Loading...
Lee Contractors LLC ~ CP22006 CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: CP22006 Contract Start Date:January 17, 2022 Contract End Date: March 31, 2023 Contract Title: Main Street Phase 2 Improvements Contractor Name: Lee Contractors,LLC Contract Manager:Andrew Newbury Department: Engineering Contract Costs Original Contract Amount: $3,286,215.00 Total All Previous Amendments: Total of this Amendment: Total Contract Amount: $3,286,215.00 Procurement Authority Contract Type: Public Improvement Procurement Type: Formal ITB >$150K Solicitation Number: 2022-08 LCRB Date: 12/14/21 Account String: Fund-Division-Account Work Order—Activity Type Amount FY 2022 460-8000-56005 97017-140 $3,286,215.00 FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: Ma4--Zl.(.Z Sf",' e Comments: New Contract DocuSign Routing Route for Signature Name Email Address Contractor Randy Lee estimating@leecontractorswa.com City of Tigard Steve Rymer Stever@tigard-or.gov Final Distribution Contractor Randy Lee Estimating@leecontractorswa.com Project Manager Andrew Newbury AndreWN@tlgard-or.gov Shauna Large Shaunal@tigard-or.gov Buyer Machelle Stephens Macheffes@tigard-or.gov DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 CONTRACT No. CP22006 PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS THIS CONTRACT,made and entered into by and between the City of Tigard,a municipal corporation of the State of Oregon, hereinafter called "City" and Lee Contractors, LLC 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 to be Provided Contractor's services under this Agreement shall consist of the following. A. Reconstructing the existing street with treated subgrade and asphalt concrete pavement. B. Constructing ADA curb ramps, crosswalks,and pedestrian facilities. C. Installation of water and stormwater,with appurtenances. D. Installation and planting of green stormwater facilities. E. Installation of lighting, signage,pavement markings,and other miscellaneous improvements. F. 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,the documents referenced here are listed on Attachment A. 3.E ffective Date and Duration This Agreement is effective upon notice to proceed issued by the City and shall be substantially completed by Mach 31,2023. 4. Compensation A. City agrees to pay Contractor$3,286,215.00 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. Main Street Phase 2 Improvements Page 1 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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-parry 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 termination 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 termination 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 Main Street Phase 2 Improvements Page 2 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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. 8. 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. Governing 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: Main Street Phase 2 Improvements Page 3 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 affected 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. Main Street Phase 2 Improvements Page 4 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 LEE CONTRACTORS,LLC Attn: Andrew Newbury Attn: Randy Lee Address: 13125 SW Hall Boulevard Address: 20907 NE 72 d Ave Tigard,Oregon 97223 Battleground,WA 98604 Phone: (503) 718-2472 Phone: (360) 723-5295 Email: andrewn(cr�,tigard-or.gov Email: estimating@leecontractorswa.com and when so addressed, shall be deemed given upon deposit in the United States mail, postage prepaid. In all 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 parry 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. [signature page follows] Main Street Phase 2 Improvements Page 5 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 12/14/2021 business meeting. CITY OF TIGARD LEE CONTRACTORS,LLC Steve Rymer Randy Lee Name Name city Manager Randy lee Title Title Coo..sia.'e�ppd by: '�yyyC/o...Ss/iJag1�ealby--5822D4Cg_ �s'an {SiFe'es Signature Signature 12/28/2021 12/28/2021 DATE DATE Main Street Phase 2 Improvements Page 6 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT A—CONTRACT DOCUMENTS CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS 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. ATTACHMENT B -BID ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA ATTACHMENT D—BID CERTIFICATION ATTACHMENT E—FIRST TIER SUBCONTRACTOR DISCLOSURE FORM: ATTACHMENT F—BID BOND ATTACHMENT G—INTENTIONALLY BLANK ATTACHMENT H—PUBLIC IMPROVEMENT CONTRACT—PERFORMANCE BOND ATTACHMENT I—PUBLIC IMPROVEMENT CONTRACT—PAYMENT BOND ATTACHMENT J—OREGON PREVAILING WAGE RATES ATTACHMENT K—GENERAL CONDITIONS ATTACHMENT L—SPECIAL PROVISIONS ATTACHMENT M—GEOTECHNICAL REPORT ATTACHMENT N—RAILROAD FLAGGING AND ON-TRACK PROTECTIVE SERVICES AGREEMENT ATTACHMENT O—TRIMET LICENSE APPLICATION FOR RIGHT-OF-WAY ACCESS EXHIBIT A- CONTRACTOR COVID-19 VACCINATION ATTESTATION DRAWINGS MAIN STREET PHASE 2 IMPROVEMENTS Sheets G1.1 through L4.8 Dated: September 24,2021 Main Street Phase 2 Improvements Page 7 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT B—BID CITE'OF TIGARD MAIN STREET PHASE 2IMPROVEMENTS 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: Mein Street Phase 2 fm12rovcrncnrs Bid Due Date: Tuesday, November 16,2021 Marne of Submitting Firm: LM L_O� L ►'S , �. L.C_ The Undersigned (cl erk one oJ'fl�e fvllorving an dpmi ide additional igfomialional: An individual doing business under an assumed name registered under the Laws of the State of or A partnership registered under rlie laws of the State of ;or A corporation organized under the lav-s of the State of or —)e, A]united 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 v ith the Contract Documents for the Basic Bid as follows: 'C�ra.z m. Ltbn _s kd.al and a�/1 DD Dollars (S 3,2$�",�`S•ao 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 funans. 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, qualm, and scope of work to be performed, the quantities of materials to be furnished,and as ro the requirement of the Contract Documents. Accompanying herewith is a Bid Security-which is equal to ten percent (113"Io) of the total amount of the Bid. Page DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Bi-D SCHEDULE B Cane of TIGARD "VLU\STREET PI-LiksE 2 ImPRo'%TmEIT s BASE BID SCHEDULE Item Spec Item Description Quant-M, Unit Unit Price Total Price No. I 1001"10 E%tra_Work As_Yuthori7ed ALL I.S S 1.50,000 S150,000 �. (16210 -lol�;lixarinn -11_L I- $ 1270Q��00.00 il 00221 Temporary W'_)rk 7onc Traffic YLL I-S 1VX�'D0C>;30 �20Gr 000 [7 Coritrol,Complete 4. 110223 Flaggers,()wncr Directed HR U0.00 ?jC)i D0 •Q 5. 001280 Erosion Control All. � o 0 y�Q x`7.0 0 6. Ilf13(]- Construction Survey-[Fork :LLL I S u0 QQp.D v p aD•D 0 00310 Removal of Strurnses and 0bsn-ucrions Ali, I S `q0 [QDJ' � W'00370 g (0311 i 1 Removal of Curbs 7?1{'I Imo- D•60 1 y DD •'JD 9. 00310 Removal of Walks and Driveu-ays 2.1180 SY Rj •e7►� • e7 1`t 0 0.0 p 10. c)1'13 10 I Removal of Surfacing ',51[7 SY 4j •Do 1 I, [)R?37l Clearing and Grabbing ALL LS [,#O[ODO- i �0,J0 DO D>> 1' 00330 General Excavation 3_1oo CY 1❑•DD xJ-J,Qs 0•oo I; 00331 12"Subgrade Stabilization 5(m SY '2 _pD 4 , 13•Qv 14. 00350 Sub�•racle Geotextile '.4�I1 SY 1.5v lt , ►�5.vo 15. 00350 Geomembrane Liner 711 5Y 10-oo �0 -0v 16. ()1744- 6 Inch PVC Pipe 9[i FT p.o tJ r 00 17i lf1�l-•1.5 8 Inch PX'{:Pipe 62- FT vo S�J�D•d 18. 00445 5 Irl Inch PVC Pipe -1 1) FT �d�a �ff y�D O•ti7� 19 Cl_:� h ch PVC Pipe 1 21 1 Fr ] i7•R o j 2 0�-On 2{7. ch P%'C: Pipe 4� I'7 l+v{0.0 a � 3DB]•Qn a I ch PVC:PiPe -211 1 Tarl]•r70�r22 h Perforated PVC Pipe 1511 ITSD O cc 23. h Drain,4" 61 IT 2A 0.a O lG �•�� 24. 00446 : Trench Dram, 12" 121 I'f 13 75 0114'7} StarmHrer Catch Basins 6 EA 26. 1�11471_? Salvaged Sturmfilter Catch Basins ? EA 0_00 "] D�7.'O a 7" 11Wfi Area Inlets.Type IT 2 1 A 28. 004-0 atrium Inlet �-{DDQ.pD .o0 10' E.� � Zi � c'7-t7�'J �57 vDa•DD 29. 00+470 Concrete Manholes,Standard 1 I F `( v� .1D -771 DGC•00 30. 004 1) Concrete_A lanholes,Flat Top I EA ❑,�_va `� D n 31. Oi► "D Cleant3uts Z 32. 0. 49U Vin',,Ad1ustment of-Manholes 12 EA 'boo -Q❑ 3 i�Do •VO 33. 00190 J =1dju;ring Boxes 14 EA � •ted DD-00 34. 01490 Connection to Existing Structures 14 EA ()_0V -Manufactured Stone Veneer 00598 � 35. S3.- FT eanvalls � �j�0 100 � l 1 1 `�L•�o 36. 00626 Cold P1anc Pavement Rctnoval,0 to q 3 Inches 131:1122- 5011 Sl' i` .o o 3 ZL a❑'❑o 9 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 f. 011640 Aggregate Basc I.961[ Cl' 1 Lou; U00 OD 38. 00641 Storm rater Facility.A1 Wregate 2011 CY S.gyp 17j, fl i7 0-a 0 39. 17()744 Level 3, 1/2-inch ACP Mi.ttUre 1,-71 TON D•� � l�� +�D� C]Q 4[] 00-744Lev-e13, 11'-inch-SCP Mixture in Tem orae 130 TCN L ]5•az ZZI� 41. 0[)-3-5 Bus Paris 1,17Ci ) SF �d Qp I�� IVDD.vp 42, 00-59 Concrete Curbs,Curb&Gutter 1,990 I'T •B p Rj -SDD-OD 43 )t 1-59 Conerete Curbs,Thickened.Curb& Gutter 33r I f 44. H[ 59 Concrete Curbs,Standard 321, 1-T �•py, 1 p�•pD 45. E(J(1730-0 9 ' Concrete Curbs, Pedestrian Curb ')211 46, Concrete Curbs,Tall Curb 5t;i} 17 I t4 �•Do $k �• 4�. 9 Concrere Drive«•ays,ReinCorced 4400 SF ,a Q �J� �,j}0.00 72 48. (JI'I"59 Concrete Walks 17.481 til: � �' 5 IrjZ `t 7n7•t�a 49. [111�5�] Cr�ncrete Stairs lI._I. I.S � ,�QpQ•W 74, (1(}759 Concrete Check Rams 41, LF S+�•Op :t9-0n- eno 3?, 00,59 Extra for Nevv Curb Ramps ICs r:1 r ��p.ap �,pvp•�D 52. 00-39 Truncated Dorney ren \c-,,,-Surfaces 16 EA � 2�p�.pp L4 '6oO :MO 53. f)[1-73r) Decorative Concrete Crosswalk 3,5;uo SF ^� �� .�� ��•� 54. CiC1?a9 Concrete Impact Slabs 3}i I SF po I Q 00,D D•D 55. [)C1'59 Concrete Splash Pad 21 E 56, i3C175rJ 1�i Inch Concrete Curb Cuts ?1 EA !6 {0❑•DD ReciaMied Payers 5r. SF �► a 9 58 00865Thennoplasuc, Extruded,Surface, Nein-ProEed .0}i)I:[ F'I •C D [teaD•a� �i1 00867Pa`-ement Legend,Type B-HS: IrrOM-s 4 LA � ��•[?a � Lk C)n•QD Pavement Legend,Type B-HS: � L 61). 0086- Birt cle Lane Stencil - FA �9 •0 D I 1 1.1 C)0,34 Pavernmt I..egend,Ttipe B-HS: 61. 0086- Disabled ParkinL, 2 I-A 'j.l'}0-DC] L400.00 62. 00867 Pavement Bary Ttpe B-HS 551) SF �.Q� 30D.Do 63. 009+15 Remove F xi.ging Suns 3r I-.A I Dp-c70 5 low•Do 64. 1[19�1i Slgn Suppurr Footings 55 I:;1 `10D.00 ss,500-Gb 65, tai 19-i i Perforated Steel Square Tube SiiP Base Si Su. errs ' EA � lj Cho•Ov Vico.•Do 66, OIN717 Perforated Steel Square Tube anchor SiUr Su arts 54 1="I �jIJ Q•Lt] V7,fl'aD+eo 6-. 1119-n :ins,Standard Sheeting,Sheet :llumillum 345 5F $ 5, I..15•Qo 68. 11C}i)'['1 Removal of Electrical Systems --kLL LS Q oa.aa 3)'60v• Da 69. �1i19 r.i Pr�fc foundations I_S �I). fl[It}-[' iaimmaires,Lamps,and Ballast Zr3 DOo by 2 g p,�.t7o 1LI_ l.5 '4 5 -'00 L4 S, 000 •CPO Switching.Conduit,and 1Ciring 1L�_ !.S 7�,I)Dc7.ate 5 vo C).C).00• v -�2 1119�j Ught4,Pules and :Inns ILL I's D q,DDO•�o D ��o�o -3. [11:iy71] Electrical Sv5tems Insrailation, Electrical Outlet S%'stem AIJ. I.S )[pvr(y�Q'00 Page 10 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 -74. 009-1; Flashing Beacon Inst Illatir, . :ala tz �trcer RRF13 II.L I.5 � 50 Ibw-pp ]�}y 000•Da -� 01 n3+ WeedC.r�ntr��I +I?2 .1CRl 2,ppQ.D� l7• Di] "6 11111411 Planrin"Svil Mix 743 C;1' 15n .ply '4 1 Z I �•c7o Il]1.14t'I SLorni%warer Snit mix 198 Cl a °f , Oil •47v -g 01041.1 Deciduous Trees,? Inch Ctaliper 8 FA. 15%.0 p (1 -9 1711141, Shn-ibs,#I Container ntainer 4)1 I:1• (0-00 � 'L�❑. �;{} i I11140 Shrubs,#?Container ;GCs E.1 'QC).Dp Q z p'Do 8?. 11I11411 C;roundcovers, ttI Container 3,963 f.:l [ r5,00 59 82 1111I40 Bark Mulch 48 C7' 5D.00 D-1 Lk �3.. 71(141 TreeGrarc'; ' I;.1 2,5130--00 paces-or7 h4. Il041 i RIJnr Barrier 190 LF l 5.0 o �fy a. $�b�o Rt.. L 1119 Metal Benches = F � � 2.0�•� . Sri. 1}109; Bic�cleRacks 4 LA ] 'Oup-�70 (-{ ❑pp.an 8- Recepracies 2 I:-1 ] ,D�+7•i7�7 2,i]Dp•QD 88. 01095 Bike Starion LA i'000 •00 f 1000 C o 89. 01179 Art Foundations I_:1 -5D0. �-5,�QD•c�ii 90, 1l l f 20 Irrigation Svsretn _1IJ- ].S Lf 9 cot)o,no t f o�v o�.-0p ti Inch Diamerer Iron Pipe wird 91. 01 140 Restrained f uints and Glass B X41 i IT 1D•D 0 � -11 1 1 00 -Do Backfill 91 011411 I ,5 Inch Connection to 5 Inch Fxisting,Main ' EA 5)} �1 D��%-moo 9. 171 1411 Ductile Iron Pipe Tees,8 Inch ! [ ,1 I 94. 1111411 Ductile Iron Pipe Bend,4Inch !I:I EA SD-D.100 +Occ,•t]❑ 9 7. ii 11 S1+ S Inch Gare V'i w 3 I::1 2 9VO,cro I Oyu Dv 96. Ili 1 GfI Hvdninr Assemblies ? EA {jta7-OV j Z} Q Oo.D Q 9� i1 171; 1 1 Inch Copper%Vater Sell-],CC 5111 I T -c7n 5, 5Dti7.v o g{I Cf1 I?I_i ? Inch Crspper Water Scnice 2(� TT D d O�7J •i } i)9. t71 1 [} Inch 1C arer�Ierer-�tssembly 131717 Do { 3 t7D c}L-b 11111. i7i 17I7 ? Inch Water_Neter Assemhh- 1 :1 C}D.�a 1 --500.av llll. illi 4}5 Ci !rich D3034 PVC Pipe D(I I-I' `y 5j •00 i7a Grand Total Bid: T1"rv- rvi I l i 0A, •+r'+ drt-l f.i -s i A i•, tin GRAND TOTAL 131D IN WORDS Page 11 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 The Undersigned agrees, if awarded the Contract, to execute and deliver to the Cinr of Tigard, within ten (10) days after recei,,-ing the Contract forms,a satisfacton-Performance Bond and a satisfactory-Payment Brand each in an amount equal to one hundred percent (100'Yt,) of the Contract sum, using the forms provided by the Citi'. The suten•(ies) requested to issue the Performance Bond and Payment Bond will be 're Undersigned hereby authorizes said suretv(ies) company(ies) to disclose any information to the Cin- concerning the Undersigned's abilin_T to supply- a Performance Bond and Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Biel Security accompany ' the Bid is left in escrow u}ith the Cin-; 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 Ag7cement Form or providing the Performance Bond and Payment Bnnd within ten (I 0) days after receiving the Contract forms,then the Bid Security' may become the propem-of the City at the City's option; bur if the Bid is not accepted mthin sixn• (60) days of the time set for the opening of the ]aids, or if the Undersigned executes and timely delivers said Agreement Form, Performance Bond, :and Pavmenr Bond,the Bid Security- Ghali be returned. The Undersigned certifies that: (1) This Bid has been arri-ved at independently and is being submitted without collusion with and'ithout ani- agreement,understanding, or planned common course of action with any other i,endor 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 ha1-e not been communicated by the L ndersigned or its employees or agents to am-person not an employee or agent o r the Undersigned or its surcry on am' bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned R1--HAS ❑ HAS NOT (check applicably slalus) paid unemployment or income taxes in Oregon within the past 12 months and ❑ HAS [X HAS NOT (check applicahle stntiu)a business address in Oregon. The Undersigned ❑ HAS �Q HAS NOT (ehece applicable stains) 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 througli 274C.870 pertaining to the payment of the prevailing rates of wage. The Undersigned's CCB registration number is [q(9555 with an expiration date of H"1 '11 As a condition to submitting a laid, a Contractor must be registered with the Oregon Construction. Contractors Board in accordance with ORS 701.035 to "3 1.055, and disclose the registration number. Failure to register and disclose the number-,vil] make the Bid unresponsive and it��ill 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 tiled a public works brand with a corporate suretti• in the amount of 530,000 with the Construction Contractors Board as required under Oregon P'A'R law. The successful Bidder hereby- certifies that all subcontractors who will perforin construction work as described in ORS 701.005{2) here registered with the Construction Contractors Board in accordance lkith ORS 701.035 to 701.055 at the time the subcontractor(s) made a Bid to work under the Contract. Page 12 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 The successful Bidder herebN- certifies that,in accordance xvith The M'arker's Compensation L.aw of the State of Oregon, its V orker's Compensation Insurance provider is 'W !r I. Polio- Na. and that Undersigned shall submit C=ertiticares of Insurance as required. Name of Company: Ltz Co V-1 A),--a-* � L.L P Y� Company Address: ? -7 Z V\A7 CI w (09 Federal Tax ID: L `l LD 5Z Telephone: ��O D -1 2 Z--9 Email: -�\ ��1a�_C oT�+OV' Wa •tx I attest that I have the authorize-to commit the firm named above ro this Bid amount and acknouwledge that the firm meets the qualificarions necessary to perform this Work as outlined in the Invitation to Bid. I understand that I will be required to provide necessary-information to veriR-that the tum meets these qualifications if selected for the subsequent Contract. Authorized Signature: Printed Name & Title: ctn 4t,1 4-e-L- Pres -dQ*,4— lei Date: 1 - Is-- V 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 proti-ided to the Citi-could subject the successful Contractor to a to enty eight percent (28"%) backup withholding. Page 13 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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: MAIN STREET PHASE 2 IMPROVEMENTS PROJECT Following are the measurement and payment descriptions for the various Bid items included in the Main Street Phase 2 Improvements project. Descriptions reference and/or modify sections of the 2021 Oregon Standard Specifications for Construction where applicable. BID ITEM NO.I. EXTRA WORK AS AUTHORIZED Extra Work as Authorized Bid includes labor, equipment, and materials to perform additional work as directed by the Engineer. Bid item amount pre-determined by City. Measurement and payment of work under this Bid item shall be on a negotiated basis between the Contractor and Engineer agreed upon prior to the work being performed. No work under this Bid item shall be paid unless authorized in writing by the Engineer. 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. Main Street Phase 2 Improvements Page 14 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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. 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 00221 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (LS) basis per Section 00221.80(b) of the Standard Specifications. Payment shall be per Section 00221.98 of the Standard Specifications, including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary for installing, moving, operating, maintaining,inspecting and removing all necessary traffic control measures. Flagging necessary to fully execute the Contractor's TCP will be incidental. BID ITEM NO.4. FLAGGERS, Owner Directed Comply with Section 00223 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per hour(HR)basis per Section 00223.80 of the Standard Specifications.Note that the measurement of this item only applies to flagging specifically requested by the Owner. This includes flagging requested by the Owner for special events not listed in 00220.40(e-2-b),flagging required for changes in the scope that increase the need for flaggers after the time of bid and/or for flagging requested by the City in excess the requirements of 00221.01(c). Payment shall be per Section 00223.90 of the Standard Specifications,including all labor, materials and flagger station lighting needed for flaggers. This item is only for flagging specifically requested by the Owner in addition to what is needed as a part of the Contractor's TCP. BID ITEM NO. S. EROSION CONTROL AND CLEANUP 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. Main Street Phase 2 Improvements Page 15 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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. CONSTRUCTION SURVEY WORK 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. R D ITEM NO, 7. 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 sawcut, remove, haul and dispose of all structures and obstructions required,excluding those which are paid under other bid items. BID ITEM NO. S. REMOVAL OF CURBS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a linear foot(M basis per Section 00310.80. Payment for this item shall be on a linear foot basis per Section 00310.92 and represents full payment for all labor, equipment,materials, and all miscellaneous incidentals and work necessary to sawcut,remove, haul and dispose of all curbs as specified. BID ITEM NO.9. REMOVAL OF WALKS AND DRIVEWAYS Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard(SY) basis per Section 00310.80. Payment for this item shall be on a square yard basis per Section 00310.92 and represents full payment for all labor, equipment, materials, and all miscellaneous incidentals and work necessary to sawcut, remove,haul and dispose of all sidewalks and driveways as specified. BID ITEM NO.10. REMOVAL OF SURFACINGS Main Street Phase 2 Improvements Page 16 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Comply with Section 00310 of the Standard Specifications and as modified in the Special Provisions. Measurement shall be on a square yard (SY) basis per Section 00310.80. Payment for this item shall be on a square yard basis per Section 00310.92 and represents full payment for all labor,equipment,materials, and all miscellaneous incidentals and work necessary to remove,haul and dispose of all impervious surfacings specified,excluding those which are paid under other bid items. BID ITEM NO.11. CLEARING AND GRUBBING Comply with Section 00320 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum (IS) 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.12. GENERAL EXCAVATION Comply with Section 00330 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sum(LS)basis according to the project's digital terrain model per Section 00330.81. Payment shall be on a lump sum 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 TI'EM NO.13. 12-INCH SUBGRADE STABILIZATION 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. 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 install subgrade stabilization. BID ITEM NO.14. 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. Main Street Phase 2 Improvements Page 17 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 install subgrade geotextile at the locations shown on the Plans and as directed by the Engineer,including coordination and meetings. BID MM NO. 15. GEOMEMBRANE LINER 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 install geomembrane liner at the locations shown on the Plans and as directed by the Engineer,including coordination and meetings. BID ITEM NO. 16. 6 INCH PVC PIPE BID ITEM NO. 17. 8 INCH PVC PIPE BID ITEM NO.18. 10 INCH PVC PIPE BID ITEM NO.19, 12 INCH PVC PIPE BID ITEM NO.20. 15 INCH PVC PIPE BIT]ITEM NO.21. 18 INCH PVC PIPE BID ITEM NO. 22. 6 INCH PERFORATED PVC PIPE Comply with Section 00445 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot(F T) basis per Section 00445.80. Payment shall be on a linear foot basis per Section 00445.91 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish,install,and connect HDPE pipe at the locations shown on the Plans and as directed by the Engineer. All work associated with completing exploratory excavations,trench bedding,and trench resurfacing will be considered incidental. BID=.M NO.23, TRENCH DRAIN,4" BID ITEM NO. 24. TRENCH DRAIN,12" Comply with Section 00446 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot(U) basis per Section 00446.80. Payment shall be on a linear foot basis per Section 00446.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to construct trench drains,including excavation, haul and disposal of spoils, bedding and backfill. All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO. 25. STORMFILTER CATCHBASINS 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. Main Street Phase 2 Improvements Page 18 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 Contech StormFilter catch basins, or approved equal,at the locations shown on the Plans and as directed by the Engineer. BID ITEM NO. 26. SALVAGED STORMFILTER CATCHBASINS 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 salvage existing stormfilter catch basin,retrofit as indicated,and reinstall at the locations shown on the Plans and as directed by the Engineer. BII3 IW.M NO.277, AREA DRAIN,TYPE II 13ID ITEM NO.28, ATRIUM INLET 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 atrium inlets, including excavation, haul and disposal of spoils, bedding and backfill, and atrium inlet.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BED ITEM NO.29. CONCRETE MANHOLES, STANDARD BII)ITEM NO.30. CONCRETE MANHOLES,FLAT TOP 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. BILI ITEM N10, 31. CLEANOUTS 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 cleanouts.All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. Main Street Phase 2 Improvements Page 19 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID ITEM NO.32. MINOR ADJUSTMENT OF MANHOLES 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 adjust existing manholes to the specifications in the Plans. BID ffEM NO.33. ADJUSTING 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. 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 adjust boxes between existing conditions and the specifications in the Plans. BID 11MM NO.34L CONNECTION TO EXISTING STRUCTURES Comply with Section 00490 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a pear 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 and structures. RTD ITEM NO.35. MANUFACTURED STONE VENEER SEAWALLS Comply with Special Provision Section 00598,which is not a Standard Specification. Measurement shall be on a linear foot(FT) basis per Section 00598.80. Payment shall be on a linear foot basis per Section 00598.80 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to perform samples,mockups,construct and install furnishings, and place materials. No separate or additional payment will be made for excavation or shoring, miscellaneous wall accessories including skate deterrents, dense-graded aggregate, concrete, precast concrete caps, and mortar. Excavation below the elevations shown in the Plans will be paid for according to 00510.90(a). BID TIMM NO.K COLD PLANE PAVEMENT REMOVAL,0 TO 3 INCHES DEEP Comply with Section 00620 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square yard(S.Y.) basis per Section 00620.80. Main Street Phase 2 Improvements Page 20 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Payment shall be on a square yard basis per Section 00620.80 including all labor, equipment, materials, and other incidentals and work necessary to cold plane excavate,haul off,and dispose of pavement. B11D ITEM NO.37. 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 I'T'EM NO..38. STORMWATER FACILITY AGGREGATE 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 and grade stormwater facility choker course rock and drain rock according to the Plans. BID ITEM NO.A LEVEL 3,1/2"ACP MIXTURE Comply with Section 00744 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a tonnage (TON) basis per Section 00744.80. Payment shall be on a tonnage basis per Section 00744.90 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,or tack coat. BID ITEM NO.4& LEVEL 3, 1/2"ACP MIXTURE IN TEMPORARY Comply with Section 00744 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a tonnage (TON) basis per Section 00744.80. Payment shall be on a tonnage basis per Section 00744.90 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,or tack coat. Bid item 40 shall only be measured and paid for temporary resurfacing of utility trenches. All temporary paving for not related to utility trenching shall be considered incidental. Note that the length of any specific utility trench shall not be measured more than once,i.e.,there will not be multiple measurements of the same length of utility trench if said trench is excavated and replaced with temporary trench resurfacing multiple times. Main Street Phase 2 Improvements Page 21 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BIER IT 1 NO.41. CONCRETE BUS PADS 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 00759.80 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to reinforce, furnish, place, grade, compact, and finish continuously reinforced concrete bus pad. No separate or additional payment will be made for reinforcement,doweling,leveling,or quality control testing. BID ITEM NO.42. CONCRETE CURBS, CURB & GUTTER BID ITEM NO. 43. CONCRETE CURBS,THICKENED CURB & GUTTER BID ITEM NO. 44. CONCRETE CURBS,STANDARD BID ITEM NO.45. CONCRETE CURBS,PEDESTRIAN CURB BID ITEM NO.46. CONCRETE CURBS,TALL CURB 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, including gutter where indicated. No separate or additional payment will be made for protection of concrete surfaces from vandalism or adverse weather conditions. BID ITEM NO.47. 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.48. 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 (SF) basis per Section 00759.80 including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, reinforce, joint, and finish concrete walks. BID ITEM NO.49. CONCRETE STAIRS Comply with Section 00759 of the Standard Specifications as modified in the Special Provisions. Main Street Phase 2 Improvements Page 22 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Measurement shall be on a lump sum (LS) basis per Section 00759.80. Payment shall be on a lump sum (LS) 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 stairs.No separate or additional payment will be made for pipe handrail system. BID ITEM NO.50. CONCRETE CHECK DAMS 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(LF)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, and connections between check dam and curbs. BID I=1 NO.51. EXTRA FOR NEW CURB 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 furnish, place, joint and finish concrete sidewalks ramps. BID FrEM NO. 52. TRUNCATED DOMES FOR 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 place and finish truncated domes on new surfaces. BID ITEM N0. 53. DECORATIVE CONCRETE CROSSWALK 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, color, and finish concrete walks. Main Street Phase 2 Improvements Page 23 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID ITEM NO.54. CONCRETE IMPACT SLABS 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, reinforce, place, joint, and finish concrete impact slabs. B11D MM NO. *55. CONCRETE SPLASH PAD 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(q) including all labor, equipment, materials, and all other miscellaneous incidentals and work necessary to furnish, place, and finish concrete splash pads. BUD M NO. S& 18 INCH 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 metal inlet assembly. BID ITE?1fI NO. 57. RECLAIMED PAVERS 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(r) including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish,place,and finish reclaimed pavers. BID MM NO.58. METHYL METHACRYLATE, EXTRUDED, SURFACE, NON- PROFILED Comply with Section 00865 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot(FT) 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 extruded thermoplastic non- profiled pavement markings as shown on the Plans. Main Street Phase 2 Improvements Page 24 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID TT'EM NO.59. PAVEMENT LEGEND,TYPE B-HS:ARROWS BID ITEM NO.60. PAVEMENT LEGEND,TYPE B-HS: BICYCLE LANE STENCIL (111) ITEM NO.61. PAVEMENT LEGEND,TYPE B-HS: DISABLED PARKING 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.Q. 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. BID MIM NO.6.3. REMOVE EXISTING SIGNS Comply with Section 00905 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on the unit (EA) basis,by actual count for each sign support removed per Section 00905.80. Payment shall be on a unit basis, for each sign support removal 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.64. SIGN SUPPORT FOOTINGS Comply with Section 00920 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a unit(EA) basis,by actual count per Section 00920.80. Payment shall be on a unit basis,by actual per Section 00920.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install sign support footings including all attached hardware and anchor bolts. BID ITEM NO.65. PERFORATED STEEL SQUARE TUBE SLIP BASE SIGN SUPPORTS Comply with Section 00930 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a unit(EA) basis,by actual count per Section 00930.80. Main Street Phase 2 Improvements Page 25 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Payment shall be on a unit basis,by actual per Section 00930.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to furnish and install street signs,and supports, including all attached hardware and anchor bolts. BID IT .M NO.6& PERFORATED STEEL SQUARE TUBE ANCHOR SIGN SUPPORTS 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,including all attached hardware and anchor bolts. BID ITEM NO.67. SIGNS, STANDARD SHEETING, SHEET ALUMINUM Comply with Section 00940 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a square foot (SF) basis per Section 00940.80. Payment shall be on a square foot basis per Section 00940.90 including all labor,equipment,and all other miscellaneous incidentals and work necessary to furnish and install the standard sheet aluminum of signs. BID ITEM NO. 68. REMOVAL OF ELECTRICAL SYSTEMS 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. Payment shall be on a lump sum basis per Section 00970.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to remove and dispose of existing electrical systems as shown in the Plans. BID ITEM NO.69. 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. No separate or additional payment will be made for labeling the lights and poles. BID ITEM NO, 78, LUMINAIRES,LAMPS AND BALLASTS Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. Main Street Phase 2 Improvements Page 26 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 labor, equipment,materials, and all other miscellaneous incidentals and work necessary to install luminaires, lamps and ballasts as specified. BID E'MM NO. 71. SWITCHING, CONDUIT,AND WIRING Comply with Section 00970 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a lump sutra (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. BEI]I'TEA1 NO.72. LIGHTING POLES 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. Payment shall be on a lump sum basis per Section 00970.90 and includes all lighting poles and arms as specified. BID ITEM NO. 73. ELECTRICAL SYSTEMS INSTALLATION, ELECTRICAL OUTLET SYSTEM 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. Payment shall be on a lump sum basis per Section 00970.90 and includes all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to install electrical outlet systems. BID ITEM NO.74. FLASHING BEACON INSTALLATION,MAIN STREET RRFB 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 shall be on a lump sum basis per Section 00990.90 and includes all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to install Rectangular Rapid flashing beacon system (RRFB) on Main Street. SED rMM NO.75. WEED CONTROL Comply with Section 01030 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on an acreage (ACRE) basis per Section 01030.80. Main Street Phase 2 Improvements Page 27 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Payment shall be on an acreage basis per Section 01030.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to inspect and place certified"Weed Free"seeding, as specified in 01030.13(b) and to identify, kill, and remove weeds according to 01030.62(b)(3) and for planting areas. BID ITEM NO.76. PLANTING SOIL MIX 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 mix. BID ITEM NO.77. STORMWATER SOIL MIX 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 stormwater soil mix. BID ITEM NO.7S. 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 plant trees. BTI]ITEM NO.79. SHRUBS #1 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 plant shrubs. BID ITEM NO.80, SHRUBS #3 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 plant shrubs. Main Street Phase 2 Improvements Page 28 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID II"EM NO. 81. GROUNDCOVERS #1 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 plant groundcovers. BID ITEM NO.8Z 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.83. TREE GRATES 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 cubic yard basis per Section 01040.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install tree grates and frames as specified in the Plans. BID ITEM NO. 84. 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. 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 barriers where shown on the Plans and as directed by the Engineer. BID YWM NO.Sa. METAL BENCHES Comply with Special Provision Section 01095,which is not a Standard Specification. Measurement shall be on a per each (EA) basis per Section 01095.80. Payment shall be on a per each basis per Section 01095.90 including all labor, equipment,materials, and all other miscellaneous incidentals and work necessary including salvaging, restoring, and re-installing metal benches. Main Street Phase 2 Improvements Page 29 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Restoration of the existing bench shall include removal of existing paint and/or powder-coat surfacing. Apply new TGIC powder coating to all surfaces at 5 mil minimum thickness. Color shall be similar to existing and be approved by Engineer prior to application. BID ITEM NO.ES. BICYCLE RACKS Comply with Special Provision Section 01095,which is not a Standard Specification. Measurement shall be on a per each (EA) basis per Section 01095.80. Payment shall be on a per each basis per Section 01095.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary including salvaging, restoring, and re-installing bicycle racks. Restoration of the existing bike rack shall include removal of existing paint and/or powder-coat surfacing. Apply new TGIC powder coating to all surfaces at 5 mil minimum thickness. Color shall be similar to existing and be approved by Engineer prior to application. BID ITEM NO.87. LITTER RECEPTACLES Comply with Special Provision Section 01095,which is not a Standard Specification. Measurement shall be on a per each (EA) basis per Section 01095.80. Payment shall be on a per each basis per Section 01095.90 including all labor,equipment,materials, and all other miscellaneous incidentals and work necessary to transport,furnish, and install site furnishings as specified in the Plans. BII'I iT +'.? N4R gg. BIKE STATION Comply with Special Provision Section 01095,which is not a Standard Specification. Measurement shall be on a per each (EA) basis per Section 01095.80. Payment shall be on a per each basis per Section 01095.90 including all labor, equipment,materials, and all other miscellaneous incidentals and work necessary to install bike station. Anchor bike station using 1/2"Dia X 3 1/2" length stainless steel pin hex button head within stainless steel drop-in anchor or approved equal. BID ITEM NO.89. ART FOUNDATIONS Comply with Section 01095 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01095.80. Payment shall be on a per each basis per Section 01095.90 including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to construct as specified in the Plans. Main Street Phase 2 Improvements Page 30 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID ITEM NO. 90. IRRIGATION SYSTEM 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 and complete the irrigation system, including repair of existing irrigation systems impacted during construction. BW IUM NO. 91. 8 INCH DUCTILE IRON PIPE WITH RESTRAINED JOINTS 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.92. 8 INCH CONNECTION TO EXISTING MAINS 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. Payment shall be on a per each basis per Section 01140.90 to give notification,receive permission,ensure uninterrupted service,excavate potholes for connection assemblies,cut existing mainlines and dispose of removed portions of pipe;including all labor,equipment,materials,and all other miscellaneous incidentals and work necessary to furnish and install connection to existing water pipe mains. All work associated with completing exploratory excavations and trench resurfacing will be considered incidental. BID ITEM NO. 9.1. DUCTILE IRON PIPE TEES, 8 INCH BID ITEM NO.94, DUCTILE IRON PIPE BENDS, 8 INCH 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. 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. Main Street Phase 2 Improvements Page 31 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DID ITEM NO.95. 8 INCH GATE 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 gate valve. BID ITEM No.9& HYDRANT ASSEMBLIES Comply with Section 01160 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per each (EA) basis per Section 01160.80. Payment shall be on a per each basis per Section 01160.90 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 hydrant assemblies.Coordination with Engineer and City water department will be considered incidental to this bid item.No additional payment will be made for hydrant lateral pipe,tees, elbows,valves,valve boxes,thrust restraints, concrete blocks,gravel, and paint. Furthermore, all work associated with completing exploratory excavations and trench resurfacing will be considered incidental. DID MM NO.97. 1 INCH WATER COPPER TUBING WATER SERVICE LINE BID ITEM NO.9& 2 INCH WATER COPPER TUBING WATER SERVICE LINE Comply with Section 01170 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a per linear foot(FT) basis per Section 01170.80. Payment shall be on a linear foot 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, install, restrain, connect, flush, and test potable water copper tubing water service line. 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.". 1 INCH WATER METER ASSEMBLY BID ITMM NO.100. 2 INCH WATER METER ASSEMBLY 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. Main Street Phase 2 Improvements Page 32 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 BID ITEM NO. 101. 6 INCH D3034 PVC Pipe Comply with Section 00445 of the Standard Specifications as modified in the Special Provisions. Measurement shall be on a linear foot(F f) basis per Section 00445.80. Payment shall be on a linear foot basis per Section 00445.91 including all labor, equipment, materials, fittings, couplings, and all other miscellaneous incidentals and work necessary to furnish, install, and connect PVC pipe at the locations shown on the Plans and as directed by the Engineer. All work associated with completing exploratory excavations, trench bedding, and trench resurfacing will be considered incidental. Main Street Phase 2 Improvements Page 33 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT C—ACK�i i O\Xq-EDGMENT OF ADDENDA CITY OF TIGARD MAIN STREET PHAsSE 2 IMPRo EmENTs I,'1Nz f IANT-- RECEIVED THE FOL.LONXI tiG ADDENDA! IL Pioi;t rpeeh-ed wri2t, ' uie RE,ej cl- _ z r 4, //- 5 21 Dale Signature of Proposeer, Tide dee, w-�►��. cam. Corporate N ame Main Street Phase 2 Improvements Page 34 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT D--BIn CERTIFICATION CITY OF TIGARD MAIN STREET PHASE 2 ImTROVEMEcYfs Norl-discriminati n Clause The Bidder agrees not to discriminate againsr ani 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 adxrertising; layoffs or termination;rates ofpav or other forms of compensation;selection for training,;rendirion of services. It is further understood that any contractor who is in Violatit311 Of this Clause shall be barred from recenving awards of any purchase order or Bidder from the City, unless a satisfactory shy wffig is made that discrinninaton,practices have terminated and that a recurrence❑f such acts is unlikely. agreed by- &KI Leo, Firm Name: 1, Coy -� V-5. L_Lt- Address: �-D 1 _D1 N E I ZND P Officer's signature: T}pe or print officer's name: Page 35 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT E—FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TmARD MAIN STREET PHASE 2 11mmPROVEMENTS PROJECT#: C:IP 2()20-9'01% CLOSING:Date: lox tuber 10 2021 Time:2:00 pm This form must be submitted at the location specified in the:advertisement for Bids on the advertised Bid closing date and within nxo working hoLus after the advertised Bid closing time. List below the name of each subcontractor that will be furnishing labor or xvill 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 ADDITION.AL.SHEETS IP WEEDED). NAME DOLLAR VALUE CATEGORY OF WORK 3) S 4) Failure to submit this form by the disclosure deadline «ilI result in a nonresponsive Bid. A nonresponsive Bid will not be considered for award. Form submitted by(Bidder name): �oL� Contact name.. ��] Phone#: Main Street Phase 2 Improvements Page 36 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT F—BID BOND CITY o»TiGARD MAIN STREET PHASE 2 IMPROvEMENTs We, Lee Contractors, LLC as"Principal," (Name of Principal) and Markel Insurance Company an lliinois Corporation, (IName 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 pad- unto the City of Tigard ("Obligee's the sum of Tent Percent cf Total Amount Bid--- and00 Dollars (S 10 - of Bid--- 1. WHEREAS, the condition of the obligation of this band is the Principal has submitted a Bid to the Obligee in response to Obligee's solicitation for the project identified as Main Street Phase 2 Improvements which Bid is made a part of this bond by reference, and Principal is required to furnish Bid security in an amount equal to ten percent(10%) 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 duh-authorized legal representatives this 0th day of November 2021 PRINCIPAL; Lee Contractors, LLC SURE-m Markel Insurance Company Ay` BY ATTORNEY-Ilii-FACT Si attire Rn J-,/ ►�.r�'d F Glorip Brunie Printed Zane&'Title P ' to I lame Attest: 1 {( Signa re PO Box 2808 Address Portland, OR 97208 [ itti' State Zip Main Street Phase 2 Improvements Page 37 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 PCA# 3710009 JOINT LIMITED POWI=R OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws o`the State of Texas and having its prindpaI office in the County of Harris,Texas and Markel Insurance Company(the"Com pany"),a corpar atlon duly organ!zed and erasting under the laws c the state of Ilinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint; Brent Olson,Gail A. Price, Gloria Bruning,Vicki Nicholson,Joel Dietzman,Andrew Choruby, Casey Geske, Richard Kowalski, Sterling brew Roddan,Justin Cumnock,Amanda J. Lee,Scott Willis, Christopher A. Reburn,Leticia Romano Their true and lawful agent(s)and attorney(s)-In-fact,each in their separate capacity if mare than one is named ahove,to make,execute,seal and deliver for and on their own behalf,Individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking In suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority ofthe following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the Presldent,any Senior Vice President,V ce President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such audwrity can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the aaarid deed of the SureTec Insurance Cam pamy and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNE55 WHEREOF,Markel Insurance Company and SureTec Insurance Company have raused their off IdII seal to he hereunto affixed and these presents to be signed by their duly authorized officers on the 21st day of October ,2u21. SureTeclnsuranceCornpany �tyRANC ti.�yultRAVrr�r� ark I surance mpany ... ....9 Gos�.paR.j��".a ;w(� 5 n =Y' SEAL .� By � Michael C.Kefmig,President ','' r 5. By. r 'xLllua �` ndey]enol Vlre Pres idenI State of Texas �'rtn Ilttt''` County of Harris: On this 21st day of October ,2'321 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified,came THE ABOVE OFFICERS OF THE COMPAN1 ES,to me personally knownto be the individuals and officers described in,who executed the preceding Instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Cam pan:es, and the Bald Cor par ate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said compan€es,and that Resolutions adopted by the Board of Directors of said Companies referred to In the preceding instrument Is now In force. 1N TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Offida1 Seal at the County of Harris,the day and year first above written. ti,t.V'rs 7-ENiA•CHAVEZ Not Ary Public,State of Texas �NotaryPub[!c Notary iD412911765-9try Comrrl:siar Explri s hX12 vel, SEPTEMBER 10,2024 isslan expires 5110/2024 We,the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which The foregoing is a full,true and correct copy is still In full force and effect and has not been revoked, IN WITNESS WHEREOF,we have hereunto set aur hands,and affixed the Seals of said Companies, on the �O day of N4 amIV& WBrt 411t ny �__.. Ma ellnsuranceCornPany eyBy: , Secretary ndrevr Marquis,Assistarrt Se r An y l n stru me n t issued in exce ss of the pe,na lty crated above is total',vo'a and withau t an yvaIidlty.3710rn79 Por verification o.the authority of this Power you may call[713}1312.OWSnndry cLsiness dei be v;e xr 82'J ATA and 52k7 PM CST. Main Street Phase 2 Improvements Page 38 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT H--PERFQRMANcE BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TICARD MAIN STREET PHASE 2 IMPRDVEMENT5 Bond Number: 4452676 Project lame: PWR COVERED PROJECT- CONTRACT NO. CP22006 Markel insurance Company (Surety#1) BondAmount No. 1: S 3.286.215.00 (Suretti #2)* Bond Amount No. 2:* S *I j urirg multtPle simties Total Penal Sum of Bond: S 3.286,215.00 We, Lee Contractors, LLC as Principal,and the above identified Surety(ies), authored to transact surety business in Oregon, as Surety, hereby joindy and severally bind ourselves, our respective heirs, executors, administrators, successors, and assigns fixQ3, by these presents to pay unto the Cite of Tigard, a mu- ipality of the State of Oregon, the suns of (total Penal Sum of Bond)Three Million Two Hundred Eighty Six Thousand Two Hundred Fifteen and 001100($3,286.215.00) (Provided, that we the Sureties bund ourseh,es in such sum "jointly and severall " as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and far 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 Band 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 CONDI'T'ION 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 [hiss 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 hinds the Contractor and suren_• and their respected heirs, executors, administrators, and successors. Nonpayment of the bond premium shall not invalidate this bond, nor shall the City of Tigardany be obligated for the payment of an premiums. 5-.Ud 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 accompanNing the same shallin anywise affect its obligations on this bond, and it does hereby- waive notice of wiv such change, extension of time, alteration, or addition to the terms of the Contract or to the Work or to the specifications. Main Street Phase 2 Improvements Page 39 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 Cin-of Tigard. IN WITNESS WHEREOF, WE H NT CAUSED THIS INSTRUMENT TO BE ElECL TED AND ,,L:.\-LL-'D Lid' OUR DULYAUTHORIZED LEGAL REPRESENTATIVES. Dated this 17th day of December 2021 PRINCIPAL: Lee Contractors, LLC By: Signature e.9h� lam, P►�si P ted Nater. &Title Attest: SURETY:Markel Insurance Company ,r-Idrl signalutrs jor each i7nn j,if rtsiq multi le bonds) BY A-ITORN EY-IN-FACT: (Power-ofAttorng must ewtvmpaiD,eacb sltreo bon4 Leticia Romano. Attorney-In-Fact Nath - Anchor Insurance& Soret~` Inc. PA Box 2808 Address Portland, OR 97208 Citm State Zip 503-224-2500 503-224-9830 Phone Fax Main Street Phase 2 Improvements Page 40 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 POA# 3710009 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS?"hat SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having Its principal office In the County of Harris,Texas and Markel Insurance Company(the"Company"), a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen, Virginia,does by these presents make,constitute and appoint: Brent Olson, Gail A. Price, Gloria Bruning, Vicki Nicholson, Joel Dietzman,Andrew Chorl Casey Geske, Richard Kowalski, Sterling Drew Roddan, Justin Cumnock,Amanda J. Lee, Scott Willis, Christopher A. Reburn, Leticia Romano Their true and lawful agent(s)and a=-ney(s}-In-Fact, each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,Individually as a surety or jointly,as co-sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 001100 Dollars ($50,000,000.00) This Power of Attorney is granted and s signed and sealed under and by the autharity of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RE50LVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant 5ecrenry,Treasurer or Assistant Trea surer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimlle signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the 5ureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have Caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 21st day of Oduber ,2021. SureTec Insurance Company �]RAIyC 1111111Nzrzrr ark i2surance mpany `�.6......... •LCA W t _pper =x= SEAL , By' M. 5 2 �{G: •bZ By: Michael C.keimig,President 7s 1 r T ', •. t, y.