capacity o QC Officer o Backup QC Officer o Plant Technicians o Paver Technicians • Source of all materials • Trucking plan that ensures continuous paving operation. • Sampling and testing plan meeting the requirements of 00744.10,00744.11,00744.16 and 00744.49. • JMF meeting the requirements of 00744.12, 00744.13 and 00744.14. • List of equipment to be used in the paving operation. • List of best management practices used during construction to ensure the specifications are met. Practices shall address the following items: o Subgrade and surface preparation o Utility adjustments (valve cans,manholes, etc.) o Tack o Temperature o Release agent (diesel not allowed) o Cleanout location for delivery trucks o Joint construction o Joint location o Segregation o Depth o Cross Slope o Roller pattern o Compaction o Smoothness o Correction of surface defects (segregation, separated joints, etc.) Materials 00744.10 Aggregate -Furnish new aggregate,RAP aggregate, and RAS aggregate meeting the following requirements: (a)New Coarse and Fine Aggregates -Produce coarse and fine aggregate from crushed rock or other inert material of similar characteristics. Blend sand is allowed for Levels 1,2,and 3 mixes. Do not use more than 6 percent natural or uncrushed blend sand, by weight, in the total aggregate. Provide a means of verifying and documenting the amount of blend sand added to the aggregate. Provide test results showing aggregates meet requirements for soundness, durability, fractured faces and harmful substances as described below. No sandstone, shale or other soft material will be allowed. (1) Soundness - Provide coarse and fine aggregate with a weighted loss not exceeding 12 percent when subjected to five cycles of the soundness test using sodium sulfate solution according to AASHTO T 104. (2) Durability-Provide aggregate not exceeding the following maximum values: Test Test Method Aggregates ODOT AASHTO Coarse Abrasion T 96 30.0% 2020 ITB—Wall St./Tech Center Dr. Improvements Degradation Passing No. 20 sieve TM 208 30.0% Sediment Height TM 208 3.0" (3) Fractured Faces -Provide crushed aggregate with not less than the minimum number of fractured faces as determined by AASHTO T 335 as follows: Percent of Fracture (by Weight) Material Retained on 1",3/4", 1/2" Material Retained and No.4 Sieve on No. 8 sieve Type of Mix (two fractured faces) (one fractured face) All ACP 75 75 (4) Harmful Substances -Do not exceed the following maximum values: Test Test Method Aggregates ODOT AASHTO Coarse Fine Lightweight pieces T 113 1.0% Wood Particles TM 225 0.10% Elongated Pieces TM 229 10.0% (at a ratio of 5:1) Plasticity Index T 90 0 or NP Sand Equivalent T 176 45 min. (b) Reclaimed Asphalt Pavement-RAP material used in the production of new ACP is optional. No more than 30 percent RAP material will be allowed in the new ACP pavement. Use RAP aggregates in the ACP that are no larger than the specified maximum allowable aggregate size before entering the cold feed. Blend the RAP material with new aggregate to provide a mixture conforming to the JMF within the tolerances specified. (c) Recycled Asphalt Shingles -RAS used in the production of new ACP is optional. Either manufacturer waste (post-manufacturer) RAS or tear-off(post-consumer) RAS may be used. Manufacturer waste RAS is processed asphalt shingle material derived from manufacturer's shingle scrap. Tear-off RAS is processed asphalt shingle material derived from shingle scrap removed from structures. All percentages are based upon dry weights for calculations. (1) Processing Shingles -Process the RAS by grinding at ambient temperature so that 100 percent of the shredded pieces are less than 1/2 inch in any dimension and that 90 percent are less than 3/8 inch in any dimension when sampled according to AASHTO T 2 and tested according to AASHTO T 27. Sample and test the processed RAS for gradation at a frequency of one test for every 50 tons of RAS processed. (2) Harmful Substances -Certify that the RAS does not contain asbestos fibers according to the policies and procedures established by the Department of Environmental Quality. Test deleterious materials according to ODOT TM 335 at a frequency of one test for every 50 tons of RAS material. Limit the percentage of deleterious materials to 1.0 percent. If fine aggregate is added as an anti-clumping agent, sample and test processed RAS for harmful substances before adding the fine aggregates. (3)Anti-Clumping Additive -Fine aggregate meeting the requirements of 00744.10(a) may be added to the RAS in a quantity not to exceed 4 percent by weight of RAS to keep the material workable and to prevent conglomeration of the shingle particles in the stockpile. Include these added fine aggregates in the 2020 ITB—Wall St./Tech Center Dr. Improvements mix design. RAS may also be blended with RAP in controlled percentages to preclude clumping. Do not contaminate stockpiled RAS with dirt or other foreign materials. (4)Allowable Percentages -No more than 5.0 percent RAS by total weight of aggregate is allowed in ACP mixtures. Restrict the maximum allowable percentage of asphalt binder replacement to 20.0 percent for base courses and 15.0 percent for wearing courses in ACP containing only RAS. When RAS is used in conjunction with RAP,restrict the maximum allowable percentage of binder replacement to 30.0 percent for base courses and 25.0 percent for wearing courses. (5) Establishing Mix Design Inputs -For ACP mixtures containing RAS or RAM, following any addition of fine aggregate as an anti-clumping agent,test the material according to ODOT TM 319 to establish the asphalt content,material specific gravities,and gradation. Develop mixture designs according to the ODOT Contractor Mix Design Guidelines for Asphalt Concrete. Blend the RAS or RAM with new aggregate to provide a mixture conforming to the JMF within the tolerances specified. 00744.11 Asphalt Cement and Additives -Furnish the following asphalt cement and additives: (a)Asphalt Cement-Provide asphalt cement conforming to the requirement of ODOT's publication "Standard Specifications for Asphalt Materials". Copies of the publication are available from ODOT's website. The applicable specifications are those contained in the current publication on the date the Project is advertised. Use the grade of asphalt that is specified in the Special Provisions. (b)Asphalt Cement Additives -Use standard recognized asphalt cement additive products that are of known value for the intended purpose and approved for use on the basis of laboratory tests and capable of being thoroughly mixed. Do not use asphalt cement additives that have detrimental effects on the asphalt material. Do not use silicones as an additive. Add the following asphalt cement additives when required by the JMF: • Anti-stripping asphalt cement additives to prevent stripping or separation of asphalt coatings from aggregates to satisfy the TSR specified in 00744.13. • Asphalt cement admixtures used to aid in the mixing or use of asphalt mixes or for experimental purposes. When WMAC is used, select one of the WMAC technologies and process and additive types identified on ODOT's publication"Approved WMAC Technologies". Submit the proposed WMAC technology to be used and a plan for its implementation at the pre-construction conference. Comply with the manufacturer's recommendations for incorporating additives and WMAC technologies into the mix. Comply with manufacturer's recommendations regarding receiving, storing,and delivering the additives. 00744.12 Mix Type and Broadband Limits -Furnish the mix type specified in the Contract Documents within the broadband limits according to following: (a) Mix Type -Furnish the types of ACP shown or as directed. When the Contract Plans allow an option of two types for a course of pavement,use only one type throughout the course. (b) Broadband Limits -Provide a JMF for the specified mix type within the control points listed below: 2020 ITB—Wall St./Tech Center Dr. Improvements 1/2"ACP 3/8"ACP 1/4"ACP Sieve Size Control Points Control Points Control Points (%passing (%passing (%passing by Weight) by Weight) by Weight) Min. Max. Min. Max. Min. Max. 3/4" 100 1/2" 90 100 100 3/8" - 90 90 100 100 1/4" - - - - - 90 No. 4 - - - 90 70 80 No. 8 28 58 32 67 40 65 No. 200 2.0 10.0 2.0 10.0 2.0 10.0 00744.13 Job Mix Formula Requirements (a) General-Do not begin production of ACP for use on the project until the Engineer reviews the JMF and provides written consent.Acceptance of the JMF through ODOT is not required.A new JMF is required if the asphalt cement performance grade or any additives change during production. Provide a JMF for the Project meeting the following criteria and that was either developed or verified within 3 years of the date the Contract was advertised and was used in another Contract within 1 year of the date the Contract was advertised: Level 2 Level 3 Design Method Superpave Superpave Compaction Level 65 Gyrations 80 Gyrations Air Voids,% 1/2 inch- 3.5 1/2 inch- 3.5 3/8 inch-4.0 3/8 inch-4.0 1/4 inch-4.0 1/4 inch-4.0 VMA,%minimum 1/2 inch- 14.0 1/2 inch- 14.0 3/8 inch- 15.0 3/8 inch- 15.0 1/4 inch- 15.0 1/4 inch- 15.0 VMA,%maximum min + 2.0% min + 2.0% 1/4 inch:min+ 3.0% 1/4 inch: min + 3.0% P No.200 / Eff.AC ratio 0.8 to 1.6 0.8 to 1.6 TSR, %minimum 80 80 VIA, % 1/2 inch: 65 -78 1/2 inch: 65 - 75 3/8 inch: 70 - 80 3/8 inch: 70 - 80 1/4 inch: 70 - 80 1/4 inch: 70 - 80 Develop the JMF according to the ODOT Contractor Mix Design Guidelines for Asphalt Concrete; or verify according to the ODOT Mix Design Verification process. All Specification Section 00745 references in the ODOT Contractor Mix Design Guidelines for Asphalt Concrete shall be replaced with this project Special Provision Section 00744. Submit the proposed JMF and supporting data to the Engineer for review at least 10 calendar days before anticipated use. Submit all Mix Design Verification (MDV) data developed over the last year including air voids. If acceptable,written acceptance will be provided. Perform a new TSR if the source of the asphalt cement changes. For Level 3 wearing course mixes,include the results of the performance testing as outlined in the latest ODOT Contractor Mix Design Guidelines for Asphalt Concrete in the mix design submittal. 2020 ITB—Wall St./Tech Center Dr. Improvements b) Reclaimed Asphalt Material-Reclaimed Asphalt Material (RAP or RAS) material used in the production of ACP is optional. (c)Warm Mix Asphalt Cement-Issue a separate JMF for WMAC. Do not use RAS in WMAC mixes with minimum compaction temperatures less than 260 °F. When WMAC is used,provide the following information in addition to the requirements listed for ACP: • WMAC technology and WMAC additives information. • WMAC technology manufacturer's established recommendations of usage. • WMAC technology manufacturer's established target rate for water and additives,the acceptable variation for production,and documentation showing the impact of excessive production variation. • WMAC technology material safety data sheets if applicable. • Temperature range for mixing. • Temperature range for compacting. • Except for foaming technology, asphalt binder performance grade test data of the asphalt binder and chemical additive at the manufacturer's recommended dosage rate. • Except for foaming technology,WMAC mixture performance test results. Perform testing for foaming technology on the production mix on specimens compacted at WMAC compaction temperatures. (d)Asphalt Cement Grade-Provide asphalt cement conforming to the requirement of ODOT's publication "Standard Specifications for Asphalt Materials." Provide a performance grade according to the following: Percent RAP Performance Grade 20 or less PG 64-22 more than 20 PG 64-28 (e) Additives—Use standard recognized asphalt cement additive products that are of known value for the intended purpose and approved for use on the basis of laboratory tests and capable of being thoroughly mixed. 00744.14 Tolerances and Limits -Produce and place ACP within the following JMF tolerances and limits: Gradation ACP Type Constituent 1/2" 3/8" 1/4" 1" 3/4" JMF ± 5% 1/211 90- 100% JMF ± 5% 3/8" - 90- 100% JMF ± 5% 1/4" JMF ± 5% JMF ± 5% 90- 100% No. 4 JMF ± 5% JMF ± 5% JMF ± 5% No. 8 JMF ± 4% JMF ± 4% JMF ± 4% No. 30 JMF ± 4% JMF ± 4% JMF ± 4% No. 200 JMF ± 2.0% JMF ± 2.0% JMF ± 2.0% *Maximum not to exceed 100% Constituent of Mixture ACP All Types Asphalt Cement-AASHTO T 308 (Ignition) and ODOT TM 323 JMF ± 0.50% RAP Content- ODOT TM 321 JMF ± 2.0% 2020 ITB—Wall St./Tech Center Dr. Improvements RAS Content- ODOT TM 321 JMF ± 1.0% RAM Content- ODOT TM 321 JMF ± 2.0% Moisture content at time of discharge from the o mixing plant-AASHTO T 329 0.80/o max. When a JMF tolerance applies to a constituent, full tolerance will be given even if it exceeds the control points established in 00744.12(b). Full tolerance will be given for RAP,RAS,or RAM content even if it exceeds the Emits established in 00744.10. 