•'t ndey Jennines,Vice President `J�' - State Of Texas rrtlikrlu1111` 1 °" '" � County of Harris: On this 21st day of October ,2021 A D.,before me,a Notary PubEic of the 5tate of Texas,in and fpr the County of Harris,duly commissioned and quaIIfled,came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the Individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument a-e the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and suoscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TE5TIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. XENIA CHAVEZ k, Nolary Public,Stale of Texas d r ;'• Notary ID,#12911765-9 By' MyCommsslonExpires x is •haven,Notary Public 202 vly om SEPTEMBER 1mission expires 411012424 We,the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,we have hereuito set our hands,and affixed the Seals of said Companies,an the 17thday of December 2021 Will 111 fill ure c Insur rice any `Y`���]R4NCr�r'"Fo. Jinsurance Company B y; M.BrAt Beaty,Assistant Secretary IIIAndrew Marquis,Assistant Sec ry rf1l��rfl1�11 S111��``, . Any Instrument issued in excess of"perlaty stated above is totally void and wlthnut anyvaridltp.'3710009 For verification of the authority of rhis Power you may call(713)812-OWOonany busInesst(ay between 3:'OAM and 5:00 PM CST. Main Street Phase 2 Improvements Page 41 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTAcHMENT I—PAYMENT BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD MAFN STREET PHASE 2IMPROVEMENTS Bond Number: 4452676 Project Name: PWR COVERED PROJECT- CONTRACT NO. CP22006 Markel Insurance Company (Surety#1) Bond Amount No. 1: S 3.286.215.00 (Surety#2)" Bond Amount No. 2:"` S 1f will ,g marltiple sarrrties Total Penal Sum of Bond: 5 3,280,215.00 We, Lee Contractors. LLC as Principal., and the above identified Surety(ies), authori7ed to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executers, 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)Three Million Two Hundred Eighty Six Thousand Two Hundred Fifteen and 001100{S3,286,215.00} provided, that we the Sureties bind ourselves in such sum `jointly and severally" as well as "severally'' only for the purpose of allDwing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself, 'jointly. and severaIly 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 authoxx7ed modifications of the Contract which increase the amount of the work,or the cost of the Contract, or constitute authored extensions of time for performance of the Contract, notice of am such modifications hereby being wan ed 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,an all respects, and shall well and truh, 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 ever,°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 pro%-ided 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 «11th 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 31 G.1(}7, and shall permit no lien nor claim to be filed or prosecuted against the Civy 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. Main Street Phase 2 Improvements Page 42 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Nonpayment of the bor_d premium will not invalidate this band, nor shall the City, of Tigard be obligated for the payment of any premiums. IN WITNESS WHEREOF, \X'E I-L-ktirE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SI::II.ED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 17tli dai-of December 2021 PRINCIPAL;- Lee Contractors- LLC Signature a rin Name &Title Attest: SURETY: Markel Insurance Company dcl.ri,gnatxres for each jwmo,#-wing r��aillV -e bond BY ATTORNEY-Pti-FACT: (Power-a%Attorng,muss anwwlwa iy eaeb suNt) Gond) Leticia Romano, Attorney-In-Fact Name Signature _ .. Anchor Insurance& Surety Inc. PD-Box 28-08 Address Portland, OR 97208 City State Zip 503-224.2500 503-224-9830 Phone Fax Main Street Phase 2 Improvements Page 43 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 POA# 3710009 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:'hat SuraTet Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office inthe County of Harris,Texas and Markel insurance Company(the"Company"),a corporation duly organized and existing underthe laws of the state of Illinois,and having its principal administrative Office in Glen Allen.Virginia,does by these presents make,Constitute and appoint: Brent Olson, Gail A. Price, Gloria Bruning, Vicki Nicholson, Joel Dietzman,Andrew Choruby, Casey Geske, Richard Kowalski, Sterling Drew Roddan,Justin Cumnock, Amanda J. Lee, Scott Willis, Christopher A. Reb urn, Leticia Romano Their true and lawful agent(s)and attorneys)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec I ns ura nce Compa ny and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President, Assistant Vice President,Secretary,AssistantSecreta ry,Treasurer or AssistantTree surer and each of them hereby is authorized to execute powers of attorney,and such authority can he executed by use of Facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the 5ureTec I nsurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate sial thereto-" 1N WITNESS WHEREOF,Markel Insurance Company and 5ureTec Insurance Company have caused their official sea lto be hereunto affixed and these presents to be signed by their duly authorized officers on the 21st day of octoeer ,2021. SureTec Insurance Compary5►JRANC t111�11RA1Vrrr�� ark I surance `mpany By: UJ Tip' S ;g __� SEAL b- By: i Edi Michael C.Keimig,President2s`•. 1 Y '�'Ss'•. LS, ndey Jenni Vice President State of Texas `"'*" ,�x�rrrrri+itrls►11�` County of Harris: On this 21st day of Oc�iober ,2021 A.D.,before me,a Notary Public of the 5tate of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,tome personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument ate the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authorlty and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. I N TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. ,Rr' yr XENIA CHAVEZ i Nare,y Public.Slate of TexasL. fucztary IQ#12911765-9r By; My Commission Expires X is •haven,Notary Public SEPTEMBER 10, 2024 y ommission expires 9/10/2024 We,the undersigned Officers of 5ureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing Is a full,true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,we have hereunto setour hands,and affixed the Seals of said Companies,on the 17thday of December 2021 �►►fllflfl�� � . TB,AtBaty,Assrstfnt nce ny , ....... :?elnsurance Company B SEALy By:Secretary �i •�••:;tlNQ�S•' N- M. Andrew Marquis,A5sistant.Sec/j ry Any Instrument ISSUEd in excess of the penaty stated above is totally void and without avy,�aiiAy-3710..109 For verification of the authority of this Power you may call p13I612-0800 on any businessdaq betiliBiil 8:30 AM and 5 LC7 PM 1ST, Main Street Phase 2 Improvements Page 44 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT J—OREGON PREVAILING WAGE RATES CITY OF TIGARD MAIN STREET PHASE 2IMPROVEMENTS May be downloaded from: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr state.aspx Main Street Phase 2 Improvements Page 1 Attachment J DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT K—GENERAL CONDITION CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS [INTENTIONALLY BLANK] NExT PAGE ToC-1 To Toc-5 GENERAL CONDITIONS PAGES 1 TO 125 Main Street Phase 2 Improvements Attachment K DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 General Conditions for Construction for the City of Tigard TABLE OF CONTENTS Part 00100 - GENERAL CONDITIONS Section 00110 - Organization, Conventions,Abbreviations, and Definitions...........................1 00110.00 Organization of Specifications.......................................................................................................1 00110.05 Conventions......................................................................................................................................1 00110.10 Abbreviations...................................................................................................................................2 00110.20 Definitions........................................................................................................................................5 Section00140 - Scope of Work.................................................................................................16 00140.00 Purpose of Contract......................................................................................................................16 00140.10 Typical Sections..............................................................................................................................16 00140.20 Thickness........................................................................................................................................16 00140.30 Agency-Required Changes in the Work.....................................................................................16 00140.40 Differing Site Conditions..............................................................................................................17 00140.50 Environmental Pollution Changes..............................................................................................17 00140.60 Extra Work.....................................................................................................................................17 00140.65 Disputed Work...............................................................................................................................18 00140.70 Cost Reduction Proposals............................................................................................................18 00140.80 Use of Publicly Owned Equipment............................................................................................19 00140.90 Final Trimming and Cleanup.......................................................................................................19 00140.95 "AS-BUILT"Drawings................................................................................................................20 Section00150 - Control of Work..............................................................................................21 00150.00 Authority of the Engineer............................................................................................................21 00150.02 Inspector's Authority and Duties................................................................................................21 00150.10 Coordination of Contract Documents.......................................................................................22 00150.15 Construction Stakes,Lines, and Grades.....................................................................................23 00150.20 Inspection.......................................................................................................................................23 00150.25 Acceptability of Materials and Work..........................................................................................24 00150.30 Delivery of Notices.......................................................................................................................24 00150.35 Submittals........................................................................................................................................25 00150.37 Equipment Lists and Other Submittals......................................................................................30 00150.40 Cooperation and Superintendence by the Contractor..............................................................30 00150.50 Cooperation with Utilities ............................................................................................................31 00150.53 Utilities and Existing Improvements..........................................................................................32 00150.55 Cooperation with Other Contractors.........................................................................................34 00150.60 Construction Equipment Restrictions........................................................................................34 00150.70 Detrimental Operations................................................................................................................35 00150.75 Protection and Maintenance of Work During Construction..................................................35 00150.80 Removal of Unacceptable and Unauthorized Work.................................................................36 00150.90 Final Inspection.............................................................................................................................36 TOC-1 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 00150.91 Post-Construction Review............................................................................................................37 00150.95 Final Acceptance............................................................................................................................37 00150.96 Maintenance Warranties and Guarantees...................................................................................37 00150.97 Responsibility for Materials and Workmanship........................................................................37 Section 00160 - Source of Materials.........................................................................................38 00160.00 Definitions......................................................................................................................................38 00160.01 Notification of Source of Supply and Materials........................................................................38 00160.05 Qualified Products List (QPL).....................................................................................................38 00160.10 Ordering, Producing,and Furnishing Materials........................................................................39 00160.20 Preferences for Materials..............................................................................................................39 00160.30 Agency-Furnished Materials.........................................................................................................40 00160.50 Agency-Controlled Land; Limitations and Requirements.......................................................40 00160.60 Contractor-Furnished Materials and Sources............................................................................41 00160.70 Requirements for Plant Operations............................................................................................41 00160.80 Requirements for Sources of Borrow and Aggregate...............................................................41 Section 00165 - Quality of Materials........................................................................................43 00165.00 General............................................................................................................................................43 00165.01 Rejected Materials..........................................................................................................................43 00165.03 Testing by Agency.........................................................................................................................43 00165.04 Costs of Testing.............................................................................................................................43 00165.10 Materials Acceptance Guides.......................................................................................................43 00165.20 Materials Specifications and Test Method References.............................................................43 00165.30 Field-Tested Materials...................................................................................................................44 00165.35 Nonfield-Tested Materials............................................................................................................44 00165.50 Acceptance Sampling and Testing...............................................................................................45 00165.70 Use of Materials without Engineer's Acceptance.....................................................................45 00165.75 Storage and Handling of Materials..............................................................................................46 00165.80 Measurement..................................................................................................................................46 00165.90 Incidental Basis ..............................................................................................................................46 Section 00170 - Legal Relations and Responsibilities.............................................................47 00170.00 General............................................................................................................................................47 00170.01 Other Agencies Affecting Agency Contracts............................................................................47 00170.02 Permits,Licenses, and Taxes........................................................................................................49 00170.03 Furnishing Rights-of-Way, Easements and Permits.................................................................49 00170.04 Patents, Copyrights,and Trademarks.........................................................................................50 00170.05 Assignment of Antitrust Rights...................................................................................................50 00170.07 Record Requirements....................................................................................................................51 00170.10 Required Payments by Contractors.............................................................................................54 00170.20 Public Works Bond.......................................................................................................................55 00170.32 Protection of Navigable Waters ..................................................................................................55 00170.60 Safety, Health, and Sanitation Provisions...................................................................................55 00170.61 Industrial Accident Protection.....................................................................................................56 00170.62 Labor Nondiscrimination.............................................................................................................56 00170.63 Payment for Medical Care............................................................................................................56 00170.65 Minimum Wage and Overtime Rates for Public Works Projects...........................................56 TOC-2 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 00170.70 Insurance.........................................................................................................................................59 00170.71 Independent Contractor Status....................................................................................................59 00170.74 Employee Drug Testing Program...............................................................................................59 00170.75 Oregon Tax Laws..........................................................................................................................59 00170.76 Subcontractors Nondiscrimination.............................................................................................59 00170.78 Conflict of Interest........................................................................................................................59 00170.79 Third Party Beneficiary.................................................................................................................60 00170.80 Responsibility for Damage to Work...........................................................................................60 00170.82 Responsibility for Damage to Property and Facilities..............................................................60 00170.85 Responsibility for Defective Work..............................................................................................61 00170.89 Protection of Utility, Fire-control,and Railroad Property and Services;Repair; Roadway Restoration......................................................................................63 00170.92 Fencing,Protecting Stock,and Safeguarding Excavations......................................................63 00170.93 Trespass...........................................................................................................................................64 00170.94 Use of Explosives..........................................................................................................................64 Section 00180 - Prosecution and Progress...............................................................................65 00180.00 Scope...............................................................................................................................................65 00180.05 Assignment/Delegation of Contract..........................................................................................65 00180.06 Assignment of Funds Due under the Contract.........................................................................65 00180.10 Responsibility for Contract..........................................................................................................65 00180.15 Agency's Right to Do Work at Contractor's Expense..............................................................65 00180.20 Subcontracting Limitations..........................................................................................................66 00180.21 Subcontracting................................................................................................................................66 00180.22 Payments to Subcontractors and Agents of the Contractor....................................................68 00180.30 Materials, Equipment, and Work Force.....................................................................................68 00180.31 Required Materials, Equipment, and Methods..........................................................................69 00180.40 Limitation of Operations..............................................................................................................70 00180.41 Project Work Schedules................................................................................................................70 00180.42 Preconstruction Conference........................................................................................................80 00180.43 Commencement and Performance of Work.............................................................................80 00180.44 Project Meetings............................................................................................................................81 00180.50 Contract Time to Complete Work..............................................................................................83 00180.60 Notice of Delay..............................................................................................................................85 00180.65 Rights-of-Way and Access Delays...............................................................................................85 00180.70 Suspension of Work......................................................................................................................86 00180.80 Adjustment of Contract Time......................................................................................................86 00180.85 Failure to Complete on Time;Liquidated Damages ................................................................88 00180.90 Termination of Contract and Substituted Performance..........................................................88 Section 00190 - Measurement of Pay Quantities.....................................................................91 00190.00 Scope...............................................................................................................................................91 00190.10 Measurement Guidelines..............................................................................................................91 00190.20 Contractor to Provide Vehicle Weigh Scales.............................................................................93 00190.30 Plant Scales .....................................................................................................................................96 Section00195 - Payment..........................................................................................................97 00195.00 Scope and Limit.............................................................................................................................97 TOC-3 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 00195.10 Payment For Changes in Materials Costs...................................................................................97 00195.13 Asphalt Cement Material Price Escalation/De-Escalation Clause.........................................97 00195.20 Changes to Plans or Character of Work.....................................................................................98 00195.30 Differing Site Conditions..............................................................................................................99 00195.40 Unreasonable Delay by the Agency............................................................................................99 00195.50 Progress Payments and Retained Amounts...............................................................................99 00195.60 Advance Allowance for Materials on Hand.............................................................................103 00195.70 Payment under Terminated Contract.......................................................................................105 00195.80 Allowance for Materials Left on Hand.....................................................................................106 00195.90 Final Payment...............................................................................................................................107 00195.95 Error in Final Quantities and Amounts...................................................................................107 Section 00196 - Payment for Extra Work............................................................................... 109 00196.00 General..........................................................................................................................................109 00196.10 Negotiated Price...........................................................................................................................109 00196.20 Force Account..............................................................................................................................109 Section 00197 - Payment for Force Account Work.................................................................110 00197.00 Scope.............................................................................................................................................110 00197.01 Extra Work on Force Account Basis........................................................................................110 00197.10 Materials........................................................................................................................................110 00197.20 Equipment....................................................................................................................................111 00197.30 Labor.............................................................................................................................................113 00197.80 Percentage Allowances................................................................................................................113 00197.90 Billings...........................................................................................................................................114 Section 00199 - Disagreements, Protest and Claims ..............................................................115 00199.00 General..........................................................................................................................................115 00199.10 Procedure for Resolving Disagreements..................................................................................115 00199.15 Inappropriate Protest or Claim .................................................................................................115 00199.20 Protest Procedure........................................................................................................................115 00199.30 Claims Procedure.........................................................................................................................117 00199.40 Claim Decision; Review; Exhaustion of Adminstrative Remedies.......................................121 00199.50 Mediation......................................................................................................................................123 00199.60 Review of Determination Regarding Records.........................................................................123 TOC-4 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 PART 00100 - GENERAL CONDITIONS Section 00110 - Organization, Conventions,Abbreviations, and Definitions 00110.00 Organization of Specifications -The Specifications are comprised of the following: A. The "General Conditions for Construction for the City of Tigard," published by the Agency, which contain Part 00100 "General Conditions", which deal with the solicitation process and contractual relationships; B. The"2018-Oregon Standard Specifications for Construction,"which contain Parts 00200 through 03000, published by the Oregon Department of Transportation which contain the detailed "Technical Specifications" involved in prosecution of the Work, organized by subject matter;and C. The Special Provisions. In addition,throughout the Specifications: A. Each Part is divided into Sections and Subsections. B. Reference to a Section includes all applicable requirements of the Section. C. When referring to a Subsection,only the number of the Subsection is used;the word"Subsection" is implied. D. Where Section and Subsection numbers are not consecutive, the interval has been reserved for use in the Special Provisions or future expansion of the Standard Specifications. 00110.05 Conventions Used Throughout the Specifications Include: A. Grammar- The "General Conditions for Construction for the City of Tigard", part 00100 "General Conditions", is written in the indicative mood, in which the subject is expressed. The "2018 Oregon Standard Specifications for Construction", published by the Oregon Department of Transportation, which contain parts 00200 through 03000, the detailed "Technical Specifications", are generally written in the imperative mood, in which the subject is implied. Therefore, throughout Parts 00200 through 03000, and on the Plans: 1. The subject, "the Contractor",is implied. 2. "Shall" refers to action required of the Contractor, and is implied. 3. "Will" refers to decisions or actions of the Agency and/or the Engineer. 4. The following words, or words of equivalent meaning, refer to the actions of the Agency and/or the Engineer, unless otherwise stated: "allowed", "directed", "established", "permitted", "ordered", "designated", "prescribed", "required", "determined". 5. The words "approved", "acceptable", "authorized", "satisfactory", "suitable", "considered", and "rejected", "denied", "disapproved", or words of equivalent meaning, mean by or to the Agency and/or the Engineer,subject in each case to Section 00150 of the General Conditions. 6. The words "as shown", "shown", "as indicated", or "indicated" mean "as indicated on the Plans". 7. Certain Subsections labeled "Payment" contain statements to the effect that "payment will be made at the Contract amounts for the following items" (followed by a list of items). In such cases the Agency shall pay for only those Pay Items listed in the Schedule of Items. Attachment K—General Conditions Page 1 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 B. Capitalization of Terms - Capitalized terms, other than titles, abbreviations, and grammatical usage,indicate that they have been given a defined meaning in the Standard Specifications. Refer to Section 00110.20 "Definitions". Defined terms will always be capitalized in Part 00100;in Parts 00200 through 03000, defined terms will generally not be capitalized,with the notable exception of"the Contractor", "the Agency", and "the Engineer". C. Punctuation-In this publication the"outside method"of punctuation is employed for placement of the comma and the period with respect to quotation marks. Only punctuation that is part of the quoted matter is placed within quotation marks. D. References to Laws,Acts,Regulations,Rules,Ordinances,Statutes,Orders, and Permits - References are made in the text of the Specifications to "laws", "acts", "rules", "statutes", "regulations","ordinances",etc. (collectively referred to for purposes of this Subsection as"Law"), and to "orders" and"permits" (issued by a governmental authority,whether local,State,or federal, and collectively referred to for purposes of this Subsection as "Permits"). Reference is also made to "applicable laws and regulations". The following conventions apply in interpreting these terms, as used in the Specifications. 1. Statues and Rules—Oregon Revised Statutes (ORS) and Oregon Administrative Rules (OAR) referenced in the Specifications are accessible on line, including through the Oregon Legislative Counsel Committee web site and through the Oregon Secretary of State Archives Division web site. 2. Law—In each case, unless otherwise expressly stated therein, the Law is to be understood to be the current version in effect. This also applies where a specific Law is referenced or cited, regardless of whether the text of the Law has been included in the Specifications or not, and regardless of whether the text of the Law has been summarized or paraphrased. In each case, the current version of the Law is applicable under any Contract. The reader is therefore cautioned to check the actual text of the Law to confirm that the text included in the Specifications has not been modified or superseded. 3. Permits - Orders and Permits issued by a Government agency may be modified during the course of performing the Work under a Contract. Therefore, wherever the term "Order" or "Permit"is used in the Specifications,it is intended to refer to the then-current version. That version may be embodied in a modified, superseding order or permit, or it may consist of all terms and conditions of prior orders or permits that have not been superseded, as well as the additional terms added by amendment or supplement. In certain cases, the orders and/or permits are identified by name in the Specifications; in other cases, the terms are used in the generic sense. The reader is cautioned to check the text(s) of each order and permit identified either by name or by generic reference. 4. Applicable Laws and Regulations - Where the phrase "applicable laws and regulations" appears,it is to be understood as including all applicable laws,acts, regulations,administrative rules, ordinances, statutes, and orders and permits issued by a governmental or regulatory authority. 00110.10 Abbreviations -Following are meanings of abbreviations used in the Standard Specifications, in the Special Provisions, on the Plans, and in other Contract Documents. Other Attachment K—General Conditions Page 2 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 abbreviations and meanings of abbreviations may be in the individual Sections of the Standard Specifications to which they apply,in the Special Provisions, and in OAR 731-005 and OAR 731-007. AAR - Association of American Railroads AASHTO- American Association of State Highway and Transportation Officials ABC - Associated Builders and Contractors,Inc. AC - Asphalt Concrete ACI - American Concrete Institute ACP - Asphalt Concrete Pavement ACWS - Asphalt Concrete Wearing Surface AGC - Associated General Contractors of America AIA - American Institute of Architects AISC - American Institute of Steel Construction AISI - American Iron and Steel Institute AITC - American Institute of Timber Construction ANSI - American National Standards Institute APA - Engineered Wood Association APWA - American Public Works Association AREMA - American Railway Engineering and Maintenance of Right-of-Way Association ASCE - American Society of Civil Engineers ASME - American Society of Mechanical Engineers ASTM - American Society for Testing and Materials ATPB - Asphalt Treated Permeable Base AWG - American Wire Gauge AWPA - American Wood Protection Association AWS - American Welding Society AWWA - American Water Works Association CAgT - Certified Aggregate Technician CAT-I - Certified Asphalt Technician I CAT-II - Certified Asphalt Technician II CBM - Certified Ballast Manufacturers CCO - Contract Change Order CCT - Concrete Control Technician CDT - Certified Density Technician CEBT - Certified Embankment and Base Technician CMDT - Certified Mixture Design Technician CPF - Composite Pay Factor CRSI - Concrete Reinforcing Steel Institute CFR - Code of Federal Regulations CS - Commercial Standard, Commodity Standards Division, U.S. Department of Commerce D1.1 - Structural Welding Code - Steel,American Welding Society, current edition 131.5 - Bridge Welding Code,American Welding Society, current edition DBE - Disadvantaged Business Enterprise DEQ - Department of Environmental Quality, State of Oregon Attachment K—General Conditions Page 3 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 DOGAMI - Department of Geology and Mineral Industries, State of Oregon DSL - Department of State Lands,State of Oregon EAC - Emulsified Asphalt Concrete EPA - U.S. Environmental Protection Agency ESCP - Erosion and Sediment Control Plan FHWA - Federal Highway Administration,U.S. Department of Transportation FSS - Federal Specifications and Standards, General Services Administration GSA - General Services Administration ICEA - Insulated Cable Engineers Association (formerly IPCEA) IES - Illuminating Engineering Society IMSA - International Municipal Signal Association ISO - International Standards Organization ITE - Institute of Transportation Engineers JMF - Job Mix Formula MFTP - Manual of Field Test Procedures (ODOT) MIL - Military Specifications MSC - Minor Structure Concrete MUTCD - Manual on Uniform Traffic Control Devices for Streets and Highways,FHWA,U.S. Department of Transportation NEC - National Electrical Code NEMA - National Electrical Manufacturer's Association NESC - National Electrical Safety Code NIST - National Institute of Standards and Technology NPDES - National Pollutant Discharge Elimination System NPS - Nominal Pipe Size (dimensionless) OAR - Oregon Administrative Rules ODA - Oregon Department of Agriculture ODOT - Oregon Department of Transportation ORS - Oregon Revised Statutes OR- - Oregon Occupational Safety and Health Division of the Department of Consumer and OSHA Business Services OSHA - Occupational Safety and Health Administration, U.S. Department of Labor PCA - Portland Cement Association PCC - Portland Cement Concrete PCI - Precast/Prestressed Concrete Institute PCP - Pollution Control Plan PF - Pay Factor of a constituent PLS - Professional Land Surveyor PMBB - Plant Mixed Bituminous Base PTI - Post-Tensioning Institute PUC - Public Utility Commission, State of Oregon QA - Quality Assurance QC - Quality Control Attachment K—General Conditions Page 4 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 QCT - Quality Control Technician QL - Quality Level QPL - Qualified Products List RAP - Reclaimed Asphalt Pavement REA - Rural Electrification Administration,U.S. Department of Agriculture RMA - Radio Manufacturers Association or Rubber Manufacturers Association SAE - Society of Automotive Engineers SI - International System of Units (Systeme Internationale) SRCM - Soil and Rock Classification Manual (ODOT) SSPC - Society for Protective Coatings T - Tolerances,AASHTO Test Method TM - Test Method (ODOT) TV - Target Value UBC - Uniform Building Code (as adopted by the State of Oregon) UL - Underwriters Laboratory,Inc. UPC - Uniform Plumbing Code (as adopted by the State of Oregon) USC - United States Code WAQTC - Western Alliance for Quality Transportation Construction WCLIB - West Coast Lumber Inspection Bureau WWPA - Western Wood Products Association 00110.20 Definitions - Following are definitions of words and phrases used in the Standard Specifications, in the Special Provisions, on the Plans, and in other Contract Documents. Other definitions may be in the individual Sections of the Standard Specifications to which they apply,in the Special Provisions, and in OAR 731-005 and OAR 731-007. Act of God or Nature -A natural phenomenon of such catastrophic proportions or intensity as would reasonably prevent performance. Addendum -A written or graphic modification, issued before the opening of Bids, which revises, adds to, or deletes information in the Solicitation Documents or previously issued Addenda. Additional Work-Increased quantities of any Pay Item,within the scope of the Contract, for which a unit price has been established. Advertisement -The public announcement (Notice to Contractors, Invitation to Bid or Advertisement for Bids) inviting Bids for Work to be performed or Materials to be furnished. Agency -The City of Tigard, a municipal corporation of the State of Oregon,which has entered into a Contract with the Contractor. Agency-Controlled Lands -Lands owned by the Agency, or controlled by the Agency under lease or agreement, or under the jurisdiction and control of the Agency for the purposes of the Contract. Aggregate - Rock of specified quality and gradation. Attachment K—General Conditions Page 5 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Attorney in Fact -An Entity appointed by another to act in its place, either for some particular purpose, or for the transaction of business in general. Award - Written notification to the Bidder that the Bidder has been awarded a Contract. Base -A Course of specified material of specified thickness placed below the Pavement. Bid -A competitive offer,binding on the Bidder and submitted in response to an invitation to bid. Bid Bond-The Surety bond for Bid guarantee. Bid Booklet-The information included in the Solicitation Documents that contain the information identified in 00120.10. Bid Closing-The date and time after which Bids, bid modifications, and Bid withdrawals will no longer be accepted. Bid Documents - See under Solicitation Documents. Bid Opening-The date and time Bids are opened. Bid Schedule -The list of Pay Items,their units of measurement,and estimated quantities. (When a Contract is awarded, the Bid Schedule becomes the Schedule of Items.) Bid Section-The portion of the Bid Booklet containing all pages after the Bidder's checklist and before the appendix. Bidder-An Entity that submits a Bid in response to an invitation to bid. Bike Lane-A lane in the Traveled Way, designated by striping and Pavement markings for the preferential or exclusive use of bicyclists. Borrow-Material lying outside of planned or required Roadbed excavation used to complete Project earthwork. Boulders -Particles of rock that will not pass a 12-inch square opening. Bridge -A single or multiple span Structure, including supports, that carries motorized and non- motorized vehicles,pedestrians,or utilities on a Roadway,walk, or track over a watercourse,highway, railroad, or other feature. Buttress -A rock fill placed at the toe of a landslide or potential landslide in order to resist slide movement. Calendar Day-Any day shown on the calendar,beginning and ending at midnight. Camber-A slight arch in a surface or Structure to compensate for loading. Attachment K—General Conditions Page 6 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Change Order -A written order issued by the Engineer to the Contractor modifying Work required by the Contract, or adding Work within the scope of the Contract, and,if applicable, establishing the basis of payment for the modified Work. Changed Work-Work included in a Pay Item and within the scope of the Contract that is different from that reflected in the Contract Documents. (see 00140.30) Class of Project -A designation based on a Project's funding source,i.e., State or Federal-Aid. Class of Work-A designation referring to the type of Work in which Bidders must be pre-qualified, if prequalification is required Clay- Soil passing a No. 200 sieve that can be made to exhibit plasticity (putty-like properties) within a range of water contents. Clear Zone - Roadside border area, starting at the edge of the Traveled Way,that is available for safe use by errant vehicles. Establishing a minimum width Clear Zone implies that rigid objects and certain other hazards within the Clear Zone should be relocated outside the Clear Zone, or shielded, or remodeled to make them break away on impact or be safely traversable. Close Conformance - Where working tolerances are given on the Plans or in the Specifications,Close Conformance means compliance with those tolerances. Where working tolerances are not given, Close Conformance means compliance, in the Engineer's judgment,with reasonable and customary manufacturing and construction tolerances. Coarse Aggregate - Crushed Rock or crushed Gravel retained on a 1/4-inch sieve, with allowable undersize. Cobbles - Particles of Rock,rounded or not, that will pass a 12-inch square opening and be retained on a 3-inch sieve. Commercial Grade Concrete - Concrete furnished according to Contractor proportioning, placed in minor Structures and finished as specified. Conduct Disqualification -A disqualification under ORS 279C.440. Contract - The written agreement between the Agency and the Contractor, including without limitation all Contract Documents, describing the Work to be completed and defining the rights and obligations of the Agency and the Contractor. Contract Amount (Contract Price) - Sum of the Pay Item amounts computed by multiplying the Pay Item quantities by the unit prices in the Schedule of Items. Contract Day- A day counted for purposes of charging Contract Time. Contract Documents - Solicitation Documents, Specifications, Standard and Supplemental Drawings, Contract Booklet,Change Orders, Force Account Work orders,pay documents issued by the Agency, Materials certifications, Project Work schedules, final estimate, written orders and Attachment K—General Conditions Page 7 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 authorizations issued by the Agency,Material source development and reclamation plans,and permits, orders and authorizations obtained by the Contractor or Agency applicable to the Project, as well as all documents incorporated by reference therein. Contract Time -The amount of time allowed to complete the Work under the Contract. Contractor-The Entity awarded the Contract according to the solicitation. Correction Period - Period from Second Notification to Final Acceptance as per subsection 00170.85B. Course -A specified Surfacing Material placed in one or more Lifts to a specified thickness. Coverage - One Pass by a piece of Equipment over an entire designated area. Cross Section - The exact image formed by a plane cutting through an object, usually at right angles to a central axis,to determine area. Day -A Calendar Day including weekdays,weekends, and holidays,unless otherwise specified. Defective - An adjective which when modifying the word "Work" refers to work that: (1) is unsatisfactory,faulty or deficient; (2) does not conform to the Contract Documents; (3) does not meet the requirements of any inspection, test for approval referred to in the Contract Documents; or (4) has been damaged prior to Engineer's recommendation for final payment. Design Professional - The individual or entity named in the Special Provisions who designed part or all of the Project and who,by contract,has been assigned duties and responsibilities to assist Agency and Project Manager in administration of the Contract. Digital Signature -A form of electronic signature that is registered with a certification authority,e.g., VeriSign or similar digital signature software company, which requires a password to be entered in order to generate the digital signature upon the electronic document. Once the digital signature is applied, any alteration of the document results in the elimination of the digital signature on the document. Disqualification - The preclusion of a Person from contracting with a Contracting Agency for a period of time in accordance with OAR 137-049-0370. Drawings (Plans) - Standard and Project Drawings, and approved unstamped and reviewed and accepted stamped Shop Drawings and Deferred Submittals. (see 00150.10 and 00150.35) Durable Rock- Rock that has a slake durability index of at least 90% based on a two-cycle slake durability test, according to ASTM D 4644. In the absence of test results, the Engineer may evaluate the durability visually. Emulsified Asphalt- Emulsified asphalt cement. Attachment K—General Conditions Page 8 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Emulsified Asphalt Concrete - A mixture of Emulsified Asphalt and graded Aggregate. Engineer- Project Manager—See Project Manager. Entity-A natural person capable of being legally bound, sole proprietorship, limited liability company, corporation, partnership, limited liability partnership, limited partnership, profit or nonprofit unincorporated association, business trust,two or more persons having a joint or common economic interest, or any other person with legal capacity to contract, or a government or governmental subdivision. Equipment-All machinery, tools,manufactured products, and fabricated items needed to complete the Contract or specified for incorporation into the Work. Establishment Period -The time specified to assure satisfactory establishment and growth of planted Materials. Existing Surfacing- Pavements, slabs, curbs,gutters,walks, driveways, and similar constructions of bricks, blocks, Portland cement concrete, bituminous treated materials, and granular surfacing materials on existing Highways. Extra Work-Work not included in the Contract, but deemed by the Engineer to be necessary to complete the Project. Field Order—A written order issued by the Engineer which requires minor changes in the Work,but which may not involve a change in the Contract Amount or the Contract Times. Final Acceptance -Written confirmation by the Agency that the Project has been completed according to the Contract including all corrective work identified by the Agency during the Correction Period,with the exception of latent defects and Warranty obligations,if any, and has been accepted. Final Inspection -The inspection conducted by the Engineer to determine that the Project has been completed according to the Contract. Fine Aggregate- Crushed Rock,crushed Gravel,or Sand that passes a 1/4-inch sieve,with allowable oversize. First Notification-Written Notice to Proceed issued to the Contractor by the Engineer. Force Account Work- Items of Extra Work ordered by the Engineer that are to be paid according to Section 00197. Granular Material- Graded and selected free-draining material composed of particles of Rock,Sand, and Gravel. Gravel- Particles of Rock, rounded or not, that will pass a 3-inch sieve and be retained on a No. 4 sieve. Attachment K—General Conditions Page 9 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Highway- Every road, street, thoroughfare and place, including bridges, viaducts and other structures within the boundaries of the State,open,used or intended for use by vehicular traffic. Incidental-A term identifying those acts, services, transactions, property, Equipment, labor, Materials, or other items for which the Agency will make no separate or additional payment. Inspector-The representative of the Engineer authorized to inspect and report on Contract performance. Leveling - Placing a variable-thickness Course of Materials to restore horizontal and vertical uniformity to existing Pavements,normally continuous throughout the Project. Lift -The compacted thickness of material placed by Equipment in a single Pass. Local Contracting Review Board—The City Council of the City of Tigard (Agency). Mandatory Source -A material source provided by the Agency from which the Contractor is required to obtain Materials. (see 00160.00B and 00160.40) Materials -Any natural or manmade substance specified for use in the construction of the Project or for incorporation into the Work. Median -The portion of a divided Highway separating traffic traveling in opposite directions. Milestone - A principal event or activity specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. Multiple Course Construction -Two or more Courses, exclusive of Patching or Leveling, placed over the entire Roadway width. Multi-Use Path-That portion of the Highway Right-of-Way or a separate Right-of-Way,physically separated from motor vehicle traffic and designated for use by pedestrians, bicyclists and other non- motorized users. Neat Line -Theoretical lines specified or indicated on the Plans for measurement of quantities. Nondurable Rock - Rock that has a slake durability index of less than 90% based on a two-cycle slake durability test, as tested by ASTM D 4644, or Rock that is observed to readily degrade by air, water, and mechanical influence. Notice to Contractors -The public announcement inviting Bids for Work to be performed or Materials to be provided. Notice to Proceed -Written notice authorizing the Contractor to begin performance of the Work. On-Site Work -Any Work taking place on the Project Site, including designated staging areas adjacent to the Project Site, except for installation of covered temporary signs according to Section 00225. Attachment K—General Conditions Page 10 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Organic Soil-A Soil with sufficient organic content to influence the Soil properties. Panel- The width of specified Material being placed by Equipment in a single Pass. Pass - One movement of a piece of Equipment over a particular location. Patching- Placing a variable-thickness Course of Materials to correct sags, dips, and/or bumps to the existing grade and Cross Section,normally intermittent throughout the Project. Pavement -Asphalt concrete or Portland cement concrete placed for the use of motor vehicles, bicycles, or pedestrians on Roadways, Shoulders,Multi-Use Paths and parking areas. Pay Item (Contract Item) -A specific unit of Work for which a price is provided in the Contract. Payment Bond-The approved security furnished by the Contractor's Surety as a guaranty of the Contractor's performance of its obligation to pay promptly in full all sums due for Materials, Equipment, and labor furnished to complete the Work. Peat -A Soil composed primarily of vegetative matter in various stages of decomposition, usually with an organic odor, dark brown to black color, and a spongy consistency. Performance Bond -The approved security furnished by the Contractor's Surety as a guaranty of the Contractor's performance of the Contract. Project-The sum of all Work to be performed under the Contract. Project Drawings -The Agency-prepared detailed drawings for Work or methods of construction that are Project specific and are denoted by title in the Project title block. Project Manager—The Agency's representative assigned by the Agency to administer the Contract and who assumes the responsibilities, duties and authorities of the Project Manager (Engineer) as indicated throughout the Contract Documents. Project Site -The geographical dimensions of the real property on which the Work is to be performed,including designated contiguous staging areas. Prospective Source -A Material source provided by the Agency, from which the Contractor has the option of obtaining Materials. (see 00160.00A and 00160.40) Publicly Owned Equipment- Equipment acquired by a state, county, municipality, or political subdivision primarily for use in its own operations. Public Traffic -Vehicular or pedestrian movement, not associated with the Contract Work, on a public way. Railroad - Publicly or privately-owned rail carriers, including passenger, freight, and commuter rail carriers, their tenants, and licensees. Also,Utilities that jointly own or use such facilities. Attachment K—General Conditions Page 11 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Right-of-Way-Land, property, or property interest, usually in a strip, acquired for or devoted to transportation or other public works purposes. Roadbed- Completed excavations and embankments for the Subgrade,including ditches,side slopes, and slope rounding,if any. Roadside -The area between the outside edges of the Shoulders and the Right-of-Way boundaries. Unpaved median areas between inside Shoulders of divided Highways and infield areas of interchanges are included. Roadway-That portion of a Highway improved, designed, or ordinarily used for vehicular travel, exclusive of the berm or Shoulder. If a Highway includes two or more separate Roadways, the term "Roadway" refers to any such Roadway separately, but not to all such Roadways collectively. (see Traveled Way) Rock-Natural deposit of solid material composed of one or more minerals occurring in large masses or fragments. Schedule of Items -The list of Pay Items, their units of measurement, estimated quantities, and prices. Schedule of Values -The breakdown of the values of the component elements comprising a lump sum Pay Item. Second Notification -Written acknowledgment by the Engineer of Substantial Completion of a Milestone or of the Work according to 00180.50G. Shoulder -The part of a Roadbed contiguous to the Traveled Way or Roadway, whether paved or unpaved,for accommodating stopped vehicles, for emergency use and for lateral support of Base and surface Courses. Silt - Soil passing a No. 200 sieve that is nonplastic or exhibits very low plasticity. Single Course Construction-A wearing Course only,not including patching or leveling Courses or partial width Base Course. Slope -Vertical distance to horizontal distance,unless otherwise specified. Soil-Accumulations of particles produced by the disintegration of Rock,which sometimes contains organic matter. Particles may vary in size from Clay to Boulders. Solicitation Documents -Documents which define the procurement of a public improvement Project, including, but not limited to, the Bid Booklet, Contract Booklet, Agency-provided Plans, Standard Specifications,Special Provisions,Addenda, and which includes all documents incorporated by reference. May also be called Bid Documents. Attachment K—General Conditions Page 12 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Special Provisions - The special directions, provisions, and requirements specific to a Project that supplement or modify the Standard Specifications. Permits and orders governing the Projects that are issued directly to the Agency by a governmental or regulatory authority are considered to be part of the Special Provisions,to the extent and under the conditions stipulated in the Special Provisions. Specifications -The Standard Specifications and Special Provisions, together with all provisions of other documents incorporated therein by reference. Standard Drawings - The Agency-prepared detailed drawings for Work or methods of construction that normally do not change from project to project. Standard Specifications—The "General Conditions for Construction for the City of Tigard" published by the Agency, and the "2018 Oregon Standard Specifications for Construction", Parts 00200 through 03000, "Technical Specifications", published by the Oregon Department of Transportation as amended by the Agency. It provides directions, provisions, and requirements necessary for performing public improvement projects. State -The State of Oregon. Structures -Bridges, retaining walls, endwalls, cribbing, buildings, culverts, manholes, catch basins, drop inlets, sewers, service pipes, underdrains, foundation drains, and other similar features which may be encountered in the Work. Subbase -A Course of specified material of specified thickness between the Subgrade and a Base. Subcontractor -An Entity having a direct contract with the Contractor or another Subcontractor,to perform a portion of the Work. Subgrade -The top surface of completed earthwork on which Subbase,Base, Surfacing, Pavement, or a Course of other Material is to be placed. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or specified part thereof) is sufficiently complete,in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. Substructure -Those parts of a Structure which support the Superstructure, including bents, piers, abutments, and integrally built wingwalls, up to the surfaces on which bearing devices rest. Substructure also includes portions above bearing surfaces when those portions are built integrally with a Substructure unit (e.g., backwalls of abutments). When Substructure and Superstructure elements are built integrally, the division between Substructure and Superstructure is considered to be at the bottom soffit of the longitudinal or transverse beam, whichever is lower. Culverts and rigid frames are considered to be entirely Substructure. Superstructure -Those parts of a Structure above the Substructure,including bearing devices. Supplier -The Entity that furnishes goods to be incorporated into the Work. Attachment K—General Conditions Page 13 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Surety-The Entity that issues the bond. Surfacing -The Course or Courses of material on the Traveled Way, auxiliary lanes, Shoulders, or parking areas for vehicle use. Third Notification -Written acknowledgment by the Engineer, subject to Final Acceptance, that as of the date of the notification the Contractor has achieved Final Completion of the Project according to the Contract,including without limitation completion of all minor corrective work,Equipment and plant removal, site clean-up, and submittal of all certifications, bills, forms and documents required under the Contract. Ton - One short ton of 2,000 pounds (Ton,ton,Tn, or T). Topsoil- Soil ready for use in a planting bed. Traffic Lane -That part of the Traveled Way marked for moving a single line of vehicles. Traveled Way-That part of the Highway for moving vehicles, exclusive of berms and Shoulders. Typical Section-That Cross Section established by the Plans which represents in general the lines to which the Contractor shall work in the performance of the Contract. Unsuitable Material- Frozen material, or material that contains organic matter,muck,humus,peat, sticks, debris, chemicals, toxic matter, or other deleterious materials not normally suitable for use in earthwork. Utility-A line,facility,or system for producing,transmitting,or distributing communications,power, electricity,heat,gas,oil,water, steam,waste, storm water not connected with highway drainage, or any other similar commodity which directly or indirectly serves the public. The term may also mean the utility company, district, or cooperative owning and operating such facilities, including any wholly- owned or controlled subsidiary. Warranty Bond-The approved security furnished by the Contractor's, Subcontractor's, Manufacturer's, Installer's or Supplier's Surety as a guaranty of performance of their respective warranty obligations. Work-The furnishing of all Materials, Equipment, labor, and Incidentals necessary to successfully complete any individual Pay Item or the entire Contract, and the discharge of duties and obligations imposed by the Contract. Work Change Directive — A written statement to Contractor issued on or after the Date of the Agreement and signed by Agency and recommended by Engineer ordering an addition, deletion, or revision in the Work,or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Amount or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect,if any,on the Contract Amount or Contract Times. Attachment K—General Conditions Page 14 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00110 Work Day- Every Calendar day excluding Saturdays, Sundays and legal holidays as listed in ORS 187.010. Worker -Any person performing work under the contract,including employees of the Contractor or subcontractor,and persons having full or partial ownership of the Contractor or subcontractor. (This definition is not intended to nor does it alter the definition or meaning of the term "worker" as used in any applicable laws or regulations, including but not limited to for purposes of paying prevailing wage rates.) Working (Shop) Drawings - Supplemental Plans, not furnished by the Agency, that the Contractor is required to submit to the Engineer. (see 00150.35) Workplace Violence -Any act of physical,verbal or written aggression by an individual in or related to the work place and/or project sites. This includes, but is not limited to, verbal abuse, threats or intimidation and physical intimidation, assault or battery by a worker or former worker. Work place violence may also include destruction or abuse of property. Attachment K—General Conditions Page 15 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00140 Section 00140 - Scope of Work 00140.00 Purpose of Contract- The purpose of the Contract is to set forth the rights and obligations of the parties and the terms and conditions governing completion of the Work. The Contractor's obligations shall include without limitation the following: A. The Contractor shall furnish all Materials, Equipment, labor, transportation, and Incidentals required to complete the Work according to Plans, Specifications, and terms of the Contract. B. The Contractor shall perform the Work according to the lines, grades, Typical Sections, dimensions, and other details shown on the Plans, as modified by written order. C. The Contractor shall contact the Engineer for any necessary clarification or interpretation of the Contract. 00140.10 Typical Sections -The Typical Sections are intended to apply in general. At other locations where the Typical Section is not appropriate, the Contractor shall perform construction to the identified alignment as directed by the Engineer. 00140.20 Thickness -The thickness of Courses of Materials shown on the Plans, given in the Specifications, or established by the Engineer is considered to be the compacted thickness. Minor variations are acceptable when within tolerances specified in the Specifications or Plans, or when approved by the Engineer. 00140.30 Agency-Required Changes in the Work - Changes to the Plans, quantities, or details of construction are inherent in the nature of construction and may be necessary or desirable during the course of Project construction. Without impairing the Contract,the Agency reserves the right to require changes it deems necessary or desirable within the scope,which in the Specifications means general scope,of the Project. These changes may modify, without limitation: A. Specifications and design B. Grade and alignment C. Cross Sections and thicknesses of Courses of Materials D. Method or manner of performance of Work E. Project Limits or may result in A. Increases and decreases in quantities B. Additional Work C. Elimination of any Contract item of Work D. Acceleration or delay in performance of Work Upon receipt of a Change Order, the Contractor shall perform the Work as modified by the Change Order. If the Change Order increases the Contract Amount, the Contractor shall notify its Surety of the increase and direct the Surety to increase the amount of the performance and payment bonds to equal the new Contract Amount. If requested, the Contractor shall provide the Agency with a copy of the modified bond documents within 15 calendar days of receipt of the Change Order. The Attachment K—General Conditions Page 16 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00140 Contractor's performance of Work according to Change Orders shall neither invalidate the Contract nor release the Surety. Payment for changes in the Work will be made according to 00195.20. Contract Time adjustments, if any, will be made according to 00180.80. A Change Order signed by the Contractor is the agreement that the adjustment in the Contract Amount or Contract Time indicated is full compensation for all change order items including the impact of the change order on the balance of the Work to be accomplished. 00140.40 Differing Site Conditions -The following constitute differing Project Site conditions provided such conditions are discovered at the Project Site after commencement of the Work: A. Type 1 - Subsurface or latent physical conditions that could not have been discovered by careful examination of the Project site,utility locations and available records as described in 00120.15 and that differ materially from those indicated in the Contract Documents; or B. Type 2 -Unknown physical conditions of unusual nature that differ materially from those ordinarily encountered and generally recognized as inherent in the Work provided for in the Contract. The party discovering such a condition shall promptly notify the other party,in writing, of the specific differing conditions before they are disturbed and before the affected Work is performed. The Contractor shall not continue Work in the affected area until the Engineer has inspected such condition according to 00195.30 to determine whether an adjustment to Contract Amount or Contract Time is required. Payment adjustments due to differing Project Site conditions, if any, will be made according to 00195.30. Contract Time adjustments,if any,will be made according to 00180.80. 00140.50 Environmental Pollution Changes - ORS 279C.525 will apply to any increases in the scope of the Work required as a result of environmental or natural resources laws enacted or amended after the submission of Bids for the Contract. The Contractor shall comply with the applicable notice and other requirements of ORS 279C.525. The applicable rights and remedies of that statute will also apply. In addition to ORS 279C.525, the Agency has compiled a list at 00170.01 of those federal, State, and local agencies,of which the Agency has knowledge,that have enacted ordinances,rules,or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that may affect the performance of Agency contracts. 00140.60 Extra Work-If directed by the Engineer's written order, the Contractor shall perform work not included in the Contract. The Contractor shall perform this work according to: A. Standard Specifications B. Standard Drawings C. Other Plans and Specifications issued by the Engineer Payment for Extra Work will be made according to Section 00196. Contract Time adjustments, if any,will be made according to 00180.80. Attachment K—General Conditions Page 17 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00140 00140.65 Disputed Work-The Contractor may dispute any part of a Change Order,written order, or an oral order from the Engineer by the procedures specified in Section 00199. 00140.70 Cost Reduction Proposals -The Contractor may submit written proposals to the Engineer that modify Plans, Specifications, or other Contract Documents for the sole purpose of reducing the total cost of construction. Unless otherwise agreed to in writing by the Agency, a proposal that is solely or primarily a proposal to reduce estimated quantities or delete Work, as determined by the Engineer, is not eligible for consideration as a cost reduction proposal and will instead be addressed under 00140.30, whether proposed or suggested by the Agency or the Contractor. A. Proposal Requirements -The Agency will not adopt a cost reduction proposal that impairs essential functions or characteristics of the Project including but not limited to service life, economy of operation, ease of maintenance,designed appearance,or design and safety standards. To conserve time and funds, the Contractor may first submit a written request for a feasibility review by the Engineer. The request should contain a description of the proposal together with a rough estimate of anticipated dollar and time savings. The Engineer will,within a reasonable time, advise the Contractor in writing whether or not the proposal would be considered by the Agency, should the Contractor elect to submit a detailed cost reduction proposal. A detailed cost reduction proposal shall include without limitation the following information: 1. A description of existing Contract requirements for performing the Work and the proposed change; 2. The Contract items of Work affected by the proposed change,including any quantity variation caused by the proposed change; 3. Pay Items affected by the proposed change including any quantity variations; 4. A detailed cost estimate for performing the Work under the existing Contract and under the proposed change. Cost estimates shall be made according to Section 00197. Costs of re- design,which are incurred after the Agency has accepted the proposal,will be included in the cost of proposed work;and 5. A date by which the Engineer must accept the proposal in order to accept the proposed change without impacting the Contract Time or cost reduction amount. B. Continuing to Perform Work-The Contractor shall continue to perform the Work according to Contract requirements until the Engineer issues a Change Order incorporating the cost reduction proposal. If the Engineer fails to issue a Change Order by the date specified in the proposal, the proposal shall be deemed rejected. C. Consideration of Proposal-The Engineer is not obligated to consider any cost reduction proposal. The Agency will not be liable to the Contractor for failure to accept or act upon any cost reduction proposal submitted. The Engineer will determine in its sole discretion whether to accept a cost reduction proposal as well as the estimated net savings in construction costs from the adoption of all or any part of the proposal. In determining the estimated net savings, the Engineer may disregard the Schedule of Attachment K—General Conditions Page 18 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00140 Items. The Engineer will establish prices that represent a fair measure of the value of Work to be performed or to be deleted as a result of the cost reduction proposal. D. Sharing Investigation Costs -As a condition for considering a Contractor's cost reduction proposal,the Agency reserves the right to require the Contractor to share in the Agency's costs of investigating the proposal. If the Agency exercises this right, the Contractor shall provide written acceptance of the condition to the Engineer. Such acceptance will authorize the Agency to deduct its share of investigation costs from payments due or that may become due to the Contractor under the Contract. E. Acceptance of Proposal Requirements - If the Contractor's cost reduction proposal is accepted in whole or in part,acceptance will be made by a Change Order that will include without limitation the following: 1. Statement that the Change Order is made according to 00140.70; 2. Revised Contract Documents that reflect all modifications necessary to implement the approved cost reduction measures; 3. Any conditions upon which the Agency's approval is subject; 4. Estimated net savings in construction costs attributable to the approved cost reduction measures; and 5. A payment provision according to which the Contractor will be paid 50% of the estimated net savings amount as full and adequate consideration for performance of the Work of the Change Order. The Contractor's cost of preparing the cost reduction proposal and the Agency's costs of investigating the proposal, including any portion paid by the Contractor, will be excluded from determination of the estimated net savings in construction costs. Costs of re-design, which are incurred after the Agency has accepted the proposal, will be included in the cost of the Work attributable to cost reduction measures. If the Agency accepts the cost reduction proposal, the Change Order that authorizes the cost reduction measures will also address any Contract Time adjustment. F. Right to General Use - Once submitted, the cost reduction proposal becomes the property of the Agency. The Agency reserves the right to adopt the cost reduction proposal for general use without additional compensation to the Contractor when it determines that a proposal is suitable for application to other contracts. 00140.80 Use of Publicly Owned Equipment-The Contractor is prohibited from using publicly- owned Equipment except in the case of emergency. In an emergency, the Contractor may rent publicly-owned Equipment provided that: A. The Engineer provides written approval that states that such rental is in the public interest; and B. Rental does not increase the Project cost. 00140.90 Final Trimming and Cleanup -Before Final Inspection as described in 00150.90, the Contractor shall neatly trim and finish the Project and remove all remaining unincorporated Materials and debris. Final trimming and cleanup shall include without limitation the following. Attachment K—General Conditions Page 19 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00140 A. The Contractor shall retrim and reshape earthwork, and shall repair deteriorated portions of the Project Site. B. Where the Work has impacted existing facilities or devices,the Contractor shall restore or replace those facilities to their pre-existing condition. C. The Contractor shall clean all drainage facilities and sanitary sewers of excess Materials or debris resulting from the Work. D. The Contractor shall clean up and leave in a neat, orderly condition, Rights-of-Way, Materials sites, and other property occupied in connection with performance of the Work. E. The Contractor shall remove temporary buildings, construction plants, forms, falsework and scaffolding, surplus and discarded Materials, and rubbish. F. The Contractor shall dispose of Materials and debris including without limitation forms,falsework, scaffolding,and rubbish resulting from clearing,grubbing,trimming,clean-up,removal,and other Work. These Materials and debris become the property of the Contractor. The Contractor shall dispose of these Materials and debris immediately. G. The Contractor shall restore and replant or resurface adjoining properties to match existing grades and existing surfaces. H. The Contractor shall install erosion and sediment control needed to stabilize the Project site. Unless the Contract specifically provides for payment for this item,the Agency will make no separate or additional payment for final trimming and cleanup. 00140.95 "AS-BUILT" Drawings -The Contractor shall maintain a current and accurate record of Work completed during the course of this Contract and make available to the Engineer updated copies of the project"As-Builts"for Engineer's review at any time. These"As-Builts"drawings shall be kept by accurately marking a designated set of the Contract plans with the specified information as Work proceeds. Accurate, complete and current "As-Built" drawings are a specified requirement for monthly progress payments of the Work completed. "As-Builts" shall be reviewed for completeness before recommendation of payment is granted.Incomplete or insufficient"As-Builts"will be returned to the Contractor and recommendation for progress payment denied. At project completion and as a condition of final payment,the Contractor shall deliver an acceptable complete and legible set of"As- Built" drawings to the Engineer. The "As-Built" drawings shall show the information listed below. Where the term "locate" or "location"is used,it shall mean record of position with respect to both the construction vertical datum and either construction horizontal datum or a nearby permanent improvement. A. As-built location of underground and surface services and utilities as installed B. As-built location of existing underground and surface utilities and services that are to remain and that are encountered during the course of the Work C. As-built changes in dimension, location,grade or detail to that shown on plans D. As-built changes made by change order E. As-built details not in original plans F. As-built fully completed shop drawings reflecting all revisions Upon completion of the construction,the Contractor shall review and certify the construction set of "As-Built" drawings for completeness and accuracy of representation of any changes. Final payment will not be processed until"As-Built" drawings have been submitted and approved. Attachment K—General Conditions Page 20 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 Section 00150 - Control of Work 00150.00 Authority of the Engineer (Project Manager) -The Engineer has authority over the Work and its suspension. (see Section 00180) The Contractor shall perform all Work to the complete satisfaction of the Engineer. The Engineer's determination shall be final on all matters,including but not limited to the following: A. Quality and acceptability of Materials and workmanship B. Measurement of unit price Work C. Timely and proper prosecution of the Work D. Interpretation of Contract Documents E. Payments due under the Contract and, except as provided in Section 00199 for claims for additional Contract Time or Contract Price, may be challenged only through litigation. The Contractor shall direct all requests for clarification or interpretation of the Contract, in writing, to the Engineer. The Engineer will respond within a reasonable time. Contract clarification or interpretation obtained from persons other than the Engineer. Work performed under the Contract will not be considered complete until it has passed Final Inspection by the Engineer and has been accepted by the Agency. Interim approvals issued by the Engineer, including but not limited to Final Acceptance, will not discharge the Contractor from responsibility for errors in prosecution of the Work, for improper fabrication, for failure to comply with Contract requirements, or for other deficiencies, the nature of which are within the Contractor's control. The Engineer shall have the authority to appoint Inspectors and other personnel as required to assist in the administration of the Contract. The authority stated in this subsection is subject to the individuals delegated authority by the Agency. If the individual does not have the state authority, the subsection reference shall include Agency personnel that have such authority. 00150.02 Inspector's Authority and Duties -To the extent delegated under 00150.01, Inspectors are authorized to represent the Engineer and Project Manager to perform the following: A. Inspect Work performed and Materials furnished, including without limitation, the preparation, fabrication,or manufacture of Materials to be used; B. Orally reject defective Materials and to confirm such rejection in writing; C. By oral order, temporarily suspend the Work for improper prosecution pending the Engineer's decision; and D. Exercise additional delegated authority. Attachment K—General Conditions Page 21 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 Inspectors are not authorized to: A. Accept Work or Materials. B. Alter or waive provisions of the Contract. C. Give instructions or advice inconsistent with the Contract Documents. 00150.10 Coordination of Contract Documents -The Contract Documents, including but not limited to Contract Change Orders, the Special Provisions, the Plans, and the Standard Specifications are intended to collectively describe all of the items of Work necessary to complete the Project. The Contract Documents are complementary;what is required by one is as binding as if required by all. A. Order of Precedence - The Engineer will resolve any discrepancies between these documents in the following order of precedence: 1. Permits from outside agencies; 2. Contract (Agreement) 3. Addenda; 4. Bid Schedule; 5. Project Drawings; 6. Standard Drawings; 7. Special Provisions; 8. General Conditions; 9. Standard Specifications; 10. Geotechnical Data Reports; 11. Reviewed and accepted, stamped Working (Shop) Drawings (including Deferred Submittals); 12. Approved Unstamped Working (Shop) Drawings. Change Orders,Work Change Directives,Field Orders, and Engineer's written interpretation and clarifications, in precedence listed, will take precedence over all other Contract Document components referenced herein. Notes on a drawing shall take precedence over drawing details. Dimensions shown on the drawings, or that can be computed, shall take precedence over scaled dimensions. The Drawings with the higher level of detail take precedence over less detailed Drawings. B. Immaterial Discrepancies - The Contract Documents specify details for the construction and completion of the Work. If Contract Documents describe portions of the Work in sufficient detail but are silent in some minor respect, the Contractor may proceed utilizing the current best industry practices. C. Material Discrepancies - If the Contractor identifies a discrepancy, error, or omission in the Contract Documents that cannot be resolved by the approach specified in B above,the Contractor shall immediately request clarification from the Engineer Attachment K—General Conditions Page 22 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 00150.15 Construction Stakes, Lines, and Grades: A. Agency Responsibilities -The Engineer will provide the location of the existing benchmarks and horizontal control locations used to design the project and prepare the Plans. B. Contractor Responsibilities -The Contractor shall: 1. Accurately measure detailed dimensions, elevations, and slopes from the Engineer's benchmarks and horizontal control locations; 2. Provide all labor, materials and equipment to properly stake out the project so that it can be constructed in accordance with the Contract Documents.Any changes made shall be recorded and the changed vertical and horizontal locations incorporated into the "as-built" drawings. 3. Inform the Engineer of any property corners monuments and/or survey markers that are not shown on the Plans and are found during construction activities prior to disturbing the monuments.Allow the Agency 2 Work days for referencing all found markers before they are removed. Monuments that are noted on the Plans to be protected and are disturbed by the Contractor's activities shall be replaced by the Contractor's surveyor at the Contractor's expense in accordance with ORS Chapter 209. 00150.20 Inspection: A. Inspection by the Engineer -The Engineer may test Materials furnished and inspect Work performed by the Contractor to ensure Contract compliance. The Contractor shall notify the Engineer 48 hours (two full Work Days) in advance for inspection of each portion of the Work. Contractor shall not begin placing successive Courses or portions of Work until preceding Courses or portions of the Work have been inspected and approved by the Engineer. If the Contractor performs Work without the Engineer's inspection or uses Materials that the Engineer has not approved, the Engineer may order affected portions of the Work removed at the Contractor's expense. At the Engineer's direction, any time before the Work is accepted, the Contractor shall uncover portions of the completed Work for inspection. After inspection, the Contractor shall restore these portions of Work to the standard required by the Contract. If the Engineer rejects Work due to Materials or workmanship, or if the Contractor performed such Work without providing sufficient advance request for inspection to the Engineer, the Contractor shall bear all costs of uncovering and restoring the Work. If the Engineer accepts the uncovered Work, and the Contractor performed the Work only after providing the Engineer with sufficient advance notice, the costs of uncovering and restoring the Work will be paid for by the Agency according to 00195.20. B. Inspection Facilities -The Contractor shall furnish walkways,railings,ladders, shoring, tunnels, platforms,and other facilities necessary to permit the Engineer to have safe access to the Work to be inspected. The Contractor shall require producers and fabricators to provide safe inspection access as requested by the Engineer. Attachment K—General Conditions Page 23 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 C. Sampling-When directed by the Agency,the Contractor shall furnish the Engineer with samples of Materials that the Engineer will test. All of the Contractor's costs related to this required sampling are Incidental. D. Inspection by Third Parties -Where third parties have the right to inspect the Work, the Contractor shall coordinate with the Engineer and shall provide safe inspection access. E. Contractor's Duty to Make Corrections -The Contractor shall perform all Work according to the Contract Documents. The Contractor shall correct Work that does not comply with the Contract Documents at its own expense. Inspection of the Work by the Engineer does not relieve the Contractor of responsibility for improper prosecution of the Work. 00150.25 Acceptability of Materials and Work -The Contractor shall furnish Materials and shall perform Work in Close Conformance to the Contract Documents. If the Engineer determines that the Materials furnished or the Work performed are not in Close Conformance with the Contract Documents, the Engineer may: A. Reject the Materials or Work and order the Contractor, at the Contractor's expense, to remove, replace,or otherwise correct any non-conformity; or B. Accept the Materials or Work as suitable for the intended purpose, adjust the amount paid for applicable Pay Items to account for diminished cost to the Contractor or diminished value to the Agency, document the adjustment, and provide written documentation to the Contractor regarding the basis of the adjustment. The Engineer's decisions concerning acceptability of Materials or Work will be final. 00150.30 Delivery of Notices -Written notices to the Contractor by the Engineer or the Agency will be delivered: A. In person; B. By U.S. Postal Service certified or registered mail (return receipt requested), to the current office address as shown in the records of the Agency; or C. By overnight delivery service of a private industry courier, to the current office address as shown in the records of the Agency. Notices shall be considered as having been received by the Contractor: A. At the time of actual receipt when delivered in person; B. At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by certified or registered,whichever is earlier; or C. At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service,whichever is earlier. Written notices to the Engineer or the Agency by the Contractor shall be delivered to the Agency address shown in the Special Provisions, unless a different address is agreed to by the Engineer, and shall be delivered: A. In person; Attachment K—General Conditions Page 24 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 B. By U.S. Postal Service certified or registered mail (return receipt requested); or C. By overnight delivery service of a private industry courier. Notices will be considered as having been received by the Agency: A. At the time of actual receipt when delivered in person; B. At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by certified or registered,whichever is earlier; or C. At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service, whichever is earlier. 00150.35 Submittals: 1. Description — Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, and miscellaneous Work-related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and warranty information and other instructions as specifically required in the Contract Documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the Contract Documents. 2. Contractor's Responsibilities 1. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated.The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Agency.The Contractor shall coordinate submittals among its subcontractors and suppliers including those submittals complying with unit responsibility requirements specified in applicable technical sections. 2. The Contractor shall coordinate submittals with the Work so that Work will not be delayed. It shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals.The Contractor shall not proceed with Work related to a submittal until the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor with the indication "No Exceptions Taken" or "Make Corrections Noted." 3. Submittals shall be carefully reviewed by an authorized representative of the Contractor prior to submission to the Engineer. Each submittal shall be dated and signed by the Contractor as being correct and in strict conformance with the Contract Documents. In the case of Shop Drawings, each sheet shall be so dated and signed. Any deviations from the Contract Attachment K—General Conditions Page 25 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 Documents shall be noted by the Engineer and Agency. The Engineer will only review submittals that have been so verified by the Contractor. Non-verified submittals will be returned to the Contractor without action taken by the Engineer, and any delays caused thereby shall be the total responsibility of the Contractor. 4. The Contractor shall certify on each submittal document that it has reviewed the submittal, verified field conditions, and complied with the contract documents. 5. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Agency with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the Work. 3. Shop Drawings and Product Submittals 1. Wherever called for in the Contract Documents or where required by the Engineer, the Contractor shall furnish to the Engineer for review,five (5) copies plus one reproducible copy or electronic file, of each Shop Drawing or Product submittal. Shop Drawings may include detail design calculations, shop-prepared drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. If a list, graph, catalog sheet, data sheet, etc. includes more than one item, clearly mark which item is the subject of the submittal. Shop Drawings shall bear the signature and seal of an engineer registered in the appropriate branch and in the state of Oregon, unless otherwise indicated. Whenever the Contractor is required to submit design calculations as part of a submittal, such calculations shall bear the signature and seal of an engineer registered in the appropriate branch and in the state of Oregon,unless otherwise indicated. 2. Shop Drawing and Product submittals shall be accompanied by the Engineers standard submittal transmittal form, a reproducible copy of which is available from the Engineer. A submittal without the form or where applicable items on the form are not completed will be returned for resubmittal. 3. Organization a) A single submittal transmittal form shall be used for each technical specification section or item or class of material or equipment for which a submittal is required. A single submittal covering multiple sections will not be acceptable, unless the primary specification references other sections for components. Example: if a pump section references other sections for the motor, shop-applied protective coating, anchor bolts, local control panel, and variable frequency drive, a single submittal would be acceptable. A single submittal covering vertical turbine pumps and horizontal split case pumps would not be acceptable. b) On the transmittal form, index the components of the submittal and insert tabs in the submittal to match the components. Relate the submittal components to specification paragraph and subparagraph, Drawing number, detail number, schedule title, room number, or building name, as applicable. c) Unless indicated otherwise, terminology and equipment names and numbers used in submittals shall match those used in the Contract Documents Attachment K—General Conditions Page 26 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 4. Format a) Minimum sheetsize shall be 8.5 inches by 11 inches. Maximum sheet size shall be 22 inches by 34 inches. Every page in a submittal shall be numbered in sequence. Each copy of a submittal shall be collated and stapled or bound, as appropriate. The Engineer will not collate sheets or copies. b) Where product data from a manufacturer is submitted, clearly mark which model is proposed, with complete pertinent data capacities, dimensions, clearances, diagrams, controls, connections, anchorage, and supports. Sufficient level of detail shall be presented for assessment of compliance with the Contract Documents. c) Each submittal shall be assigned a unique number. Submittals shall be numbered sequentially, and the submittal numbers shall be clearly noted on the transmittal. Original submittals shall be assigned a numeric submittal number (e.g., 25). If submittal "25" requires a resubmittal,the first resubmittal will bear the designation "25.A" and the second resubmittal will bear the designation "25.B" and so on. d) If there is a follow-up submittal related to a previously submitted class of material or type of equipment(e.g., follow-up submittal to submittal"25"),it shall be assigned the number "25.1". If submittal "25.1" requires a resubmittal, the first resubmittal will bear the designation "25.1.A" and the second resubmittal will bear the designation"25.1.13" and so on 5. Disorganized submittals that do not meet the requirements of the Contract Documents will be returned without review. 6. Except as may otherwise be indicated,the Engineer will return prints of each submittal to the Contractor with comments noted thereon,within 21 Days following receipt by the Engineer. It is considered reasonable that the Contractor will make a complete and acceptable submittal to the Engineer by the first resubmittal on an item. The Owner reserves the right to withhold monies due to the Contractor to cover additional costs of the Engineer's review beyond the first resubmittal. Engineer's cost for submittal review beyond the first resubmittal is provided in the Special Provisions. The Engineer's maximum review period for each submittal or resubmittal will be 21 Days. 7. If a submittal is returned to the Contractor marked "NO EXCEPTIONS TAKEN," formal revision and resubmission will not be required. 8. If a submittal is returned marked "MAKE CORRECTIONS NOTED," Contractor shall make the corrections on the submittal, but formal revision and resubmission will not be required, except where specifically required by Engineer as indicated on the submittal review form. 9. If a submittal is returned marked "AMEND-RESUBMIT," the Contractor shall revise it and shall resubmit the required number of copies to the Engineer for review. Resubmittal of portions of multi-page or multi-drawing submittals will not be allowed. For example,if a Shop Drawing submittal consisting of 10 drawings contains one drawing noted as "AMEND - RESUBMIT," the submittal as a whole is deemed"AMEND -RESUBMIT," and 10 drawings are required to be resubmitted. Attachment K—General Conditions Page 27 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 10. If a submittal is returned marked "REJECTED-RESUBMIT," it shall mean either that the proposed material or product does not satisfy the specification,the submittal is so incomplete that it cannot be reviewed, or is a substitution request not submitted in accordance with the General Conditions. In the first 2 cases, the Contractor shall prepare a new submittal and shall submit the required number of copies to the Engineer for review. In the latter case, the Contractor shall submit the substitution request according to the General Conditions. 11. Resubmittal of rejected portions of a previous submittal will not be allowed. Every change from a submittal to a resubmittal or from a resubmittal to a subsequent resubmittal shall be identified and flagged on the resubmittal. 12. Fabrication of an item may commence only after the Engineer has reviewed the pertinent submittals and returned copies to the Contractor marked either "NO EXCEPTIONS TAKEN" or"MAKE CORRECTIONS NOTED". Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as changes to the Contract requirements. 13. Corrections or comments made on the Contractor's Shop Drawings during review do not relieve the Contractor from compliance with Contract Drawings and Specifications. Review is for conformance to the design concept and general compliance with the Contract Documents only. The Contractor is responsible for confirming and correlating quantities and dimensions, fabrication processes and techniques, coordinating Work with the trades, and satisfactory and safe performance of the Work. 4. Quality Control (QC) Submittals 1. Quality control submittals are defined as those required by the Specifications to present documentary evidence to the Engineer that the Contractor has satisfied certain requirements of the Contract Documents. 2. Unless otherwise indicated, QC submittals shall be submitted: a) Before delivery and unloading, for the following types of submittals: • Manufacturers' installation instructions • Manufacturers' and Installers' experience qualifications • Ready mix concrete delivery tickets • Design calculations • Affidavits and manufacturers' certification of compliance with indicated product requirements • Laboratory analysis results • Factory test reports' b) For the following types of submittals, the manufacturer's field representative shall submit a draft certification prior to leaving the Project site and a final certification within 7 days of the event documented. • Manufacturers' field representative certification of proper installation Attachment K—General Conditions Page 28 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 c) Within 30 Days of the event documented for the following types of submittals: • Field measurement • Field test reports • Receipt of permit • Receipt of regulatory approval 3. The Engineer will record the date that a QC submittal was received and review it for compliance with submittal requirements,but the review procedures above for Shop Drawings and samples will not apply. 5. Deferred Submittals to Agency 1. For the purposes of this section, Deferred Submittals are defined as those portions of the Project that are Contractor-designed and must be submitted to the Agency's building official for approval and to meet Building Permit plan review requirements. 2. The Engineer will schedule a pre-submittal conference with the Contractor and Agency's building official to discuss proposed Deferred Submittal items, requirements, and review schedule. 3. The Contractor shall list the Deferred Submittals on the title or cover sheet of the Drawings for submission to the Agency and shall state the design criteria/assumptions of the Deferred Submittal items on the plans. Deferred Submittals shall include details for connection of materials to the structure and calculations showing that the specified structural requirements are met. 4. The Contractor shall submit Deferred Submittals to the Engineer for review for general conformance to the design of the structure. Neither the Agency nor the Engineer is responsible for coordination of Deferred Submittal components with Contract Documents. Review does not lessen nor shift burden or responsibility from Contractor or assigned subcontractor/supplier to the Agency or Engineer. The Engineer, upon confirming the Deferred Submittals are in general conformance with the design, shall forward the Deferred Submittals to the building official. Contractor is responsible, with no exceptions, to ensure that building official's Deferred Submittal review will not adversely affect Project's construction schedule. The Deferred Submittal items shall not be installed by the Contractor until the design and Deferred Submittals have been approved by the building official. 6. Effect of Review of Contractor's Submittals 1. Review of Contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Agency,or by any officer or employee thereof,and the Contractor shall have no claim under the contract on account of the failure,or partial failure, of the method of work, material, or equipment so reviewed. An indication of"NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Agency or Engineer has no Attachment K—General Conditions Page 29 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 objection to the Contractor, upon its own responsibility, using the plan or method of Work proposed, or providing the materials or equipment proposed. 00150.37 Equipment Lists and Other Submittals -The Contractor shall submit Equipment lists, and other required submittals for approval by the Engineer. With each submittal, the Contractor shall clearly identify the applicable specification sub-section and the product make, model, size and proposed options. 