00744.16 General Testing Requirements (a) Laboratory Requirements—Furnish and maintain an ODOT certified QC laboratory. Furnish the laboratory with the necessary equipment and supplies for performing Contractor QC testing. Calibrate all testing equipment according to the required test methods. The Engineer may inspect measuring and testing devices to confirm both calibration and condition. The laboratory must be operational before beginning the ACP production and be equipped with a telephone or cellular telephone. Provide laboratory equipment meeting the requirements of the applicable test methods identified in these Specifications and selected for use on the Project. (b) Plant Calibration- Calibrate all meters and belt scales at the ACP mixing plant according to ODOT TM 322 before beginning production. 00744.17 Mix Design Verification Quality Control (a) General—Mix design verification ("MDV") testing includes:plant discharge moisture,bulk specific gravity,maximum specific gravity,aggregate gradation, and asphalt content. Perform MDV testing at the start-up of the JMF production according to the process set forth below in the section entitled Mix Design Verification Requirements at Start-Up. Provide QC sampling and testing frequencies (random numbers) to the Engineer before starting production. The random numbers must provide for random sampling and testing at least once per day. Do not obtain the first sample of the day in the first 25 tons of production. If the random number indicates that the sample is to be obtained in the first 25 tons,sample at 25 tons. Calculate the following values for each MDV test: (1)Air Voids (2)Voids in Mineral Aggregate (VMA) (3)Voids Filled with Asphalt(VFA) (4) Passing No. 200/Effective Asphalt Content(Pbe) Ratio The averages of the MDV results shall be within the limits given below: 1/2"ACP 3/8" ACP Air Voids JMF Target +/- JMF Target +/- 1.0% 1.0% VMA 13.5 - 17.0 14.5- 17.0 VFA 65—75 (Level 3) 70- 80 65-78 Passing No. 200/Pbe 0.8- 1.6 0.8- 1.6 2020 ITB—Wall St./Tech Center Dr. Improvements (b)Laboratory Compactor Selection—Use the equivalent laboratory compactor for MDV as used to develop the JMF. (c) Mix Design Verification Requirements at Start-Up—Perform MDV testing at the start-up of the JMF production according to the following process: (1) Obtain a sample in the first 100 tons of production and immediately perform MDV testing. (2) If the Va and VMA mix properties are within tolerance,then continue subsequent MDV testing at the established random testing interval. If not,then go to step 3. (3) If the Va and VMA mix properties are out of tolerance,then make a mix adjustment within the applicable requirements and immediately obtain a sample and perform MDV testing. A maximum of 2 mix adjustments are allowed under step 3. If Va or VMA are not within the limits after the second adjustment,then stop production and go to step 4. (4) Revise JMF targets and prepare proposed plant adjustments,and submit them to the Engineer. If the revised JMF targets and plant adjustments are approved by the Engineer,restart production and perform MDV testing starting at step 1 above. (d) Provide Test Results to Engineer—Provide quality control test results to the Engineer by the middle of the following work shift. (e) Corrective Action—After satisfying the start-up MDV testing requirements, take corrective action if the average of the MDV test results are outside the limits for air voids,VMA,VFA,or P No. 200/Pbe ratio. Immediately provide a written description of the corrective action to the Engineer. If the subsequent MDV test results following the corrective action are outside the applicable limits, immediately stop production,and revise JMF targets and prepare proposed plant adjustments,and submit them to the Engineer. Restart production only after the Engineer has approved the proposed adjustments. (f) Request JMF Target Adjustment—The Contractor may request an adjustment to the JMF targets. The Engineer will either approve or reject proposed adjusted JMF targets. If approved,the Contractor must submit a revised JMF. When making adjustments for gradation,do not exceed the tolerances specified for the original JMF limits. Asphalt cement content adjustments may not exceed 0.5 percent of the original JMF. The JMF asphalt content may only be adjusted if the production VMA satisfies the MDV tolerances. Keep adjustments for RAP within 5 percent of the original JMF percentage. A gradation adjustment is required if the VMA is outside of the MDV limits. Regardless of these tolerances,keep the adjusted JMF within the mixture specification control points. If a redesign of the mixture becomes necessary, submit a new JMF according to the requirements of these specifications. (g) Mix Design Verification Quality Assurance—The Engineer will observe and document the Contractor performing the MDV test procedures and calculations. The Engineer may conduct MDV assurance testing at any time.The mixing plant shall provide access to the City's testing representative during all verification testing.The Contractor shall coordinate with the Engineers quality assurance testing representative as necessary. 00744.18 Acceptance-If the average for each mix gradation constituent and asphalt content is within the specification limits,the material will be accepted. If the average asphalt content or one or more gradation constituents is not within the specification limits,the material will be rejected or accepted according to 00150.25. Equipment 00744.23 Pavers -Provide pavers that are: 2020 ITB—Wall St./Tech Center Dr. Improvements • Self-contained,self-propelled,supported on tracks or wheels,none of which contact the mixture being placed. • Equipped with augers and a screed or strike-off assembly, heated if necessary,which: o Can spread and finish the ACP to a uniform texture,in the specified widths,thicknesses,lines, grades and cross sections. o Will not segregate, tear, shove or gouge the ACP. • Equipped with a paver control system which: o Controls the ACP placement to specified slope and grade. o Maintains the paver screed in proper position. o Provides the specified results through mechanical sensors and sensor-directed devices actuated from independent line and grade control references. • Equipped with adequate lighting to illuminate the paver and the roadway in front of and behind the paver during the period from 30 minutes after sunset to 30 minutes before sunrise, or as directed. Shield lighting from adjacent traffic as necessary. Provide a minimum light level of 10 footcandles as measured by the Engineer on the roadway surface at a distance of 16 feet from the front and back edges of the paver. 00744.24 Compactors -Provide the specified self-propelled rollers capable of reversing without backlash,as follows: (a) Steel-Wheeled Rollers - Steel-wheeled rollers with a minimum gross static weight as follows: Level 1 and Level 2 Level 3 Level 4 Breakdown and Intermediate 8 ton 10 ton 12 ton Finish 6 ton 8 ton 10 ton (b) Vibratory Rollers -Vibratory rollers that: • Are equipped with amplitude and frequency controls. • Are specifically designed to compact ACP. • Are Capable of at least 2000 vibrations per minute. Have a minimum gross static weight meeting the requirements of 00744.24(a). Do not operate in vibratory mode for lifts thinner than or equal to 1 inch for the type of ACP being compacted. If vibratory rollers are used for finish rolling,they shall: • Have a minimum gross static weight meeting the requirements of 00744.24(a). • Not be operated in the vibratory mode. (c) Pneumatic-tired Rollers -Pneumatic-tired rollers shall: • Be tandem, or multiple axle,multiple wheel type. • Have smooth-tread,pneumatic tires of equal size. • Have tires staggered on the axles, spaced and overlapped to provide uniform compacting pressure for the full compacting width. 2020 ITB—Wall St./Tech Center Dr. Improvements The use of equipment which crushes the aggregate to an appreciable extent will not be permitted. 00744.25 Trucks—Do not use vehicles or transfers with rear drop axles in which raising the drop axle would cause the vehicle to exceed legal load limits. Labor 00744.30 Quality Control Personnel- Provide technicians having CAgT,CAT-I, CAT-II,CDT,and CMDT technical certifications. Construction 00744.40 Season and Temperature Limitations -Place ACP when the temperature of the surface that is to be paved is not less than the temperature indicated: Nominal Compacted All Levels Level 1 and Level 2 Level 3 Thickness of Individual Lifts and Courses as Travel Lane All Other shown on the typical section of the Contract All Courses Wearing Course Courses Plans Surface From To From To From To Temperature* Inclusive Inclusive Inclusive Less than 2 inches 60°F All Year** 3/15 9/30 All Year** 2 inches - 21/2 inches 50°F All Year** 3/15 9/30 All Year** Greater than 2 1/2 inches 40°F All Year** 3/15 9/30 All Year** Temporary 40°F All Year** All Year** All Year** * Do not use field burners or other devices to heat the pavement surface to the specified minimum temperature. ** If placing ACP between March 15 and September 30,temperature requirement may be lowered 5°F. 00744.41 Prepaving Conference—Have a prepaving conference with all Contractor supervisory personnel,all subcontractors who are to be involved in the paving work,and the Engineer. Meet at a mutually agreed time and discuss all methods of accomplishing all phase of the paving work. The Prepaving Conference agenda will be prepared by the Agency, and distributed to the Contractor prior to the conference. Contractor shall submit a draft Quality Control Plan per Section 00744.03 and a draft Traffic Control Plan per Section 00225 for discussion purposes at the Prepaving Conference. Contractor shall revise the Quality Control Plan and Traffic Control Plan based on approvals obtained at the Prepaving Conference. The conference shall address topics such as: • Contractor Key Paving Personnel • Quality Control Plan • Traffic Control Plan • Erosion Control Plan • Review of JMF (mix type(s),asphalt grade, mixing and placement temperatures, etc.) • Haul Vehicles (type and quantity, truck routes,haul distance, clean out areas,release agents etc.) • Check weights and scales • Manhole and box adjustments • Tack spread rates and certifications • Joint construction means and methods 2020 ITB—Wall St./Tech Center Dr. Improvements • Laboratory and equipment certifications • Review type of paver,grade control and panel widths, lift sizes and staging • Roller pattern for compaction • Smoothness testing by Contractor • ACP plant testing and compaction testing • Temporary striping 00744.42 Mixing Temperatures -Produce ACP within the temperature ranges recommended by the asphalt cement supplier for the grade of asphalt being used on the Project. Establish the allowable mixing and placement temperature ranges by the JMF. Measure the mixture temperature at the discharge of the mixer. Measure the placement temperature in the hauling vehicle per 00744.45 and behind the paver. The allowable production temperatures may be adjusted based on the asphalt cement supplier's recommendation if approved by the Engineer. The maximum mixture temperature and the minimum placement temperature shall be as follows: Temperature,°F Type Maximum at Minimum Behind Mixer Paver HMAC 350 240 WMAC 350 215 Within the above limits,the Contractor with approval of the Engineer,or the Engineer may adjust this temperature in 10°F increments from the JMF as follows: • Up - If the aggregate coating, moisture content, workability or compaction requirements are not attained. • Down - If the aggregate coating, moisture content, workability and compaction requirements are attained. 00744.43 Preparation of Underlying Surfaces -All valve boxes,monument boxes,manholes and catch basins shall be adjusted to finish grade in advance of or during the paving operation. No adjustments shall be made after the paving is completed unless approved by the Engineer prior to paving. Minimum paving ring size for manholes shall be two inches. Adjustments made for manhole slopes and/or less than two inches of grade increase shall require a frame adjustment. Any tree branches or foliage which will hinder the proper placement of the surfacing shall be removed by the Contractor by pruning and sealing the cut ends,or tying back in a manner approved by the Engineer. The Contractor shall be responsible for trees damaged that are not properly pruned or tied back. All surfaces to be paved shall be swept clean by the Contractor no more than 24 hours in advance of paving. The Contractor shall remove vegetation prior to washing or sweeping. The Contractor shall use vacuum street sweepers that are self propelled equipment with rotating brooms and brushes that are capable of loosening dirt and debris from the road surface. In those areas where dirt and debris cannot be removed with sweeping alone, washing of the surface will be required. Coordinate construction of driveway transitions with property owners to minimize disruption of access. 