00150.40 Cooperation and Superintendence by the Contractor -The Contractor is responsible for full management of all aspects of the Work, including superintendence of all Work by Subcontractors, Suppliers,and other providers. The Contractor shall appoint a single Superintendent and may also appoint alternate Superintendents as necessary to control the Work. The form of appointment of the alternate shall state, in writing, the alternate's name, duration of appointment in the absence of the Superintendent,and scope of authority. The Contractor shall: A. Provide for the cooperation and superintendence on the Project by: 1. Furnishing the Engineer all data necessary to determine the actual cost of all or any part of the Work;added Work; or changed Work. 2. Allowing the Engineer reasonable access to the Contractor's books and records at all times. To the extent permitted by public records laws, the Engineer will make reasonable efforts to honor the Contractor's Request for protection of confidential information. 3. Keeping one complete set of Contract Documents on the Project Site at all times, available for use by all the Contractor's own organization, and by the Engineer if necessary. 4. Providing notification to a representative of the City Communications team, which may include the City Project Manager, Engineer or other City staff as defined in the pre- construction meeting, prior to communications with businesses within the Main Street corridor as part of the project. Approval for the Contractor to coordinate directly with the businesses must be provided by the Communications Team prior to said coordination occurring B. Appoint a single Superintendent and any alternate Superintendent who shall meet the following qualifications: 1. Appointees shall be competent to manage all aspects of the Work. 2. Appointees shall be from the Contractor's own organization. 3. Appointees shall have performed similar duties on at least one previous project of the size, scope and complexity as the current Contract. 4. Appointees shall be experienced in the types of Work being performed. 5. Appointees shall be capable of reading and thoroughly understanding the Contract Documents. C. The appointed single Superintendent, or any alternate Superintendent shall: 1. Be present for all On-Site Work,regardless of the amount to be performed by the Contractor, Subcontractors, Suppliers, or other providers,unless the Engineer provides prior approval of the Superintendent's or alternate Superintendent's absence. 2. Be equipped with a two-way radio or cell phone capable of communicating throughout the project during all the hours of Work on the Project Site and be available for communication with the Engineer. 3. Have full authority and responsibility to promptly execute orders or directions of the Engineer. Attachment K—General Conditions Page 30 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 4. Have full authority and responsibility to promptly supply the Materials,Equipment,labor,and Incidentals required for performance of the Work. 5. Coordinate and control all Work performed under the Contract, including without limitation the Work performed by Subcontractors,Suppliers, and Owner Operators. 6. Diligently pursue progress of the Work according to the schedule requirements of Section 00180. 7. Cooperate in good faith with the Engineer,Inspectors, and other contractors in performance of the Work. 8. Provide all assistance reasonably required by the Engineer to obtain information regarding the nature,quantity,and quality of any part of the Work. 9. Provide access, facilities and assistance to the Engineer in establishing such lines, grades and points as the Engineer requires. 10. Carefully protect and preserve the Engineer's benchmarks and horizontal control locations. Any Superintendent or alternate Superintendent who repeatedly fails to follow the Engineer's written or oral orders,directions,instructions,or determinations, shall be subject to removal from the project. If the Contractor fails or neglects to provide a Superintendent, or an alternate Superintendent, and no prior approval has been granted, the Engineer has the authority to suspend the Work according to 00180.70. Any continued Work by the Contractor, Subcontractors, Suppliers, or other providers may be subject to rejection and removal. The Contractor's repeated failure or neglect to provide the superintendence required by these provisions constitutes a material breach of the Contract, and the Engineer may impose any remedies available under the Contract,including but not limited to Contract termination. 00150.50 Cooperation with Utilities A. General-As specified in the Special Provisions or as shown on the Plans, existing Utilities requiring adjustment may be adjusted by the Utility before, during, or after Project construction. "Adjustment of Utilities" shall mean the alteration, improvement, connection, disconnection, relocation, or removal of existing Utility lines, facilities, or systems in temporary or permanent manner. B. Contractor's Responsibilities -The Contractor shall: 1. Follow applicable rules adopted by the Oregon Utility Notification Center; 2. Contact Utility owners after the Contract is awarded to verify all Utilities'involvement on the Project Site; 3. Coordinate Project construction with the Utilities' planned adjustments, take all precautions necessary to prevent disruption of Utility service, and perform its Work in the manner that results in the least inconvenience to the Utility owners; 4. Include all Utility adjustment work,whether to be performed by the Contractor or the Utilities, on the Contractor's Project Work schedule submitted under 00180.41; 5. Protect from damage or disturbance any Utility that remains within the area in which Work is being performed; 6. Not disturb an existing Utility if it requires an unanticipated adjustment, but shall protect it from damage or disturbance and promptly notify the Engineer; and Attachment K—General Conditions Page 31 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 7. Report to the Engineer any Utility owner who fails to cooperate or fails to follow the planned Utility adjustment. Subject to the Engineer's approval,the Contractor may propose adjustments to the Utilities by asking the Utility owners to move, remove, or alter their facilities in ways other than as shown on the Plans or in the Special Provisions. The Contractor shall conduct all negotiations, make all arrangements, and assume all costs that arise from such changes. C. Notification-This Project is located within the Oregon Utility Notification Center area which is a Utilities notification system for notifying owners of Utilities about Work being performed in the vicinity of their facilities. The Utilities notification system telephone number is 811 (or use the old number which is 1-800-332-2344. The Contractor shall comply with the rules of the Oregon Utility Notification Center, OAR 952- 001-0010 through OAR 952-001-0090, and ORS 757.993. The Contractor may contact the Oregon Utility Notification Center at 503-232-1987 about these rules. 00150.53 Utilities and Existing Improvements: A. General- Information shown on the Plans as to the location of existing water courses and utilities has been compiled from available sources and may not be accurate. The Contractor shall determine the location and nature of affected water courses, utilities and underground improvements prior to commencing Work. The Contractor shall provide for the flow of water courses and essential utilities that may be interrupted during the progress of the Work and shall restore such water courses or utilities after completion of the Work. The Contractor shall be responsible for exploratory excavations as it deems necessary to determine the exact locations and depths of utilities which may interfere with Work. All such exploratory excavations shall be performed as soon as practicable after Notice to Proceed and,in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor's progress. When such exploratory excavations show the utility location as shown on the Plans to be in error, the Contractor shall so notify the Engineer. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. Unless otherwise provided in the Special Provisions, all potholing and exploratory work shall be incidental to the Work and no separate payment shall be made therefore. The Contractor shall coordinate project construction with the adjustment of utilities, take all necessary precautions to prevent disturbing the utilities, and perform work so that utility owners and users are caused a minimum of inconvenience. The Contractor shall protect underground utilities and other improvements which may be impaired during construction operations,regardless of whether or the not the utilities are indicated on the Plans. The Contractor shall take all possible precautions for the protection of unforeseen Attachment K—General Conditions Page 32 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. To ease or streamline the work,the Contractor may desire to adjust the utilities by asking the utility owners to move, remove, or alter their equipment in ways other than those shown on the Plans or in the Contract Documents. The Contractor shall conduct the negotiations, make the arrangements, and pay all costs that arise from such changes. B. Utilities to be Removed or Relocated -Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of the property of any public utility or franchise holder, such utility company or franchise holder shall be notified by the Contractor to remove or relocate such property within a specified reasonable time. When utility lines that are to be removed or relocated are encountered within the area of operations,the Contractor shall notify the utility company and the Engineer a sufficient time in advance for the necessary measures to be taken to prevent the interruption of service. C. Underground Utilities and Improvements Indicated - Existing utility lines and underground improvements that are indicated or the locations of which are made known to the Contractor prior to excavation and that are to be retained,and all utility lines and underground improvements that are encountered during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the Contractor,unless otherwise repaired by the owner of damaged utility. If the owner of the damage facility performs its own repairs,the Contractor shall reimburse said owner for the costs of repair. D. Underground Utilities and Improvements Not Indicated - In the event that the Contractor damages existing utility lines or underground improvements that are not indicated in the Plans or marked in the field, or are not indicated or marked with reasonable accuracy, or the locations of which are not made known to the Contractor prior to excavation,the Contractor shall immediately provide a verbal report of such damage to the Engineer, and provide a written report thereof promptly thereafter.The Contractor shall immediately notify the owner of the damaged utility. If directed by the Engineer,repairs shall be made by the Contractor under the provisions for changes and extra work contained in the General Conditions. This subsection applies only to main line utilities. For service lines to private properties, see Subsection 00150.53E. For purposes of this section, "reasonable accuracy" is defined as within two (2) feet from the outside lateral dimensions of both sides of an underground utility or facility from actual location. No representation shall be made concerning the accuracy of vertical elevations of existing utilities, even if indicated in the plans, and no additional payment will be made for damage to utilities encountered at depths differing from those indicated. E. Underground Services Indicated or Not- If service lines are encountered, whether shown, marked or not, the Contractor shall take precautions to carefully work around them and repair them if they are damaged by the Contractor, at no additional cost to the Agency. Attachment K—General Conditions Page 33 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 F. Approval of Repairs -All repairs to a damaged utility or improvement shall be accepted and approved by an authorized representative of the utility or improvement owner and accepted by the Agency before being concealed by backfill or other Work. G. Agency's Right of Access -The right reserved to the Agency and to the owners of public utilities and franchises to enter at any time upon any public street, alley,right-of-way, or easement for the purpose of making changes in their property made necessary by the Work of this Contract. 00150.55 Cooperation with Other Contractors -The Agency reserves the right to perform other work on or near the Project Site,including without limitation any Materials site,with forces other than those of the Contractor. If such work takes place on or near the Project Site, the Contractor shall have the following obligations: A. The Contractor shall coordinate Work with other contractors or forces. B. The Contractor shall cooperate in good faith with all other contractors or forces. C. The Contractor shall perform the Work specified in the Contract in a way that will minimize interference and delay for all forces involved. D. The Contractor shall place and dispose of the Materials being used so as not to interfere with the operations of other forces. E. The Contractor shall join the Work with that of other forces in a manner acceptable to the Engineer or the Agency,and shall perform it in the accepted sequence with the work of the other force. The Engineer will resolve any disagreements under this Subsection that may arise among the Contractor and other work forces, or between the Contractor and the Agency. The Engineer's decision in these matters is final, as provided in 00150.00. When the schedules for Work of the Contractor and the work of other forces overlap,each contractor involved shall submit a current, realistic progress schedule to the Engineer. Before the Engineer accepts the schedule, each party shall have the opportunity to review all schedules. After this review and any necessary consultations, the Engineer will determine acceptable schedules. The Contractor waives any right it may have to make claims against the Agency for any damages or claims that may arise because of inconvenience, delay, or loss due solely to the presence of other contractors working on or near the Project Site. If the Contract gives notice of work to be performed by other forces that may affect the Contractor's Work under the Contract, the Contractor shall include any costs associated with coordination of the Work in the appropriate Pay Item or as a portion of a Pay Item. In an emergency, the contractor most immediately able to respond may repair a facility or Utility of another contractor in order to prevent further damage to the facility, Utility, or other Structure as a result of the emergency. 00150.60 Construction Equipment Restrictions: Attachment K—General Conditions Page 34 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 A. Load and Speed Restrictions for Construction Vehicles and Equipment -The Contractor shall comply with legal weight and speed restrictions when moving Materials or Equipment beyond the limits of the Project Site. The Contractor shall control vehicle and Equipment loads and speeds within the Project Site according to the following restrictions,unless the Special Provisions provide otherwise: 1. The Contractor shall restrict loads and speeds as necessary to avoid displacement or loss of Materials on Subgrades and Aggregate Bases. 2. The Contractor shall restrict weights to legal loads, and shall travel at speeds of no more than 45 mph or the posted construction speed, whichever is less, on treated Bases, Pavement, or wearing Courses. 3. The Contractor shall not cross Bridges or other Structures with Equipment or vehicles exceeding the legal load limit without prior written permission of the Engineer. The Contractor shall make any such request in writing, describing the loading details and the arrangement, movement, and position of the Equipment on the Structure. The Contractor shall comply with any restrictions or conditions included in the Engineer's written permission. B. Protection of Buried Items - The Contractor shall use temporary fill or other methods to avoid overload of pipes, box culverts, and other items that are covered, or to be covered, by fill or backfill. C. Responsibility for Damages -The Contractor shall assume responsibility for damages caused by excessive Equipment speed or loads while performing the Work, both inside and outside the Project Site. The Engineer's permission to cross Bridges and other Structures, according to 00150.60(a) will not relieve the Contractor from responsibility for load-caused damages. 00150.70 Detrimental Operations -The Contractor shall avoid operations whose methods, conditions, or timing may injure people or damage property or the Work. Damage may include without limitation, staining surfaces with mud or asphalt, or damaging utilities, structures or foundations. (Also see 00150.60, 00150.75, and Section 00170) When any such damage occurs, the Engineer will determine if it is to be corrected by repair, replacement,or compensatory payment by the Contractor. If compensatory payment is required,the Engineer will determine the amount. Compensatory payment may be deducted from monies due or to become due to the Contractor under the Contract. 00150.75 Protection and Maintenance of Work During Construction -The Contractor shall protect and maintain the Work during construction and until Third Notification has been issued, unless otherwise provided in the Contract. For the purposes of this Subsection, "maintenance" shall include measures to prevent deterioration of Roadway and Structures at the Project Site, and to keep them in good condition at all times during the prosecution of the Work. The Contractor shall continuously allocate sufficient Equipment and workers to achieve such maintenance. If the Contract requires the placement of a Course upon a previously constructed Course or Subgrade, the Contractor shall maintain the previous Course or Subgrade during all construction operations. Attachment K—General Conditions Page 35 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 The Contractor shall include costs of protecting and maintaining the Work during construction in the unit prices bid for the various Pay Items. The Contractor will not be paid an additional amount for this Work,unless otherwise specified. The Engineer will timely notify the Contractor of Contractor's noncompliance with this Subsection. If the Contractor fails to remedy unsatisfactory protection or maintenance within 24 hours after receipt of such notice,the Engineer may proceed to remedy the deficiency,and deduct the entire cost from monies due or to become due the Contractor under the Contract. 00150.80 Removal of Unacceptable and Unauthorized Work -The Contractor shall correct or remove unacceptable Work and remove unauthorized work, as directed by the Engineer in writing. The Contractor shall replace such work with Work and Materials conforming to the requirements of the Contract. For the purposes of this Subsection, "unauthorized work" shall include without limitation the following: A. Work that extends beyond lines shown on the Plans or otherwise established by the Engineer; B. Work that is contrary to the Engineer's instructions;and C. Work that is conducted without the Engineer's written authorization. The Agency will not pay the Contractor for unacceptable Work, except as provided in 00150.25, or unauthorized work. The Engineer may issue a written order for the correction or removal of such work at the Contractor's expense. If, when ordered by the Engineer, the Contractor fails to correct or remove unacceptable Work or unauthorized work,the Engineer may have the correction,removal,or removal and replacement,done by others and deduct the entire cost from monies due or to become due the Contractor under the Contract. 00150.90 Final Inspection: A. On-site Construction Work -The Engineer will inspect the Project at a time close to the completion of On-Site Work for Contractor's compliance with the Contract Documents. When all On-Site Work on the Project is completed, including but not limited to Change Order Work and Extra Work, the Engineer will issue Second Notification as specified in 00180.50G including notification of required corrective work (punch list) to be completed prior to Engineer's issuance of Third Notification (Final Completion). Within 15 Calendar Days after the Engineer receives the Contractor's written notification that all punch list items, final trimming and cleanup according to 00140.90 have been completed, the Engineer will inspect the Project and notify the Contractor that all Work is complete,or within 15 Calendar Days of inspection will give the Contractor written instruction regarding incomplete or unsatisfactory Work. Attachment K—General Conditions Page 36 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00150 B. All Contract Work -The Engineer will issue the Third Notification when the Contractor has satisfactorily accomplished all of the following: 1. The Contractor has completed all On-Site Work required under the Contract, including the punch list items from (a) above; 2. The Contractor has removed all Equipment; and 3. The Contractor has submitted all required certifications, bills, forms, warranties and other documents. 4. The Contractor has submitted complete and acceptable "As-Built" drawings as specified in 00140.95. 00150.91 Post-Construction Review-The Contractor or the Engineer may request a Post- Construction Review meeting, to be held at a time prior to issuance of Third Notification but not earlier than 15 Days following the date of Second Notification. The meeting may be held if agreed to by both parties. The party making the request will conduct the meeting, and will announce the time and place of the meeting at least 15 Days prior to the meeting date. The purpose of this meeting is to examine the Project for possible process improvements that may benefit future projects. 00150.95 Final Acceptance -After the Engineer completes Final Inspection of all Work including all corrective work identified by the Agency during the Correction Period, the Agency will acknowledge Final Acceptance. The Agency will notify the Contractor in writing of the date of Final Acceptance within 7 Calendar Days after Final Acceptance,or as soon thereafter as is practicable. 00150.96 Maintenance Warranties and Guarantees - Prior to Second Notification,the Contractor shall transfer to the Agency all unexpired manufacturers', suppliers' and installers' warranties and guarantees for Materials and Equipment installed on the Project. Such warranties and guarantees shall recite that they are enforceable by the Agency. 00150.97 Responsibility for Materials and Workmanship: A. The Contractor shall perform the Work according to the terms, conditions, and requirements of the Contract. B. Until the Agency's Final Acceptance of the Work, the Contractor shall be responsible for: 1. Correcting or repairing any defects in, or damage to, the Work which results from the use of improper or defective materials or workmanship;or 2. Replacing, in its entirety, the Work affected by the use of improper or defective materials or workmanship to the extent provided by law; and 3. Correcting or repairing any Work, Materials, Structures, Existing Surfacings, Pavement, Utilities, or sites, including without limitation Wetlands, damaged or disturbed in that correction,repair,or replacement. (see 00170.80 to 00170.85). Attachment K—General Conditions Page 37 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00160 Section 00160 - Source of Materials 00160.00 Definitions -The following definitions apply to Section 00160: A. Prospective Source -Agency-furnished Materials source, use of which by the Contractor is optional. The Agency makes no guarantee or representation, by implication or otherwise, of the land use status, quantity, quality, or acceptability of Materials available from it, except as may be stated in the Special Provisions. B. Mandatory Source -Agency-furnished Materials source, use of which by the Contractor is required. 00160.01 Notification of Source of Supply and Materials: A. All Materials -The Contractor shall notify the Engineer in writing of all proposed Materials sources of supply, including without limitation any steel or other fabricators within the following time frames: 1. At least 15 Calendar Days before using or fabricating Materials, if source is within the State; or 2. At least 45 Calendar Days before using or fabricating Materials, if source is outside the State B. Prospective Source Materials -When given an option to use Prospective Sources of Materials to be incorporated into the Work,the Contractor shall notify the Engineer in writing of the option selected within 15 Calendar Days from date of Notice to Proceed. Otherwise, such Materials sources may become unavailable. C. Approval Required -Before allowing production or delivery of Materials to begin from any source,the Contractor must obtain the Engineer's approval. Approval to use any source does not imply that Materials from that source will be accepted. If approved sources do not provide Materials that meet Specifications, the Materials will be rejected. The Contractor will then be responsible for locating other sources and obtaining the Engineer's approval. D. Terms Required -The Contractor shall comply with 00170.07. 00160.05 Qualified Products List (QPL) -The QPL is a listing of manufactured products available on the market (shelf items) that ODOT has evaluated and found suitable for a specified use in construction. The QPL is available from ODOT's Construction Section website at: www.oregon.gov/ODOT/construction/pag�es/qualified-products.aspx The current version of the QPL at the time of Bid Closing is the version in effect for the Project. The Engineer may approve for use a conditionally qualified product, or a product qualified for inclusion in a later edition of the QPL, if the Engineer finds the product acceptable for use on the Project. Use of listed products shall be restricted to the category of use for which they are listed. The Contractor shall install all products as recommended by the manufacturer. The Contractor shall replace qualified products not conforming to Specifications or not properly handled or installed at the Contractor's expense. Attachment K—General Conditions Page 38 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00160 00160.10 Ordering,Producing,and Furnishing Materials -The Contractor shall not place orders for or produce full quantities of Materials anticipated to be required to complete the Work until the Work has advanced to a stage that allows the quantities to be determined with reasonable accuracy. A. Contractor's Duties - In purchasing,producing,or delivering Materials,the Contractor shall take into account the following: 1. Kind of work involved; 2. Amount of work involved; 3. Time required to obtain Materials; and 4. Other relevant factors. B. Quantity of Materials -Materials quantities shown on the Plans, or indicated by quantities and Pay Items, are subject to change or elimination. The Contractor is responsible for payment for excess Materials delivered to the Project Site or storage sites. Unless otherwise specified in the Contract,the Agency will not be responsible for: 1. Materials the Contractor may deliver or produce in excess of Contract requirements; 2. Extra expense the Contractor may incur because Materials were not ordered or produced earlier; or 3. The Contractor's expenses related to Materials ordered by the Contractor that are not subsequently approved for use. 00160.20 Preferences for Materials: A. Buy America- If federal highway funds are involved on the Project, the Contractor shall limit the quantity of foreign Materials incorporated into the Work as follows. Section 635.410 of Title 23, Code of Federal Regulations, and the Intermodal Surface Transportation Efficiency Act require that all iron or steel manufacturing processes, including without limitation the casting of ingots, for iron or steel Materials permanently incorporated into the Project shall occur in the United States,unless the cost of foreign-origin iron or steel Materials does not exceed one-tenth of one percent (0.1%) of the Contract Amount or $2,500, whichever is greater. The Contractor shall not incorporate foreign-origin iron or steel Materials in excess of this amount into the Project. All foreign-origin iron or steel Materials incorporated in the Project in excess of the amount indicated above shall be removed and replaced with domestic iron or steel Materials at the Contractor's expense. For purposes of this Specification, the cost of foreign-origin iron or steel Materials shall be the value of the iron or steel products as of the date they are delivered to the Project Site. Manufacturing processes include without limitation the application of coatings to finished iron or steel products or components. Coatings include epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of the steel or iron product or component. The Contractor shall provide the Engineer with a Certificate of Materials Origin, on a form furnished by the Engineer,before incorporating any iron or steel products into the Project. Unless a Certificate of Materials Origin has been provided to the Engineer, the Materials shall be considered of foreign origin. Attachment K—General Conditions Page 39 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00160 The Contractor shall retain manufacturers' certificates verifying the origin of all domestic iron or steel Materials for 3 years after the date of final payment for the Project, and shall furnish copies to the Engineer upon request. B. Buy Oregon -According to ORS 279A.120, the Contractor shall give preference to goods or services produced in Oregon if price, fitness, availability, and quality are equal. This provision does not apply to Contracts financed wholly or in part by federal funds. C. Recycled Materials -According to ORS 279A.010, ORS 279A.125, ORS 279A.145, ORS 279A.150, and ORS 279A.155, and subject to the approval of the Engineer,the Contractor shall use recycled products to the maximum extent economically feasible. 00160.30 Agency-Furnished Materials - Unless otherwise specified in the Special Provisions, Materials listed as Agency-furnished will be available to the Contractor free of charge. The Contractor shall be responsible for all Materials furnished by the Agency and shall pay all demurrage and storage charges. The Contractor shall replace at its expense Agency-furnished Materials lost or damaged due to any cause. The locations at which Agency-furnished Materials are available will be specified in the Special Provisions. If the locations are not listed in the Special Provisions, the Agency-furnished Materials will be furnished to the Contractor at the Project Site. In either case, all costs of handling, hauling, unloading, and placing Agency-furnished Material shall be considered included in the price paid for the Pay Item involving such Material. All Agency-furnished Materials not incorporated into the Work remains the property of the Agency. The Contractor shall deliver such Materials as directed by the Engineer. 00160.50 Agency-Controlled Land;Limitations and Requirements: A. General-The Contractor shall have no property rights in, or right of occupancy on, Agency- Controlled Land. Nor shall the Contractor have the right to sell,use,remove,or otherwise dispose of any material from Agency-Controlled Land,areas,or property,except as specified in the Special Provisions or by the written authorization of the Engineer. Unless authorized in the Contract,the Contractor shall not disturb any material within Rights-of- Way without written authorization from the Engineer. Unless otherwise specified in the Contract, the ownership of all materials originating on Agency- Controlled Lands will at all times vest in,and remain within the control of,the Agency. B. Waste, Excess, and By-Product Materials -All waste, excess, and by-product materials, collectively referred to in this Subsection as "By-Products", from the manufacture or production of Materials from Agency-Controlled Lands shall remain Agency property. Unless otherwise ordered by the Engineer in writing, By-Products shall be placed as required In the Special Provisions: Attachment K—General Conditions Page 40 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00160 1. In stockpiles at designated locations 2. At locations and in shapes that are readily accessible; and 3. In such a manner as to avoid fouling areas containing useable materials, or interfering with future plant setups to use materials from the property. The Agency will not compensate the Contractor for handling and stockpiling By-Products according to the Special Provisions requirements. If by written order the Engineer directs the Contractor to stockpile or place designated By-Products at alternate sites, the By-Products designated shall be loaded,hauled, and placed as directed, and this work will be paid for according to 00195.20. 00160.60 Contractor-Furnished Materials and Sources: A. General- The Contractor shall furnish, at its own expense, all products and Materials required for the Project from sources of its own choosing,unless such sources have been specified in the Special Provisions or Plans as Prospective or Mandatory Sources. B. Acquisition of Sources -The Contractor shall acquire, at its own expense, the rights of access to, and the use of,all sources the Contractor chooses which are not Agency-controlled and made available by the Agency to the Contractor. C. Additional Requirements - Except for continuously-operated commercial sources, Work shall not begin, nor will any Materials be accepted by the Engineer,until the Contractor has: 1. Given to the Engineer a copy of permits from, or proof that permits are not required from: a) The Department of Geology and Mineral Industries, as required under ORS 517.790; b) The Department of State Lands,as required under ORS 196.815 (when removing material from the bed or banks of any waters or from any Wetland); and c) Local governmental authorities having jurisdiction over land use at the source location. 2. Furnished to the Engineer written approval of the property owner, if other than the Contractor, for the Contractor's proposed plans of operation in, and reclamation of, the source. The Contractor shall include in the document containing the property owner's written approval a summary of the requirements of the permits described above,which shall be subject to the Engineer's approval. 00160.70 Requirements for Plant Operations - Before operating mixing plants, Rock crushers, or other Equipment,the Contractor shall provide the Engineer copies of all applicable discharge permits for noise,air contaminants,and water pollutants from DEQ or applicable local jurisdictions,or a letter from DEQ or the local jurisdiction stating that no permits are required for the use of the Equipment and sites. 00160.80 Requirements for Sources of Borrow and Aggregate -The Contractor shall conduct operations according to all applicable federal, State, and local laws (including without limitation ORS 517 and OAR 632-030) when developing, using, and reclaiming all sources of Borrow material and Aggregate. The Contractor shall provide erosion control at Borrow sources that are not within the Project Site. The Contractor shall not operate in Wetlands except as allowed by permit. The Contractor shall comply with all requirements for pollution and sediment control, including without limitation the National Pollutant Discharge Elimination System where applicable. Attachment K—General Conditions Page 41 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00160 Except for continuously-operated commercial sources, the Contractor shall also conform to the following: A. If a natural growth of trees or shrubs is present,preserve a border of such to conceal land scars. B. Excavate Borrow sources and Aggregate sources, except for those in streams and rivers, to provide: 1. Reasonably uniform depths and widths; 2. Natural drainage so no water stands or collects in excavated areas,when practicable; 3. Slopes trimmed to blend with the adjacent terrain upon completion of operations; 4. Slopes covered with native soil, or acceptable plant rejects to support plant growth,if required by Specifications, Plans,or permits; and 5. A vegetative cover that blends with the adjacent natural growth. C. Excavate in quarries so that: 1. Faces will not be steeper than vertical (no overhang); 2. Vertical faces conform to Oregon OSHA standards,Division 3,and as shown on an approved development plan; 3. Floors or benches are excavated to a uniform Slope free of depressions and will drain and not interfere with the downland owner's property; and 4. Upon completion,the quarry is left appearing neat and compatible with surrounding terrain. D. Obliterate haul roads specifically built for access to sources, and restore the areas disturbed by these roads as nearly as practicable to the conditions that existed before the roads were built, unless otherwise directed by the landowner or regulatory body. Attachment K—General Conditions Page 42 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00165 Section 00165 - Quality of Materials 00165.00 General-The Contractor shall incorporate into the Work only Materials conforming to the Specifications and approved by the Engineer.The Contractor shall incorporate into the Work only manufactured products made of new materials unless otherwise specified in the Contract. The Agency may require additional testing or retesting to determine whether the Materials or manufactured products meet Specifications. Materials or manufactured products not meeting the Specifications at the time they are to be used are unacceptable and must be removed immediately from the Project Site, unless otherwise directed by the Engineer. 00165.01 Rejected Materials -The Engineer may reject any Materials that appear to be defective (00150.25) or that contain asbestos. The Contractor shall not incorporate any rejected Materials into the Work. Rejected Materials whose defects have been corrected may not be incorporated into the Work until the Engineer has approved their use. The Engineer may order the removal and replacement by the Contractor, at Contractor's expense, of any defective Materials. (refer also to 00150.20) 00165.03 Testing by Agency- When testing Materials, the Agency will conduct the tests in laboratories designated by the Engineer, even though certain AASHTO,ASTM, and other Materials specifications may require testing at the place of manufacture. Results of the Agency's tests will be made available to the Contractor. 00165.04 Costs of Testing -When the Contract requires that the Agency performs the testing, the testing will be at the Agency's expense. Unless otherwise provided in the Contract,all testing required to be performed by the Contractor will be at the Contractor's expense. 00165.10 Materials Acceptance Guides - Unless otherwise specified elsewhere in the Contract, Materials will be accepted according to the following guides: A. Field-Tested Materials - Field-tested Materials will be accepted according to the ODOT Manual of Field Test Procedures (MFTP) unless otherwise specified in the Special Provisions. The MFTP is published once per year and is available from the ODOT —Construction Section, 800 Airport Road SE; Salem, OR 97301-4798; phone 503-986-3000. The MFTP is also available on the ODOT Construction Section web site. B. Nonfield-Tested Materials -Nonfield-tested Materials will be accepted according to the ODOT Nonfield Tested Materials Acceptance Guide(NTMAG),unless otherwise specified in the Special Provisions. The NTMAG is available on the ODOT Construction Section web site. 00165.20 Materials Specifications and Test Method References - References to Materials specifications and test methods of ODOT, WAQTC, AASHTO, ASTM, other governmental agencies, or other recognized organizations mean those officially adopted and in current use by the agency or organization on the first date of Advertisement for Bids. Attachment K—General Conditions Page 43 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00165 If there are conflicting references,or if no reference is made to Materials specifications or test method, Materials must meet the Materials specifications or test methods required by the first applicable of the following agencies and organizations: A. Field-Tested Materials: 1. Special Provisions 2. Standard Specifications; and 3. MFTP B. Nonfield Tested Materials: 1. ODOT 2. WAQTC, 3. AASHTO, 4. ASTM; 5. Other recognized national organizations, such as ANSI,AWPA, IMSA, and UL; and 6. Industry standards in the location where the Work is being performed. If there are conflicting references in the Contract to required sampling and testing frequencies, the Contractor shall sample and test the Materials according to the first applicable of the following: A. Special Provisions; B. Standard Specification; and C. MFTP. 00165.30 Field-Tested Materials A. Acceptance of Field-Tested Materials -The Contractor's test results for field-tested Materials may be verified by the Agency. Materials will be analyzed as determined by the Engineer for acceptance before the Engineer will accept them for incorporation into the Work. Incorporated Materials that do not meet Specifications will be evaluated according to 00165.01 and 00150.25. If the Agency's verification testing reveals that the Contractor's data is incorrect,the Agency may require additional testing to determine whether the Materials meet Specifications. The Contractor shall perform additional quality control testing or provide split samples to the Agency for additional testing as directed. If the Materials do not meet Specifications, the Contractor shall reimburse the Agency for the cost of the additional testing,which may be deducted from monies due or to become due the Contractor under the Contract. Incorporated Materials that do not meet Specifications will be evaluated according to 00165.01 and 00150.25. If the Materials meet Specifications the Agency will pay the cost for the additional testing. 00165.35 Nonfield-Tested Materials -Materials will be subject to acceptance testing if the Engineer so elects. The Engineer may reject damaged or non-Specification Materials regardless of the Materials Test Results and Quality Compliance Certificates furnished. Attachment K—General Conditions Page 44 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00165 A. Test Results Certificate -The Certificate shall: 1. Be from the manufacturer verifying that the Material furnished has been sampled and tested and the test results meet the Specifications. 2. Include,or be accompanied by,a copy of the specified test results (ODOT,AASHTO,ASTM, UL or other). 3. Identify the independent testing agency and the representative responsible for the test results. 4. Permit positive determination that Material delivered to the Project is the same Material covered by the test results. 5. Be delivered to the Engineer with the shipment of the material. B. Quality Compliance Certificate - The Certificate from the manufacturer shall: 1. Verify that the Material meets the Specifications, and identify by number the specified test methods used, (C)DOT,AASHTO,ASTM, UL, or other) 2. Permit positive determination that Material delivered to the Project is the same Material covered by the certificate, 3. Be delivered to the Engineer with the shipment of the Material, or be an identification plate or mark, decal, sticker,label, or tag attached to the container or Material, C. Equipment List and Drawings -These consist of lists of proposed Equipment and Materials, such as: 1. Shop drawings 2. Material lists 3. Equipment lists 4. Catalog description sheets 5. Manufacturer's brochures Submit these lists to the Engineer for review of conformance with the Specifications. D. Certificate of Origin of Steel Materials -When specified, complete this document (C)DOT Form 734-2126) as required by 00160.20 for Federal-aid projects. 00165.50 Acceptance Sampling and Testing -The Contractor shall sample and test Materials for acceptance, as required by the Contract. Materials will be analyzed as determined by the Engineer for acceptance before the Engineer will accept them for incorporation into the Work. When the Engineer determines the Materials or Work does not conform to the Specifications the Engineer may accept the Materials or Work with pay adjustments or reject the Materials or Work per 00150.25. 00165.70 Use of Materials without Engineer's Acceptance: A. General-The Contractor shall not incorporate Materials into the Project prior to acceptance by the Engineer. The Engineer may waive this requirement temporarily if Materials are necessary for immediate traffic safety. Attachment K—General Conditions Page 45 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00165 B. Materials Incorporated for Immediate Traffic Safety- If Materials are incorporated into the Project for immediate traffic safety before acceptance by the Engineer, no payment will be made for the value of the Materials, or the costs of incorporating them,until Materials are accepted by the Engineer,or the Materials are otherwise found through testing to comply with Specifications. 00165.75 Storage and Handling of Materials -The Contractor shall store and handle Materials so as to preserve their quality and fitness for incorporation into the Work. The Contractor shall restore all storage sites to their original condition according to 00140.90, or to comply with any applicable permits, orders,or agreements, at the Contractor's expense. Stored Materials: A. Shall be readily accessible for inspection; B. May be stored on approved parts of the Right-of-Way; and C. May be stored on private property if written permission of the owner or lessor is obtained. 00165.80 Measurement -No separate measurement will be made of Work performed under this Section. 00165.90 Incidental Basis -No separate or additional payment will be made for sampling, testing, certification, or other associated Work performed under this Section, whether performed by the Contractor, manufacturer, producer or supplier. No payment will be made for providing quality control personnel. Attachment K—General Conditions Page 46 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 Section 00170 - Legal Relations and Responsibilities 00170.00 General-The Contractor shall comply with all laws, ordinances, codes, regulations and rules, (collectively referred to as "Laws" in this Section), that relate to the Work or to those engaged in the Work. Where the provisions of the Contract are inconsistent or in conflict,the Contractor shall comply with the more stringent standard. The Contractor shall indemnify, defend, and hold harmless the Agency and its representatives from liability arising from or related to the violation of Laws by those engaged in any phase of the Work. This provision does not apply to Work performed by Agency employees. In any litigation,the entire text of any order or permit issued by a governmental or regulatory authority, as well as any documents referenced or incorporated therein by reference, shall be admissible for the purpose of Contract interpretation. The Contract shall not be construed against either party regardless of which party drafted it. Other than as modified by the Contract, the applicable rules of contract construction and evidence shall apply. This Contract shall be governed by and construed according to the laws of the State of Oregon without regard to principles of conflict of laws. Any dispute between the Agency and the Contractor that arises from or relates to this Contract and that is not resolved under the provisions of Section 00199 shall be brought and conducted solely and exclusively within the Circuit Court for the State of Oregon in the county where the Agency's main office is located; provided, however, if a dispute must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. In no event shall this Subsection be construed as a waiver by the State of Oregon on any form of defense or immunity,whether sovereign immunity,governmental immunity,immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. CONTRACTOR BY EXECUTION OF THE CONTRACT HEREBY CONSENTS TO THE IN PERSONAM JURISDICTION OF THE COURTS REFERENCED IN THIS SECTION. 00170.01 Other Agencies Affecting Agency Contracts -Representatives of regulatory bodies or units of government whose Laws may apply to the Work shall have access to the Work according to 00150.20(d). These may include but are not limited to those in the following A,B, C, and D. A. Federal Agencies: Agriculture,Department of Forest Service Natural Resource Conservation Service Army,Department of the Corps of Engineers Commerce,Department of National Marine Fisheries Service Defense,Department of Energy,Department of Environmental Protection Agency (EPA) Attachment K—General Conditions Page 47 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 Federal Energy Regulatory Commission Geology Survey Health and Human Services,Department of Homeland Security,Department of U.S. Coast Guard (USCG) Housing and Urban Development,Department of Interior,Department of Heritage, Conservation, and Recreation Service Bureau of Indian Affairs Bureau of Land Management Bureau of Mines Bureau of Reclamation Geological Survey Minerals Management Service Office of Surface Mining, Reclamation, and Enforcement Solar Energy and Energy Conservation Bank U.S. Fish and Wildlife Service Labor,Department of Mine Safety and Health Administration Occupational Safety and Health Administration (OSHA) Transportation,Department of Federal Highway Administration Water Resources Council B. State of Oregon Agencies: Administrative Services,Department of Agriculture,Department of Natural Resources Division Soil and Water Conservation District Columbia River Gorge Commission Consumer and Business Services,Department of Insurance Division Oregon Occupational Safety and Health Division (OR-OSHA) Energy, Office of Environmental Quality,Department of(DEQ Fish and Wildlife, Department of Forestry,Department of Geology and Mineral Industries,Department of Human Resources,Department of Labor and Industries,Bureau of Land Conservation and Development Department Parks and Recreation,Department of State Lands,Department of Water Resources Department Attachment K—General Conditions Page 48 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 C. Local Agencies: City Councils County Courts County Commissioners, Boards of Design Commissions Historical Preservation Commissions Lane Regional Air Pollution Authority (LRAPA) Planning Commissions Port Districts Special Districts D. Oregon Federally Recognized Tribal Governments: Burns Paiute Tribe Confederated Tribes of Coos,Lower Umpqua and Siuslaw Indians Confederated Tribes of Grand Ronde Confederated Tribes of Siletz Confederated Tribes of Umatilla Indian Reservation Confederated Tribes of Warm Springs Coquille Tribe Cow Creek Band of Umpqua Indians Klamath Tribe 00170.02 Permits,Licenses, and Taxes -As required to accomplish the Work,the Contractor shall do the following. A. Obtain all necessary permits and licenses, except for those noted in 00170.03; B. Pay all applicable charges, fees and taxes,except for those noted in 00170.03; C. Give all notices required by applicable Laws, or under the terms of the Contract; D. Comply with ORS 274.530 relating to lease of stream beds by Oregon Division of State Lands; E. License,in the State of Oregon, all vehicles subject to licensing; F. Comply with ORS 477.625 and ORS 527.670 relating to clearing and fire hazards on forest lands; and G. Comply with all orders and permits issued by a governmental authority, whether local, State, or federal. 00170.03 Furnishing Rights-of-Way,Easements and Permits - Unless required to be obtained in the name of the Contractor, the Agency will obtain and pay for the following when they are required by the applicable Laws or by Plans or Specifications: A. All necessary Rights-of-Way, Easements and Rights-of-Entry; B. Permits required for crossing or encroaching upon navigable streams; C. Permits required for removing materials from or depositing materials in waterways; D. Permits required for operating in Agency-controlled source of Materials or disposal area; E. System development fees charged by local units of government; F. Building construction permits, not including specialty work such as heating, ventilation, air conditioning, or electrical; Attachment K—General Conditions Page 49 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 G. Cost of referencing and replacing endangered survey monuments; and H. Environmental permits,including erosion control permits. If, after the Bid Closing date, the Agency obtains any Permits, Rights-of-Way or Easements which require changes to the Work and thereby causes an increase or decrease in the cost of, or the time required for the performance of the Work,the Contractor shall submit information sufficient for the Engineer to determine the extent of the effects on the cost and/or schedule. If the Engineer agrees the cost and/or schedule will be affected by such changes, such effects will be handled in accordance with the General Conditions. The Engineer will provide the Contractor with a copy of any such Permits, Rights-of-Way or Easements. 00170.04 Patents, Copyrights, and Trademarks - Prior to use of designs, devices, materials, or processes protected by patent, copyright, or trademark, the Contractor shall obtain from the Entity entitled to enforce the patent,copyright,or trademark all necessary evidence of legal right,to use such design, device,material or process. The Contractor shall indemnify,defend and hold harmless the Agency and all third parties and political subdivisions having a possessory or ownership interest or regulatory authority over the Project or Project Site from claims of patent,copyright or trademark infringement,and from costs,expenses and damages the Contractor or Agency may be obligated to pay as a result of such infringement during or after completing the Work. 00170.05 Assignment of Antitrust Rights - The Contractor irrevocably assigns to the Agency any claim for relief or cause of action the Contractor acquires during the term of the Contract, or which may accrue thereafter,by reason of any violation of: A. Title 15 (Commerce and Trade),United States Code; B. ORS 646.725; or C. ORS 646.730. In connection with this assignment,it is an express obligation of the Contractor to take no action that would in any way impair or diminish the value of the rights assigned to the Agency according to the provisions of this Subsection. Further,it is the express obligation of the Contractor to take all action necessary to preserve the rights assigned. It is an express obligation of the Contractor to advise the Agency's legal counsel: A. In advance,of its intention to commence any action involving such claims for relief or causes of action; B. Immediately upon becoming aware of the fact that an action involving such claims for relief or causes of action has been commenced by some other person or persons; C. The date on which it notified the obligor(s) of any such claims for relief or causes of action of the fact of the Contractor's assignment to the Agency according to the provisions of this Subsection; and D. Immediately upon the discovery of any such antitrust claim for relief or cause of action. In the event any payment is made to the Contractor under any such claims for relief, the Contractor shall promptly pay the full sum over to the Agency. In the event the Contractor fails to make such Attachment K—General Conditions Page 50 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 payment, the Agency may deduct the amount from monies due or to become due the Contractor under the Contract. 00170.07 Record Requirements - For purposes of this Subsection the term "Contractor" includes the Contractor, all subcontractors, Material Suppliers, and providers of rented operated Equipment (except non-DBE truck drivers), at all tiers, for all subcontracts with first-tier Subcontractors, all subcontracts between the first-tier Subcontractors and their subcontractors and any other lower tier subcontracts, and "Related Entities" as that term is defined in OAR 734-010-0400. The Material Suppliers included in this definition are those for Aggregates, Asphalt Cement Concrete, Portland Cement Concrete and the supply and fabrication of structural steel items or Material Suppliers that provide quotes. A. Records Required -The Contractor shall maintain all records, whether created before or after execution of the Contract, or during Contract performance, or after Contract completion, to clearly document: 1. The Contractor's performance of the Contract or a subcontract; 2. The Contractor's ability to continue performance of the Contract or a subcontract; and 3. All claims arising from or relating to performance under the Contract or a subcontract. These records shall include all records,including fiscal records,regardless of when created for the Contractor's business. The records for the Contractor's business include without limitation the: 1. Bidding estimates and records,worksheets,tabulations or similar documents. 2. Job cost detail reports,including monthly totals. 3. Payroll records (including without limitation the ledger or register, and tax forms) and all documents which establish the periods,individuals involved, the hours for the individuals, and the rates for the individuals. 4. Records that identify the Equipment used by the Contractor and subcontractors in the performance of the Contract or subcontracts,including without limitation, Equipment lists, rental contracts and any records used in setting rental rates. 5. Invoices from vendors,rental agencies, and subcontractors. 6. Material quotes,invoices,purchase orders and requisitions. 7. Contracts with subcontractors and contracts with Material Suppliers, Suppliers and providers of rented equipment. 8. Contracts or documents of other arrangements with any Related Entity as defined in OAR 734-010-0040. 9. General ledger. 10. Trial Balance. 11. Financial statements (including without limitation the balance sheet, income statement, statement of cash flows, and financial statement notes). 12. Income tax returns. 13. All worksheets used to prepare bids or claims, or to establish the cost components for the Pay Items,including without limitation, the labor,benefits and insurance,Materials, Equipment, and subcontractors. Attachment K—General Conditions Page 51 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 The following are examples, but not an exhaustive list, of records that would be included, if generated by the Contractor. If the Contractor generates such records,or equivalent records,they are included among the records subject to 00170.07. 1. Daily time sheets and supervisor's daily reports. 2. Collective bargaining agreements. 3. Earnings records. 4. Journal entries and supporting schedules. 5. Insurance,welfare, and benefits records. 6. Material cost distribution worksheet. 7. Subcontractors' and lower tier subcontractors'payment certificates. 8. Payroll and vendor's cancelled checks. 9. Cash disbursements journal. 10. All documents related to each and every claim together with all documents that support the amount of damages as to each claim. 11. Additional financial statements (including without limitation the balance sheet,income statement, statement of cash flows, and financial notes) preceding the execution of the Contract and following final payment of the Contract. 12. Depreciation records on all business Equipment maintained by the business involved,its accountant, or other Entity. (If a source other than depreciation records is used to develop cost for the Contractor's internal purposes in establishing the actual cost of owning and operating Equipment, all such other source documents.) The Contractor shall maintain all fiscal records in material compliance with generally accepted accounting principles, or other accounting principles that are accepted accounting principles and practices for the subject industry and adequate for the nature of the Contractor's business, and in such a manner that providing a complete copy is neither unreasonably time consuming nor unreasonably burdensome for the Contractor or the Agency. Failure to maintain the records in this manner shall not be an excuse for not providing the records. The Contractor shall include in its subcontracts,purchase orders,and all other written agreements, a provision requiring all subcontractors, Material Suppliers and providers of rented operated Equipment, (except non-DBE truck drivers),at all tiers to comply with 00170.07. The Contractor shall also require all subcontractors, Material Suppliers, and providers of rented operated Equipment, (except non-DBE truck drivers), at all tiers and Related Entities to include in their contracts, purchase orders, and all other written agreements, a provision requiring all lower tier subcontractors,Material Suppliers and providers of rented operated Equipment(except non-DBE truck drivers) to comply with 00170.07. The Material Suppliers to which this applies are those for Aggregates,Asphalt Cement Concrete,Portland Cement Concrete and the supply and fabrication of structural steel items or Material Suppliers that provide Material quotes and Related Entities as defined in OAR 734-010-0400. B. Access to Records -The Contractor shall provide the Engineer access to or a copy of all Contractor records upon request. A Project Manager's authority to request or access records is subject to OAR 734-010-0400(9). During the record retention period the Engineer,employees of the Agency, representatives of the Agency, or representatives of regulatory bodies or units of government may: Attachment K—General Conditions Page 52 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 1. Inspect,examine and copy or be provided a copy of all Contractor records; 2. Audit the records,a Contract or the performance of a Contract; 3. Inspect,examine and audit the records when,in the Agency's sole discretion, the records may be helpful in the resolution of any claim, litigation, administrative proceeding or controversy arising out of or related to a Contract. Reasons for access to audit,inspect,examine and copy records include without limitation,general auditing, reviewing claims, checking for collusive bidding, reviewing or checking payment of required wages, performance and contract compliance, workplace safety compliance, evaluating related Entities, environmental compliance, and qualifications for performance of the Contract, including the ability to perform and the integrity of the Contractor. Where such records are stored in a computer or in other digital media, the Engineer may request, and the Contractor shall provide, a copy of the data files and such other information or access to software to allow the Engineer review of the records. Nothing in 00170.07 is intended to operate as a waiver of the confidentiality of any communications privileged under the Oregon Evidence Code. Nothing in 00170.07 limits the records or documents that can be obtained by legal process. C. Record Retention Period -The Contractor shall maintain the records and keep the records accessible and available at reasonable times and places for at least 3 years from the date of final payment under the Contract, or until the conclusion of all audits, litigation, administrative proceedings,disputes and claims arising out of or related to the Contract,whichever date is later. D. Public Records Requests - If records provided under this section contain any information that may be considered exempt from disclosure as a trade secret under either ORS 192.501(2) or ORS 646.461(4), or under other grounds specified in Oregon Public Records Law, ORS 192.410 through ORS 192.505, the Contractor shall clearly designate on or with the records the portions which the Contractor claims are exempt from disclosure,along with a justification and citation to the authority relied upon. Entire records or documents should not be designated as a trade secret or otherwise exempt from disclosure. Only specific information within a record or document should be so designated. To the extent allowed by the Oregon Public Records Law or other applicable law related to the disclosure of public records, Agency will not disclose records or portions of records the Contractor has designated as trade secrets to a third party, who is not a representative of the Agency, to the extent the records are exempt from disclosure as trade secrets under the Oregon Public Records Law or other applicable law,except to the extent Agency is ordered to disclose in accordance with the Oregon Public Records Law or by a court of competent jurisdiction. Application of the Oregon Public Records Law or other applicable law shall determine whether any record,document or information is actually exempt from disclosure. In addition, in response to a public records request, the Agency will not produce or disclose records so identified as exempt by the Contractor to any person other than representatives of the Agency, and others with authorized access under 00170.07B,without providing the Contractor a copy of the public records request,unless: Attachment K—General Conditions Page 53 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 The Contractor consents to such disclosure;or Agency is prohibited by applicable law or court order from providing a copy of the public records request to the Contractor. 00170.10 Required Payments by Contractors - The Contractor shall comply with ORS 279C.505 and ORS 279C.515 during the term of the Contract. A. Prompt Payment by Contractor for Labor and Materials -As required by ORS 279C.505, the Contractor shall: 1. Make payment promptly, as due, to all Entities supplying labor or Materials under the Contract; 2. Pay all contributions or amounts due the Industrial Accident Fund, whether from the Contractor or a subcontractor, incurred in the performance of the Contract; 3. Not permit any lien or claim to be filed against the State or any political subdivision thereof, on account of any labor or Material furnished in performance of the Contract; and 4. Pay to the Department of Revenue all sums withheld from employees according to ORS 316.167. B. Prompt Payment by Contractor to First-Tier Subcontractor(s) -According to ORS 279C.580(3)(a), after the Contractor has determined and certified to the Agency that one or more of its Subcontractors has satisfactorily performed subcontracted Work, the Contractor may request payment from the Agency for the Work, and shall pay the Subcontractor(s) within 10 Calendar Days out of such amounts as the Agency has paid to the Contractor for the subcontracted Work. C. Interest on Unpaid Amount - If the Contractor or a first-tier Subcontractor fails, neglects, or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract within 30 Days after the Contractor's receipt of payment, the Contractor or first-tier Subcontractor shall owe the Entity the amount due plus interest charges that begin at the end of the 10 day period within which payment is due under ORS 279C.580(3) and that end upon final payment,unless payment is subject to a good-faith dispute as defined in ORS 279C.580(5)(b). The rate of interest on the amount due shall be in accordance with ORS 279C.515(2). The amount of interest shall not be waived. D. Agency's Payment of the Contractor's Prompt Payment Obligations -If the Contractor fails, neglects or refuses to make prompt payment of any invoice or other demand for payment for labor or services furnished to the Contractor or a Subcontractor by any Entity in connection with the Contract as such payment becomes due, the Agency may pay the Entity furnishing the labor or services and charge the amount of the payment against monies due or to become due the Contractor under the Contract. (The Agency has no obligation to pay these Entities, and Agency will not normally do so,but will refer them to the Contractor and the Contractor's Surety.) The payment of a claim by the Agency in the manner authorized in this Subsection shall not relieve the Contractor or the Contractor's Surety from obligations with respect to any such claims. Attachment K—General Conditions Page 54 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 E. Right to Complain to the Construction Contractors Board - If the Contractor or a subcontractor fails,neglects,or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract, the Entity may file a complaint with the Construction Contractors Board, unless payment is subject to a good-faith dispute as defined in ORS 279C.580(5)(b). F. Notice of Claim Against Bond -An Entity (which by definition includes a natural person) claiming not to have been paid in full for labor or Materials supplied for the prosecution of the Work may have a right of action on the Contractor's Payment Bond as provided in ORS 279C.600 through ORS 279C.625. The Commissioner of the Bureau of Labor and Industries (BOLI) may have a right of action on the Contractor's and Subcontractors' public works bonds and Payment Bonds for workers who have not been paid in full, as provided in ORS 279C.600 and ORS 279C.605. 00170.20 Public Works Bond—If the original Contract Amount is $100,000 or greater, then before starting work, or if the Contract Amount is amended to a Contract Amount $100,000 or greater,and unless otherwise exempt under ORS 279C.836(4), (7) — (9), the Contractor, shall file a public works bond with the Oregon Construction Contractors Board in the amount required by ORS 279C.836 [$30,000 (1970)] before starting or continuing Work on the project. Further,the Contractor shall then include in every subcontract a provision requiring the subcontractor to have a public works bond filed with the Oregon Construction Contractors Board in the amount required by ORS 279C.836 [$30,000 (1970)] before starting work, or if the Contract Amount is amended to $100,000 or above, before continuing Work on the project. ORS 279C830(3)(A,B). The Contractor shall verify subcontractors have filed a public works bond before the subcontractor begins Work. 00170.32 Protection of Navigable Waters -The Contractor shall comply with all applicable Laws, including without limitation the Federal River and Harbor Act of March 3, 1899 and its amendments. The Contractor shall not interfere with waterway navigation or impair navigable depths or clearances, except as U.S. Coast Guard or Corps of Engineer permits allow. 00170.60 Safety, Health, and Sanitation Provisions -The Contractor shall comply with all Laws concerning safety, health, and sanitation standards. The Contractor shall not require workers to perform Work under conditions that are hazardous,dangerous, or unsanitary. Workers exposed to traffic shall wear upper body garments or safety vests that are highly visible and meet the requirements of 00225.25. Workers exposed to falling or flying objects or electrical shock shall wear hard hats. Upon their presentation of proper credentials, the Contractor shall allow inspectors of the U.S. Occupational Safety and Health Administration (OSHA) and the Oregon Occupational Safety and Health Division (OR-OSHA) to inspect the Work and Project Site without delay and without an inspection warrant. According to ORS 468A.715 and ORS 468A.720, the Contractor or a Subcontractor who performs Project Work involving asbestos abatement shall possess a valid DEQ asbestos abatement license. Attachment K—General Conditions Page 55 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 00170.61 Industrial Accident Protection: A. Workers' Compensation-The Contractor shall provide workers' compensation coverage for on-the-job injuries as required by 00170.70A. 00170.62 Labor Nondiscrimination -The Contractor shall comply with all Laws concerning equal employment opportunity, including without limitation those prohibiting discrimination because of race, religion, color, sex, disability, or national origin. It is a material term of this Contract that the Contractor certifies by entering into this Contract that the Contractor has a written policy and practice that meets the requirements described in Chapter 212, Oregon Laws 2017 (House Bill 3060) for preventing sexual harassment, sexual assault and discrimination against employees who are members of a protected class and that the Contractor shall maintain the policy and practice in force during the entire term of this contract. 00170.63 Payment for Medical Care -According to ORS 279C.530,the Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of the Contractor,of all sums that the Contractor agrees to pay for the services and all moneys and sums that the Contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. 00170.65 Minimum Wage and Overtime Rates for Public Works Projects: A. General-The Contractor is responsible for investigating local labor conditions. The Agency does not imply that labor can be obtained at the minimum hourly wage rates specified in State or federal wage rate publications, and no increase in the Contract Amount will be made if wage rates paid are more than those listed. B. State Prevailing Wage Requirements -The Contractor shall comply with the prevailing wage provisions of ORS 279C.800 through ORS 279C.870. 1. Minimum Wage Rates — The Bureau of Labor and Industries (BOLI) determines and publishes the existing State prevailing wage rates in the publication "Prevailing Wage Rates for Public Works Contracts in Oregon". The Contractor shall pay workers not less than the specified minimum hourly wage rate according to ORS 279C.838 and ORS 279C.840 and shall include this requirement in all subcontracts. See the Project Wage Rates page included with the Contract Booklet for additional information about which wage rates apply to the project and how to access the applicable wage rates 2. Payroll and Certified Statements—As required in ORS 279C.845,the Contractor and every subcontractor shall submit written certified statements to the Engineer on the form prescribed by the Commissioner of BOLI in OAR 839-025-0010 certifying compliance with wage payment requirements and accurately setting out the Contractor's or subcontractor's weekly Payroll records for each worker employed upon the project. Attachment K—General Conditions Page 56 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 The Contractor and subcontractors shall preserve the certified statements for a period of 6 years from the date of completion of the Contract 3. Additional Retainage: a) Agency — As required in ORS 279C.845(7) the Agency will retain 25% of any amount earned by the Contractor on the project until the Contractor has filed the certified statements required in ORS 279C.845 and in FHWA Form 1273, if applicable. The Agency will pay to the Contractor the amount retained within 14 Days after the Contractor files the required certified statements, regardless of whether a subcontractor has failed to file certified statements. b) Contractor — As required in ORS 279C.845 (8) the Contractor shall retain 25% of any amount earned by a first tier subcontractor on the project until the first tier subcontractor has filed with the Agency the certified statements required in ORS 279C.845 and in FHWA Form 1273,if applicable. Before paying any amount retained,the Contractor shall verify that the first tier subcontractor has filed the certified statement. Within 14 Days after the first tier subcontractor files the required certified statement the Contractor shall pay the first tier subcontractor any amount retained. 4. Owner/Operator Data — For a project funded by the FHWA, the Contractor shall furnish data to the Engineer for each owner/operator providing trucking services. Furnish the data before the time the services are performed and include without limitation for each owner/operator: a) Drivers name; b) Copy of driver's license; c) Vehicle identification number; d) Copy of vehicle registration; e) Motor vehicle license plate number; Motor Carrier Plate Number; g) Copy of ODOT Motor Carrier 1A Permit; and Name of owner/operator from the side of the truck C. State Overtime Requirements -As a condition of the Contract, the Contractor shall comply with the pertinent provisions of ORS 279.520 and 279C.540. 1. Maximum Hours of Labor and Overtime Pay -According to ORS 279C.540, no person shall be employed to perform Work under this Contract for more than 10 hours in any 1 Day, or 40 hours in any 1 week, except in cases of necessity, emergency, or where public policy absolutely requires it. In such instances, the Contractor shall pay the employee at least time and a half pay: a) For all overtime in excess of 8 hours a day or 40 hours in any 1 week when the work week is 5 consecutive days,Monday through Friday; or b) For all overtime in excess of 10 hours a day or 40 hours in any 1 week when the work week is 4 consecutive days,Monday through Friday; and c) For all Work performed on Saturday and on any legal holiday specified in ORS 279C.540 Attachment K—General Conditions Page 57 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 For additional information on requirements for overtime and establishing a work schedule see OAR 839-025-0050 and OAR 839-025-0034. 2. Notice of Hours of Labor -The Contractor shall give written notice to employees of the number of hours per day and days per week the employees may be required to work. Provide the notice either at the time of hire or before commencement of work on this Contract,or by posting a notice in a location frequented by employees. 3. Exception -The maximum hours of labor and overtime requirements under ORS 279C.540 will not apply to the Contractor's Work under this Contract if the Contractor is a party to a collective bargaining agreement in effect with any labor organization. For a collective bargaining agreement to be in effect it shall be enforceable within the geographic area of the project, and its terms shall extend to workers who are working on the project (see OAR 839- 025-0054). D. State Time Limitation on Claim for Overtime -According to ORS 279C.545, any worker employed by the Contractor is foreclosed from the right to collect any overtime provided in ORS 279C.540 unless a claim for payment is filed with the Contractor within 90 Days from the completion of the contract,provided the Contractor posted and maintained a circular as specified in this provision. Accordingly, the Contractor shall: 1. Cause a circular, clearly printed in boldfaced 12-point type containing a copy of ORS 279C.545,to be posted in a prominent place alongside the door of the timekeeper's office or in a similar place which is readily available and freely visible to any or all workers employed to perform Work; and 2. Maintain such circular continuously posted from the inception to the completion of the Contract on which workers are or have been employed. E. Additional Requirements When Federal Funds are Involved -When federal funds are involved, the following requirements shall apply in addition to the requirements of 00170.65(a) through 00170.65(d). The Contractor shall include these provisions in all subcontracts as well as ensure that all Subcontractors include these provisions in their lower tier subcontracts. 1. FHWA Requirements - For Federal-Aid projects, the Contractor shall comply with the provisions of FHWA Form 1273, "Required Contract Provisions Federal-Aid Construction Contracts". 2. Minimum Wage Rates -The Contractor shall pay each worker in each trade or occupation employed to perform any work under the contract not less than the existing State (BOLI) prevailing wage rate or the applicable federal prevailing wage rate required under the Davis- Bacon Act (40 U.S.C. 3141 et seq.), whichever is higher. The Contractor shall include this provision in all subcontracts. a) See the Project Wage Rates page included with the Contract Booklet for additional information about which wage rates apply to the project and how to access the applicable wage rates. b) The applicable Davis-Bacon and BOLI wage rates will be included in the Contract Attachment K—General Conditions Page 58 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 3. Payroll and Certified Statements — In addition to providing the payroll information and certified statements required under ORS 279C.845 (see 00170.65B.2), the Contractor and every subcontractor shall submit written certified statements that also meet the requirements in Section IV of FHWA Form 1273 except the Contractor and every subcontractor shall preserve the certified statements for a period of 6 years from the date of completion of the Contract. 4. Overtime -With regard to overtime pay, the Contractor shall comply with the overtime provision affording the greatest compensation required under FHWA Form 1273 and ORS 279C.540. 00170.70 Insurance: A. Insurance Coverages -The Contractor shall obtain, at its expense,and keep in effect during the term of the Contract, the insurance coverages in accordance with the Public Improvement Contract in the Contract Booklet and comply with all insurance provisions thereof. The insurance coverages shall also be maintained throughout the Contractor's Correction Period as defined in 00170.85B. 00170.71 Independent Contractor Status -The service or services to be rendered under this Contract are those of an independent contract. The Contractor is not an officer, employee,or agent of the Agency as those terms are used in ORS 30.265. 00170.74 Employee Drug Testing Program -As required by ORS 279C.505(2), the Contractor shall have in place,and maintain during the period of the Contract,an employee drug-testing program. The Agency retains the right to audit and/or monitor the program. On request by the Engineer,the Contractor shall furnish a copy of the employee drug-testing program. 00170.75 Oregon Tax Laws -The Contractor shall comply with Oregon tax laws as required by ORS 305.385. 00170.76 Subcontractors Nondiscrimination -The Contractor shall comply with ORS 279A.110 as to nondiscrimination as to relations with Subcontractors. 00170.78 Conflict of Interest-The Contractor shall not give or offer any gift, loan, or other thing of value to any member of the Agency's governing body or employee of the Agency in connection with the award or performance of any Contract. The Contractor shall not rent, lease, or purchase Materials, supplies, or Equipment, with or through any Agency employee or member of the Agency's governing body. No ex-employee of the Agency who has worked for the Agency on any phase of the Project within the prior 2 years may be employed by the Contractor to perform Work on the Project. 00170.79 Third Party Beneficiary-There are no third-party beneficiaries of the Contract, unless federal transportation funding is involved then the State of Oregon, the Oregon Transportation Commission and the Oregon Department of Transportation and their respective officers and Attachment K—General Conditions Page 59 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 members and employees, are third-party beneficiaries of the Contract. 00170.80 Responsibility for Damage to Work: A. Responsibility for Damage in General -The Contractor shall perform Work, and furnish Materials and Equipment for incorporation into the Work, at the Contractor's own risk, until the entire Project has been completed and until Final Completion as determined by the Agency. The Contractor shall repair all damages to Work performed, Materials supplied, and Equipment incorporated into the Work, except as otherwise provided in this Section. B. Repair of Damage to Work -Until Final Completion, the Contractor shall promptly rebuild, repair,restore, and make good damages to all portions of the permanent or temporary Work. The Contractor shall perform all repairs of damage to Work at no additional cost to the Agency,except for repairs necessitated by damage caused by: 1. Acts of God or Nature, as defined in Section 00110; or 2. Actions of governmental authorities C. Vandalism and Theft -Vandalism includes damage to or destruction of Work or portions of Work that remain on the Project Site resulting from vandalism, criminal mischief, arson, or other criminal or illegal behavior. The Contractor shall provide reasonable protection of the Work from vandalism until Final Completion. Theft includes the loss of Work or portions of Work that are lost or stolen or otherwise unaccounted for from the Project Site or from Materials or fabrication locations. The Contractor shall remain solely responsible for all losses caused by theft,including without limitation theft that occurs in conjunction with vandalism. 00170.82 Responsibility for Damage to Property and Facilities: A. In General-As used in this Subsection, the term "Contractor" shall include the Contractor's agents, Subcontractors, and all workers performing Work under the Contract; and the term "damage" shall include without limitation soiling or staining surfaces by tracking or splashing mud, asphalt, and other materials,as well as damage of a more serious nature. The Contractor shall be solely responsible for damages arising from: 1. The Contractor's operations; 2. The Contractor's negligence,gross negligence, or intentional wrongful acts; and 3. The Contractor's failure to comply with any Contract provision. The Agency may withhold funds due the Contractor or the Contractor's Surety until all lawsuits, actions,and claims for injuries or damages are resolved, and satisfactory evidence of resolution is furnished to the Agency. Attachment K—General Conditions Page 60 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 B. Protection and Restoration of Agency Property and Facilities - The following requirements apply to highways, highway Structures and other improvements that are existing, under construction,or completed. The Contractor shall: 1. Provide adequate protection to avoid damaging Agency property and facilities; 2. Be responsible for damage to Agency property and facilities caused by or resulting from the Contractor's operations; and 3. Clean up and restore such damage by repair, rebuilding, replacement, or compensation, as determined by the Engineer. C. Protection and Restoration of Non-Agency Property and Facilities -The Contractor shall determine the location of properties and facilities that could be damaged by the Contractor's operations, and shall protect them from damage. The Contractor shall protect monuments and property marks until the Engineer has referenced their location and authorized their removal. The Contractor shall restore property or facilities damaged by its operations to the condition that existed before the damage,at no additional compensation. The Contractor shall provide temporary facilities when needed,e.g.,to maintain normal service or as directed by the Engineer,until the required repair, rebuilding, or replacement is accomplished. The Contractor shall protect specific service signs, e.g., business logos, and tourist-oriented directional signs (TODS) from damage, whether the signs are to remain in place or be placed on temporary supports. The Contractor shall repair or replace damaged signs at no cost to the Agency. Liquidated damages will be assessed against the Contractor in the amount of$200 per day for each sign out of service for more than 5 Calendar Days because of the Contractor's operations. 00170.85 Responsibility for Defective Work -The Contractor shall make good any defective Work, Materials or Equipment incorporated into the Work, according to the provisions of Section 00150. A. Latent Defects -The Contractor shall remain liable for all latent defects resulting from causes other than fraud or gross mistakes that amount to fraud until the expiration of all applicable statutes of limitation and ultimate repose, the Performance Bond,Warranty Bond, or Correction Period, whichever expires last. The Contractor shall remain liable for all latent defects resulting from fraud or gross mistakes that amount to fraud regardless of when those latent defects may be discovered, and regardless of whether such discovery occurs outside any applicable statutes of limitation or ultimate repose or any applicable Performance Bond,Warranty Bond, or Correction Period. B. Correction Period for Agency Projects - The Contractor shall warrant all Work and workmanship, including Changed Work, Additional Work, Incidental Work, On-Site Work, and Extra Work, and Materials and Equipment incorporated in the Work, for one year from the date of Second Notification (Correction Period), except that manufacturers', installers' or suppliers' warranties and extended warranties according to 00170.85C shall not be abridged. The Correction Period warranty described herein shall include extension of the Performance Bond for a period of one year from the date of Second Notification. Attachment K—General Conditions Page 61 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 The Contractor shall be responsible for meeting the technical and performance Specifications required, making good the Work, and for all repairs of damage to the Work and other improvements, natural and artificial structures, systems, equipment, and vegetation caused by, or resulting in whole or in part from occurrences beginning during the warranty period and are the result of defects in Materials, Equipment,and workmanship. The Contractor shall be responsible for all costs associated with completing the repair of the defects and for associated Work including but not limited to permitting, mobilization, traffic control, erosion control, surface restoration, site cleanup and remediation caused by,or resulting in whole or in part from,defects in Materials, Equipment, or workmanship, and other Work determined by the Engineer to be necessary to complete the repair of the defects. Within 10 Calendar Days of the Agency's written notice of defects, the Contractor, or the Contractor's Surety, shall vigorously and continuously correct and repair the defects and all related damage. If the Contractor or the Contractor's Surety fails to correct and repair the defects, the Agency may have the correction and repair done by others. The Contractor or Contractor's Surety shall promptly reimburse the Agency for all expenses incurred to correct and repair the defects. In the event of an emergency,where delay could result in serious loss or damage,the Agency may make emergency corrections and repairs,without written notice. The Contractor or Contractor's Surety shall promptly reimburse the Agency for all expenses incurred to correct and repair the defects. Corrections, repairs, replacements or changes shall be warranted for an additional 1 year period beginning on the date of the Agency's acceptance of the corrections, repairs, replacements or changes. Without limiting the general applicability of other survival clauses under the Contract, this warranty provision shall survive expiration or termination of the Contract. C. Manufacturer, Supplier or Installer Warranties and Guarantees: 1. Manufacturer, Supplier or Installer Warranties - For those Specification Sections referencing this 00170.85C.1 Subsection, the Contractor shall furnish Warranties from the Manufacturer, Supplier or Installer and signed by the respective authorized Representative. The warranty period will be specified in the applicable Specification Section for which it applies. The warranty period will begin on the date the Engineer issues Second Notification unless otherwise specified in the Contract. Corrections, repairs, replacements or changes shall be warranted for an additional Warranty period beginning on the date of the Agency's acceptance of the corrections, repairs, replacements or changes. When the Agency makes written notification to the Manufacturer, Supplier or Installer of failure of an item covered by this warranty,the warranty period will stop for the effected item or the portion of the effected item that failed, as applicable, until the required repairs or Attachment K—General Conditions Page 62 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 replacements are made and accepted. All repaired or replaced items shall meet current specifications, unless otherwise specified in the Contract, and will be warranted for the remaining warranty period. Warranty work shall be performed when weather permits. If,in the opinion of the Engineer, temporary repairs are necessary, the temporary repairs will be made by the Agency or an independent contractor at the Manufacturer's, Supplier's or Installer's expense. The Manufacturer, Supplier or Installer shall replace all temporary repairs at no additional cost to the Agency. The Manufacturer, Supplier or Installer shall provide all required traffic control during repair or replacement of failed items at no additional cost to the Agency. 2. Trade Practice Guarantees - For those Items installed on the Project that have customary trade practice guarantees, the Contractor shall furnish the guarantees to the Engineer at the completion of the Contract. 00170.89 Protection of Utility, Fire-control, and Railroad Property and Services; Repair; Roadway Restoration: A. Protection of Utility,Fire-Control, and Railroad Property and Services; Coordination -The Contractor shall avoid damaging the properties of Utilities, Railroads, railways, and fire-control authorities during performance of the Work. The Contractor shall cooperate with and facilitate the relocation or repair of all Utilities and Utility services, as required under 00150.50, and of Railroad and fire-control property and railways. The Contractor shall conduct no activities of any kind around fire hydrants until the local fire- control authority has approved provisions for continued service. The Contractor shall immediately notify any Utility, Railroad, or fire-control authority whose facilities have been damaged. If an Entity has a valid permit from the proper authority to construct,reconstruct,or repair Utility, Railroad, or fire-control service in the Roadway, the Contractor shall allow the permit holder to perform the work. B. Restoration of Roadway after Repair Work -The Contractor shall restore the Roadway to a condition at least equal to that which existed before the repair work addressed under this Subsection was performed, as directed by the Engineer. All restoration work required as a result of Contractor's failure to protect Utilities, Railroads, railways and fire-control facilities shall be at the Contractor's expense. Restoration which constitutes Extra Work will be paid as Extra Work. 00170.92 Fencing, Protecting Stock, and Safeguarding Excavations -The Contractor shall be responsible for loss,injury, or damage that results from its failure to restrain stock and persons. A. At the Contractor's Expense -The Contractor shall restrain stock to lands on which they are confined using temporary fences or other adequate means. The Contractor shall provide adequate Attachment K—General Conditions Page 63 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00170 temporary fences or other protection around excavations to prevent animals and unauthorized persons from entering. The Contractor shall repair, at Contractor's expense and to the Engineer's satisfaction, fences damaged by the Contractor's operations and the operations of the Contractor's agents,employees and Subcontractors. B. At the Agency's Expense -The Contractor shall construct fences, or move and reconstruct fences, as shown on the Contract Documents or as directed by the Engineer. The Contractor shall tear down and remove fencing within the Right-of-Way when no longer needed, as part of the removal Work described in and paid for according to Section 00310. 00170.93 Trespass - The Contractor shall be responsible for its own,its agents' and employees', and its Subcontractors'trespass or encroachment upon,or damage to,property during performance of the Contract. 00170.94 Use of Explosives -The Contractor shall comply with all Laws pertaining to the use of explosives. The Contractor shall notify anyone having facilities near the Contractor's operations of Contractor's intended use or storage of explosives. The Contractor shall be responsible for all damage resulting from its own, its agents' and employees', and its Subcontractors' use of explosives. (see 00330.41(e) and Section 00335). Attachment K—General Conditions Page 64 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Section 00180 - Prosecution and Progress 00180.00 Scope -This Section consists of requirements for assignment of the Contract, subcontracting, time for performance, Contract responsibility, suspensions, terminations, and related provisions. 00180.05 Assignment/Delegation of Contract - Unless the Agency gives prior written consent,the Contractor shall not assign, delegate, sell, or transfer to any Entity, or otherwise dispose of any Contract rights or obligations,including without limitation: A. The power to execute or perform the Contract;or B. Any of its right, title or interest in the Contract. Any attempted assignment, delegation, or disposition without prior Agency consent shall be void. Such Agency consent will not normally be given except for the assignment of funds due under the Contract,as provided in 00180.06. If written Agency consent is given to assign, delegate, or otherwise dispose of any Contract rights or obligations,it shall not relieve the Contractor or its Surety of any part of their responsibility under the Contract. 00180.06 Assignment of Funds Due under the Contract -Assignment of funds due or to become due under the Contract to the Contractor will not be permitted unless: A. The assignment request is made on the form acceptable to the Agency; B. The Contractor secures the written consent of the Contractor's Surety to the assignment;and C. The Engineer approves the assignment. 00180.10 Responsibility for Contract -The Contractor shall direct and coordinate the operations of its employees, Subcontractors and agents performing Work, and see that the Engineer's orders are carried out promptly. The Contractor's failure to direct, supervise and control its employees, Subcontractors and agents performing Work will result in one or more of the following actions, or other actions as the Engineer deems appropriate: A. Suspension of the Work; B. Withholding of Contract payments, as necessary to protect the Agency; C. Ordering removal of individuals from the Project Site; or D. Termination of the Contract. Action by the Agency under this provision will not prejudice any other remedy it may have. 00180.15 Agency's Right to Do Work at Contractor's Expense - Except as otherwise provided in 00150.75 and 00220.60, if the Contractor neglects to prosecute the Work properly or fails to perform any provision of the Contract,the Agency may, after 2 Calendar Days'written notice,correct the deficiencies at the Contractor's expense. In situations where the Engineer reasonably believes there is danger to life or property, the Agency may immediately and without notice correct the deficiencies at the Contractor's expense. Attachment K—General Conditions Page 65 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Action by the Agency under this provision will not prejudice any other remedy it may have. 00180.20 Subcontracting Limitations: A. General-The Contractor's own organization shall perform Work amounting to at least the percentage of the original Contract Amount as indicated in the Special Provisions. The value of subcontracted Work is the full compensation to be paid to the Subcontractor(s) for all pay items in the Subcontract(s). B. Own Organization-The term "own organization", as used in Section 00180, includes only employees of the Contractor,Equipment owned or rented by the Contractor,Incidental rental of operated Equipment, and Materials and Equipment to be incorporated into the Work purchased or produced by the Contractor. C. Rental of Operated Equipment -The Agency will not allow a Disadvantaged Business Enterprise (DBE) firm to provide services without a subcontract covering all Work to be performed by the DBE firm. 00180.21 Subcontracting: A. Substitution of Disclosed Subcontractors -The Contractor may only substitute a previously disclosed first-tier Subcontractor according to the provisions of ORS 279C.585. The Contractor shall provide the Engineer with a written notification that identifies the name of the proposed new Subcontractor and the reason for the substitution. Authorized reasons for substitution are limited to the following circumstances (see ORS 279C.585(1) through ORS 279C.585(10)): 1. The disclosed Subcontractor fails or refuses to execute a written contract that is reasonably based either upon the Project Plans and Specifications, or the terms of the Subcontractor's written Bid, after having had a reasonable opportunity to do so; 2. The disclosed Subcontractor becomes bankrupt or insolvent; 3. The disclosed Subcontractor fails or refuses to perform the contract; 4. The disclosed Subcontractor fails or refuses to meet the bond requirements of the prime Contractor that had been identified prior to the Bid submittal; 5. The Contractor demonstrates to the Agency that the Subcontractor was disclosed as the result of an inadvertent clerical error; 6. The disclosed Subcontractor does not hold a license from the Construction Contractors Board and is required to be licensed by the board; 7. The Contractor determines that the Work performed by the disclosed Subcontractor is not in substantial compliance with the Plans and Specifications, or that the Subcontractor is substantially delaying or disrupting the progress of the Work; 8. The disclosed Subcontractor is ineligible to work on a public improvement according to the applicable statutory provisions; 9. The substitution is for"good cause" as defined by State Construction Contractors Board rule; or 10. The substitution is reasonably based on the Contract alternates chosen by the Agency. Attachment K—General Conditions Page 66 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 B. Terms of Subcontracts - Subcontracts shall provide that work performed under the subcontract shall be conducted and performed according to the terms of the Contract. Compliance with 00170.07 is required. All subcontracts, including Contractor's with the first-tier Subcontractors and those of the first-tier Subcontractors with their subcontractors, and any other lower tier subcontracts shall contain a clause or condition that if the Contractor or a subcontractor fails, neglects,or refuses to make payment to an Entity furnishing labor or Materials in connection with the Contract, the Entity may file a complaint with the Construction Contractors Board, unless payment is subject to a good-faith dispute as defined in ORS 279C.580. Additionally, according to the provisions of ORS 279C.580, subcontracts shall include: 1. A payment clause that obligates the Contractor to pay the first-tier Subcontractor for satisfactory performance under the subcontract within 10 Calendar Days out of amounts the Agency pays to the Contractor under the Contract. 2. A clause that requires the Contractor to provide the first-tier Subcontractor with a standard form that the first-tier Subcontractor may use as an application for payment or as another method by which the Subcontractor may claim a payment due from the Contractor. 3. A clause that requires the Contractor, except as otherwise provided in this subsection, to use the same form and regular administrative procedures for processing payments during the entire term of the subcontract. The Contractor may change the form or the regular administrative procedures the Contractor uses for processing payments if the Contractor: a) Notifies the Subcontractor in writing at least 45 Calendar days before the date on which the Contractor makes the change; and b) Includes with the written notice a copy of the new or changed form or a description of the new or changed procedure. 