00744.44 Tack Coat-Construct a tack coat before placing each lift of ACP according to Section 00730. A tack coat is not required before placing ACP on aggregate base. Omission of a tack coat for a second lift placed on a base lift in the same day may be allowed if approved by the inspector. 2020 ITB—Wall St./Tech Center Dr. Improvements Treat all existing and newly paved ACP or curb (below finish grade) surfaces on and against which ACP is to be placed with an asphalt tack coat according to Section 00730. Before applying the tack coat,clean and dry the surface to be tacked. Do not place tack coat any further than 500 feet in front of the paver. Remove all loose material that will reduce adhesion of the tack by brooming, flushing with water,or other approved methods. Avoid excess tack coat being applied to the gutter or curb face. Shields protecting curb faces shall be provided and used during tacking of curb faces. Any tack coat inadvertently or inappropriately applied to the gutter or curb face shall be promptly removed. 00744.45 Hauling,Depositing, and Placing-Haul, deposit,and place ACP according to the following: (a) Hauling—Provide vehicles with tight,clean and smooth metal beds equipped with covers to protect against moisture and heat loss. Cover ACP if rain is encountered any time between loading and placement, for all night work,and when the duration between loading and delivery to the paver results in the temperature of the ACP delivered to the paver to be below the upper limit of the compaction temperature range. ACP will be rejected before placing if one or more of the following occurs: • Placement temperature measured in the truck below limit specified in the approved JMF. • Below temperature limit specified in 00744.42. • Slumping or separating. • Solidifying. • Absorbing moisture • Any other item,in the judgment of the Engineer,would be likely to decrease the quality of the paving. Dispose of rejected loads at no additional cost to the Agency. Vehicles which cause excessive segregation,which leak badly,or which the Engineer has determined delay normal operations, shall be removed from the project. Deliver the mixture to the paving machine at a rate that provides continuous operation of the paving machine,except for unavoidable delay or breakdown. If excessive stopping of the paving machine occurs during paving operations,the Engineer may suspend paving operations until the mixture delivery rate matches the paving machine operation. Do not use diesel oil as a release agent unless approved by the Engineer. Do not clean out trucks in front of the paver. Clean trucks in an approved location away from the paving operation. Clean up and restore cleanout area daily. (b)Depositing-Deposit ACP from the hauling vehicles so segregation is prevented. (c) Placing-Alternative equipment and means may be allowed by the Engineer if the use of a paver is impractical. If a dump truck cannot physically deliver the mix to a tight area,a very clean bucket of a loader may be used as an alternate. Do not place ACP during rain or other adverse weather conditions,unless allowed by the Engineer. ACP in transit at the time adverse conditions occur may be placed if- 0 f• It has been covered during transit. 2020 ITB—Wall St./Tech Center Dr. Improvements • The ACP temperature is satisfactory. • It is placed on a foundation free from pools or flow of water. • No other factors are observed by the Engineer that would reduce the quality of paving. Place the mixture in the number of lifts and courses,and to the compacted thickness for each lift and course, as shown. Place each course in one lift unless otherwise specified. Do not exceed a compacted thickness of 4 inches for any lift. Limit the minimum lift thickness to three times the maximum aggregate size in the mix. ACP shall not be placed against concrete,curb or gutter,or other structures,until seven days after the concrete has been placed,adequate strength of the concrete has been achieved,and they have been backfilled to provide lateral support. When more than one lift of asphalt is required,no subsequent lifts shall be placed until the prior lift has adequately cooled and set sufficiently to prevent marking and has achieved minimum compaction requirements. Any mixture that becomes loose and broken,mixed with dirt or is in any way defective shall be subject to removal and to replacement with fresh hot mixture,which shall be compacted to conform to the surrounding area. Any area showing an excess or deficiency of asphalt cement shall be subject to removal and to replacement. Removal and replacement under these provisions shall be at the expense of the Contractor. If hand work is necessary such as at transitions,curb ramps,beginning,and ending panels, stop material from becoming segregated by excessive raking. If larger aggregate collects on the surface,remove this larger aggregate and introduce fresh,appropriately graded mixture to the area and finish so there is no apparent segregation and the mat is one uniform texture. Do not broadcast mix by shovel across a new mat. If observed,the affected portion of the mat may be rejected. 00744.46 Longitudinal Joints -At longitudinal joints,bond,compact and finish the new ACP equal to the ACP against which it is placed. Roll joints without raking the joint with self-propelled rollers as follows: • Pass no. 1 on the hot side with 6-inch overlap on the cold (or previously-placed) mat • Complete pattern to cover the remainder of the mat (a) Location-Place the ACP in panel widths which hold the number of longitudinal joints to a minimum. Offset the longitudinal joints in one panel by at least 6 inches from the longitudinal joints in the panel immediately below. (1) Base Course -Place base course longitudinal joints within 12 inches of the edge of a lane, or within 12 inches of the center of a lane,except in irregular areas,unless otherwise shown. (2)Wearing Course -Construct longitudinal joints at either lane lines or fog lines, or as shown or directed. See striping plans for design lane lines and fog lines,as they may be different from the existing layout. (b) Drop-offs: • Provide warning signs and markings according to Section 00225 where abrupt or sloped edge drop- offs 1 inch or more in height occur. 2020 ITB—Wall St./Tech Center Dr. Improvements • Protect edges from being broken down. If unable to complete the pavement without drop-offs according to 00744.44(c) do the following: • Construct and maintain a wedge of ACP at a slope of 1 V:10H or flatter along the exposed longitudinal joint. • Remove and dispose of the wedge before continuing paving operations. • Construct,maintain,remove,and dispose of the temporary wedge at no additional cost to the Agency. ACP for the temporary wedge will be paid for at the pay item price. (c) Placing Under Traffic-When placing ACP pavement under traffic,schedule work for the nominal thickness being laid as follows: (1) More Than 2 Inches -Schedule work so at the end of each working shift the full width of the area being paved,including shoulders,is completed to the same elevation with no longitudinal drop-offs,unless approved. (2) Less Than or Equal to 2 Inches -Schedule work so that at the end of each working shift one panel of new travel lane pavement does not extend beyond the adjoining panel of new travel lane pavement more than the distance normally covered by each shift. At the end of each week complete the full width of the area to be paved,including shoulders,to the same elevation with no longitudinal drop-offs. 00744.47 Transverse Joints: (a)Travel Lanes - Construct transverse joints on the travel lane portion of all specified pavement courses, except leveling courses,as follows: (1)Temporary End Panel-Maintain pavement depth,line and grade at least 4 feet beyond the selected transverse joint location,and from that point,wedge down on the appropriate slope until the top of the course being laid meets the underlying surface (assuming a pavement course thickness of 2 inches) as follows: • For wedges that will be under traffic for less than 24 hours, construct an 8 foot long wedge (1 V:50H taper rate). • For wedges that will be under traffic for 24 hours or longer,construct a 25 foot long wedge (1 V:160H taper rate). • Construct,maintain,remove,and dispose of the temporary wedge at no additional cost to the Agency. ACP for the temporary wedge will be paid for at the pay item price. When the pavement course thickness is different than the above 2 inch example,use the appropriate taper rate to compute the length of the wedge. The wedge length plus the 4 feet or longer panel form the temporary end panel. (2)Vertical Face-After the mixture has reached the required density: • Provide a smooth,vertical face the full depth of the course being laid at the location selected for the joint by sawing, cutting or other approved method. • Remove the ACP material from the joint to the end of the panel. If removed before resuming paving beyond the joint,reconstruct the temporary end panel immediately by placing a bond-breaker of paper, dust, or other suitable material against the vertical face and on the surface to be occupied by the 2020 ITB—Wall St./Tech Center Dr. Improvements temporary end panel. Construct a full-depth panel at least 4 feet long, beginning at the sawed or cut joint, and taper it on a 1V:50H slope to zero thickness. (4) Resume Paving-When permanent paving resumes,remove the temporary end panel and any bond- breakers. Clean the surface of all debris and apply a tack coat to the vertical edge and the surface to be paved. (5)Joint Requirements -Compact both sides of the joint to the specified density.When tested with a straightedge placed across the joint,the joint surface shall conform to 00744.70. (b)Abutting Bridge Ends -Compact the ACP abutting bridge ends and other rigid type structures in the longitudinal direction and either transverse or diagonal direction,as directed. (c) Bridge Deck Overlays - Saw cut the wearing course of pavement directly over the joints in bridge decks, bridge end joints and end panel end joints as soon as practical but within 48 hours of paving each stage of the wearing course,unless otherwise directed. Saw cut a 3/8 inch wide, ±1/8 inch,by 1/2 inch less than the thickness of the panel of pavement depth or 1 1/2 inches deep,whichever is less. Flush the saw cut thoroughly with a high-pressure water stream after the cut has been made. Before the cut dries out,blow it free of water and debris with compressed air. Fill the joint with a poured filler from the QPL. 00744.48 Asphalt Driveway Connections-Pave all driveway connections during mainline paving operations. 00744.50 Compaction-After the ACP has been spread, struck off,and surface irregularities and other defects remedied,roll it uniformly until compacted to a minimum of 93 percent of the daily MDT. Perform finish rolling and continue until all roller marks are eliminated. Rollers shall not make sharp turns on the course being compacted and they shall not be parked on the hot asphalt mixture. Complete breakdown and intermediate compaction before the HMAC temperature drops below 180°F,unless otherwise directed or required based on the control strip. When the rolling causes tearing,displacement, cracking or shoving,make necessary changes in compaction temperature,type of compaction equipment,and rolling procedures. Determine compliance with density specifications by random testing of the compacted surface with calibrated nuclear gauges. Determine the density by averaging QC tests performed by a CDT with the nuclear gauge operated in the backscatter mode according to WAQTC T 8 at one random location for each 100 tons of asphalt concrete placed,but take no less than 10 tests each shift. Do not locate the center of a density test less than 1 foot from the panel edge. Calculate the Maximum Density according to ODOT TM 305. The Agency may elect to complete additional compaction testing at its discretion. The Engineer may waive compaction testing upon written notice. Compaction to a specified density will not be required for the following: • Thin Pavements -Leveling,patches, or where the nominal compacted thickness of a course of ACP will be less than 2 inches. • Other Areas - Temporary surfacing, guardrail flares, mailbox turnouts, road approaches, and areas of restricted width of less than 8 feet wide or limited length,regardless of thickness. Compact thin pavements and other areas according to 00749.45. 2020 ITB—Wall St./Tech Center Dr. Improvements Any displacement of any course,regardless of thickness,occurring as a result of the reversing of the direction of a roller,or from other causes, shall be corrected at once by the use of rakes and addition of fresh mixture when required. The Contractor shall notify the Engineer/Inspector immediately when the average density does not meet 93% or exceeds 95%. An investigation will be initiated to determine if the results indicate that a problem with the mix is developing before laying any more material. Take all actions necessary to resolve compaction problems. Do not resume paving until allowed by the Engineer. Take immediate corrective measures when the specified compaction density is not being achieved. At the Engineer's discretion,corrective measures may include removing and replacing areas that fail to comply with compaction requirements. 00744.51 Joints—Seal all joints per Section 00744.71. Maintenance 00744.60 Correction of Defects -Correct all defects in materials and work,as directed,at no additional cost to the Agency. Corrective measures required by the Engineer may include removal and replacement of the surface course within the defective area. Complete all corrective work within 14 calendar days following notification from the Engineer. After completion of the defective work,if the Engineer finds the work unsatisfactory, perform additional corrective work on the areas still not meeting the requirements. Correct defects according to the following: (a) Fouled Surfaces -Repair,clean,and retack fouled surfaces that would prevent full bond between successive lifts of mixture. (b) Boils, Slicks, and Oversized Material-Replace boils,slicks,and oversized materials with fresh mixture. (c) Segregation-Take corrective measures when segregation or non-uniform surface texture is occurring in the finished mat. If segregation continues to occur, stop production until a plan for providing uniform surface texture is approved. (d) Roller Damage to Surface -Correct surface damage from rollers with additional fresh mixture or by other approved means. (e) Longitudinal Joints -Take corrective measures when open longitudinal joints are being constructed or when the elevation of the two sides of a longitudinal joint does not match. If problems with the longitudinal joint continue to occur, stop production until a plan for providing tight, equal elevation longitudinal joints is approved. (f) Other Defects -Remove and replace any ACP that: • Is loose,broken,or mixed with dirt. • Shows visually too much or too little asphalt. 00744.60 Warranty—Provide a one year warranty for all work completed on the project in conformance with the City's General Conditions. Finishing and Cleaning Up 00744.70 Pavement Smoothness -Furnish a 12 foot straightedge. Test with a 12 foot straightedge parallel to and perpendicular to the centerline,as directed. The pavement surface shall not vary by more than 1/4 inch. 2020 ITB—Wall St./Tech Center Dr. Improvements Mark areas not meeting the surface tolerance. These tolerances shall apply when water valve boxes and other utility appurtenances can be adjusted during the paving operations. 00744.71 Edge Sealing-Seal all edge joints (such as across streets,driveways,and other paved areas)with hot crackseal 6"wide with rubberized asphalt material using the methods,materials,and procedures specified in section 00746. This includes any cold joints created during construction where the older section was laid more than three hours before the newer section of pavement,and other places where,in the judgment of the Engineer,time has lapsed between paving areas to the point where edge sealing is needed. Omit edge sealing where travel lanes are shown on the Contract Plans as grind-and-inlay,and the longitudinal joint remaining will be covered by thermoplastic longitudinal pavement markings. Seal the interface where new pavements abut curbs,gutter pans and catch basins with a hot crackseal bead using rubberized asphalt material and the methods,materials,and procedures specified in Section 00746. At gutter pan and catch basin locations,level sealant material flush to the surface with a"V" shaped squeegee device. 00744.75 Correction of Pavement Roughness -Correct equipment or paving operation procedures when tests show the pavement smoothness does not comply with 00744.70. In addition,do the following: (a) Methods -Correct surface roughness to the required tolerances,using one of the following methods as approved by the Engineer: • Remove and replace the wearing surface lift. • Profile to a maximum depth of 0.3 inch with abrasive grinders equipped with a cutting head comprised of multiple diamond blades, and apply an emulsion fog seal as directed. (b)Time Limit-Complete correction of all surface roughness within 14 calendar days following notification,unless otherwise directed. 00744.76 Cleanup - Clean and remove all excess asphalt,debris and tack from all facilities including but not limited to manhole covers,valve boxes,catch basins,gutter and curb faces. Keep a sweeper on site at all times to sweep areas as needed and as directed. Measurement 00744.80 Measurement-The quantities of ACP will be measured on the weight basis. No deductions will be made for asphalt cement,mineral filler,lime,anti-strip,or any other additive used in the mixture. The quantities of edge sealing and curb sealing will be measured by the length basis,per linear foot of sealing installed. Payment 00744.90 Payment -The accepted quantities of ACP incorporated into the project,whether or not recycled materials are used,will be paid for at the Contract unit price,per ton, for the item "Level , ACP Mixture ". The following will be inserted in the blanks: • The level of ACP (1, 2, 3) will be inserted in the first blank. 2020 ITB—Wall St./Tech Center Dr. Improvements • The type of ACP (1/2 inch, 3/8 inch, 1/4 inch),will be inserted in the second blank. • The words "in Leveling", "in Temporary", "in Leveling and Temporary" will be inserted in the third blank when applicable. The accepted quantities of edge sealing will be paid for at the Contract unit price,per linear foot, for the item"6 Inch Wide Edge Seal". Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. Payment includes furnishing and placing temporary asphalt placed to open the roadway to traffic. No separate or additional payment will be made for: • asphalt tack coat • asphalt cement,mineral filler,lime, and anti-stripping or other additives • sawing, cleaning, and filling joints on bridge deck overlays • fiber reinforcement • work completed at night • Quality Control Testing When delays in asphalt mix delivery to the paver exceed 30 minutes and if in the Engineer's opinion the delays are within the control of the Contractor,the following payment provisions shall apply: • Greater than 30 minutes—5% bid item payment deduction of quantity in previous load • Greater than 45 minutes— 10% bid item payment deduction of quantity in previous load • Greater than 60 minutes — Rejection of previous load, suspension of operations and asphalt subject to corrective action SECTION 00759-MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES Comply with Section 00759 of the Standard Specifications modified as follows: 00759.00 Scope-Add the following to the end of this subsection: This work consists of constructing new Portland cement concrete sidewalk ramps with curbs and truncated dome detectable warning surfaces,driveways,curbs, curb cuts,and check dams. Add the following subsection: 00759.22 Smart Level-Slopes will be verified with the use of a 24 inch SmartTool level model 92379 and a 6 inch SmartTool level model 92346, or approved equals. The 6 inch level will only be used to measure counter slope when there is a concrete gutter. All other locations will use the 24 inch level to measure slopes. 00759.46 Concrete—Supplement this subsection with the following: Before placing concrete,verify that forms are correctly positioned to produce sidewalk ramps with proper slopes and dimensions to comply with the Standard Drawings and Plans and standards (such as PROWAG). 2020 ITB—Wall St./Tech Center Dr. Improvements Before placing concrete,protect adjacent walls,fences,buildings or other objects on private property that may be impacted by concrete splatter. Remove any concrete splatter from such objects on the same day that concrete is placed. Place concrete within 90 minutes after batching and mixing per Section 00440.40. All driveways,thickened sidewalk,and curb at driveways shall be constructed with HPC 5,000—3/4" concrete per Section 02001 of the Standard Specifications. 00759.50(c) Driveways,Walks, and Surfacings—Add the following to the end of this section: The Contractor shall plan joint spacing layout prior to concrete placement. The joint pattern of any pour should consider the width of the concrete placement required by the Contract Plans. The maximum joint spacing shall not exceed the dimensions shown. Finish sidewalks in accordance with the scoring pattern and finish type as detailed. Review joint layout with the Engineer for approval prior to pouring. Joint layout shall follow the intent of minimizing potential cracking in unjointed locations. Broom finish shall not be curved around objects in the concrete,nor shall a broom border be placed around an object in the pavement. The broom finish shall flow through any objects and maintain a consistent pattern through the sidewalk. Joints shall be clean, straight and free from slurry. Where joints intersect,the cross created by the intersecting joints shall be clean and free from slurry. Tool edges around all structures located in the sidewalks and driveways. Provide isolation joint material around structures and seal in accordance with Section 00585. Add the following subsections: 00759.55 Test Panel—Provide complete sidewalk ramp sample panel. Panel shall include proposed scoring as shown on the Contract Plans at the location of the test panel,as well as detectable warning surface. Test panel shall also be constructed around a structure such as a utility pole or other structure. The approved test panel may be incorporated as part of the project. Score and finish panel in presence of Engineer and re-work slab as required to be approved. After sample panel is approved,all work shall be of the same quality and may be rejected if not meeting this minimum standard,as determined by the Engineer. 00759.56 Protection of Concrete—Protect the freshly poured concrete curbs and sidewalk from vandalism or other damage for a minimum of twenty-four(24) hours or until cured enough to support typical use,whichever is longer. Provide security personnel to guard the fresh concrete during this time. The number of personnel onsite shall be as required to protect the complete amount of concrete placed during the previous 24 hours. Any curb or sidewalk damaged by vandalism,weather damage, or other causes shall be replaced at no cost to the Agency. All costs associated with protecting the freshly poured concrete shall be incidental to the applicable pay items. 00759.57 Restoration of Adjacent Surfacing—After sidewalks and driveways are cured and forms are stripped,restore any disturbed adjacent surfacing to prior condition or better. Restoration work includes but is not limited to: the roadway surfacing reconstruction work required to retrofit the sidewalk curb ramp, driveway, fine grading,bark mulch, sod,joint sealant and any other work necessary to match conditions. Asphalt concrete driveway connections located on private property are addressed under Section 00749. 00759.90 Payment—Supplement this subsection with the following. 2020 ITB—Wall St./Tech Center Dr. Improvements Item (d)includes coordination with driveway owners to ensure access as shown on the Plans. Pay Item Unit of Measurement (1) Concrete Curb Cuts..........................................Each (m) Concrete Check Dam.........................................Each Item (a) shall include curbs with variable height. No separate payment will be made for transitions in curb heights or for reinforcement where noted. Item 0) includes metal inlet assembly,4-1/2"—2-1/2" energy dissipater drain rock,and underlying filter fabric. Item (m)includes rebar, connections between check dam and curbs,weep holes,and energy dissipation pad of splash rock. No separate or additional payment will be made for protection of concrete surfaces from vandalism or adverse weather conditions. All costs associated with protecting the freshly poured concrete and restoration of adjacent landscaping and surfacings shall be incidental to the applicable pay item. No separate or additional payment will be made for any necessary repair or removal by the Contractor for replacement of sidewalk ramps that do not meet ADA/PROWAG. Aggregate base will be paid for according to 00641. No separate or additional payment will be made for adjustments to forms or grading as needed to comply with ADA/PROWAG requirements for curb ramps. 