4. An interest penalty clause that obligates the Contractor, if the Contractor does not pay the first-tier Subcontractor within 30 Calendar Days after receiving payment from the Agency, to pay the first-tier Subcontractor an interest penalty on amounts due in each payment the Contractor does not make in accordance with the payment clause included in the subcontract under 00180.21B.1. The Contractor or first-tier Subcontractor is not obligated to pay an interest penalty if the only reason that the Contractor or first-tier Subcontractor did not make payment when payment was due is that the Contractor or first-tier Subcontractor did not receive payment from the Agency or the Contractor when payment was due. The interest penalty applies to the period that begins on the day after the required payment date and ends on the date on which the amount due is paid; and shall be computed at the rate specified in 00170.10C. 5. A clause that requires the Contractor's first-tier Subcontractor to include a payment clause and an interest penalty clause that conform to the standards of ORS 279C.580 (see 00180.21B.1 and 00180.21BA) in each of the first-tier Subcontractor's subcontracts and to require each of the first-tier Subcontractor's subcontractors to include such clauses in their subcontracts with each lower-tier subcontractor or Material supplier. These payment clauses shall require the Contractor to return all retainage withheld from the Subcontractor,whether held by the Contractor or the Agency, as specified in 00195.50D. As required by ORS 279C.800 through ORS 279C.870, subcontracts shall include: Attachment K—General Conditions Page 67 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 a) A provision requiring the subcontractor to have a public works bond filed with the Construction Contractors Board before starting Work on the Project,unless exempt. b) A provision requiring that the workers shall be paid not less than the specified minimum hourly rate of wage. C. Contractor's Responsibilities -Whether or not stated in the subcontract agreement itself, the Contractor shall remain solely responsible for administration of the subcontract,including but not limited to: 1. Performance of subcontracted Work; 2. Progress of subcontracted Work; 3. Payments for accepted subcontracted Work; and 4. Disputes and claims for additional compensation regarding subcontracted Work. It shall be the direct responsibility of the Contractor to ensure that each and every Subcontractor will not only be issued a complete and current set of Plans and Specifications, but also that these Plans and Specifications are on the project site and in use by the Subcontractor when it is performing its portion of the project. Subcontracted Work shall not create a contract between the Agency and the Subcontractor, will not convey to the Subcontractor any rights against the Agency, and will not relieve the Contractor or the Contractor's Surety of any of their responsibilities under the Contract. D. Failure to Comply- Failure to comply with 00180.21 will be cause for the Engineer to take action reasonably necessary to obtain compliance. This action may include, but is not limited to: 1. Suspension of the Work; 2. Withholding of Contract payments as necessary to protect the Agency; and 3. Termination of the Contract. 00180.22 Payments to Subcontractors and Agents of the Contractor - To the extent practicable, the Contractor shall pay in the same units and on the same basis of measurement as listed in the Schedule of Items for subcontracted Work or other Work not done by the Contractor's own organization. The Agency will not be responsible for any overpayment or losses resulting from overpayment by the Contractor to Subcontractors and to its other agents, work providers, service providers, and trucking service providers. If requested in writing by a first-tier Subcontractor, the Contractor shall send to the Subcontractor, within 10 Calendar Days of receiving the request,a copy of that portion of any invoice or request for payment submitted to the Agency, or pay document provided by the Agency to the Contractor, specifically related to any labor,Equipment, or Materials supplied by the first-tier Subcontractor. 00180.30 Materials, Equipment, and Work Force - The Contractor shall furnish suitable and sufficient Materials, Equipment, and personnel to properly prosecute and complete the Work. The Contractor shall use only Equipment of adequate size and condition to meet the requirements of the Work and Specifications, and to produce a satisfactory quality of Work. Upon receipt of the Attachment K—General Conditions Page 68 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Engineer's written order, the Contractor shall immediately remove, and not use again on the Project without the Engineer's prior written approval,Equipment that,in the Engineer's opinion,fails to meet Specifications or produce a satisfactory product or result. The work force shall be trained and experienced for the Work to be performed. Upon receipt of the Engineer's written order,the Contractor shall immediately remove from the Project Site,and shall not employ again on the Project without the Engineer's prior written approval,any supervisor or employee of the Contractor or any subcontractor who,in the Engineer's opinion, does not perform satisfactory Work or whose conduct interferes with the progress of the Work. If the Contractor fails to remove Equipment or persons as ordered, or fails to furnish suitable and sufficient Materials, Equipment and personnel for the proper prosecution of the Work,the Engineer may suspend the Work by written notice until such orders are complied with and such deficiencies are corrected, or the Engineer may terminate the Contract under the provisions of 00180.90A. 00180.31 Required Materials, Equipment, and Methods -The Engineer's decisions under this Section are final. A. General-When the Equipment and methods to be used are not specified in the Contract, any Equipment or methods that accomplish the Work as required by the Contract will be permitted. When the Contract specifies certain Equipment or methods, the Contractor shall use the Equipment or methods specified unless otherwise authorized by the Engineer in writing. B. Substitution of Materials and Equipment to be Incorporated into the Work -After execution of the Contract,the Engineer may approve substitution of Materials and Equipment to be incorporated into the Work as follows: 1. Reasons for Substitution -The Engineer will consider substitution only if: a) In the judgement of the Engineer, the proposed Materials or Equipment are equal to or superior to the specified items in construction, efficiency and utility; or b) Due to reasons beyond the control of the Contractor, the specified Materials or Equipment cannot be delivered to the Project in sufficient time to complete the Work in proper sequence. 2. Submittal of Request -The Contractor shall submit requests for substitution to the Engineer,including manufacturers'brochures and other information needed to verify equality of the proposed item(s). C. Substitution of Equipment Specified to Perform Work - The Agency encourages development of new or improved Equipment and innovative use of Equipment. When the Specifications require Equipment of a particular size or type to be used to perform certain portions of the Work,the Contractor may submit a request to the Engineer to use Equipment of a different size or type. The request will not be considered as a cost reduction proposal under 00140.70. The request shall: 1. Be in writing and include a full description of the Equipment proposed and its intended use; 2. Include the reasons for requesting the substitution; and Attachment K—General Conditions Page 69 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 3. Include evidence, obtained at the Contractor's expense and satisfactory to the Engineer,that the proposed Equipment is capable of functioning as well as or better than the specified Equipment. The Engineer will consider the Contractor's request and will provide a written response to the Contractor,either permitting or denying use of the proposed Equipment. Permission may be granted on a trial basis to test the quality of Work actually produced, subject to the following: 1. There will be no cost to the Agency, either in Contract Amount or in Contract Time; 2. The permission may be withdrawn by the Engineer at any time if,in the Engineer's opinion, the Equipment is not performing in all respects equivalent to the Equipment specified in the Contract; 3. If permission is withdrawn, the Contractor shall perform the remaining Work with the originally-specified Equipment; and 4. The Contractor shall remove and replace nonspecification Work resulting from the use of the Contractor's proposed Equipment, or otherwise correct it as the Engineer directs, at no additional compensation. D. Substitution of Methods - The Agency encourages development of new, improved, and innovative construction methods. When the Plans or Specifications require a certain construction method for a portion of the Work, the Contractor may submit a request for a change by following the provisions of 00140.70, "Cost Reduction Proposals". 00180.40 Limitation of Operations: A. In General -The Contractor shall comply with all Contract provisions and shall: 1. Conduct the Work at all times so as to cause the least interference with traffic, and 2. Not begin Work that may allow damage to Work already started. B. On-Site Work-The Contractor shall not begin On-Site Work until the Contractor has: 1. Received Notice to Proceed; 2. Filed with the Construction Contractors Board the public works bond as required in 00170.20; 3. An approved Project Work schedule; 4. An approved Traffic Control Plan; 5. An approved Spill Prevention Control and Countermeasure Plan,if required; 6. An approved Pollution Control Plan; 7. An approved Erosion and Sediment Control Plan; 8. Met with the Engineer at the required preconstruction conference; and 9. Assembled all Materials, Equipment, and labor on the Project Site, or has reasonably assured that they will arrive on the Project Site, so the Work can proceed according to the Project Work schedule. Attachment K—General Conditions Page 70 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 00180.41 Project Work Schedules -The Contractor shall submit a Project Work schedule meeting the requirements of this Subsection to the Engineer. The Project Work schedule is intended to identify the sequencing of activities and time required for prosecution of the Work. The schedule is used to plan, coordinate, and control the progress of construction. Therefore, the Project Work schedule shall provide for orderly, timely, and efficient prosecution of the Work, and shall contain sufficient detail to enable both the Contractor and the Engineer to plan, coordinate, analyze, document, and control their respective Contract responsibilities. Sufficient detail shall also include all required double shifts,overtime work,or combination of both necessary to complete Contract Work within the Contract Time. The Contractor shall submit a schedule or plan for each activity that is behind schedule showing, in sufficient detail,the proposed corrective action to complete Contract Work within the Contract Time. Sufficient detail shall include all required double shifts, overtime work, or combination of both. Contractor's activity related to developing, furnishing, monitoring, and updating these required schedules is Incidental. The Contractor shall submit a supplemental"look ahead"Project Work schedule to the Engineer prior to or at each Project progress meeting. The "look ahead" Project Work schedule is supplemental to the Type A,B,or C schedule specified below. The supplemental"look ahead" Project Work schedule shall: • Identify the sequencing of activities and time required for prosecution of the Work. • Provide for orderly, timely, and efficient prosecution of the Work. • Contain sufficient detail to enable both the Contractor and the Engineer to plan, coordinate, analyze, document, and control their respective Contract responsibilities. The supplemental "look ahead" Project Work schedule shall be written in common terminology and show the planned Work activities broken down into logical, separate activities by area, stage, and size and include the following information: • The resources the Contractor, subcontractors, or services will use. • The locations of each activity that will be done including the limits of the work by mile posts, stations, or other indicators. • The time frames of each activity by Calendar Days, shifts, and hours. • All anticipated shoulder,lane, and road closures. At a minimum, the Contractor shall prepare a bar chart that: • Shows at least 3 weeks of activity including the week the bar chart is issued. • Uses a largest time scale unit of 1 Calendar Day. Smaller time scale units may be used if needed. • Is appropriate to the activities. • Identifies each Calendar Day by month and day. Attachment K—General Conditions Page 71 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Include the Contract name, Contract number, Contractor's name, and date of issue on each page of the bar chart. The Contractor shall submit the supplemental "look ahead" Project Work schedule starting at First Notification and continuing until Second Notification has been issued and all punch list items and final trimming and clean-up has been completed. The Contractor shall meet with the Engineer to review the supplemental "look ahead" Project Work schedule. If the Engineer or the Contractor determines that the current supplemental "look ahead" Project Work schedule requires changes or additions, either notations can be made on the current schedule or the Engineer may require the submittal of a revised supplemental "look ahead" Project Work schedule. Review of the current and subsequent supplemental "look ahead" Project Work schedules does not relieve the Contractor of responsibility for timely and efficient execution of the Contract. One of the following Type "A", "B", or "C" schedules will be required under the Contract. The type of schedule will be identified in the Special Provisions. A. Type "A" Schedule - When a Type "A" schedule is required, the Contractor shall do the following: 1. Schedule - Calendar Days prior to the preconstruction conference, the Contractor shall provide to the Engineer four copies of a Project Work schedule, including a time-scaled bar chart and narrative, showing: a) Expected beginning and completion dates of each activity,including all staging; and b) Elements of the Traffic Control Plan as required under 00225.05. The schedule shall show detailed Work activities as follows: a) Construction activities; b) The time needed for completion of the utility relocation work; c) Submittal and approval of Materials samples and shop drawings; d) Fabrication,installation, and testing of special Materials and Equipment;and e) Duration of Work,including completion times of all stages and their sub phases. For each activity, the Project Work schedule shall list the following information: a) A description in common terminology; b) The quantity of Work,where appropriate,in common units of measure; c) The activity duration in Calendar Days; and d) Scheduled start, completion, and time frame shown graphically using a time-scaled bar chart. The schedule shall show the Work broken down into logical, separate activities by area, stage, or size. The duration of each activity shall be verifiable by manpower and Equipment allocation,in common units of measure,or by delivery dates. The bar chart shall be prepared as follows: Attachment K—General Conditions Page 72 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 a) The length of bar shall represent the number of workdays scheduled. b) The time scale shall be appropriate for the duration of the Contract. c) The time scale shall be in Calendar Days. d) The smallest unit shown shall be 1 Calendar Day. e) The first day and midpoint of each month shall be identified by date. f) Distinct symbols shall be used to denote multiple shift,holiday, and weekend Work. Each page of the bar chart shall include a title block showing the Contract name and number, Contractor's name, date of original schedule, and all update dates; and a legend containing the symbols used, their definitions, and the time scale, shown graphically. To ensure readability the bar chart shall be drawn on a reasonable size of paper up to a maximum of 36 inch by 36 inch, using multiple sheets when needed. Within 7 Calendar Days after the preconstruction conference, the Engineer and the Contractor shall meet to review the Project Work schedule as submitted. The Engineer will review the schedule for compliance with all Contract Time limitations and other restraints. Review of this and subsequent schedules by the Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. Within 10 Calendar Days of this meeting, the Contractor shall resubmit to the Engineer four copies of the Project Work schedule, including required revisions. 2. Review by the Engineer -The Project Work schedule may need revision as the Work progresses. Therefore,the Contractor shall periodically review the Project Work schedule and progress of the Work with the Engineer. If the Engineer or the Contractor determines that the Project Work schedule no longer represents the Contractor's own plans or expected time for the Work, a meeting shall be held between the Engineer and the Contractor. At this meeting,the Contractor and the Engineer shall review Project events and any changes for their effect on the Project Work schedule. The Contractor shall compile an updated Project Work schedule incorporating any changes to the Project completion time(s). The bar chart shall reflect the updated information. The Contractor shall submit four copies of the updated Project Work schedule to the Engineer within 7 Calendar Days after the meeting. The report shall include without limitation the following: a) Sufficient narrative to describe the past progress,anticipated activities, and stage Work; b) A description of any current and expected changes or delaying factors and their effect on the construction schedule; and c) Proposed corrective actions. B. Type "B" Schedule - When a Type "B Schedule is required, the Contractor shall do the following: 1. Initial Schedule - Calendar Days prior to the preconstruction conference, the Contractor shall provide to the Engineer four copies of a time-scaled bar chart Project Work schedule showing: a) Expected beginning and completion date of each activity,including all staging; and Attachment K—General Conditions Page 73 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 b) Elements of the Traffic Control Plan as required under 00225.05. The initial schedule shall show all Work intended for the first 60 Days of the Contract to the level of detail described in (2) below, and shall show the priority and interdependence (sequencing and network logic) of all major segments of the remainder of the Work. 2. Detailed Schedule - In addition to the above requirements, and within 30 Calendar Days after the Notice to Proceed,the Contractor shall provide the Engineer one digital copy and four paper copies of a detailed time-scaled bar chart Project Work schedule indicating the critical course of the Work. The digital copy shall be compatible with MS Project 2003, Primavera P3, SureTrak Project Manager 3.0, or another scheduling program approved by the Engineer. Detailed work schedule activities shall include the following: a) Construction activities; b) The time needed for completion of the utility relocation work; c) Submittal and approval of Material samples and shop drawings; d) Procurement of critical Materials; e) Fabrication,installation, and testing of special Material and Equipment;and Duration of Work,including completion times of all stages and their sub phases. For each activity, the Project Work schedule shall list the following information: a) A description in common terminology; b) The quantity of Work,where appropriate,in common units of measure; c) The activity duration in normal workdays; and d) Scheduled start, completion, and time frame shown graphically using a time-scaled bar chart. The schedule shall show the Work broken down into logical, separate activities by area, stage, or size. The duration of each activity shall be verifiable by manpower and Equipment allocation,in common units of measure, or by delivery dates. The bar chart shall be prepared as follows: a) The length of bar shall represent the number of normal workdays scheduled. b) The time scale shall be appropriate for the duration of the Contract. c) The time scale shall be in normal workdays (every day except Saturday, Sunday, and legal holidays). d) The smallest unit shown shall be 1 Calendar Day. e) The first day and midpoint of each month shall be identified by date. Distinct symbols shall be used to denote multiple shift,holiday, and weekend Work. The bar chart drawing(s) shall include a title block showing the Contract name and number, Contractor's name, date of original schedule, and all update dates;and a legend containing the symbols used, their definitions, and the time scale, shown graphically. To ensure readability Attachment K—General Conditions Page 74 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 the bar chart shall be drawn on a reasonable size of paper up to a maximum of 36 inch x 36 inch,using multiple sheets when needed. Within 10 Calendar Days after submission of the Project schedule the Engineer and the Contractor shall meet to review the Project schedule as submitted. Within 10 Days of the review meeting, the Contractor shall resubmit to the Engineer one digital and four paper copies of the Project schedule,including required revisions. The accepted Project schedule shall represent all Work, as well as the planned sequence and time for the Work. Review of this and subsequent schedules by the Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. 3. Review and Reporting-The Project Work schedule may require revision as the Work progresses. Therefore, the Contractor shall monitor and when necessary revise the Project Work schedule as follows: a) Review with the Engineer-The Contractor shall perform ongoing review of the Project Work schedule and progress of the Work with the Engineer. If the Engineer or the Contractor determines that the Project Work schedule no longer represents the Contractor's own plans or expected time for the Work, a meeting shall be held between the Engineer and the Contractor. At this meeting, the Contractor and the Engineer shall review Project events and any changes for their effect on the Project Work schedule. After any necessary action has been agreed upon,the Contractor shall make required changes to the Project Work schedule. The Contractor shall collect information on all activities worked on or scheduled to be worked on during the previous report period, including shop drawings, Material procurement, and Contract Change Orders that have been issued. Information shall include commencement and completion dates on activities started or completed,or if still in progress,the remaining time duration. The Contractor shall develop detailed sub-networks to incorporate changes, Additional Work, and Extra Work into the Project Work schedule. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. The restraints shall include those activities from the Project Work schedule that initiated the sub-network as well as those restrained by it. The Contractor shall evaluate this information and compare it with the Contractor's project schedule. If necessary, the Contractor shall make an updated bar chart schedule to incorporate the effect changes may have on the Project completion time(s). For any activity that has started, the Contractor shall add a symbol to show the actual date the activity started and the number of normal workdays remaining until completion. For activities that are finished,a symbol shall be added to show the actual date. The Contractor shall submit one digital and four paper copies of the updated bar chart to the Engineer within 7 Days after the progress meeting, along with a progress report as required by (b) below. Attachment K—General Conditions Page 75 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 b) Progress Report-The Contractor shall submit a progress report to the Engineer each month. The report shall include the following: 1) Sufficient narrative to describe the past progress,anticipated activities,and stage Work; 2) A description of any current and expected changes or delaying factors and their effect on the construction schedule; and 3) Proposed corrective actions. C. Type "C" Schedule -When a Type "C" Schedule is required, the Contractor shall do the following: 1. Initial Schedule- 10 Calendar Days prior to the preconstruction conference,the Contractor shall provide to the Engineer one digital copy and four paper copies of a time-scaled bar chart Project Work schedule. The digital copy shall be compatible with MS Project 2003,Primavera P3, SureTrak Project Manager 3.0, or another scheduling program approved by the Engineer. The initial schedule shall show: a) The expected beginning and completion date of each activity, including all stages and phases; b) The time needed for completion of the utility relocation work; and c) The elements of the traffic control plan as required under 00225.05. A logic diagram and a time-scaled bar chart will be acceptable in lieu of a time-scaled logic diagram. The initial schedule shall show all Work intended for the first 60 Days of the Contract to the level of detail described in (2) below, and shall show the priority and interdependence (sequencing and network logic) of all major segments of the remainder of the Work. 2. Detailed Project Work Schedule -In addition to the above requirements, and within 30 Calendar Days after First Notification, the Contractor shall provide the Engineer one digital copy and four paper copies of a detailed time-scaled critical path method (CPM) network Project Work schedule and computer analysis printout, both clearly indicating the critical path. The digital copy shall be compatible with MS Project 2003, Primavera P3, SureTrak Project Manager 3.0,or another scheduling program approved by the Engineer. The first submitted detailed time-scaled critical path method (CPM) network Project Work schedule shall also contain a listing of the quantity of Work for each activity,when appropriate, in common units of measure. Detailed work schedule activities shall include the following: a) Construction activities; b) Any limitations of operation specified in 00180.40; c) The time needed for completion of the utility relocation work; d) Implementation of TCP for each stage and phase; e) Submittal and approval of Material samples, mix designs, and shop drawings; Agency timeframes to process and return Contractor submitted plans,working drawings, equipment lists and other submittals; Attachment K—General Conditions Page 76 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 g) Procurement of critical Materials; h) Fabrication,installation, and testing of special Material and Equipment; i) Duration of Work,including completion times of all stages and their sub-phases; and j) Specified cure times for all concrete elements. The activities shall be separately identifiable by coding or use of sub-networks or both. The duration of each activity shall be verifiable and consistent with the description in the Project narrative required in (3) below. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. In the restraints,include those activities from any Project Work schedule that initiated the sub-network as well as those restrained by it. The time scale used on the Contractor's detailed time-scaled critical path method (CPM) network Project Work schedule shall be appropriate for the duration of the activities and the Project duration. The time scale shall be in normal workdays, defined as every day except Saturday, Sunday and legal holidays, with calendar dates identified no less than the first and midpoint of each calendar month. The smallest unit shown shall be 1 Day. The network shall show the length of the activity or part scaled to accurately represent the number of normal workdays scheduled. Distinct symbols or graphics shall be used to show multiple shift, holiday,or weekend work. The schedule network drawing(s) shall include a title block showing the Contract name and number, Contractor's name, date of original schedule, and all update dates; and a legend containing the symbols used, their definitions, and the time scale, shown graphically. To ensure readability the drawings shall be on a reasonable size of paper up to a maximum of 36 inch x 36 inch,using multiple sheets when needed. The Contractor shall include a tabulation of each activity in the computer mathematical analysis of the network diagram. The following information represents the minimum required for each activity: a) Event (node) number(s) for each activity; b) Maintain event (node) numbers throughout the Project; c) Activity description; d) Original duration of activities (in normal workdays); e) Estimated remaining duration of activities (in normal workdays); f) Earliest start date and actual start date (by calendar date); g) Earliest finish date and actual finish date (by calendar date); h) Latest start date (by calendar date); i) Latest finish date (by calendar date); and j) Slack or float time (in workdays). Computer print-outs shall consist of at least a node sort and an "early start/total-float" sort. Within 14 Calendar Days after submission of the detailed time-scaled critical path method (CPM) network Project Work schedule,the Engineer and the Contractor shall meet to review the detailed time-scaled critical path method (CPM) network Project Work schedule as Attachment K—General Conditions Page 77 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 submitted. Within 7 Calendar Days of the meeting, the Contractor shall resubmit to the Engineer one digital and four paper copies of the detailed time-scaled critical path method (CPXV network Project Work schedule,including required revisions. This first accepted detailed time-scaled critical path method (CPA1) network Project Work schedule, also called the accepted Project Work schedule, shall represent all Work, as well as the planned sequence and time for the Work. Review and acceptance of any Project Work schedules and Project narratives by the Engineer shall not relieve the Contractor of responsibility for timely and efficient execution of the Contract. 3. Project Narrative - In addition to the above requirements,and within 30 Calendar Days after First Notification,the Contractor shall provide to the Engineer a final written Project narrative that discusses the planning,coordinating, scheduling and resourcing of the Work. The Project narrative shall include the following written description: a) Plans for staging the project. b) All critical activities. c) All near critical activities defined as those with less than 30 Days of float. d) All subcontractor activities that are critical, near critical, and those that are greater than two weeks in duration. e) Labor resourcing, by stage and phase, to include the number of crews, average crew size and planned night/weekend shifts including that of subcontractors. Equipment allocation, by stage and phase to include mobilization, demobilization and planned activities including that of subcontractors. g) Notifications required under the Contract during each stage and phase which may include but is not limited to road closures, lanes closures, night work, cold plane pavement removal, and pile driving. h) Provide discussion on addressing reasonably predictable weather conditions and their impact on all weather sensitive activities. Also, provide discussion on other weather limitations that may affect the project schedule. i) Submittal and approval of material samples,mix designs,and shop drawings. j) Procurement of critical materials. k) Plans for dealing with "unique" construction items. 1) Coordination of utilities and any immediate concerns for impacts/delays. m) Constructability issues. n) Cost Reduction Proposals and/or immediate requests for changes to the specifications. o) Concerns/issues that need to be addressed within the first 90 Days following First Notification. The accepted Project narrative shall represent all critical and near critical Work, as well as the planned sequence and time for the Work. 4. Review and Reporting -The Project Work schedule may require revision as the Work progresses. Therefore, the Contractor shall monitor and when necessary revise the Project Work schedule as follows: a) Review with the Engineer -The Contractor shall perform ongoing review of the accepted Project Work schedule and progress of the Work with the Engineer. If the Attachment K—General Conditions Page 78 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Engineer or the Contractor determines that the accepted Project Work schedule no longer represents the Contractor's own plans or expected time for the Work, a meeting shall be held between the Engineer and the Contractor. At this meeting, the Contractor and the Engineer shall review Project events and any changes for their effect on the accepted Project Work schedule. After any necessary action has been agreed upon,the Contractor shall make required changes to the accepted Project Work schedule and associated Project narrative. Upon acceptance by the Engineer, this will become the new accepted Project Work schedule and associated Project narrative. The Contractor shall collect information on all activities worked on or scheduled to be worked on during the previous report period, including shop drawings, Material procurement, and Contract Change Orders that have been issued. Information shall include actual start and completion dates on activities started or completed, or if still in progress, the remaining time duration. The Contractor shall develop detailed sub-networks to incorporate changes,Additional Work, and Extra Work into the Project Work schedule. Detailed sub-networks shall include all necessary activities and logic connectors to describe the Work and all restrictions on it. The restraints shall include those activities from the Project Work schedule that initiated the sub- network as well as those restrained by it. The procedure for acceptance of the revised or updated Project Work schedule as the new accepted Project Work schedule will be as provided above. The Contractor shall evaluate this information each month and compare it with the accepted Project Work schedule. The Contractor shall make an updated bar chart schedule to incorporate the effect changes may have on the Project completion time(s). For any activity that has started,the Contractor shall add a symbol to show the actual date the activity started and the number of normal workdays remaining until completion. For activities that are finished, a symbol shall be added to show the actual date. The Contractor shall submit, digitally and in paper, copies of the updated bar chart to the Engineer within 7 Days after the progress meeting,along with a progress report as required by "b." below. b) Progress Report - Each month the Contractor shall submit a progress report and an update of the Project Work schedule to the Engineer. The report and updated schedule shall be submitted both digitally and in paper copy and shall include the following: • A sufficient description, in narrative form, to describe the past progress, anticipated activities, and stage Work; • A description of any current and expected changes or delaying factors and their effect on the construction schedule; • Proposed corrective actions; • Proposals to keep the Project on schedule in the event of a delay; and • Any changes to the logic as compared to the accepted Project Work schedule. Attachment K—General Conditions Page 79 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 D. Substitution of Schedules -When a Type "A" schedule is required, a Type "B" or Type "C" schedule may be substituted for the Type "A" schedule. When a Type "B" schedule is required, a Type "C" schedule may be substituted for the Type "B" schedule. E. Specified Contract Time Not Superseded by Schedule Revisions -The completion dates in any Project Work schedule and any revised or updated Project Work schedules shall be within the Contract Time(s) specified for the Project,or within adjusted Contract Times approved according to 00180.80(c). Acceptance of any Project Work schedule or any revised or updated Project Work schedules shall not constitute approval of any completion dates that exceed such Contract Time(s). If the Contractor believes that additional Contract Time is due, the Contractor shall submit,with a revised Project Work schedule, a request for adjustment of Contract Time according to 00180.80(c). A request for an adjustment of Contract Time will be evaluated using the most recently accepted Project Work schedule. F. Float Time - Float time shown on the Project Work schedule, including any time between a Contractor's scheduled completion date and the specified Contract Time(s), does not exist for the exclusive use of either party to the Contract and belongs to the Project. G. Schedules Do Not Constitute Notice - Submittal of a Project Work schedule,with supporting Project narrative,does not constitute or substitute for any notice the Contractor is required under the terms of the Contract to give the Agency. H. Failure to Provide Schedule -The Project Work schedule is essential to the Agency. The Contractor's failure to provide the schedule, schedule information, progress reports, Project narratives, or schedule updates when required will be cause to suspend the Work, or to withhold Contract payments as necessary to protect the Agency,until the Contractor provides the required information to the Engineer. 00180.42 Preconstruction Conference - Unless otherwise approved in writing by the Engineer, before any Work is performed and within 7 Calendar Days of the Notice to Proceed, the Contractor shall meet with the Engineer for a preconstruction conference at a time mutually agreed upon. 00180.43 Commencement and Performance of Work -From the time of commencement of the Work to the time of Final Acceptance the Contractor shall: A. Provide adequate Materials, Equipment, labor, and supervision to perform and complete the Work; B. Perform the Work as vigorously and as continuously as conditions permit, and according to a Project Work schedule that ensures completion within the Contract Time or the adjusted Contract Time; C. Not voluntarily suspend or slow down operations without prior written approval from the Engineer;and D. Not resume suspended Work without the Engineer's written authorization. Attachment K—General Conditions Page 80 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 00180.44 Project Meetings -The Contractor shall participate in conferences and meetings for the purposes of addressing issues related to the Work, reviewing and coordinating progress of the Work and other matters of common interest to the Contractor, Engineer and Agency. A. Meeting Participants - Representative of entities participating in meetings shall be qualified and authorized to act on behalf of entity each represents. B. Meet in Agency's meeting room facility, or in a location otherwise agreed to by Agency and Contractor. C. Engineer will distribute to each anticipated participant written notice and agenda of each meeting at least 4 days before meeting. D. Require attendance of Contractor's superintendent and project manager,and Subcontractors who are or are proximate to be actively involved in the Work, or who are necessary to agenda. E. Engineer will invite agencies, utility companies or others when the Work affects their interests, and others necessary to agenda. F. Engineer will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties. Contractor shall advise Engineer within two days of receipt of meeting minutes if Contractor does not agree with content of minutes. G. Progress Meetings 1. Purpose of Progress Meetings: To expedite Work of Subcontractors or other organizations that are not meeting scheduled progress, resolve conflicts, and coordinate and expedite execution of the Work. 2. Attend regularly scheduled bi-weekly progress meetings conducted by Engineer. 3. Review progress of the Work, Progress Scheduled, 3-week look-ahead schedule, narrative report, Application for Payment, record documents, and additional items of current interest that are pertinent to execution of the Work. 4. Verify- a) Actual start and finish dates of completed activities since last progress meeting. b) Durations and progress of activities not completed. c) Reason,time,and cost data for Change Order Work that will be incorporated into Progress Schedule and Application for Payment. d) Percentage completion of items on Application for Payment e) Reasons for required revisions to Progress Schedule and their effect on Contract Time and Contract Amount. 5. Review status of Requests for Clarification/Information and Submittals review. 6. Discuss Project safety and security. Attachment K—General Conditions Page 81 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 7. Discuss traffic control. 8. Discuss potential problems which may impede scheduled progress and corrective measures. H. Coordination Meetings 1. Purpose of Coordination Meetings: To coordinate the Work of this Contract with the Work of the Agency and with Work of other Contractors. I. Pre-Event Meetings 2. Prior to start of critical activities, the Contractor shall schedule a meeting with Engineer to review applicable specifications and drawings, coordination of inspection requirements and other key activities. J. Pre-Survey Conference 3. The Contractor, applicable Subcontractors, Contractor's surveyor, Agency and Agency's surveyor shall meet with the Engineer two weeks prior to beginning survey work. The purpose of the meeting is to discuss methods and practices of accomplishing the survey work. K. Other Meetings 4. The Contractor shall prepare for and attend other meetings as identified elsewhere in the Contract Documents. 00180.50 Contract Time to Complete Work: A. General-The time allowed to complete the Work or Pay Item is stipulated in the Special Provisions, and will be known as the "Contract Time". (see 00110.20) B. Kinds of Contract Time -The Contract Time will be expressed in one or more of the following ways 1. Fixed Date Calculation - The calendar date on which the Work or Pay Item shall be completed; or 2. Calendar Day Calculation -The number of Calendar Days from a specified beginning point in which the Work or Pay Item shall be completed. 3. Work Day Calculation—The number of Work Days from a specified beginning point in which the Work or Pay item shall be completed. C. Beginning of Contract Time -When the Contract Time is stated in Calendar Days,counting of Contract Calendar Days will begin with the first Calendar Day following the date of the Notice to Proceed. When the Contract Time is stated in Work Days, counting of Contract Work Days will begin with the first Work day following the date of the Notice to Proceed. Attachment K—General Conditions Page 82 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 D. Recording Contract Time - All Contract Time will be recorded and charged to the nearest one- half Day. Contract Times may be extended because of delays in the completion of the Work due to abnormal weather conditions provided that the Contractor shall, within 10 days of the beginning of such delay, notify Engineer in writing of the cause of the delay and request an extension of time. Such requests shall be accompanied with supporting documentation referenced to the NOAA INDEX weather in the Project vicinity. Engineer will make recommendations to Agency to extend the Contract Times for completing the Work when,in Engineer's judgment, the findings of facts and extent of delay justify such an extension. Contractor shall not be entitled to any additional compensation of any kind arising out of or relating to abnormal weather conditions. On Contracts with Calendar Day or Work Day counts,the Engineer will furnish the Contractor a weekly statement of Contract Time charges. The statement will show the number of Calendar Days counted for the preceding week and the number of Calendar Days remaining prior to the established completion date. For Contracts with fixed completion dates or fixed milestone completion dates for Pay Items,the Engineer will furnish the Contractor a weekly statement of Contract Time charges only after expiration of the Contract Time. The statement will show the number of Calendar Days of liquidated damages that have been assessed,if any. These statements will include any exclusions from, or adjustments to, Contract Time. E. Exclusions from Contract Time - Regardless of the way Contract Time is expressed in the Contract,certain Calendar Days will not be charged against Contract Time. These exclusions will be allowed when the Contractor is prevented from performing Work due to one of the following reasons,resulting in delay: 1. Acts of God or Nature; 2. Court orders enjoining prosecution of the Work; 3. Strikes, labor disputes or freight embargoes that, despite the Contractor's reasonable efforts to avoid them, cause a shutdown of the entire Project or one or more major operations. "Strike" and "labor dispute" may include union action against the Contractor, a Subcontractor, a Materials supplier, or the Agency; or 4. Suspension of the Work by written order of the Engineer for reasons other than the Contractor's failure or neglect. F. Time Calculation Protest- In the event the Contractor disputes the accuracy of the statement of Contract Time charges, it shall immediately contact the Engineer and attempt to resolve the dispute. If the dispute cannot be resolved informally,the Contractor shall submit a formal written protest to the Engineer within 7 Calendar Days of the date the Engineer mailed or delivered the statement. Failure to submit a formal written protest within the 7 Calendar Day period constitutes the Contractor's approval of the time charges,or adjusted time charges,itemized in the statement. G. End of Contract Time -When the Engineer determines that the On-Site Work has been completed,except for the items listed below, the Engineer will issue a Second Notification. Attachment K—General Conditions Page 83 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 The Second Notification will list: 1. The date the time charges stopped; 2. Final trimming and cleanup tasks (see 00140.90); 3. Equipment to be removed from the Project Site; 4. Minor corrective work (punch list); and 5. Submittals, including without limitation all required certifications, bills, forms, warranties, certificate of insurance coverage (00170.70),and other documents,required to be provided to the Engineer before Third Notification will issue. The Contractor shall complete all tasks listed in the Second Notification in an expeditious manner within the time frame specified for Final Completion. 00180.60 Notice of Delay -The Contractor shall notify the Engineer of any delay that will likely prevent completion of the Work or a Pay Item by the date specified in the Project Work schedule. The notice shall be in writing and shall be submitted within 7 Calendar Days of when the Contractor knew or should have known of the delay. The notice shall include, to the extent available, the following: A. The reasons or causes for the delay; B. The estimated duration of the delay and the estimated resulting cumulative delay in Contract completion; C. Except for 00180.50E and 00180.65 delays,whether or not the Contractor expects to request an adjustment of Contract Time due to the delay; D. Whether or not the Contractor expects to accelerate due to the delay; and E. Whether or not the Contractor expects to request additional compensation due to the delay. Except for 00180.50E and 00180.65 delays, failure to include this information will constitute waiver of the Contractor's right to later make such a request. 00180.65 Rights-of-Way and Access Delays - Right-of-Way and access delays will be taken into consideration in adjusting Contract Time, and in approving additional compensation if the performance of the Work is delayed because of the Agency's failure to make available to the Contractor: A. Necessary Rights-of-Way; B. Agency-owned or Agency-controlled Materials sources that are offered in the Contract for the Contractor's use; or C. Access to,or rights of occupancy of,buildings and other properties the Contractor is required to enter or to disturb according to Contract requirements. If the duration and time period of an anticipated delay is stated in the Special Provisions, only the delay occurring beyond that duration and time period will be considered for adjusting Contract Time or providing additional compensation. Attachment K—General Conditions Page 84 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 00180.70 Suspension of Work: A. General- The Engineer has authority to suspend the Work, or part of the Work, for any of the following causes: 1. Failure of the Contractor to correct unsafe conditions; 2. Failure of the Contractor to carry out any provision of the Contract; 3. Failure of the Contractor to carry out orders issued by the Engineer, the Agency, or any regulatory authority; 4. Existence of conditions unsuitable to proper or safe performance of the Work;or 5. Any reason considered by the Agency to be in the public interest. When Work has been suspended for any reason, the Contractor shall not resume Work without the Engineer's written authorization. B. Contractor's Responsibilities during and after Suspension - During periods of suspension of the Work, the Contractor shall continue to be responsible for protecting and repairing the Work according to 00170.80, and for ensuring that a single designated representative responsible for the Project remains available according to 00150.40B. When Work is resumed after suspension, unless otherwise specified in the Contract, the Contractor shall perform the following at no additional compensation: 1. Replace or repair any Work,Materials, and Equipment to be incorporated into the Work that was lost or damaged because of the temporary use of the Project Site by the public; and 2. Remove Materials, Equipment, and temporary construction necessitated by temporary maintenance during the suspension, as directed by the Engineer. C. Compensation and Allowances for Suspension - Compensation and allowance of additional Contract Time due to suspension of any portion of the Work will be authorized only for Agency- initiated suspensions for reasons other than the Contractor's failure or neglect. (refer to 00180.50(e), 00180.65, and 00195.40) 00180.80 Adjustment of Contract Time: A. General- Contract Time established for the Work will be subject to adjustment,either by increase or decrease, for causes beyond the control of the Contractor, according to the terms of this Subsection. After adjustment,the Contract Time will become,and be designated as,the"Adjusted Contract Time". Except as provided in 00180.65 and 00195.40, an adjustment of Contract Time shall be the Contractor's only remedy for any delay arising from causes beyond the control of the Contractor. B. Contractor's Request Not Required - The Engineer may increase or decrease the Contract Time or the Adjusted Contract Time if Change Orders or Extra Work orders issued actually increase or decrease the amount of time required to perform the Work. The Engineer may also increase Contract Time in the event of Right-of-Way and Access delays (see 00180.65), and those delays due to causes beyond the Contractor's control specified in 00180.50E. The Engineer will promptly inform the Contractor of adjustments made to Contract Time according to this Subsection, and will include the reasons for adjustment. Attachment K—General Conditions Page 85 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 If the Agency anticipates delay during performance of the Contract, and specifies its expected duration and time period in the Special Provisions,the Engineer will only consider additional delay beyond the stipulated duration and time period in determining whether to adjust Contract Time. C. Contractor's Request Required - In the event the Contractor believes that additional Contract Time is due, the Contractor shall submit to the Engineer a timely request for adjustment of Contract Time. The Engineer will not consider untimely requests. The Agency regards as timely only those requests for adjustment of Contract Time that: 1. Accompany a proposed revised Project Work schedule submitted according to 00180.41, for comparison with the last revision of the Project Work schedule; or 2. Are not otherwise deemed waived and are submitted within 15 Days after the date of Second Notification,if Second Notification has been issued. The Engineer will not grant an adjustment of Contract Time for events that occurred prior to the date of the last revision of the Project Work schedule. The Engineer will not authorize, nor the Agency pay, acceleration costs incurred by the Contractor prior to its submittal of a request for adjustment of Contract Time to which the acceleration costs relate. The Contractor's request for adjustment of Contract Time shall be submitted to the Engineer on a form provided by, or in a format acceptable to, the Engineer, and shall include a copy of the written notice required under 00180.60. The request shall include without limitation: 1. Consent of the Contractor's Surety if the request totals more than 30 Calendar Days of additional Contract Time; 2. Sufficient detail for the Engineer to evaluate the asserted justification for the amount of additional Contract Time requested; 3. The cause of each delay for which additional Contract Time is requested, together with supporting analysis and data; 4. Reference to the Contract provision allowing Contract Time adjustment for each cause of delay; 5. The actual or expected duration of delay resulting from each cause of delay, expressed in Calendar Days; and 6. A schedule analysis based on the current approved Project Work schedule for each cause of delay, indicating which activities are involved and their impact on Contract completion. D. Basis for Adjustment of Contract Time -In the adjustment of Contract Time, the Engineer will consider causes that include,but are not limited to: 1. Failure of the Agency to submit the Contract and bond forms to the Contractor for execution within the time stated in 00130.50, or to submit the Notice to Proceed within the time stated in 00130.90; 2. Errors, changes,or omissions in the Supplemental Drawings,quantities, or Specifications; 3. Performance of Extra Work; 4. Failure of the Agency or Entities acting for the Agency to act promptly in carrying out Contract duties and obligations; Attachment K—General Conditions Page 86 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 5. Acts or omissions of the Agency or Entities acting for the Agency that result in unreasonable delay referenced in 00195.40; 6. Causes cited in 00180.50(e); and 7. Right-of-way and access delays referenced in 00180.65. The Engineer will not consider requests for adjustment of Contract Time based on any of the following: 1. Contentions that insufficient Contract Time was originally specified in the Contract; 2. Delays that do not affect the specified or Adjusted Contract Time; 3. Delays that affect the Contractor's planned early completion, but that do not affect the specified or adjusted Contract Time; 4. Shortage or inadequacy of Materials, Equipment or labor; 5. Work stoppage required by the Engineer to determine the extent of Work defects 6. Time for the Contractor to correct the Work defects from date of notification of the defects until the correction work is completed and has been approved by the Engineer. 