00759.90 Payment—Replace the paragraph that reads "Items (e) and (�"with the following: Items (e) and (�include sidewalks, ramps,and truncated dome detectable warning surfaces constructed as part of new ramps or sidewalks as shown.No separate payment will be made for detectable warning surfaces constructed on new surfaces. SECTION 00865 -LONGITUDINAL PAVEMENT MARKINGS—DURABLE Comply with Section 00865 of the Standard Specifications modified as follows: 00865.40 General—Add the following to the end of this subsection: The skid resistance of the pavement marking shall equal or exceed the skid resistance of the adjacent pavement in both wet and dry conditions. SECTION 00867 -TRANSVERSE PAVEMENT MARKINGS -LEGENDS AND BARS Comply with Section 00867 of the Standard Specifications modified as follows: 00867.90 Payment—Supplement this section with following: 2020 ITB—Wall St./Tech Center Dr. Improvements Bicycle Lane stencils shall include all stencils placed within the designed bike lane regardless of style. SECTION 00902 - CROSSWALK CLOSURE SUPPORTS Section 00902,which is not a Standard Specification,is included in this Project by Special Provision. DESCRIPTION 00902.00 Scope -This work consists of constructing crosswalk closure supports as shown. MATERIALS 00902.10 Materials -Furnish materials meeting the following requirements: Commercial Grade Concrete.............................................. 00440 Steel.......................................................... 01070.10 and 01070.12 Signs........................................................................................ 00940 Construction 00902.40 General- Construct crosswalk closure supports as shown or directed. MEASUREMENT 00902.80 Measurement-The quantities of crosswalk closure supports will be measured on the unit basis. PAYMENT 00902.90 Payment-The accepted quantities of work done under this Section will be paid for at the Contract unit price,per each, for the item "Crosswalk Closure Supports". Payment will be payment in full for furnishing and placing all Materials,and for furnishing all Equipment,labor, and Incidentals necessary to complete the Work as specified. SECTION 00920—SIGN SUPPORT FOOTINGS Comply with Section 00920 of the Standard Specifications modified as follows: 00920.90 Payment-Replace this subsection,except for the subsection number and title,with the following: Payment for sign support footings will be under the bid item"Permanent Signing"described in Section 00940. SECTION 00930—METAL SIGN SUPPORTS Comply with Section 00930 of the Standard Specifications modified as follows: 00930.90 Payment-Replace this subsection,except for the subsection number and title,with the following: Payment for sign supports will be under the bid item"Permanent Signing" described in Section 00940. SECTION 00940—SIGNS 2020 ITB—Wall St./Tech Center Dr. Improvements Comply with Section 00940 of the Standard Specifications modified as follows: 00940.80 Measurement-Replace this section,except for the section number and title,with the following. No measurement will be made for the lump sum bid item"Permanent Signing" 00940.90 Payment-Replace this section,except for the section number and title,with the following. The accepted quantities for signing work done on a lump sum basis will be paid at the Contract lump sum amount for the following items: Pay Item Unit of Measurement (a) Permanent Signing............Lump Sum Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. Payment includes removal,storage,and reinstallation of existing signage and posts,new signs,new posts and hardware,and new V-loks as necessary. Payment also includes all work necessary to coordinate with Trimet,remove, store,and reinstall existing transit stop signage (as applicable). SECTION 00960 - COMMON PROVISIONS FOR ELECTRICAL SYSTEMS 00960.41(c) Excavation for Conduit-Replace this subsection,except for the subsection number and title, with the following: Excavate and backfill conduit as follows: Minimum Cover from Finished Surface' Roadway and Other Type of Conduit Shoulders Areas Metal 30 inches 30 inches Rigid Nonmetallic 30 inches 30 inches 'Use permit depths if greater than these. 00960.41(g) Backfill-Replace the first paragraph with the following: Use an approved sand blanket,granular backfill meeting the requirements of Section 00405.14,or controlled low-strength material (CLSM) meeting the requirements of Section 00442 as follows: 00960.41(g)(1)(c)(3) Other Areas -Replace this subsection,except for the subsection number and title,with the following: Place granular backfill in layers not greater than 6 inches thick.The top 1 foot may be Class A backfill only when not under Structures. 2020 ITB—Wall St./Tech Center Dr. Improvements Compact the backfill Material according to 00405.46(c)(2) to the top of the trench,surrounding ground level or upper limit of excavation as directed.The sand blanket requirement of 00960.41(g)(1)(a) and 00960.41(8)(1)(b) may be waived when approved by the Engineer. 00960.42(a) General-Add the following: Install a polyethelyne pull line with 40 inches of slack tied off at each end of every conduit run. SECTION 00962-METAL ILLUMINATION AND TRAFFIC SIGNAL SUPPORTS Comply with Section 00962 of the Standard Specifications modified as follows: 00962.05 Design—Delete the first sentence and replace with the following: Design all traffic signals according to the AASHTO Standard Specifications for Structural Supports for Highway Signs,Luminaires,and Traffic Signals. Design all illumination poles according to the AASHTO LRFD Specifications for Structural Supports for Highway Signs,Luminaires and Traffic Signals and the Oregon Structural Specialty Code. 00962.05(a)Traffic Signal Mast Arm Supports -Replace this subsection,except for the subsection number and title,with the following: Design non-standard poles and foundations according to the AASHTO "Standard Specifications for Structural Supports for Highway Signs,Luminaires and Traffic Signals 5th Edition". Design factors include: Basic Wind Speed (3 second gust) 95 mph Gust Factor (G) 1.14 Importance Factor jr) 1.0 (50 year recurrence interval) Fatigue Category II (natural wind gusts and truck-induced gust only,no galloping required) 00962.10 Materials -Add the following to the list after High-Strength Fastners: CLSM........................................................................................00442 KeywayGrout.........................................................................02080.30 Replace the bullet list with the following: • Provide steel sheet for pole and arms meeting the requirements of ASTM A595 Grade A, or ASTM A572 Gr 50. • Provide all other steel and plate meeting the requirements of ASTM A572 Gr 50. • Supplementary Requirements S18 (ASTM A6), maximum tensile strength is required. • Galvanized base plates and small and hidden pieces do not require controlled silicon content. Add the following to the end of this subsection: 2020 ITB—Wall St./Tech Center Dr. Improvements Furnish aluminum pole and other aluminum items for use in luminaire installations meeting the requirements of the following: • Provide aluminum tube for poles and davit arms meeting the requirement of ASTM B210,B221,B241, or B429 (6063-T6) • Provide aluminum plate meeting the requirements of ASTM B209 (6061-T6) • Provide aluminum pipe meeting the requirements of ASTM B241 (6061-T6) • Provide aluminum shoe base and handhole frame meeting the requirements of ASTM B108 (356-T6) • Provide aluminum bolt covers meeting the requirements of ASTM B26 (319F or 356F) 00962.46 Steel Illumination and Signal Poles -Add the following at the end of the first paragraph: Metal poles shall be placed on the job site in a manner which allows the Engineer to inspect luminaire arm connections,recessed terminal compartments,base plates,and tenons without moving the poles.The Contractor shall notify the Engineer when the poles are ready for inspection. If any shafts,arms,or luminaire arms do not meet Washington County specifications,they will be rejected. 00962.46(a) Design-Replace this subsection,except the subsection number and title,with the following. All poles shall be either round or 8-sided in Cross Section unless otherwise specified by the Engineer. Alternative Cross Section shapes shall be considered special design poles and require submission of pole design calculations per the above criteria. Submit detail drawings of poles for approval prior to fabrication.Dual mast arm poles and mast arm poles with an arm greater the 60 feet long shall be considered special design and require drawings and calculations approved by the Engineer prior to fabrication. Calculations shall conform to the latest Washington County design criteria. 00962.46(c) Mast Arm-Replace this subsection,except for the subsection number and title,with the following. Install mast arms for traffic signals and signs according to details provided by the manufacturer.Use proper type and size of mounting appurtenances that correctly fit the pole furnished,or as shown.Provide self- supporting mast arms without tie rods or braces. Provide tapered mast arms that are either round or 8-sided in cross-section. All mast arms shall allow wiring entrances directly into the pole from inside the mast arm. 00962.46(e) Deflection-Replace this subsection,except for the subsection number and title,with the following. Deflection shall be in accordance with Section 10.4 of AASHTO's "Standard Specifications for Structural Supports for Highway Signs,Luminaires and Traffic Signals 5th Edition". 00962.46(i) Identifying Tags -Replace this subsection,except the subsection number and title,with the following. Attach a stainless steel identifying tag to all poles and mast arms. Provide tags that are at least 1/16 inch thick. Tag lettering shall be at least 3/16 inch in height,and be stamped or engraved on the tag.Attach tags with stainless steel#6 U-drive screws. Locate the pole tag approximately 12 inches up from the bottom of the base plate.Locate mast arm tag approximately 12 inches from mast arm plate, on underneath side of the arm. 2020 ITB—Wall St./Tech Center Dr. Improvements Include the following information on the tags: • Manufacturer • Month and year of fabrication • Pole designation • Mast arm length 00962.46(j)(4) Erecting Metal Poles -Add the following subsection after subsection .460)(3) Bolt Inspection: (4) Grout-After testing and approval,install grout pad between the foundation and pole base for each traffic signal pole and each fixed base illumination pole as shown on Washington County's standard drawings. Grout pads shall be installed prior to final acceptance of the installation. SECTION 00963 - SIGNAL SUPPORT DRILLED SHAFTS Comply with Section 00963 of the Standard Specifications modified as follows: 0963.47(a) Concrete Placement-Replace the paragraph that begins "Unless otherwise approved,allow..." with the following paragraph: Allow a maximum of 60 minutes between concrete placements and use no concrete older than 90 minutes from batch time. Use procedures for concrete placement which ensure that the concrete within the shaft becomes a monolithic,homogeneous unit. SECTION 00990 -TRAFFIC SIGNALS Comply with Section 00990 of the Standard Specifications modified as follows: 00990.43(a) Pedestrian Push Buttons—Remove the sentence beginning with"Install push buttons in an H- frame mount...". 00990.43(b)(2) Wire -Add the following: Label the loop feeders with indelible ink unless otherwise approved. 00990.70(b) Control Equipment Testing-Replace this subsection,except for the subsection number and title,with the following: Testing and retesting of all Equipment required to pass the Oregon Department of Transportation testing procedures at the Signal Lab in Salem, Oregon shall be performed at no additional cost to the Agency. 00990.70(g) Field Testing-Replace this subsection,except for the subsection number and title,with the following. Perform the inductance and resistance testing on all inductive loops and loop feeder circuits. Obtain procedures for megohm meter tests and reporting forms from the Project Manager. Perform testing in the presence of the Engineer.Document the test results. Furnish the test data and test results to the Engineer. 00990.70(h) Traffic Signal Turn-On-Replace the first paragraph with the following: 2020 ITB—Wall St./Tech Center Dr. Improvements The Agency will establish the date and time the installation is to be turned on.No turn-on's will be allowed Mondays,Fridays,or on days preceding a holiday. Notify the Engineer when Work is complete and ready for testing.Allow two weeks from the time of notification for installation testing and turn-on. 00990.90 Payment-Replace this subsection,except for the subsection number and title,with the following: The accepted quantities will be made at the contract lump sum amount for the following items: Pay Item Unit of Measurement (a)Traffic Signal Installation Complete, ..................................................Lump Sum In the Schedule of Items,the location of the installation will be inserted in the pay item blanks,when applicable. Item (a) includes furnishing and installing all items necessary for the complete installation of the traffic signal system,including fire preemption system,the controller,controller cabinet,controller cabinet Equipment, remote service,detection system,poles,pole arms,bases,foundations,illumination and associated equipment,and street name signs with mounting hardware. Payment will be payment in full for furnishing and placing all Materials,and for furnishing all Equipment, labor, and Incidentals necessary to complete the Work as shown and specified. No separate or additional payment will be made for: • Items shown but not listed separately in the Schedule of Items. • Salvaging and stockpiling traffic signal Equipment. • Replacement of disturbed earthwork, Base, Surfacing, and landscaping, as applicable. • Providing Railroad company personnel to supervise interconnection with railroad cabinets, when applicable. SECTION 01030—SEEDING Comply with Section 01030 of the Standard Specifications modified as follows: 01030.13(b) Quality—Delete the last (fourth) bulleted paragraph. 01030.13(b) Quality—Add the following bulleted items to this subsection: • Seed is certified"Weed Free,"indicating there are no noxious or nuisance weed seeds. • Seed species and/or seed mixes identified in 01030.13(fl as"Native"shall meet the following additional requirements: • The seed has been tested for viability under the Oregon Seed Law within 12 months of application of the seed. • Original (first generation) stock seed and Non-Source Identified seed originated from within the Willamette Valley ecoregion as defined by the US Environmental Protection Agency (EPA). 2020 ITB—Wall St./Tech Center Dr. Improvements • Source Identified seed is third generation or younger. • Non-Source Identified seed meets or exceeds Oregon State Department of Agriculture Certified Seed Standards. • Seed whose origin cannot be traced may not meet the definition of"native". • For seeding operations using standard seeding equipment, seeds with awns or pubescence have been cleaned and de-bearded prior to their inclusion into mixtures. 01030.13(f) Types of Seed Mixes -Add the following to the end of this subsection: Provide the following seed mix formulas: • Temporary Seeding:Apply PIS at a rate of 87 lbs/acre (2 lbs / 1000 SF) Botanical Name PLS _ (%Purity x % Germination) = Amount (Common Name) (lb/acre) (minimum) (minimum) (lb/acre) Lolium perenne (Perennial Ryegrass) 33.9 Festuca rubra ssp. fallax (Chewing Fescue) 21.8 Festuca rubra (Creeping Red Fescue) 21.8 Agrostis capillaris (Highland Bentgrass) 6.1 Trifolium repens (White Clover) 3.4 01030.15 Mulch-Add the following paragraphs and bullets to the end of subsection: Acceptable mulch materials for this project are: • Hydromulch • Fine Compost Furnish fine compost for all roadside erosion control seeding except hydromulch may be used under the following conditions: • Spring planting west of the Cascades between March 1 and May 15. • Slopes are steeper than 1V to 1.5H and longer than 16 feet. Projects that have variable slopes may include straw mulch and hydromulch when approved. 01030.48 Application-Replace this subsection,except for the subsection number and title,with the following. Use the following application method for permanent and temporary seeding: 2020 ITB—Wall St./Tech Center Dr. Improvements • Step 1-Apply fine compost to a uniform depth of 2 inches with a pneumatic blower or other equipment that propels the material directly at the soil surface and achieves direct contact with the soil. • Step 2 - Seed the disturbed area with the seed mix at the rates specified in 01030.13(f).) Seed may be spread by mechanical spreader according to 01030.48(b-1-c). • Step 3 - Cover seeded areas with fine compost uniformly at an approximate depth of 1/4 inch. • Step 4 - Fertilize according to 01030.44. 01030.90 Payment-Replace the following units of measurement: Pay Item Unit of Measurement Temporary Seeding Square Yard Permanent Seeding Square Yard Fertilizing Square Yard Mulching Square Yard SECTION 01040 -PLANTING Comply with Section 01040 of the Standard Specifications modified as follows: 01040.02 Definitions—Add the following definitions: Planting Soil—Imported topsoil mixed with inorganic and organic soil amendments. Topsoil—Top layer of the soil profile consisting of existing native surface topsoil or existing in-place surface soil and is the zone where plant roots grow. 01040.14 Topsoil—Add the following subsections: (d) Planting Soil—Furnish imported topsoil or manufactured topsoil from off-site sources blended with soil amendments to produce acceptable planting soil,meeting the following requirements: (1) Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches deep;do not obtain from agricultural land,bogs or marshes. (2) Planting soils shall meet ASTM D 5268; (3) pH range of 5.5 to 7.5; (4) A minimum of 10 percent organic material content; (5) Free of stones 1 inch or larger in any dimension and other extraneous materials harmful to plant growth; (6) Ratio of Loose Compost to Topsoil by Volume: 1:4; (7) Ratio of Sand to Topsoil by Volume: 1:10 (8) Weight of Lime per 1000 Sq. Ft.: 1 lb; (9) Weight of Commercial Fertilizer per 1000 Sq. Ft.: 15 lbs. (e) Stormwater Facility Planting Soil — Furnish Stormwater Facility Planting Soil conforming to the following. 2020 ITB—Wall St./Tech Center Dr. Improvements (1) General Composition: Use a blended material incorporating loamy soil, sand, and compost that is 30-40%compost by volume and meets the other criteria in this specification.The loamy soil must be subsoil taken from at least one foot below grade to reduce the potential for contaminants such as weed seeds. (2) Analysis Requirements for the Blended Material: a. A particle gradation analysis of the blended material,including compost, shall be conducted in conformance with ASTM C117/C136 (AASHTO Tll/T27). The analysis shall include the following sieve sizes: 1 inch, 3/8 inch,#4, #10, #20, #40, #60, #100, #200.The gradation of the blend shall meet the following gradation criteria: Sieve Size Percent Passing 1 inch 100 # 4 85-100 # 10 50-100 # 40 20-60 # 100 10-40 # 200 10-12 b. Acidity: The pH (Power of Hydrogen) of the blended material shall be tested and be between 6 to 8. (3) General Requirements for the Blended Material:The blended material shall meet the following requirements: a. The material shall be loose and easily broken into small pieces. b. It shall be well mixed and homogenous. c. It shall be free of wood pieces,plastic,and other foreign matter. d. It shall have no visible free water (4) Compost:The compost shall be derived from plant material and provided by a member of the US Composting Council Seal of Testing Assurance (STA)program.See www.compostingcouncil.org for a list of local providers. The compost shall be the result of the biological degradation and transformation of plant- derived materials under conditions designed to promote aerobic decomposition. The material shall be well composted, free of viable weed seeds, and stable with regard to oxygen consumption and carbon dioxide generation. The compost shall have no visible free water and produce no dust when handled. It shall meet the following criteria, as reported by the US Composting Council STA Compost Technical Data Sheet provided by the vendor. • 100% of the material must pass through a 1/2-inch screen. • The pH of the material shall be between 6 min. and 8.5 max. • Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0% by weight. • The organic matter content shall be between 30 and 70% (dry weight basis). • Soluble salt content shall be less than 6.0 mmhos/cm. • Maturity Indicator shall be greater than 80% for Germination and Vigor. • Stability shall be `Stable'to `Very Stable'. • Carbon/Nitrogen (C/N) ratio shall be less than 25:1. • Trace metals test result = "Pass." 2020 ITB—Wall St./Tech Center Dr. Improvements (5) Submittals—At least 14 days in advance of construction, submit the following: a. Documentation for the two analyses described in section 01040.14(d)(2) of this specification (particle gradation and pH) shall be performed by an accredited laboratory with current certification.The date of the analyses shall be no more than 90 calendar days prior to the date of the submittal. Include the following information in the report: • Name and address of the laboratory. • Phone contact and e-mail address for the laboratory. •Test data,including the date and name of the test procedure. b. For the compost component of the blended soil, a compost technical data sheet from the vendor.The analysis and report must conform to the sampling and reporting requirements of the US Composting Council Seal of Testing Assurance (STA) program. The analysis shall be performed and reported by an approved independent STA program laboratory and be no more than 90 calendar days prior to the date of the submittal. c. Up to two 5-gallon buckets of the blended material, as requested. d. The location/name of the of the source of the loamy soil. (6) Stormwater Facility Planting Soil Installation—See 01040.43 (e). 01040.15 Soil Conditioners -Replace the sentence that begins "Submit a 15 pound..."with the following sentence: For mushroom compost and peat moss only, submit a 15-pound sample for approval by the Owner's Representative before construction. 01040.15(b) Composted Yard Debris -Replace this subsection with the following subsection: 01040.15(b) Commercially Manufactured Compost-Commercially manufactured fine and medium compost material meeting the requirements of Section 03020. 01040.23(e) Root Barrier—Replace this subsection with the following subsection: 01040.23(e) Root Barrier—Root barriers shall be composed of continuous rigid polyethylene material twenty- four inches in depth with a minimum wall thickness of 0.080 inches.Barrier shall also contain 90-degree vertical molded ribs on root-side of barrier. Submit product data,including material descriptions,field assembly requirements, and installation details and a 36-inch length sample for approval prior to construction. 01040.43 Topsoil:—Rename this section`01040.43—Planting Soil' 01040.43(b) Subsoil Preparation—Replace this section with the following section: 01040.43(b) Subsoil Preparation—Grade and finish areas that are to receive planting soil,allowing for the specified amounts of planting soil. Scarify or till subsoil that is loose and friable to a depth of 6 inches and obtain approval from theOwner's Representative before placing planting soil. Remove stones larger than 1 inch 2020 ITB—Wall St./Tech Center Dr. Improvements in any dimension and sticks,roots,rubbish,and other extraneous matter and legally dispose of them off Owner's property. 01040.43(c) Hauling and Spreading—Replace this subsection with the following section: 01040.43(c) Hauling and Spreading—Haul and spread material without compacting the planting soil or areas where it is placed. Protect from damage any surrounding objects,pavement, structures and areas that are traveled,crossed,or mounted by equipment. Smoothly spread planting soil over the specified areas to the thickness,grades,and slopes shown or directed. Avoid wasting planting soil and do not place material during wet conditions. Do not work saturated soils in any manner.Material placed contrary to Owner's Representative instructions or in undesignated places will not be paid for and removal may be required at the discretion of the Owner's Representative. 01040.43(d) Finishing and Clean Up—Replace this subsection with the following section: 01040.43(d) Finishing and Clean Up—Finish areas covered with planting soil to proper grade,contour and cross section. Cultivate all planting soil not in a loose and friable condition to a depth of at least 4 inches.Bring the surface to a condition ready for planting operations. 