7. Late delivery of Materials and Equipment to be incorporated into the Work, except under those conditions referenced in 00180.50(e); 8. Different area of Material source in 00160.40(a); 9. Substitution of Equipment in 00180.31(c); 10. Reasonably predictable weather conditions; or 11. Other matters within the Contractor's control or Contract responsibility. E. Consideration and Response by Agency-The Engineer will only consider a Contractor's request for Contract Time adjustment submitted according to the requirements of 00180.80C. The Engineer may elect not to consider claimed delays that do not affect the specified or adjusted Contract Time required to complete the Work. The Engineer may adjust Contract Time for causes not specifically identified by the Contractor in its request. The Engineer will review a properly submitted request for Contract Time adjustment, and within a reasonable time will advise the Contractor of the Engineer's findings. If the Contractor disagrees with the Engineer's findings, the Contractor may request review according to the procedure specified in 00199.40. 00180.85 Failure to Complete on Time; Liquidated Damages: A. Time is of the Essence -Time is of the essence in the Contractor's performance of the Contract. Delays in the Contractor's performance of the Work may inconvenience the traveling public, interfere with business and commerce, and increase cost to the Agency. It is essential and in the public interest that the Contractor prosecute the Work vigorously to Contract completion. The Agency does not waive any rights under the Contract by permitting the Contractor to continue to perform the Contract, or any part of it, after the Contract Time or adjusted Contract Time has expired. Attachment K—General Conditions Page 87 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 B. Liquidated Damages -The Agency will sustain damage if the Work is not completed within the specified Contract Time. However,in certain Agency projects it may be unduly burdensome and difficult to demonstrate the exact dollar value of such damages. The Agency will identify such projects in the Special Provisions related to them. In these projects,the Contractor agrees to pay to the Agency, not as a penalty but as liquidated damages, the amount specified in the Special Provisions for each Calendar Day the Contractor expends performing the Contract in excess of the Contract Time or adjusted Contract Time. Payment by the Contractor of liquidated damages does not release the Contractor from its obligation to fully and timely perform the Contract according to its terms. Nor does acceptance of liquidated damages by the Agency constitute a waiver of the Agency's right to collect any additional damages it may sustain by reason of the Contractor's failure to fully perform the Contract according to its terms. The liquidated damages shall constitute payment in full only of damages incurred by the Agency due to the Contractor's failure to complete the Work on time. If the Contract is terminated according to 00180.90A, and if the Work has not been completed by other means on or before the expiration of Contract Time or adjusted Contract Time, liquidated damages will be assessed against the Contractor for the duration of time reasonably required to complete the Work. 00180.90 Termination of Contract and Substituted Performance: A. Termination for Default-Termination of the Contract for default may result if the Contractor: 1. Fails to comply with the requirements for records; 2. Violates any material provision of the Contract; 3. Disregards applicable laws and regulations or the Engineer's instructions; 4. Refuses or fails to supply enough Materials, Equipment or skilled workers for prosecution of the Work in compliance with the Contract; 5. Fails to make prompt payment to Subcontractors; 6. Makes an unauthorized general assignment for the benefit of the Contractor's creditors; 7. Has a receiver appointed because of the Contractor's insolvency; 8. Is adjudged bankrupt and the court consents to the Contract termination; or 9. Otherwise fails or refuses to faithfully perform the Contract according to its terms and conditions. If the Contract is terminated by the Agency, upon demand the Contractor and the Contractor's Surety shall provide the Engineer with immediate and peaceful possession of the Project Site, and of all Materials and Equipment to be incorporated into the Work,whether located on and off the Project Site, for which the Contractor received progress payments under 00195.50. If the Contract is terminated for default, neither the Contractor nor its Surety shall be: 1. Relieved of liability for damages or losses suffered by the Agency because of the Contractor's breach of Contract;or 2. Entitled to receive any further progress payments until the Work is completed. However, progress payments for completed Work that remain due and owing at the time of Contract termination may be made according to the terms of 00195.70, except that the Engineer will Attachment K—General Conditions Page 88 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 be entitled to withhold sufficient funds to cover costs incurred by the Agency as a result of the termination. Final payment to the Contractor will be made according to the provisions of Section 00195. If a termination under this provision is determined by a court of competent jurisdiction to be unjustified, the termination shall be deemed a termination for public convenience. B. Substituted Performance - According to the Agency's procedures, and upon the Engineer's recommendation that sufficient cause exists, the Agency, without prejudice to any of its other rights or remedies and after giving the Contractor and the Contractor's Surety 10 Calendar Days' written notice,may: 1. Terminate the Contract; 2. Substitute the Contractor with another Entity to complete the Contract; 3. Take possession of the Project Site; 4. Take possession of Materials on the Project Site; 5. Take possession of Materials not on the Project Site, for which the Contractor received progress payments under 00195.50; 6. Take possession of Equipment on the Project Site that is to be incorporated into the Work; 7. Take possession of Equipment not on the Project Site that is to be incorporated into the Work, and for which the Contractor received progress payments under 00195.70; and 8. Finish the Work by whatever method the Agency deems expedient. If, within the 10 Calendar Day notice period provided above, the Contractor and/or its Surety corrects the basis for declaration of default to the satisfaction of the Engineer, or if the Contractor's Surety submits a proposal for correction that is acceptable to the Engineer, the Contract will not be terminated. C. Termination for Public Convenience -The Engineer may terminate the Contract for convenience in whole or in part whenever the Engineer determines that termination of the Contract is in the best interest of the public and for,but not limited to,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; or; 3. If Agency 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 Contract may be modified to accommodate a reduction in funds; or 4. 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 Contract, The Engineer will provide the Contractor and the Contractor's Surety 7 Calendar Days' written notice of termination for public convenience. After such notice, the Contractor and the Contractor's Surety shall provide the Engineer with immediate and peaceful possession of the Attachment K—General Conditions Page 89 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180 Project Site,and of Materials and Equipment to be incorporated into the Work,whether located on and off the Project Site, for which the Contractor received progress payments under 00195.50. Termination under any provision of this paragraph shall not affect any right, obligation, or liability of Contractor or Agency,which accrued prior to such termination. If the Contract is terminated for public convenience, neither the Contractor nor its Surety shall be relieved of liability for damages or losses suffered by the Agency as a result of defective, unacceptable or unauthorized Work completed or performed. Compensation for Work terminated by the Engineer under this provision will be determined according to the provisions of 00195.70B. Attachment K—General Conditions Page 90 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 Section 00190 - Measurement of Pay Quantities 00190.00 Scope -The Engineer will measure pay quantities for accepted Work according to the United States standard measure unless otherwise provided in the Contract. Unless otherwise specified in the Contract,the Engineer will round off all quantity computations using the following convention: • The final significant digit will not be changed when the succeeding digit is less than 5. • The final significant digit will be increased by one when the succeeding digit is 5 or greater. The measurement provisions contained in the Specifications for each Pay Item will supplement or modify the above convention by: • Imposing measurement limitations • Describing measurement or computation procedures • Giving conversion factors or adjustment conditions • Providing for determination of reasonably accurate and representative Pay Item quantities Measurements required or allowed to be made by the Contractor will be subject to the Engineer's verification. The Engineer's decision about measurement is final. 00190.10 Measurement Guidelines - Measurement of quantities will be made on the following bases,unless otherwise specified in the Contract. A. Unit Basis - Unit will be each,unless otherwise specified in the Contract and will be determined by actual count of units in place. B. Length Basis - Length will be feet or mile,unless otherwise specified in the Contract and will be determined by measuring the length at least to the nearest 0.1 foot or at least to the nearest 0.1 mile, as applicable,unless otherwise specified in the Contract. Measurements will be limited to the dimensions shown or specified, or as directed by the Engineer. C. Area Basis -Area will be square foot, square yard, or acre, unless otherwise specified in the Contract and will be determined by measuring the width and the length (or height) at least to the nearest 0.1 foot and computed at least to the nearest 0.1 square foot,nearest 0.1 square yard, or nearest 0.1 acre,as applicable, unless otherwise specified in the Contract. D. Weight Basis - Weight will be pound or ton, unless otherwise specified in the Contract and will be determined as follows: 1. Pound-Pound weight will be determined by the net weight identified on the manufacturer's packaged labels, subject to periodic check weighing. Weight by pound will be measured at least to the nearest 1.0 pound unless otherwise specified in the Contract. Provide a certificate with each shipment together with a certified copy of the weight of each delivery. If the check weight is less than the manufacturer weight by more than 0.4%, the discrepancy will be resolved by the Engineer. Attachment K—General Conditions Page 91 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 2. Ton-Ton weight will be determined on Contractor-provided scales as required under 00190.20 unless otherwise allowed by the Specifications. Weight by ton will be measured at least to the nearest 0.01 ton unless otherwise specified in the Contract. If bituminous materials, Portland cement, lime, and similar bulk Materials are shipped by truck or rail, the supplier's shipping invoice with net scale weights, or volumes converted to weights, may be used for Pay Item quantity determination in place of weights determined on the Contractor-provided vehicle scales. Shipping invoice weights of the supplier's truck or transport shall be subject to periodic check weighing on the Contractor's vehicle scales, or other scales designated,according to 00190.20. If the check weight is less than the supplier weight by more than 0.4%, the discrepancy will be resolved by the Engineer. No payment will be made: • For quantities in excess of the supplier weight • When Materials have been lost,wasted, or otherwise not incorporated into the Work • For additional hauling costs resulting from the check weighing E. Volume Basis -Volume will be cubic yard truck measure or in-place measure, gallons, foot board measure (FBM),or thousand foot board measure (MFBM),unless otherwise specified in the Contract and will be measured at least to the nearest 0.1 cubic yard, nearest 1.0 gallon, nearest 0.1 FBM, or nearest 0.1 MFBM, as applicable, unless otherwise specified in the Contract. Truck measure will be the measured and calculated maximum "water level" capacity of the vehicle. Quantities will be determined at the point of delivery,with no allowance for settlement of Material during transit. When required to facilitate measurement, the vehicle load shall be leveled at the point of delivery. Payment will not be made for Material in excess of the maximum "water level" capacity. Deductions will be made for loads below the maximum "water level" capacity. When bituminous materials are measured by volume,the volume will be measured at 60 °F or will be corrected to the volume at 60 °F using the correction factors found in the MFTP (ODOT TM 321). F. Time Basis -Time will be hour,Day, or year, unless otherwise specified in the Contract, and will be measured to at least the nearest 0.5 hour, nearest 1.0 Day, or nearest 1.0 year, as applicable, unless otherwise specified in the Contract. G. Standard Manufactured Items - If standard manufactured items, such as fence, wire,plates, rolled shapes,pipe, conduit and other similar items are specified in the Contract by properties such as gauge, unit weight, or section dimensions, the manufacturing tolerances established by the industry involved will be accepted unless more stringent tolerances are cited in the Contract. Attachment K—General Conditions Page 92 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 H. Lump Sum Basis -Lump sum,when used,means the Work described shall be completed and accepted without measurement unless changes are ordered in writing by the Engineer. 00190.20 Contractor to Provide Vehicle Weigh Scales: A. General- If the Specifications require measurement by weighing on vehicle weigh scales, the Contractor shall provide vehicle weigh scales and shall transport Materials to the scales. Subject to the Engineer's approval, weights may be determined by plant or hopper scales according to 00190.30. Contractor-provided scales shall be furnished,installed and maintained by the Contractor or its supplier,or, subject to the Engineer's approval,may be commercial scales located in the vicinity of the Project. Unless otherwise provided in the Contract, Pay Items to be measured by weight shall include all Contractor costs for providing, maintaining, inspecting, and testing scales; for furnishing appropriate weigh tickets; for self-printing scales; and for transporting Materials to the scales or to check weighing. B. Requirements -The scales shall conform to ORS 618, or the laws of the state in which they are located, and NIST Handbook 44, and shall be: • Licensed by the Oregon Department of Agriculture,or by the analogous regulatory body for scales located outside the State; • Technically suitable for weighing the Materials; • Properly installed and maintained; and • Accurate to the required tolerances. The weight of any Materials weighed by anyone other than the Engineer will be subject to check weighing as the Engineer directs. C. Approaches -Vehicle scale approaches shall be: • At each end of the scale platform; • Straight and in line with the platform; and • Long enough to accommodate combination vehicles longer than the scale platform so that they are level and allow release of brakes before weighing. D. Inspections - Contractor shall have all scales certified, that is inspected and their accuracy tested, by the Oregon Department of Agriculture, an analogous regulatory body for scales located outside the State, or a scale service company as follows: • Before use if installed at a new site; • 60 Calendar Days after initial inspection; • Every 6 months thereafter; and • When the Engineer directs additional inspections. Attachment K—General Conditions Page 93 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 No Materials weighed on scales without current certifications according to this Subsection will be accepted. The Contractor shall provide a copy of all required certifications to the Engineer. Testing by a scale service company within the State of Oregon shall comply with ORS 618. If additional inspections directed by the Engineer confirm that the scale accuracy is within the required tolerances, the Agency will pay the cost for inspecting and testing the scales. If the scale accuracy is not within these tolerances,the Contractor shall pay the cost for inspecting and testing the scales. E. Inspection Results - If an inspection indicates the scales have been under-weighing(indicating less than the true weight), the Agency will make no additional payment to the Contractor for Materials previously weighed. If an inspection indicates the scales have been over-weighing (indicating more than the true weight), the weights will be reduced for Materials received after the time the Engineer determines the overweighing began or, if that is not possible, after the last acceptable certification of the scales. The reduction will be the amount of error in excess of the 0.2% maintenance tolerance allowed in the Contract. F. Contractor-Provided Weigh Technician -The Contractor shall provide a technician to operate Contractor-provided vehicle weigh scales. The Agency may observe procedures and require check weighing according to the following: 1. Scale with Automatic Printer -If the scales have an automatic weigh memo printer that does not require manual entry of gross weight information,the Agency may periodically have a representative at the scales to observe the weighing procedures. In addition, the Engineer may periodically check the weight for a load of Materials by directing the haul vehicle to reweigh on a different scale that has been inspected and certified according to 00190.20(b) and 00190.20(d). If a different scale is not available within a 30 mile round trip from the regular haul route the Agency will allow check weighing on an approved alternate basis. Check weights within 0.4% of the Contractor-provided weight are acceptable. The Engineer will resolve discrepancies found by check weighing. Agency employee costs will be paid by the Agency. The Contractor shall pay all other costs resulting from the check weighings,including without limitation the use of other scales. If more than 50 tons per Day of all types of Materials are received from a scale,the Contractor shall make random check weighings at least every tenth Day on which more than 50 tons is received or at each interval that 10,000 tons has been weighed,whichever occurs first, or as directed by the Engineer.The Contractor shall make at least one check weighing on projects where more than 2,000 tons of all types of Materials are received from a scale. The Contractor shall provide the Engineer with the results of the check weighing. Attachment K—General Conditions Page 94 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 2. Scale Without Automatic Printer - If the scales require manual entry of gross weight information,the Agency may periodically have a representative weigh witness at the scales to observe the weighing procedures. The Contractor shall inform the Engineer of his intent to use a scale without an automatic printer at least 3 working Days before weighing begins or before the Contractor changes to a scale that does not have an automatic printer. The Contractor shall pay costs for the weigh witness. The hourly cost of the weigh witness will be as stated in the Special Provisions. In addition, the Engineer may periodically check the weight for a load of Materials by directing the haul vehicle to reweigh on a different scale that has been inspected and certified according to 00190.20(b) and 00190.20(d). If a different scale is not available within a 30 mile round trip from the regular haul route the Agency will allow check weighing on an approved alternate basis. Check weights within 0.4% of the Contractor-provided weight are acceptable. The Engineer will resolve discrepancies found by check weighing. Agency employee costs for check weighings will be paid by the Agency. The Contractor shall pay all other costs resulting from the check weighings,including without limitation the use of other scales. If more than 50 tons per Day of all types of Materials are received from a scale,the Contractor shall make random check weighings at least every tenth day on which more than 50 tons is received or at each interval that 10,000 tons has been weighed,whichever occurs first, or as directed by the Engineer. The Contractor shall make at least one check weighing on all projects where materials are received from a scale without an automatic printer. The Contractor shall provide the Engineer with the results of the check weighing. 3. Duties of Weigh Technician -The Contractor's weigh technician shall: • Determine twice a Day,or as otherwise directed by the Engineer,the empty haul weights (tare weights) of hauling vehicles, unless vehicles are tared before each load; • Furnish daily a listing of the tare weights if 10 or more loads are hauled during that Day; • Furnish a note listing the net weight for each consecutive ten loads with the following load; • Furnish a daily listing of the net weights and total weight for each type of Material hauled during that Day; and • Furnish a legible, serially numbered weigh memo for each load of Materials to the Agency's Materials receiver at the point of delivery, or as directed by the Engineer. The memo shall identify the Project, the Materials, the date, net weight (gross and tare as appropriate), and identification of vehicle, driver and weigh technician. G. Agency-Provided Weigh Technician -If the Contractor provides vehicle weigh scales without a weigh technician meeting the requirements of this Subsection,the Agency will provide a weigh technician at the Contractor's expense. The hourly cost for the weigh technician will be as stated in the Special Provisions. The Contractor shall provide a weighhouse for the weigh technician according to Section 00205. The Agency's weigh technician will: • Determine tare weights; • Prepare weigh memos for each load; Attachment K—General Conditions Page 95 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00190 • Compile the weigh records; and • Not participate in the production of Materials or the loading of haul vehicles. 00190.30 Plant Scales -The Contractor, with the Engineer's written approval, may weigh plant- mixed Materials on scales that have either: • An automatic weight batching and mixing control printer system; or • A weigh hopper printer system. Any additional costs resulting from the use of these scales shall be borne by the Contractor. Check weighing will be done according to 00190.20F. Except for 00190.20C regarding approaches,the Contractor's use of plant scales shall comply with all provisions of 00190.20. The Engineer's approval for the Contractor's use of plant scales to determine pay weights will be rescinded if check weighing or scale inspections indicate the scales do not consistently determine weights within the tolerances allowed by state law. Attachment K—General Conditions Page 96 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 Section 00195 —Payment 00195.00 Scope and Limit: A. General- The Agency will pay only for measured Pay Item quantities incorporated into the Work or performed according to the terms of the Contract. The Contractor understands and agrees that Pay Item quantities listed in the Schedule of Items do not govern payment. Payment constitutes full compensation to the Contractor for furnishing all Materials, Equipment,labor,and Incidentals necessary to complete the Work; and for risk,loss, damage, and expense arising from the nature or prosecution of the Work or from the action of the elements, subject to the provisions of 00170.80. The Contractor shall include the costs of bonds and insurance for the Project in the unit price for each Pay Item of Work to be performed. B. Essential or Incidental Materials or Work- When the Specifications state that the unit price for a Pay Item is compensation for certain Materials or Work essential or Incidental to the Pay Item, the same Materials or Work will not be measured or paid under any other Pay Item. 00195.10 Payment For Changes in Materials Costs - On certain projects, as identified in the Special Provisions, an escalation/de-escalation clause with respect to asphalt cement will be in effect during the life of the Contract. 00195.13 Asphalt Cement Material Price Escalation/De-Escalation Clause—Subsections 00195.13A, 00195.13B, 00195.13C, and 00195.13D contain the price escalation/de-escalation clause relating to asphalt cement materials (as defined in 00195.13D). A. Monthly Asphalt Cement Material Price (MACMP) -The Monthly Asphalt Cement Material Price (MACMP) will be established by the Agency each month and will be based on the published prices of PG 64 22 asphalt cement furnished by Poten & Partners, Inc. The MACMP will be based on the average prices for the Pacific Northwest, Portland Oregon area. Each MACMP for a given month will be the average of the published prices for that MACMP for each Friday in that month. For information regarding the calculation of the MACMP, and for the actual MACMP,go to the ODOT website at: http://www.oregon.gov/ODOT/HWY/Business/Pages/Asi halt-Fuel-Price.aspx If the ODOT selected index ceases to be available for any reason,the Agency in its discretion will select and begin using a substitute price source or index to establish the MACMP each month. The MACMP will apply to all asphalt cement including but not limited to paving grade, polymer modified, and emulsified asphalts, and recycling agents. The Agency does not guarantee that asphalt cement will be available at the MACMP. B. Base Asphalt Cement Material Price(Base) -The Base price for this Project is the MACMP published on the ODOT website for the month immediately preceding the bid opening date. A. Monthly Asphalt Cement Adjustment Factor -The Monthly Asphalt Cement Adjustment Factor will be determined each month as follows: Attachment K—General Conditions Page 97 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 • If the MACMP is within ± 5%of the Base, there will be no adjustment. • If the MACMP is more than 105% of the Base,then: Adjustment Factor = (MACMP) - (1.05 x Base) • If the MACMP is less than 95% of the Base,then: Adjustment Factor = (MACMP) - (0.95 x Base) B. Asphalt Cement Price Adjustment - If specified in the Special Provisions, an asphalt cement escalation/de-escalation clause will be in effect during the life of the Contract. A price adjustment will be made for each pay item in the bid schedule containing asphalt cement. The price adjustment as calculated in 00195.13C above will use the MACMP for the month the asphalt is incorporated into the Project. The price adjustment will be determined by multiplying the asphalt incorporated during the month for subject Pay Items by the Adjustment Factor. The Agency reserves all of its rights under the Contract,including, but not limited to,its rights for suspension of the Work under 00180.70 and its rights for termination of the Contract under 00180.90, and this escalation/de-escalation provision shall not limit those rights. 00195.20 Changes to Plans or Character of Work: A. Insignificant Changed Work- If the changes made under 00140.30 do not significantly change the character, quantity or unit cost of the Work to be performed under the Contract, the Agency will pay for such work at the Pay Item price. B. Significant Changed Work-If the changes made under 00140.30 significantly alter the character, unit cost, or lump sum cost of the Work, the Agency will adjust the Contract. The Contractor shall not be entitled to compensation for any loss in profits resulting from elimination of,reduction of,or other change to, a part of the Work. Any such adjustments may be less than, but will not be more than the amount justified by the Engineer on the basis of the established procedures set out in Section 00197 for determining rates for Extra Work, but those procedures shall account for the decrease or elimination of Work as well as for increases in the Work. This does not limit the application of Section 00199. The term "Significant Changed Work" shall apply only to that circumstance in which the character of the Work, as changed, differs materially in kind, nature, or unit cost from that involved or included in the originally proposed construction. For purposes of this Section, "Significant"is defined as: 1. An increase or decrease of more than 25 percent of the total cost of the Work calculated from the original proposal quantities and the unit contract prices; or, 2. An increase or decrease of more than 25 percent in the quantity of any one major contract item. For condition 2 above, a major item is defined as any item that amounts to 10 percent or more of the original total contract price. Attachment K—General Conditions Page 98 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 00195.30 Differing Site Conditions - Upon written notification, as required in 00140.40, the Engineer will investigate the identified conditions. If the Engineer determines that the conditions are differing Project site conditions under 00140.40 and cause an increase or decrease in the cost or time required to perform any Work under the Contract,an adjustment in the Contract Amount or Contract Time, excluding loss of anticipated profits, will be made, and the Contract modified accordingly, in writing. The Engineer will notify the Contractor as to whether or not an adjustment of the Contract is warranted. No Contract adjustment which benefits the Contractor will be allowed unless the Contractor has provided the required written notice. Any such adjustments will be made according to 00195.20. 00195.40 Unreasonable Delay by the Agency- If the Contractor believes that performance of all or any portion of the Work is suspended, delayed, or interrupted for an unreasonable period of time in excess of that originally anticipated or customary in the construction industry, due to acts or omissions of the Agency, or persons acting for the Agency, and that additional compensation, Contract Time, or both, are due the Contractor because of the suspension, delay or interruption, the Contractor shall immediately file a written notice of delay according to 00180.60. The Contractor shall then promptly submit a properly supported request for any additional compensation, Contract Time, or both, according to the applicable provisions in 00180.60 through 00180.80 and Section 00199. The Engineer will promptly evaluate a properly submitted request for additional compensation. If the Engineer determines that the delay was unreasonable,and that the cost required for the Contractor to perform the Contract has increased as a result of the unreasonable suspension, delay or interruption, the Engineer will make an equitable adjustment, excluding profit, and modify the Contract in writing accordingly. The Engineer will notify the Contractor of the determination and whether an adjustment to the Contract is warranted. Under this provision,no Contract adjustment will be allowed • Unless the Contractor has provided the written notice required by 00180.60; • For costs incurred more than 10 Calendar Days before the Engineer receives the Contractor's properly submitted written request; • For any portion of a delay that the Engineer deems to be a reasonable delay, or for which an adjustment is provided for or excluded under other terms of the Contract; or • To the extent that performance would nevertheless have been suspended,delayed or interrupted by causes other than those described in this Subsection. 00195.50 Progress Payments and Retained Amounts: A. Progress Payments -The Agency's payment of progress payments, or determination of satisfactory completion of Pay Items or Work or release of retainage under 00195.50(d), shall not be construed as Final Acceptance or approval of any part of the Work, and shall not relieve the Contractor of responsibility for defective Materials or workmanship or for latent defects and warranty obligations. Attachment K—General Conditions Page 99 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 The estimates upon which progress payments are based are not represented to be accurate estimates. All estimated quantities are subject to correction in the final estimate. If the Contractor uses these estimates as a basis for making payments to Subcontractors, the Contractor assumes all risk and bears any losses that result. Progress payments shall be determined through the use of forms developed by the Engineer. 1. Progress Estimates -At the same time each month, the Engineer will make an estimate of the amount and value of Pay Item Work completed. The amount of Work completed will be the sum of the estimated number of units completed for unit price Pay Items plus the estimated percentage completed of lump sum Pay Items. The estimated value of the Work completed will be determined by using the Contract unit price for unit price Pay Items, and by using one of the following methods to determine the value of the lump sum Pay Items: • A Contractor-submitted,Engineer-approved Schedule of Values;or • Engineer's determination, when there is no approved, Contractor-submitted Schedule of Values. The amounts to be allowed for lump sum Pay Items in progress payments will not exceed the reasonable value of the Work performed,as determined by the Engineer. Incidentals such as formwork, falsework, shoring, and cribbing shall be included in the unit prices for the various Pay Items requiring their use, unless specified as a separate Pay Item. No payment will be made for Pay Items that include Incidentals until units or portions of such Pay Item Work are in place and completed. The costs of Incidentals will be paid in proportion to the percentage of Pay Item Work completed. 2. Value of Materials on Hand-If payment for Materials on Hand is allowed in the Special Provisions,the Engineer will also make an estimate of the amount and value of acceptable Materials on Hand, i.e., already delivered and stored according to 00195.60(a), to be incorporated into the Work. 3. Value of Work Accomplished -The sum of the values in (1) and (2) above will be collectively referred to in this Subsection as the "value of Work accomplished", subject to (4) below. 4. Limitations on Value of Work Accomplished -In determining the "value of Work accomplished",the Engineer's estimate will be based on the unit prices for the various Pay Items. Any amounts not included in progress payments due to substantial mathematical unbalancing of Pay Item prices will be included in the final payment issued according to 00195.90B. 5. Reductions to Progress Payments - With each progress payment, the Contractor will receive a Contract payment voucher and summary setting forth the value of Work accomplished reduced by the following: Attachment K—General Conditions Page 100 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 • Amounts previously paid; • Amounts deductible or owed to the Agency for any cause specified in the Contract; • Additional amounts retained to protect the Agency's interests according to Subsection (e) below. B. Retainage -The amount to be retained from progress payments will be 5% of the value of Work accomplished, and will be retained in one of the forms specified in Subsection (c) below. As provided in 00170.65,B.3(a) additional retainage of 25%of amounts earned will be withheld and released according to ORS 279C.845 when the Contractor fails to file the certified statements required in ORS 279C.845,FHWA Form 1273, and 00170.65. C. Forms of Retainage -Moneys retained by the Agency under ORS 279C.570(7) shall be retained in a fund by the Agency and paid to the Contractor in accordance with ORS 279C.570. Upon written request from the Contractor, other forms of acceptable retainage are specified below in Subsections (1) through (3). "Cash, Alternate A" is the Agency-preferred form of retainage. If the Agency incurs additional costs as a result of the Contractor's election to use a form of retainage other than Cash, Alternate A, the Agency may recover such costs from the Contractor by a reduction of the final payment. 1. Cash, Alternate A- Retainage will be deducted from progress payments and held by the Agency until final payment is made according to 00195.90, unless otherwise specified in the Contract. The Agency will deposit the cash retainage withheld in an interest-bearing account in a bank, trust company, or savings association for the benefit of the Agency, as provided by ORS 279C.560(5). Interest earned on the account shall accrue to the Contractor. Amounts retained and interest earned will be included in the final payment made according to 00195.90. Any retainage withheld on Work performed by a Subcontractor will be released to the Contractor according to 00195.50D. 2. Cash, Alternate B (Retainage Surety Bond) -Upon receipt of an approved retainage surety bond, the Agency will limit the amount of cash retainage withheld to $10,000. The surety bond must be in the bond form provided by the Agency. The bond must be provided by the same Surety that provides the Performance and Payment Bonds. If the Contractor elects this form of retainage, the Agency will withhold from progress payments up to 5% of the value of the Work accomplished as cash retainage until the retained amount equals $10,000. After that amount is retained, no further cash retainage will be withheld until the additional required retainage that would have been withheld exceeds the face amount of the retainage surety bond provided. Thereafter, retainage will be withheld from progress payments according to these Specifications. According to 00195.50B,if at any time the Agency determines that satisfactory progress is not being made on the Work, the Agency may withhold up to 5% of the value of the Work accomplished from subsequent progress payments. Attachment K—General Conditions Page 101 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 If an acceptable retainage surety bond is provided, the Contractor shall notify all Subcontractors of the existence of the retainage surety bond and shall advise them of their rights under ORS 279C.560(7) and ORS 701.435. Amounts of retainage withheld under the provision will be included in the final payment according to 00195.90. Any retainage withheld on Work performed by a Subcontractor shall be released to the Contractor according to 00195.50D. 3. Bonds, Securities, and Other Instruments - In accordance with ORS 279C.560, unless the Agency finds in writing that accepting a bond, security or other instrument poses an extraordinary risk that is not typically associated with the bond, security or other instrument, the Agency will approve the Contractor's written request to deposit bonds, securities or other instruments with the Agency or in a custodial account or other account satisfactory to the Agency with an approved bank or trust company,to be held instead of cash retainage for the benefit of the Agency. In such event,the Agency will reduce the cash retainage by an amount equal to the value of the bonds, securities and other instruments. Interest or earnings on the bonds, securities and other instruments shall accrue to the Contractor. Bonds, securities and other instruments deposited instead of cash retainage shall be assigned to or made payable to the Agency and shall be of a kind approved by the Director of the Oregon Department of Administrative Services,including but not limited to: • Bills, certificates,notes or bonds of the United States; • Other obligations of the United States or agencies of the United States; • Obligations of a corporation wholly owned by the federal government; • Indebtedness of the Federal National Mortgage Association; • General obligation bonds of the State of Oregon or a political subdivision of the State of Oregon; • Irrevocable letters of credit issued by an insured institution, as defined in ORS 706.008. The Contractor shall execute and provide such documentation and instructions respecting the bonds,securities and other instruments as the Agency may require to protect its interests. When the Engineer determines that all requirements for the protection of the Agency's interest have been fulfilled, the bonds and securities deposited instead of cash retainage will be released to the Contractor. D. Reduction of Retainage -As the Work progresses, the amounts to be retained under (b) of this Subsection are subject to reduction in the Engineer's sole discretion. Retainage reductions will be considered only as follows: • When the Work is 97.5% or more completed, the Engineer may,without application by the Contractor,reduce the retained amount to 100% of the value of the Work remaining. Attachment K—General Conditions Page 102 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 • For a project funded by the FHWA,when a subcontractor has satisfactorily completed all of its Work, it may request release of retainage for that Work from the Contractor. The Contractor shall request reduction of retainage in the amount withheld for the subcontractor's Work after certifying to the Agency that the subcontractor's Work is complete, and that all contractual requirements pertaining to the subcontractor's Work have been satisfied. Within 60 Calendar Days of the end of the month in which the Agency receives the Contractor's certification regarding the subcontractor's Work, the Agency will either notify the Contractor of any deficiencies which require completion before release of retainage, or verify that the subcontractor's Work complies with the Contract and release all retainage for that Work with the next scheduled progress payment. Within 10 Calendar Days of receipt of retainage, the Contractor shall pay to the subcontractor all such retainage released except for latent defects or warranty. • The Agency will only release retainage for satisfactorily completed portions of the Work represented by Pay Items in the Schedule of Items,or by Pay Items added by Change Order. Work not represented by a Pay Item,but which constitutes part of an uncompleted Pay Item, will not be regarded as satisfactorily completed Work for the purposes of this Subsection. If retainage has been reduced or eliminated, the Agency reserves the right to protect its interests by retaining amounts from further progress payments at the rates provided in 00195.50B. E. Withholding Payments - In addition to any other rights the Agency may have to withhold payments under other provisions of the Contract, the Engineer may withhold such amounts from progress payments or final payment as may reasonably protect the Agency's interests until the Contractor has: • Completed all Final Trimming and Cleanup according to 00140.90 and Punch List work according to 00150.90A. An amount of up to twice the Engineer's estimated value of Final Trimming and Punch List work may be withheld. • Complied with all orders issued by the Engineer according to the Specifications; and • Satisfied all legal actions filed against the Agency, the Agency's governing body and its members, and Agency employees that the Contractor is obliged to defend. (see 00170.72) Notwithstanding ORS 279C.555 or ORS 279C.570 or 00195.50D, if a Contractor is required to file statements on the prevailing rate of wages,but fails to do so,the Agency will retain 25% of any amount earned as required in 00170.65. F. Prompt Payment Policy- Payments shall be made promptly according to ORS 279C.570. 00195.60 Advance Allowance for Materials on Hand: (b) General- If the total value of Materials on Hand is at least$1,000 or the total value of a single class of Materials on Hand is at least $500, the Engineer may authorize an advance allowance for the Materials in the progress payments. The Agency will not make advance allowances on the Materials unless the following three conditions are satisfied: Attachment K—General Conditions Page 103 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 1. Request for Advance Allowance - If Materials on Hand meet the requirement of(2) below, an advance allowance will be made if: • A written request for advance allowance for Materials on Hand has been received by the Engineer at least 5 Calendar Days before the pay period cutoff date; and • The request is accompanied by written consent of the Contractor's Surety,if required by the Agency. 2. Stored or Stockpiled Conditions -The Materials shall have been delivered and/or acceptably stored or stockpiled according to the Specifications and as follows: • At the Project Site; • On Agency-owned property; • On property in the State of Oregon on which the property owner has authorized storage in writing. The written authorization must allow the Agency to enter upon the property and remove Materials for at least 6 months after completion of the Project. The Contractor shall furnish a copy of the written permission to the Agency; or • On property outside the State of Oregon on which the property owner has authorized storage in writing, provided that such storage location is authorized in writing by the Engineer. The permit must allow the Agency to enter upon the property and remove Materials for at least 6 months after completion of the Project. The Contractor shall furnish a copy of the written permission to the Agency. To be eligible for advance allowance,the Materials shall: • Meet Specification requirements; • Have the required Materials conformance and quality compliance documents on file with the Engineer (see Section 00165); • Be in a form ready for incorporation into the Work; and • Be clearly marked and identified as being specifically fabricated, or produced, and reserved for use on the Project. 3. Responsibility for Protection -The Contractor has full control and responsibility for the protection of Materials on Hand from the elements and against damage,loss, theft,or other impairment until the entire Project has been completed and accepted by the Agency. If Materials are damaged,lost,stolen,or otherwise impaired while stored,the monetary value advanced for them,if any,will be deducted from the next progress payment. If these conditions in 00195.60A.1 through 00195.60A.3 have been satisfied,the amount of advance allowance, less the retainage described in 00195.50, will be determined by one of the following methods as elected by the Engineer: • Net cost to the Contractor of the Materials, f.o.b. the Project Site or other approved site; or • Price (or portion of it attributable to the Materials),less the cost of incorporating the Materials into the Project, as estimated by the Engineer. Attachment K—General Conditions Page 104 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 (c) Proof of Payment -The Contractor shall provide the Engineer with proof of payment to the Materials suppliers for purchased Materials prior to the date of the progress payment that includes the advance allowance. If proof of payment is not provided, sums advanced will be deducted from future progress payments, and the Engineer will not approve further prepayment advance allowance requests. (d)Terminated Contract-If the Contract is terminated, the Contractor shall provide the Agency immediate possession of all Materials for which advance allowances have been received, as provided above. If, for any reason,immediate possession of the Materials cannot be provided, the Contractor shall immediately refund to the Agency the total amount advanced for the Materials. The Agency may deduct any amount not so refunded from final payment. 00195.70 Payment under Terminated Contract -Payment for Work performed under a Contract that is terminated according to the provisions of 00180.90 will be determined under (a) or (b) of this Subsection. A. Termination for Default- Upon termination of the Contract for the Contractor's default,the Agency will make no further payment until the Project has been completed. The Agency will make progress payments to the party to whom the Contract is assigned, but may withhold an amount sufficient to cover anticipated Agency costs, as determined by the Engineer, to complete the Project. Upon completion of the Project, the Engineer will determine the total amount that the defaulting Contractor would have been entitled to receive for the Work,under the terms of the Contract,had the Contractor completed the Work (the "cost of the Work"). If the cost of the Work,less the sum of all amounts previously paid to the Contractor, exceeds the expense incurred by the Agency in completing the Work, including without limitation expense for additional managerial and administrative services, the Agency will pay the excess to the Contractor, subject to the consent of the Contractor's Surety. If the expense incurred by the Agency in completing the Work exceeds the Contract Amount, the Contractor or the Contractor's Surety shall pay to the Agency the amount of the excess expense. The Engineer will determine the expense incurred by the Agency and the total amount of Agency damage resulting from the Contractor's default. That determination will be final as provided in 00150.00. If a termination for default is determined by a court of competent jurisdiction to be unjustified, it shall be deemed a termination for public convenience,and payment to the Contractor will be made as provided in Subsection B below. Attachment K—General Conditions Page 105 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 B. Termination for Public Convenience: 1. General- Full or partial termination of the Contract shall not relieve the Contractor of responsibility for completed or performed Work, or relieve the Contractor's Surety of the obligation for any just claims arising from the completed or performed Work. 2. Mobilization - If mobilization is not a separate Pay Item, and payment is not otherwise provided for under the Contract, the Agency may pay the Contractor for mobilization expenses,including moving Equipment to and from the Project Site. If allowed,payment of mobilization expenses will be based on cost documentation submitted by the Contractor to the Engineer. 3. All Other Work- The Agency shall pay the Contractor at the unit price for the number of Pay Item units of completed, accepted Work. For units of Pay Items partially completed, payment will be as mutually agreed, or, if not agreed, as the Engineer determines to be fair and equitable. No claim for loss of anticipated profits will be allowed. The Agency will purchase Materials left on hand according to 00195.80. 