01040.43(e) Stormwater Facility Planting Soil-Add this subsection: (1) Protection of the Soil-The material shall be protected from all sources of contamination,including weed seeds,while at the supplier,in conveyance,and at the project site. (2)Wet and Winter Conditions-Hauling and placement of the material will not be allowed when the weather is too wet or the ground is frozen or saturated as determined by the Owner's Representative. (3) Placement of the Soil—Place the material in loose lifts,not to exceed 8 inches each and each lift shall be compacted with a water-filled landscape roller.Do not otherwise mechanically compact the material. (4)Timing of Plant Installation-Weather permitting and as approved,install plants as soon as possible after placing and grading the soil to minimize erosion and compaction. (5) Erosion Control-Temporary erosion control measures are required until permanent stabilization measures are functional. (6) Protection of the Installed Soil-In all cases,protect the installed material from foot or equipment traffic and surface water runoff. Install temporary fencing or walkways as needed to keep workers, pedestrians,and equipment out of the area.Under no circumstances should materials and equipment be stored on top of the installation area. 01040.48 Planting Area Preparation—Replace this section with the following section: 01040.48 Planting Area Preparation—All planting areas shall be Weed Free before planting or seeding operations begin. Identify,kill,and remove plants according to 01030.62(b-3). Prepare all planting areas meeting the following requirements: (a) General—Eliminate uneven areas and low spots,remove lumber,stones,sticks,mortar,concrete,rubbish, debris, contaminated soil and any other material harmful to plant life, in shrub and ground cover beds. All 2020 ITB—Wall St./Tech Center Dr. Improvements planting areas shall be Weed Free before planting or seeding operations begin.Identify,kill,and remove plants according to 01030.62(b-3). (b) Soil Preparation in Planting Beds (1) Loosen subgrade at bottom of planting beds to a minimum depth of 6 inches.Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owners property. a. Apply fertilizer directly to subgrade before loosening,as required by soil test results. b. Thoroughly blend planting soil mix off-site before spreading. • Delay mixing fertilizer with planting soil if planting will not proceed within a few days. • Mix lime with dry soil before mixing fertilizer. c. Spread planting soil mix to a depth of 18 inches but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. • Spread approximately one-third the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. • Spread remainder of planting soil mix in two - six (6) inch lifts. (2) Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose,uniformly fine texture. Roll and rake,remove ridges,and fill depressions to meet finish grades. (3) Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. (c) Soil Preparation in Stormwater Facility Planters (1) Subgrade preparation shall meet the requirements in Section 01012. (2) Placement of the Stormwater Planting Soil: The material shall be placed in loose lifts,not to exceed 8 inches each and each lift shall be compacted with a water-filled landscape roller. The material shall not otherwise be mechanically compacted. (3) Spread Stormwater Planting Soil mix to a minimum depth of 24 inches but not less than required to meet finish grades after natural settlement. Do not spread if stormwater planting soil or subgrade is frozen,muddy, or excessively wet. (4) Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose,uniformly fine texture. Roll and rake,remove ridges,and fill depressions to meet finish grades. 01040.49 General Planting—Add the following bullets: • Layout of major planting areas as indicated on the plans are approximate only,and the locations and identity of all trees,shrubs and ground covers shall be outlined in the field by the Contractor,subject to review and approval. • Inspection:The Contractor shall notify the Owner's Representative seventy-two hours prior to beginning any planting. The Owner's Representative may adjust plant material location to meet field conditions. Planting shall not occur until the Owner's Representative has approved the location and layout of all plant beds. 2020 ITB—Wall St./Tech Center Dr. Improvements Replace the bullet that begins "Do not plant in standing..."with the following bullet: • Do not plant in standing water unless approved by the Owner's Representative. If standing water is present within a plant pit, notify the Owner's Representative prior to planting to determine what corrective measures are required. Add the following to the end of this subsection: The following watering frequencies are required: • Deciduous trees that are 1 1/2 inch and larger,water at a frequency sufficient to maintain trees in good health and condition. • All shrubs,water at a frequency sufficient to maintain in good health and condition. 01040.53 Mulch—Replace this section with the following section: 01040.53 Mulch—Apply Rock and Bark Mulch in areas and depths as shown. 01040.55(i)Tree Stakes and Ties—Replace"Parallel with prevailing winds"with "parallel to curb line. Replace "12 inches below the planting hole depth"with "18 inches below the planting hole depth". Add the following section: 01040.80(b) Topsoil and Wetland Topsoil—Replace this subsection with the following subsection: 01040.80(b) Planting Soil and Stormwater Facility Planting Soil—The items `Planting Soil'and `Stormwater Facility Planting Soil'will include topsoil, compost,and soil amendments and conditioners, and will be measured on the volume basis in the hauling vehicle. Topsoil utilized in planting soil or stormwater facility planting soil mixes taken from the required excavations according to 00330.10 will be measured according to 00330.82. 01040.80(c) Soil Conditioners—Delete this subsection. Add the following subsection: 01040.90(b) Topsoil and Wetland Topsoil—Replace this subsection with the following subsection: I. 01040.90(b) Planting Soil and Stormwater Facility Planting Soil— Planting soil,including topsoil,compost, and soil conditioners,will be paid for at the Contract unit price,per cubic yard, for the item"Planting Soil". Stormwater Facility Planting Soil will be paid for at the Contract unit price,per cubic yard,for the item "Stormwater Facility Planting Soil". Topsoil taken from required excavations according to 00330.10 and utilized in either"Planting Soil" or "Stormwater Facility Planting Soil"will be paid for according to 00330.94. 2020 ITB—Wall St./Tech Center Dr. Improvements No payment will be made for planting soil that is placed in non-designated areas or which is contrary to the Owner Representative's instructions. 01040.90(c) Soil Conditioners—Delete this subsection. II. 01040.90(g) Miscellaneous—Add the following pay item to the pay item list: Pay Item Unit of Measurement (g) (f) 12 Mo. Maintenance ..........................Lump Sum Item (g)includes all work necessary to maintain plants in healthy condition for a 12-month period,as measured after final acceptance of work. Plants which are not healthy shall be removed and replaced during this maintenance period at no additional cost to the Owner. III. Add the following bullets to the list under the last paragraph: • Soil Conditioners SECTION 01050 - FENCES Comply with Section 01050 of the Standard Specifications. SECTION 01120-IRRIGATION SYSTEMS Comply with Section 01120 of the Standard Specifications modified as follows: 01120.12 Automatic Controllers—Replace the first sentence with the following: Provide I-CORE`IC-0600-PED-SS'with Wireless Solar Sync Module and Stainless steel pedestal,as manufactured by Hunter Industries. 01120.17(a) Gate Valves—Replace the first sentence with the following: Furnish schedule 80 PVC ball valves with EPDM O-ring rated at 150 psi minimum static pressure. 01120.17(h)(2) Automatic Control Valves—Replace the first sentence with the following: Furnish automatic control valves `ICV'low flow as manufactured by Hunter Industries. Add the following paragraph: 01120.17(1) Quick Connect Blow-Off—The quick connect blow-off shall be a two-piece type capable of having a discharge rate of 30 GPM with a pressure loss not to exceed 11.5 PSI.The valve body shall be constructed of red brass.The cover shall be a durable,protective self-closing rubber cover.The valve shall be opened and closed by a brass key of the same manufacturer having a 1" (MNPT) and 3/4" (FNPT) outlet.The valve throat shall have a keyway with detent positions for regulating water flow. SECTION 01140—POTABLE WATER PIPE AND FITTINGS 2020 ITB—Wall St./Tech Center Dr. Improvements Comply with Section 01140 of the Standard Specifications modified as follows: 01140.40(d) Grade and Alignment Changes—Supplement this subsection with the following: Pothole existing utility crossings a minimum of 100 feet in advance of the pipe installation to identify any grade conflicts. Notify the Engineer of any conflicts. Add the following subsection: 01140.41(8) Other Utilities -Maintain a minimum vertical clearance of 12 inches between installed pipe and other utilities. Maintain a minimum horizontal clearance of 5 feet clear,or 10 feet center-to-center,between installed pipe and other utilities. Engineer's approval and additional protection is required for any pipe installation that does not maintain the specified minimum clearances. 01140.47 Connection to Existing Mains -Replace this entire subsection with the following subsection: 01140.47 Connection to Existing Mains -Make necessary arrangements with the Engineer a minimum of 7 calendar days before making connections to existing water mains. Assemble all materials,equipment,and labor necessary to properly complete the work before starting. (a) Notification-If the connection to the existing system involves temporary water system shutoff,provide written notices to the property owners and businesses affected by the shutoff a minimum of 48 hours before the shutoff. Submit a draft written notification to the Engineer for approval 5 calendar days before providing written notice to the affected customers. The Engineer will advise which property owners are to be notified. (b) Permission-The work to perform the connection may need to be carried out during times other than normal working hours. Operation of valves in the Tigard water service area is prohibited. (c) Connection Assemblies -Excavate potholes to expose existing piping at connection points before constructing the connection. If existing piping is different than shown,provide measurements of depth and a detailed sketch of existing piping configuration and alignment to the Engineer not less than two weeks before the expected construction. (d) Uninterrupted Service - Once work is started on a connection, proceed continuously without interruption, and as rapidly as possible until completed. Schedule main shutoffs to ensure that mains do not remain shut off overnight,on Fridays,over weekends,or on holidays. (e) Cutting Main Lines - Cut existing water mains according to 01140.12. Remove the portions of pipe to provide for the installation of the required fittings at the points of connection. Determine the exact length of the existing water main that is to be removed. Bevel pipe ends to prevent damage to the transition coupling gasket during installation of the coupling. Clean the exterior of the existing pipe end to a sound,smooth finish before installing the coupling. 01140.50(a) Flush and Disinfect-Replace this subsection,except for the subsection number and title,with the following: Upon satisfactory completion of testing,the connections to existing mains shall be cleaned and flushed with potable water prior to disinfection. Flushing velocities shall be at least 2.5 feet per second.Disinfection shall be in accordance with AWWA Standard C651-92,the State Health Division,and City requirements.The continuous feed method of disinfection shall be used.Disinfecting mixture shall be a chlorine-water solution having a free chlorine residual of 40-50 mg/l.The disinfection mixture will be prepared by injecting a calcium/sodium hypochlorite and water solution into the pipeline at a measured rate while fresh (potable)water 2020 ITB—Wall St./Tech Center Dr. Improvements is allowed to flow through the pipeline so that the chlorine-water solution is of the specified strength.Treated (chlorinated)water shall be retained in the pipeline long enough to destroy all nonspore-forming bacteria. Typical retention period is 24 hours. 01140.50(c) Disposal of Treated Water-Replace this subsection,except for the subsection number and title, with the following: Dispose of treated water flushed from mains.Meet the requirements of the Service Provider Letter issued by Clean Water Services for this project,and included in the contract documents as Attachment N.To protect aquatic life,de-chlorinate the treated waste water according to AWWA C655 before disposing of water into any storm drain or natural drainage channel. Dispose of disinfecting solution according to AWWA C655 and to the satisfaction of the Engineer and local authorities. If approved by the Engineer and the sanitary sewer utility, disposal may be made to an available sanitary sewer,provided the rate of disposal will not overload the sewer. 01140.52(b-1) Gaseous Chlorine -Delete this subsection. 01140.52(8) Chlorinating Connections to Existing Water Mains -Replace this subsection,except for the subsection number and title,with the following: Follow the chlorinating procedure specified in AWWA Standard C651-14. Liberally treat the exterior of the existing main at the connection point with hypochlorites. Swab or spray the interior of all new closure fittings, valves,and pipe required for the connection with a 1 percent hypochlorite solution. Disinfect the 5 feet of existing main adjacent to the connection point with a 100 ppm chlorine solution and then thoroughly flush the line. 01140.52(h) Flushing and Testing-Replace this subsection,except for the subsection number and title,with the following: At the end of the retention period,the pipeline is to have a free chlorine residual of at least 10 mg/l.After satisfactory chlorination, flush the water from the line until the water throughout the pipeline is equal chemically and bacteriologically to the permanent source of supply. (1) Sampling Tap-Install a sampling tap ahead of the flushing hose for convenient sanitary sampling. (2) Sampling Frequency for New Mains - For new mains,collect one set of samples every 1200 feet along the pipe and one set at the end of the pipe. If water from the trench enters the pipe or,in the opinion of the Engineer, excessive quantities of dirt or debris have entered the new main, increase sampling frequency to collect a sample set every 200 feet along the pipe,in addition to the sample set required at the pipe end. (3) Service Resumption-Do not place the lines into service before a satisfactory report is received from the local or State health department on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 01140.80 Measurement-Replace this subsection,except for the subsection number and title,with the following. (a) Pipe-The quantities of pipe of the various kinds,types,sizes and backfill classes will be measured on the length basis and will be horizontal measurement along the top of the finished trench,with no deduction for fittings,valves,and couplings. (b) Pipe Fittings and Couplings -Ductile iron pipe fittings will be measured on the unit basis.Fittings and couplings shall be measured per each. Large fittings shall include crosses and tees of the sizes specified. Small fittings include all other types of fittings (bends, couplings, adapters, reducers, etc.) of the sizes 2020 ITB—Wall St./Tech Center Dr. Improvements specified. For reducers,tees,or crosses,the largest size will be the basis for determining the pay item (e.g. 8"x 6"reducer would be measured as an 8" small fitting). 01140.90 Payment—Supplement this subsection with the following pay items: Pay Item Unit of Measurement (d) Inch Potable Water Pipe with Joint Restraints and Class B Backfill............Foot (e) Inch Small DI Fitting with Joint Restraints........................................Each (f) 12 Inch Tapping Sleeve and 12 Inch Valve Assembly.................................Each In items (d) and (e), the nominal diameter of pipe and fittings will be inserted into the blank. Item (e) includes bedding and backfill. Item (f)includes all work necessary to furnish and install the temporary blowoff assembly shown on the Plans. 01140.90 Payment—Supplement this subsection with the following: No additional or separate payment will be made for: • Exploratory excavations • Temporary restraint of the existing water system including hydrants, valves, pipe, and fittings as necessary to construct the proposed water main • Installing,maintaining,and removing temporary construction blow-offs • Removal of existing fittings,waterline,and thrust blocks to permit proposed connections • Temporary and permanent trench resurfacing SECTION 01150—POTABLE WATER VALVES Comply with Section 01150 of the Standard Specifications modified as follows: 01150.90 Payment—Supplement this subsection with the following pay items: Pay Item Unit of Measurement (h) Irrigation Double Check Valve Assembly .............Each Item (h)includes the complete irrigation double check valve assembly and box. SECTION 01160—HYDRANTS AND APPURTENANCES Comply with Section 01160 of the Standard Specifications. SECTION 01170—POTABLE WATER SERVICE CONNECTIONS,2 INCH AND SMALLER Comply with Section 01170 of the Standard Specifications modified as follows: 01170.90 Payment—Supplement this subsection with the following: Pay Item Unit of Measurement 2020 ITB—Wall St./Tech Center Dr. Improvements (g) 1 Inch Water Service Connections .............Each Item (g)includes all coordination and notification associated with interruption of service,excavating,tapping the main,laying and jointing the pipe and appurtenances,installing the meter box and contents,backfilling, surface restoration,testing, flushing and disinfection No separate or additional payment will be made for: • Exploratory excavations • Temporary and permanent trench resurfacing SECTION 02010 -PORTLAND CEMENT Comply with Section 02010 of the Standard Specifications. SECTION 02040—CHEMICAL ADMIXTURES Comply with Section 02040 of the Standard Specifications modified as follows: 02040.10 Materials -Replace this subsection,except for the subsection number and title,with the following: Furnish admixtures from the QPL. SECTION 02050 - CURING MATERIALS Comply with Section 02050 of the Standard Specifications modified as follows: 02050.10 Liquid Compounds -Add the following to the end of this section: Curing compounds shall be colorless. SECTION 02080—GROUT Comply with Section 02080 of the Standard Specification. SECTION 02440—JOINT MATERIALS Comply with Section 02440 of the Standard Specifications. SECTION 02510 -REINFORCEMENT Comply with Section 02510 of the Standard Specifications modified as follows: 02510.10 Deformed Bar Reinforcement-Replace this subsection,except for the subsection number and title,with the following: Furnish deformed bar reinforcement from the QPL and conforming to the requirements of ASTM A 706, AASHTO M31 (ASTM A615),or AASHTO M334 (ASTM A1035 CS).Unless otherwise specified or shown, all reinforcing bars shall be Grade 60. 02510.20 Mechanical Splices -Replace this subsection,except for the subsection number and title,with the following. 2020 ITB—Wall St./Tech Center Dr. Improvements Furnish mechanical splices from the QPL.Where bars of different sizes or strengths are connected, the governing strength shall be the strength of the smaller or weaker bar. • Type 1 Mechanical Splices - Furnish Type 1 Mechanical Splices that develop at least 125 percent of the specified minimum yield strength of the reinforcing bars. Type 1 Mechanical Splices are not allowed for column bars. • Type 2 Mechanical Splices - Furnish Type 2 Mechanical Splices that develop at least 125 percent of the specified minimum yield strength of the reinforcing bars and 100 percent of the specified tensile strength of the reinforcing bars. • Total slip displacement-Measure displacement after loading in tension to 30.0 ksi and relaxing to 3.0 ksi.The displacement for bars up to No. 14 shall not exceed 0.01 inches.The displacement for No. 18 bar shall not exceed 0.03 inches. 02510.25 Headed Bar Reinforcement-Replace this subsection,except for the subsection number and title, with the following: Furnish Class HA headed steel bar from the QPL for concrete reinforcement.The headed steel bar shall develop the specified minimum tensile strength of the reinforcing bars,according to ASTM A970. Ferrous-filler coupling sleeves and welded headed steel bars are not allowed for concrete reinforcement. SECTION 02530 - STRUCTURAL STEEL Comply with Section 02530 of the Standard Specifications modified as follows: 02530.70 Galvanizing-Replace the paragraph that begins "Steel that will be finished by hot-dip galvanizing..."with the following paragraph: Steel that will be finished by hot-dip galvanizing for use as sign bridges,illumination poles,traffic signal poles, sign supports,bridge rail and items designated on the Plans as "Galvanize-Control Silicon" shall have controlled silicon content.The silicon content shall be in either of the ranges 0 -0.06 percent or 0.13- 0.25 percent.Before galvanizing, submit mill test certificates verifying silicon content to the Engineer and the galvanizer. SECTION 02910 - SIGN MATERIALS Comply with Section 02910 of the Standard Specifications. SECTION 02920 - COMMON ELECTRICAL MATERIALS Comply with Section 02920 of the Standard Specifications modified as follows: 02920.21(c) Traffic Signal Circuits -Replace this subsection,except for the subsection number and title,with the following: The#14 AWG,multi-conductor cables ran for traffic signal circuits shall meet the requirements of IMSA Specification 20-1. Provide color coding of the conductors as shown in Table 02920.21-1. 2020 ITB—Wall St./Tech Center Dr. Improvements Table 02920.21-1 Traffic Signal Color Code #14 AWG IMSA 20-1 Traffic Signal Cable Function Condu4 Conductor ctor Conductor Conductor Conductor (Phase) [Feed] [Branch] [Branch] [Branch] [Branch] Phase Red Red Red Red Red Red 4-1U Phase Yellow Orange Orange Orange Orange Orange Phase Green Green Green Green Green Green Phase Red Red/Black Red/Black Red Red Red Phase Yellow Orange/Black Orange Orange Orange Black Phase Green Green/Black Green/Black Green Green Green Phase Red Black/Red White/Black White/Black Red Red aPhase Yellow White/Red Black Black Orange Black Phase Green Black/White Blue Green Green Green Phase Red Red/Green White/Black White/Black Red Red Yellow/Flashing Yellow Arrow Orange/Red Black Black Orange Black Phase Green Blue/Red Blue Blue Green Green 4.1 Phase Red/White Red Red Red - Don't Walk Phase Walk Green/White Green Green Green - Phase -U U Don't Walk Black Red/Black Red Red - Phase Walk Blue/White Green/Black Green Green - o Common White/Black White/Black White/Black Orange - Main Street Blue Blue Blue Black Phase Side Street Phase Blue/Black Black Black Black - Spare White White - - - AC Common White (Branch Only) - - - - 02920.26 In-Line Fuse Holder-Replace the paragraph that begins with "The in-line fuse holder..."with the following paragraph: For street lights on stand-alone illumination poles,the in-line fuse holder rated for 30A at 600V shall be designed to hold a 10A Class CC fuse.In-line fuse connectors to be used on single phase 120/240 V and 240/480V lighting circuits shall be designed for one-pole fusing.The case shall be rigid plastic with a breakaway coupling for joining the two halves.When threaded together,the two halves shall completely enclose the fuse and exert pressure against a neoprene"O" ring to provide a waterproof seal.The load side holder shall hold the fuse securely in place, so when the two halves are disconnected,the load side holder will retain the fuse.The 2020 ITB—Wall St./Tech Center Dr. Improvements line side contact point shall be spring-loaded to provide pressure between the fuse and contact points.Wire terminals shall be set screw type rated for copper wire. In-Line Fuse Holders shall be in conformance with Washington County's standard drawings. SECTION 02925 -TRAFFIC SIGNAL MATERIALS Comply with Section 02925 of the Standard Specifications modified as follows: 02925.34 Anchor Rods -Replace this subsection with the following: 02925.34 Anchor Bolts and Tie Rods -Anchor bolts and tie rods shall conform to 02560.30 and to the types and sizes shown. 02925.42 Traffic Signal Control Devices-Add the following: For this Project,the current version of the ODOT Standard Specification for Microcomputer Signal Controller is defined as the July 2014 edition,including all published errata.The Standard Specification for Microcomputer Signal Controller is available on the Oregon Department of Transportation Traffic Standards website. The following changes are made to the July 2014 Standard Specification for Microcomputer Signal Controller: SECTION 02926 -HIGHWAY ILLUMINATION MATERIALS Comply with Section 02926 of the Standard Specifications modified as follows: 02926.02 Materials -Add the following: Use lighting Equipment from the latest version of Portland General Electric's Approved Street Lighting Equipment List for illumination installed on separate illumination poles. SECTION 03010—FENCING MATERIALS Comply with Section 03010 of the Standard Specifications modified as follows: 03010.50(b) Posts, Braces, and Appurtenances for Chain Link Fence -Replace this subsection,except for the subsection number and title,with the following: Posts,braces,and appurtenances for chain link fence shall conform to the requirements of AASHTO M 181. Posts,braces,and appurtenances for bridge protective fence shall conform to the requirements of AASHTO M 181,Grade 1,ASTM F1083 and ASTM F1043, Group IA-2. SECTION 03020—EROSION MATERIALS Comply with Section 03020 of the Standard Specifications modified as follows: 03020.90 Acceptance—Delete the bullet that begins "Quality compliance certification..." ATTACHMENT M-GEOTECHNICAL REPORT CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS 2020 ITB—Wall St./Tech Center Dr. Improvements ATTACHMENT N-CLEAN WATER SERVICES SPL CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS 2020 ITB—Wall St./Tech Center Dr. Improvements ATTACHMENT O-STRUCTURAL CALCULATIONS CITY OF TIGARD WALL ST./TECH CENTER DR.IMPROVEMENTS 2020 ITB—Wall St./Tech Center Dr. Improvements