00195.80 Allowance for Materials Left on Hand: A. Purchase of Unused Materials - If Materials are delivered to the Project Site, or otherwise acceptably stored at the order of the Engineer, but not incorporated into the Work due to complete or partial elimination of Pay Items, changes in Plans, or termination of the Contract for public convenience according to 00180.90, and it is not commercially feasible for the Contractor to return them for credit or otherwise dispose of them on the open market; the Agency may purchase them according to the formula and conditions specified in Subsection B below. B. Purchase Formula and Conditions: 1. Formula-The Agency will apply the following formula in determining the Contractor's allowance for Materials left on hand: Contractor's Actual Cost, plus 5% Overhead Allowance,minus Advance Allowances under 00195.60,but no markup or profit. 2. Conditions - The Agency will not purchase the Contractor's Materials left on hand unless the Contractor satisfies the following conditions: • Requests the Agency's purchase of unused Materials; • Shows acquisition of the Materials according to 00160.10; • Shows that the Materials meet Specifications; • Provides receipts, bills and other records of actual cost of Materials delivered to the designated delivery points; and • Demonstrates to the satisfaction of the Engineer that the materials cannot be returned for credit or otherwise disposed of on the open market. Attachment K—General Conditions Page 106 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 00195.90 Final Payment: A. Final Estimate -As soon as practicable after Final Inspection of the Project, as provided in 00150.90, the Engineer will prepare a final estimate of the quantities of the Pay Items completed. With this estimate of quantities as a base, the total amount due the Contractor will be determined according to the terms of the Contract including without limitation any amounts due for Extra Work performed. B. Final Payment -The amount of final payment will be the difference between the total amount due the Contractor and the sum of all payments previously made. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. After computation of the final amount due, and after Engineer's issuance of the Third Notification, final payment will be mailed to the Contractor's last known address as shown in the records of the Agency. Beginning 30 Calendar Days after the date of Third Notification, interest will begin to accrue at the rate established by ORS 279C.570 on any money due and payable to the Contractor as final payment,determined as described above. No interest will be paid on money withheld due to outstanding amounts owed by the Contractor under the provisions of 00170.10. C. No Waiver of Right to Make Adjustment -The fact that the Agency has made any measurement, estimate, determination or certification either before or after completion of the Project, Final Acceptance,Agency assumption of possession of the Project Site, determination of satisfactory completion of Pay Items or Work or release of retainage under 00195.50(d) or payment for any part of the Work, shall not prevent either party from: • Showing the true amount and character of the Work; • Showing that any measurement,estimate,determination or certification is incorrect; • Recovering from the other party damages that may have been suffered because the other party failed to comply with the Contract. D. Evidence of Contractor Payments -As a condition of final payment,the Agency may require the Contractor to submit evidence, satisfactory to the Engineer, that all payrolls, material bills, and other indebtedness connected with the project have been paid, except that in case of any disputed indebtedness or liens, the Contractor may submit in lieu of evidence of payment, a surety bond satisfactory to the Agency guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 00195.95 Error in Final Quantities and Amounts: A. Request for Correction of Compensation -If the Contractor believes the quantities and amounts detailed in the final Contract payment voucher, prepared by the Engineer according to 00195.90, to be incorrect,the Contractor shall submit an itemized statement to the Engineer detailing all proposed corrections. Attachment K—General Conditions Page 107 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00195 This statement must be submitted to the Engineer within 90 Calendar Days from the date the voucher was mailed to the Contractor,according to 00195.90B. Any request for compensation not submitted and supported by an itemized statement within the 90 Calendar Day period will not be paid by the Agency. This does not limit the application of Section 00199. B. Acceptance or Rejection of Request: 1. Consideration of Request -The Engineer will consider and investigate the Contractor's request for correction of compensation submitted according to 00195.95A,and will promptly advise the Contractor of acceptance or rejection of the request in full or in part. 2. Acceptance of Request -If the Engineer accepts the Contractor's request(s) in full or in part,the Engineer will prepare a post-final Contract payment voucher,including all accepted corrections,and will forward it to the Contractor. 3. Rejection of Request - If the Engineer rejects the request(s) in full, the Engineer will issue a written notice of rejection and mail it to the Contractor. 4. Contractor Objection to Revised Voucher or Notice of Rejection -If the Contractor disagrees with the revised voucher or notice of rejection,the Contractor may seek review and resolution according to the procedure specified in 00199.40. If the Contractor fails to submit a request for 00199.40 review within 30 Calendar Days after the Engineer mails a post-final Contract payment voucher or notice of rejection, the Contractor waives all rights to a claim based on errors in quantities and amounts. If the Engineer rejects the Contractor's request on the basis that the issue was not one that qualified for treatment under this Section,no review according to 00199.40 will be allowed. Attachment K—General Conditions Page 108 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00196 Section 00196 - Payment for Extra Work 00196.00 General- Only work not included in the Contract as awarded but deemed by the Engineer to be necessary to complete the Project (see 00140.60) will be paid as Extra Work. Regardless of alterations and changes,any item of Work provided for in the Contract will not constitute Extra Work. Payment for alterations and changes to Work will be made according to 00195.20. Compensation for Extra Work will be paid only for Work authorized in writing by the Engineer and performed as specified. Work performed before issuance of the Engineer's written authorization shall be at the Contractor's risk. Extra Work will be paid as determined by the Engineer, according to 00196.10 and 00196.20. 00196.10 Negotiated Price -If the Engineer can reasonably determine a price estimate for Extra Work, the Engineer may then give written authorization to the Contractor to begin the Extra Work. As soon as practicable, but within 10 Calendar Days after that authorization, the Contractor shall respond in writing to the Engineer's Extra Work price estimate by submitting to the Engineer an Extra Work price quote. The price quote shall detail the following items related to the Extra Work: • Types and amounts of Materials • Hours of Equipment use and hours of labor • Travel • Overhead and profit • Other costs associated with the proposed Extra Work Pending approval of the price quote, the Engineer will maintain force account records of the Extra Work. As soon as practicable, but within 10 Calendar Days of receipt of a properly supported price quote, the Engineer will review the price quote and advise the Contractor if it is accepted or rejected. The Engineer will not accept a price quote that cannot be justified on a Force Account basis. If the Contractor's price is accepted, the Engineer will issue a Change Order, and the Extra Work will be paid at the accepted price. 00196.20 Force Account - If the Engineer and the Contractor cannot agree on a price for the Extra Work, the Engineer may issue a Force Account Work order requiring the Extra Work to be paid as Force Account Work. Force Account Work records and payment will be made according to Section 00197. Attachment K—General Conditions Page 109 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00197 Section 00197 - Payment for Force Account Work 00197.00 Scope -The Materials, Equipment and Labor rates and procedures established in this Section apply only to Extra Work ordered by the Engineer to be performed as Force Account Work. 00197.01 Extra Work on a Force Account Basis -Before ordering Force Account Work, the Engineer will discuss the proposed work with the Contractor,and will seek the Contractor's comments and advice concerning the formulation of Force Account Work specifications. The Engineer is not bound by the Contractor's comments and advice, and has final authority to: • Determine and direct the Materials, Equipment and Labor to be used on the approved Force Account Work;and • Determine the time of the Contractor's performance of the ordered Force Account Work. Force account work performed by subcontractors will be measured and paid for on the same basis and in the same manner as force account work performed directly by the Contractor. If the Engineer orders the performance of Extra Work as Force Account Work, the Engineer will record,on a daily basis,the Materials,Equipment,and Labor used for the Force Account Work during that day. The Engineer and the Contractor shall sign the record daily to indicate agreement on the Materials, Equipment, and Labor used for the Force Account Work performed on that day. The following shall be reflected on the daily record: • Materials used in the Force Account Work as directed by the Engineer, except those furnished and paid under rental rates for use of Equipment; • Equipment which the Engineer considers necessary to perform the Force Account Work. Equipment hours will be recorded to the nearest quarter hour; • Labor costs, including that of Equipment operators and supervisors in direct charge of the specific operations while engaged in the Force Account Work; and • The Engineer's and Contractor's signatures confirming its accuracy. 00197.10 Materials: A. General- The Contractor will be paid for Materials actually used in the Force Account Work as directed by the Engineer,except for those furnished and paid for under rental rates included with the use of Equipment. Payments will be at actual cost, including transportation costs to the specified location, from the supplier to the purchaser, whether the purchaser is the Contractor, a Subcontractor, or other forces. All costs are subject to the provisions of this Subsection. B. Trade Discount-If a commercial trade discount is offered or available to the purchaser, it shall be credited to the Agency, even though the discount may not have actually been taken. The Agency will not take any discounts for prompt or early payment,whether or not offered or taken. Attachment K—General Conditions Page 110 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00197 C. Not Directly Purchased From Supplier - If Materials cannot be obtained by direct purchase from and direct billing by the supplier, the cost shall be considered to be the price billed to the purchaser less commercial trade discounts, as determined by the Engineer, but not more than the purchaser paid for the Materials. No markup other than actual handling costs will be permitted. D. Purchaser-Owned Source -If Materials are obtained from a supply or source wholly or partly owned by the purchaser, the cost shall not exceed the price paid by the purchaser for similar Materials furnished from that source on Pay Items, or the current wholesale price for the Materials delivered to the Project Site,whichever is lower. 00197.20 Equipment: A. General- Equipment approved by the Engineer to perform the Force Account Work will be eligible for payment at the established rates only during the hours it is operated or on standby if so ordered by the Engineer. Equipment hours will be recorded on the daily record to the nearest quarter hour. Except as modified by these provisions,Equipment use approved by the Engineer will be paid at the rental rates given in the most current edition of the Rental Rate Blue Books for Construction Equipment("Blue Book"),Volumes 1,2,and 3,published by Penton Media,Inc., and available from EquipmentWatch (phone 1-800-669-3282). B. Equipment Description - On the billing form for Equipment costs, the Contractor shall submit to the Engineer sufficient information for each piece of Equipment and its attachments to enable the Engineer to determine the proper rental rate from the Blue Book. C. Rental Rates (without Operator): 1. Rental Rate Formula - Rental rates for Equipment will be paid on an hourly basis for Equipment and for attachments according to the following formula: Monthly Base Rate x Rate Adjustmen t Factor Hourly 176 hoursimont h Rate = + Hourly Operating Rate Some attachments are considered "standard Equipment" and are already included in the monthly base rate for the Equipment. That information can be obtained from EquipmentWatch. 2. Monthly Base Rate -The monthly base rate used above for the machinery and for attachments represents the major costs of Equipment ownership, such as depreciation, interest,taxes,insurance, storage, and major repairs. 3. Rate Adjustment Factor-The rate adjustment factor used above will be determined by applying only the Model Year Adjustment to the Blue Book Rates. The Regional and User Defined Ownership/Operating Adjustments shall not apply. Attachment K—General Conditions Page 111 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00197 4. Hourly Operating Rate -The hourly operating rate used above for the machinery and for attachments represents the major costs of Equipment operations, such as fuel and oil, lubrications, field repairs,tires or ground engaging components,and expendable parts. 5. Limitations - If multiple attachments are included with the rental Equipment, and are not considered "standard Equipment", only the attachment having the higher rental rate will be eligible for payment, provided the attachment has been approved by the Engineer as necessary to the Force Account Work. Rental will not be allowed for small tools that have a daily rental rate of less than$5,or for unlisted Equipment that has a fair market value of$400 or less. The above rates apply to approved Equipment in good working condition. Equipment not in good working condition, or larger than required to efficiently perform the work, may be rejected by the Engineer or accepted and paid for at reduced rates. D. Moving Equipment -If it is necessary to transport Equipment located beyond the Project Site exclusively for Force Account Work,the actual cost to transport the Equipment to, and return it from, its On-Site Work location will be allowed as an additional item of expense. However, the return cost will not exceed the original delivery cost. These costs will not be allowed for Equipment that is brought to the Project Site for Force Account Work if the Equipment is also used on Pay Item or related Work. If transportation of such Equipment is by common carrier,payment will be made in the amount paid for the freight. No markups will be allowed on common carrier transportation costs. If the Equipment is hauled with the Contractor's own forces,transportation costs will include the rental rate of the hauling unit and the hauling unit operator's wage. If Equipment is transferred under its own power, the rental rate allowed for transportation time will be 75% of the appropriate hourly rate for the Equipment,without attachments,plus the Equipment operator's wage. E. Standby Time -If ordered by the Engineer, standby time will be paid at 40% of the hourly rental rate calculated according to this Subsection, excluding the hourly operating rate. Rates for standby time that are calculated at less than $1 per hour will not be paid. Payment will be limited to not more than 8 hours in a 24-hour period or 40 hours in a 1 week period. Standby Time provisions shall also apply to Section 00195—Payment. F. Blue Book Omissions -If a rental rate has not been established in the Blue Book, the Contractor may: • If approved by the Engineer,use the rate of the most similar model found in the Blue Book, considering such characteristics as manufacturer, capacity,horsepower, age and fuel type; • Request EquipmentWatch to furnish a written response for a rental rate on the Equipment, which shall be presented to the Engineer for approval; or • Request that the Engineer establish a rental rate. Attachment K—General Conditions Page 112 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00197 G. Outside Rental Equipment-If Contractor-owned or Subcontractor-owned Equipment is not available, and Equipment is rented from outside sources, payment will be based on the actual paid invoice. Approval of the Engineer to rent from outside sources must be obtained prior to renting the equipment. If the invoice specifies that rental rate does not include fuel, lubricants, field repairs, and servicing, an amount equal to the Blue Book hourly operating cost may be added for those items that were excluded. The Agency may reduce the payment when the invoice amount plus allowance is higher than the amount authorized under C through F of this Subsection. 00197.30 Labor-The Contractor will be paid for all labor engaged directly on Force Account Work, including Equipment operators and supervisors in direct charge of the specific force account operations, as follows: A. Wages -The actual wages paid to laborers and supervisors,if those wages are paid at rates not more than those for comparable labor currently employed on the Project, or at the recognized, current,prevailing rates in the locality of the Project. B. Required Contributions -The actual cost of industrial accident insurance, unemployment compensation contributions, payroll transit district taxes, and social security for old age assistance contributions incurred or required under statutory law and these Specifications. The actual cost of industrial accident insurance is the National Council on Compensation Insurance (NCCI) rate for the assigned risk pool for the appropriate work class multiplied by the experience modification factor for the Contractor. C. Required Benefits -The actual amount paid to,or on behalf of,workers as per diem and travel allowances, health and welfare benefits, pension fund benefits, or other benefits when such other benefits are required by a collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the Project. D. Overtime - No overtime will be compensated unless authorized in advance of performing the Work by the Engineer. 00197.80 Percentage Allowances -To the Contractor's actual costs incurred, as limited in this Section 00197, amounts equal to a percentage markup of such costs will be allowed and paid to the Contractor as follows: Subsection Percent 00197.10 Materials 17 00197.20 Equipment 17 00197.30 Labor 22 When a Subcontractor performs ordered Force Account Work, the Contractor will be allowed a supplemental markup of 8% on each Force Account Work order. Attachment K—General Conditions Page 113 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00197 These allowances made to the Contractor will constitute complete compensation for bonds,insurance, overhead, general and administrative expense, profit, and all other Force Account Work costs that were incurred by the Contractor, or by other forces that the Contractor furnished. No other reimbursement,compensation,or payment will be made. 00197.90 Billings -Billings for Force Account Work by the Contractor shall be submitted for the Engineer's approval on forms provided by the Agency or approved by the Engineer. Billings for Materials (other than Incidental items out of the inventory of the Contractor or Subcontractors),rental Equipment from sources other than the Contractor or Subcontractors, and Special Services, shall be accompanied by copies of invoices for the goods and services. The invoices shall be fully itemized showing dates, quantities, unit prices, and complete descriptions of goods and services provided. Invoices for amounts of$10 or less per invoice are not required,unless requested by the Engineer. Costs included on the billings shall comply with 00197.01 and 00197.10 through 00197.30. When a billing for Force Account Work has been paid at the Project level,no further corrections will be made because of further review if those corrections amount to less than $10. Attachment K—General Conditions Page 114 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 Section 00199 - Disagreements, Protests, and Claims 00199.00 General-This Section details the process through which the parties agree to resolve any disagreement concerning additional compensation or concerning a combination of additional compensation and Contract Time. (See 00180.80 for disagreements and claims concerning additional Contract Time only, and 00195.95 for disagreements and claims concerning correction of final compensation.) The Agency will not consider direct disagreements, protests, or claims from subcontractors, Suppliers, or any other Entity not a party to the Contract. 00199.10 Procedure for Resolving Disagreements -When disagreements occur concerning additional compensation or a combination of additional compensation and Contract Time, the Contractor shall first pursue resolution through the Engineer of all issues in the dispute, including without limitation the items to be included in the written notice in 00199.20. If the discussion fails to provide satisfactory resolution of the disagreement,the Contractor shall follow the protest procedures outlined in 00199.20. If the Engineer denies all or part of the Contractor's protest, and the Contractor desires to further pursue the issues, the Contractor shall submit a claim for processing according to 00199.30. 00199.15 Inappropriate Protest or Claim - It shall be presumed that the Contractor submits a protest or claim for additional compensation in good faith,based upon facts which reasonably support the Contractor's position and with full knowledge and understanding of the injury done to the Agency when notice of differing Project Site conditions or claims for additional compensation are not submitted in a timely manner as required under the Contract. Accordingly,the submission of a protest or claim without the concurrent submission of evidence that reasonably supports the protest or claim, or the submission of a protest or claim in an untimely manner will constitute a waiver of the protest or claim. 00199.20 Protest Procedure - f the Contractor disagrees with anything required in a Change Order or other written or oral order from the Engineer, including any direction, instruction, interpretation, or determination, or if the Contractor asserts a disagreement or dispute on any other basis, except 0195.95, that,in the Contractor's opinion,entitles or would entitle the Contractor to additional compensation or a combination of compensation and Contract Time, the Contractor shall do all of the following in order to pursue a protest and preserve its claim: A. Oral Notice - Give oral notice of protest to the Engineer and outline the areas of disagreement before starting or continuing the protested Work. B. Written Confirmation of Oral Notice — Not later than the end of the next business day following the day that oral notice of protest is given, deliver written documentation to the Engineer of the oral notice that includes the notice of protest and the areas of disagreement. C. Written Notice - File a proper written notice of protest with the Engineer within 7 Calendar Days after receiving the protested order. In the notice the Contractor shall: • Describe the acts or omissions of the Agency or its agents that allegedly caused or may cause damage to the Contractor or to the Project, citing specific facts, persons, dates and Work involved; • Describe the Contractor's proposed alternative to the Work ordered,if any,which will avoid damage to Contractor or to the Project; Attachment K—General Conditions Page 115 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 • Describe the nature of the damages; • Cite the specific Contract provision(s), if any, that support the protest; • Include the estimated dollar cost, if any, of the protested Work, and furnish a list of estimated Materials,Equipment and labor for which the Contractor might request additional compensation; and • If additional compensation is estimated to be due, include the estimated amount of additional time required,if any. FAILURE TO COMPLY WITH THIS NOTICE REQUIREMENT RENDERS THE NOTICE IMPROPER AND SHALL CONSTITUTE A WAIVER OF ANY CLAIM FOR ADDITIONAL COMPENSATION OR A COMBINATION OF ADDITIONAL COMPENSATION AND CONTRACT TIME FOR ANY PART OF THE PROTESTED WORK. D. Engineer's Record and Response -The Engineer will file a copy of each written notice of protest in the Project records and will issue a written response to the protest within seven (7) Work Days of receipt of a timely filed written notice of protest. The Engineer has no responsibility to evaluate the protest unless the Contractor has timely filed a proper notice submitting all of the above information. E. Final Documentation of Claim- Within 60 Calendar Days following completion of the protested work, Contractor shall provide the Engineer with complete documentation of protested work,listing exact materials,equipment and labor used for the work and the dollar amount requested for each. If the claim is accepted, no additional compensation will be awarded based on documentation submitted after this deadline. If the claim is denied or if the Contractor is not satisfied with the decision by the Engineer,the amount claimed by the Contractor in any subsequent Step or proceeding may not exceed the dollar amount requested under this subsection. F. Records - Keep complete records of all costs and time incurred throughout the protested Work, and allow the Engineer access to those and other supporting records. Provide daily records of protested Work, on a weekly basis,on a schedule to be set by agreement with the Engineer. G. Comparison of Records -Provide the Engineer adequate facilities for keeping cost and time records of the protested Work. The Contractor and the Engineer will compare records and either bring them into agreement at the end of each day,or record and attempt to explain any differences. H. Work to Proceed - In spite of any protest,proceed promptly with the Work ordered by the Engineer. I. Evaluation of Protest -The Engineer has no responsibility for evaluating a protest that is not timely filed, or for which adequate supporting documentation has not been made available to the Engineer. Provided the procedures above are followed, the Engineer will promptly evaluate all protests,after the Contractor has fully complied with the requirements described in 00199.20C,Written Notice. If the protest is denied,the Engineer will notify the Attachment K—General Conditions Page 116 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 Contractor in writing of the reasons for full or partial denial. If a protest is found to be valid, the Engineer will, within a reasonable time, make an equitable adjustment of the Contract. Adjustment of time will be evaluated according to 00180.80. The Engineer has no responsibility for evaluating and may reject a protest that does not comply with 00199.20B. If the protest is rejected, the Engineer will notify the Contractor in writing of the reasons for rejection. J. Protest Evaluation by Third Party Neutral- If the Engineer agrees that the Contractor has fully complied with the requirements described in 00199.20(C),and if the Engineer fully or partially denies, in writing, the Contractor's protest according to 00199.20(E), the Contractor may request that a mutually selected Third Party Neutral review the protest. Procedures for selecting, using, and paying for the cost of the Third Parry Neutral will be specified by Change Order. If the Contractor does not accept the Engineer's evaluation of the protest, or either the Contractor or Engineer disagrees with the resolution recommended by the Third Party Neutral, the Contractor may pursue a claim as described in 00199.30. 00199.30 Claims Procedure: A. General- If the Contractor believes that additional compensation is due, or a combination of additional compensation and Contract Time, and has pursued and exhausted all the procedures provided in 00199.10 and 00199.20 to resolve a disagreement and protest, the Contractor may file a claim. The Agency's Contract is with the Contractor. There is no contractual relationship between the Agency and any subcontractors, Suppliers or any Entity other than the Contractor. It is the Contractor's responsibility to fully evaluate any claim before presenting it to the Agency. In addition, when a claim includes Work done or costs incurred by any subcontractors, Suppliers, or any Entity other than the Contractor, the Contractor remains solely responsible for presenting the claim to the Agency. Claims that include Work done or costs incurred by subcontractors, Suppliers, or any Entity other than the Contractor will not be considered by the Agency unless the Contractor has: • Completed and provided its own written evaluation of the claim; • Verified by its own independent review and evaluation of the amount of compensation sought; and • Certified the claim in accordance with 00199.30B (Part 10). B. Claims Requirements -At any time during the progress of the Work, but not later than 45 Calendar Days following the date of the Second Notification,the Contractor shall submit to the Engineer in writing, claims for additional compensation or a combination of additional compensation and Contract Time additional to that specified in the Contract. For a claim not submitted within the 45 day limit,that has not met the requirements of 00199.20, or is not filed Attachment K—General Conditions Page 117 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 as provided in 00199.30, the Contractor waives any claim for additional compensation or for additional compensation and Contract Time,and the Agency may reject the claim. Written claims to the Engineer or the Agency by the Contractor shall be delivered to the Agency address shown in the Public Improvement Contract, unless a different address is agreed to by the Engineer, and shall be delivered: • By U.S. Postal Service first class mail or priority mail (which at the sender's option may include certified or registered mail return receipt requested);or • By overnight delivery service of a private industry courier. • Claims will be considered as having been received by the Agency: • At the time of actual receipt or 7 Calendar Days after the postmarked date when deposited for delivery by first class or priority mail,whichever is earlier; or • At the time of actual receipt or 3 Calendar Days after deposit with a private industry courier for overnight delivery service,whichever is earlier. The Agency reserves the right at any time and at any step in the claim decision or review process to request additional information, records or documentation related to the claim or the Contract either directly or through agents working toward resolution of the disputed or claimed events and issues. Claims shall be made in writing,and shall include all information,records and documentation necessary for the Agency to properly and completely evaluate the claim. To be considered, claims for additional compensation, or for additional compensation and Contract Time, shall be completed according to 00199.30 and shall be submitted with the required information and in the format below and labeled as required below for each claimed issue: (Part 1) Summary (label page 1.1 through page 1.X) - In the summary, include a detailed, factual statement of the claim for additional compensation and Contract Time, if any, with necessary dates and locations of Work involved in the claim and the dates of when the event arose. Also include detailed facts supporting the Contractor's position relative to the Engineer's decision (see 00199.200); (Part 2) Proof of notice(label page 2.1 through page 2.X) - Submit a copy of the written notice, with all attachments,that was given to the Agency. Include the date when that written notice and the date when oral notice was given: (Part 3) Copies of the Contract Specifications that support the Contractor's claim (label page 3.1 through page 3.X); (Part 4) Theory of entitlement supporting the claim (label page 4.1 through page 4.X) -Include a narrative of how or why the specific Contract Specifications support the claim and a statement of the reasons why such Specifications support the claim; Attachment K—General Conditions Page 118 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 (Part 5) Itemized list of claimed amounts (label page 5.1 through page 5.X) - Claimed damages that resulted from the event with a narrative of the theories and records and documents used to arrive at the value of the damages; (Part 6) Additional Contract Time requests (label page 6.1 through page 6.X) - If the claim is for a combination of additional compensation and Contract Time, submit a copy of the schedule that was in effect when the event occurred and a detailed narrative which explains how the event impacted Contract Time. In addition,if an Agency-caused delay is claimed: • Include the specific days and dates under claim; • Provide detailed facts about the specific acts or omissions of the Agency that allegedly caused the delay, and the specific reasons why the resulting delay was unreasonable; and • Provide a schedule evaluation that accurately describes the impacts of the claimed delay. • Also see 00180.80 for additional requirements regarding claims for Contract Time and causes that are eligible and ineligible for consideration; (Part 7) Copies of actual expense records (label page 7.1 through page 7.X) -Include documents that contain the detailed records and which support and total to the exact amount of additional compensation sought. Include the information and calculations necessary to support that amount. That amount may be calculated on the basis of Section 00197,if applicable, or may be calculated using direct and indirect costs presented in the following categories: • Direct Materials; • Direct Equipment. The rate claimed for each piece of Equipment shall not exceed the actual cost. In the absence of actual Equipment costs, the Equipment rates shall not exceed 75 percent of those calculated under the provisions of 00197.20. For each piece of Equipment, the Contractor shall include a detailed description of the Equipment and attachments, specific days and dates of use or standby, and specific hours of use or standby; • Direct labor; • Job overhead; • General and administrative overhead;and • Other categories as specified by the Contractor or the Agency; (Part 8) Supporting records and documents (label page 8.1 through page 8.X) - Include copies of, or excerpts from the following: • Any documents that support the claim, such as manuals standard to the industry and used by the Contractor; and • Any daily reports or diaries related to the event,photographs or media that help explain the issue or event (optional), or all other information the Contractor chooses to provide (optional); (Part 9) Certification (label page 9.1 through 9.X) -A certified statement, signed by a person authorized to execute Change Orders, by the Contractor, subcontractor, Supplier, or Entity, originating the claim, as to the validity of facts and costs with the following certification: Attachment K—General Conditions Page 119 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 Underpenalty of law forpe�ury or falsification, the undersigned,(Name,), (title), (Combaq cerci aes that this claim for additional compensation for Work on the Contract is a true statement of the actual costs incurred (in the amount of exclusive of interest and is fully documented and supported under the Contract between the parties. Signature: Date. 20 Subscribed and sworn before me this day of 20 Notary Public My commission expires (Part 10) Contractor evaluation of a lower tier claim (label page 10.1 through 10.X) -If the claim includes Work done or costs incurred by any subcontractors, Suppliers, or any Entity other than the Contractor, the following are required: • Data required by the other Subsections of 00199.30B; • Copies of the Contractor's, subcontractor's, Supplier's and Entity's,at all tiers above the level of which the claim originates, separate evaluation of entitlement; • Copies of the Contractor's, subcontractor's, Supplier's and Entity's,at all tiers above the level of which the claim originates, independent verification and evaluation of the amount of damages sought;and • A person authorized to execute Change Orders on behalf of the Contractor, subcontractor, Supplier and Entity, at all tiers above the level of which the claim originates, must sign a statement with the following certification: Under penalty of law for pegury or falsification, the undersigned, (Name) (Title), (Company) certifies that this claim originating from the subcontractor, Supplier orEntity(Company)for additional compensation for ilork on the Contract is a reasonable statement, independently verified of the costs incurred(in the amount of$ exclusive of interest and is fully documented and supported under the Contract between the parties. Signature: Date. 20 Subscribed and sworn before me this day of , 20 Notary Public My commission expires If the Engineer determines that additional information,records or documentation is needed to allow proper evaluation of the claim submittal, the Engineer will request the information, records or documentation. The Contractor shall submit to the Engineer within 14 Calendar Days, or as otherwise agreed by the parties, the required additional information,records and documentation. Attachment K—General Conditions Page 120 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 If the Engineer determines that the claim submittal with the additional information, records and documentation submitted is incomplete and not accepted as a claim, the Engineer will notify the Contractor in writing and the submittal will be rejected and will not be considered under 00199.40. C. Records Requirements -The Contractor shall comply with 00170.07. D. Compliance Required - Full compliance by the Contractor with the provisions of this Section is a condition precedent to the commencement of any lawsuit by the Contractor to enforce any claim. 00199.40 Claim Decision; Review; Exhaustion of Administrative Remedies -The Agency intends to resolve all claims at the lowest possible administrative level. The Engineer will also determine whether multiple claims should be advanced separately or together. If the Engineer denies the claim for additional compensation or a combination of additional compensation and Contract Time, in full or in part, according to 00199.40A, the Contractor may request review of the denial. The disputed claim for additional compensation or a combination of additional compensation and Contract Time may then be resolved, in full or in part, at any of the progressive steps of claim review procedure as specified in (b) through (c) of this Subsection. If the Engineer has denied a claim, in full or in part, for Contract Time only according to 00180.80, or has denied a claim, in full or in part, for correction of final compensation according to 00195.95, those disputed claims may then be resolved,in full or in part,at either of the two progressive steps of claim review procedure as specified in (b) through (c) of this Subsection. A person authorized by the Contractor to execute Change Orders on behalf of the Contractor must be present and attend all claim hearings. For all claims, all of the actions and review under each step of the review process shall occur before the review can be advanced to the next higher step. If, at any step in the claim decision or review process, the Contractor fails to promptly submit requested information or documentation that the Agency deems necessary to analyze the claim, the Contractor is deemed to have waived its right to further review, and the claim will not be considered properly filed and preserved. A. Decision by the Engineer -The Engineer will, as soon as practicable, consider, investigate, and evaluate a Contractor's claim for additional compensation, or for a combination of additional compensation and Contract Time,if submitted as required by 00199.30. Once the Engineer determines the Agency is in receipt of a properly submitted claim,the Engineer will arrange a meeting, within 21 Calendar Days or as otherwise agreed by the parties, with the Contractor in order to present the claim for formal review and discussion. If the Engineer determines that the Contractor must furnish additional information, records or documentation to allow proper evaluation of the claim,the Engineer will schedule a second meeting, to be held within 14 Calendar Days or as otherwise agreed by the parties, at which the Contractor shall present the requested information,records and documentation. Attachment K—General Conditions Page 121 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 The Engineer will provide a written decision to the Contractor within 30 Calendar Days of the last Engineer-level meeting. If the Contractor does not accept the Engineer's decision, the Contractor may,within 10 Calendar Days of receipt of the written decision, request in writing that the Engineer arrange a review at Step 1 (see (b) below). B. Step 1: Public Works Director Level Review-The Contractor shall request that the Engineer arrange a meeting with the Public Works Director or the Public Works Director's designee, as determined by the Public Works Director,in order to present the denied or partially denied claim for formal review and discussion. The meeting will take place within 21 Calendar Days of the Agency's receipt of the request,or as otherwise agreed by the parties. If the Public Works Director (or designee) determines that the Contractor must furnish additional information, records or documentation to allow proper evaluation of the claim, the Public Works Director (or designee) will schedule a second meeting, to be held within 14 Calendar Days, or as otherwise agreed by the parties, at which the Contractor shall present the requested information, records and documentation. The Public Works Director (or designee) will provide a written decision to the Contractor within 30 Calendar Days of the last meeting with the Public Works Director (or designee). The claim is subject to 00199.60, if not all of the records requested by the Public Works Director (or designee) were furnished. If applicable, advancement of the claim is subject to the provisions of 00199.60 regarding waiver and dismissal of the claim or portions of the claim. If the Contractor does not accept the decision,the Contractor may,within 180 Calendar Days from the date of receipt of the Public Works Director(or designee)written decision or within 90 Calendar Days of the date of Second Notification,whichever is later,initiate Step 2 as set forth in subsection C below. C. Step 2: Arbitration and Litigation -The Contractor must follow each step in order, and exhaust all available administrative remedies before resort to arbitration and litigation. Litigation of a claim that cannot be resolved in Step 1 shall be initiated by filing a complaint in the Circuit Court for the State of Oregon in the county where the Agency's main office is located that contains a stipulation to arbitration under ORS 36.410. The claim and all cross and counter-claims filed in response to the complaint shall be submitted to the Court Arbitration Program set forth in ORS 36.400 to 36.425, Chapter 13 of the Oregon Uniform Trial Court Rules and the Circuit Court supplemental local rules concerning arbitration. Either party may seek, and shall be entitled to, an order directing the other party to submit to arbitration as provided herein and to judgment for its costs, expenses and attorney fees in obtaining and enforcing the order In no event shall this Subsection be construed as a waiver by the Agency or by the State of Oregon on any form of defense or immunity, whether sovereign immunity, governmental immunity, immunity based on the Eleventh Amendment to the Constitution of the United States or otherwise, from any claim or from the jurisdiction of any court. Attachment K—General Conditions Page 122 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 D. Payment of Costs, Expenses and Attorney's Fees -The prevailing party shall be entitled to an award for reasonable costs and expenses incurred after the initiation of Step 2, including costs and expenses incurred for arbitration,trial de novo and on appeal. Costs and Expenses shall include,but shall not be limited to, reasonable attorney fees and expenses, arbitrator fees and expenses,and costs of discovery. As used in this subsection 00199.40D, "prevailing party" for an arbitration award means (1) a Contractor who has received an arbitration award, exclusive of interest, costs and expenses, that is more than the dollar amount claimed by the Contractor in its Final Documentation of Claim under 00199.20(d) or (2) the Agency if there is no arbitration award to the Contractor or if the arbitration award to the Contractor, exclusive of interest, costs and expenses,is less than the dollar amount of the award in the Step 1 decision. For all other arbitration awards, there shall not be a "prevailing party." The award of costs and expenses after trial de novo shall be made as provided for in ORS 36.425. The award of costs and expenses after appeal from a judgment entered after trial de novo shall be to the prevailing party designated as such by the appeals court. The Contractor shall comply with 00170.00. 00199.50 Mediation -Notwithstanding the formal claims procedure specified above,the parties may enter into nonbinding mediation by mutual agreement at any time,in which case the parties may also agree to suspend the time requirements in Section 00199 pending the outcome of the mediation process. The rules, time and place for mediation, as well as selection of the mediator, shall be established by mutual agreement. Costs shall be divided equally between the Contractor and the Agency. Either party may terminate mediation at any time upon 5 Calendar Days notice to the other, after which the time requirements of Section 00199 shall be automatically reinstated and shall resume from the point at which the time requirements were suspended. 00199.60 Review of Determination Regarding Records - If not all of the records requested by the Agency under 00199.40C Step 2 were provided,then the Agency will determine: • If the records are of the type described in 00170.07; and • If the records have not been maintained or the records, or access to the records, has not been provided to the Agency as required by 00170.07 and this Section;and • If the records are material and necessary for proper evaluation of part or all of the claim; and • The portions of the claim for which the records are material and necessary for proper evaluation. If the Agency makes the foregoing determinations,then subject to the review process described below, all portions of the claim for which the Agency determined the records are material and necessary for proper evaluation are immediately waived and irrevocably dismissed. Even if the records have not been maintained or the records, or access to the records,have not been provided to the Agency in a given instance, the Agency may determine that sufficient records have been provided for the Agency to properly evaluate the claim in that instance. If the Agency makes this determination, the claim or portions of the claim will not be waived or dismissed under this provision. Attachment K—General Conditions Page 123 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 If the Contractor does not accept the Agency written determination that the records are material and necessary for proper evaluation of part or all of the claim, and the portions of the claim for which the records are material and necessary, the Contractor may, within 14 Calendar Days of receipt of the Agency determination, request, in writing, a review of such determination by the Public Works Director (or designee). If the Contractor does not request a review of the Agency determination, the Agency determination shall then become the Agency's final determination as of the expiration of the time limit to request review. If the Contractor requests the review, the Public Works Director (or designee)will schedule a review meeting within 14 Calendar Days, or as otherwise agreed by the parties, of when the Public Works Director (or designee)receives the written review request. The Agency and the Contractor will each have an opportunity to explain their respective positions at the review meeting in a manner determined by the Public Works Director (or designee). Within 10 Calendar Days of the review meeting, the Public Works Director (or designee)will issue a written proposed finding of whether the records not maintained or not provided to the Agency, or for which access was not provided to the Agency, are material and necessary for proper evaluation of part or all of the claim. If the Public Works Director(or designee)makes that finding,then the Public Works Director (or designee)will also make a proposed written finding as to what portions of the claim the records are material and necessary and,therefore,waived and irrevocably dismissed. Even if the records have not been maintained or the records, or access to the records,have not been provided to the Agency in a given instance, the Public Works Director (or designee) may determine that sufficient records have been provided for the Agency to properly evaluate the claim in that instance. If the Public Works Director (or designee) makes this determination, then the claim or portions of the claim will not be waived or dismissed under this provision. The Public Works Director's (or designee) findings will be submitted to the Contractor. The Public Works Director's (or designee) findings are the Agency's final determination. If the Agency's final determination is that the records are material and necessary for proper evaluation of part or all of the claim,then the claim or that portion of the claim for which the records are material and necessary is waived and irrevocably dismissed, unless the Contractor provides the records, or access to the records, to the Agency within 5 Calendar Days of the Agency's final determination. If the Contractor provides the records, or access to the records,within this time limit, the Agency will schedule a meeting with the Contractor within 14 Calendar Days or as otherwise agreed by the parties, to discuss the records. The Agency's final determination that records are material and necessary for proper evaluation of part or all of the claim, and the Agency's final determination of the portions of the claim for which the records are material and necessary, shall be final and binding. If the entire claim is waived and irrevocably dismissed pursuant to the Agency's final determination there will be no further decision by the Agency on the claim or further review of the claim under 00199.40 and the claim will not be eligible for mediation under 00199.50. If only portions of the claim are waived and irrevocably dismissed pursuant to the Agency's final determination, the Agency will provide a written decision to the Contractor regarding the remaining portions of the claim Attachment K—General Conditions Page 124 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00199 within 30 Calendar Days of the final Step 2 meeting, or the Agency's final determination regarding the records, whichever is later. There will be no further decision by the Agency on or further review under 00199.40 of the portions of the claim waived and irrevocably dismissed pursuant to Agency's final determination and those portions will not be eligible for mediation under 00199.50. Attachment K—General Conditions Page 125 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT L—SPECIAL PROVISIONS CITY OF TIGARD MAIN STREET PHASE 2IMPROVEMENTS WORK TO BE DONE The work to be done under this contract consists of reconstructing the existing street, constructing ADA curb ramps, crosswalks, and pedestrian facilities, 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: MAIN STREET PHASE 2 IMPROVEMENTS PROJECT: #97017. APPLICABLE SPECIFICATIONS The Specifications,which are applicable to the work on this project,are: • APWA/ODOT 2021 edition of the "Oregon Standard Specifications for Construction". All number references in these special provisions shall be understood to refer to the Sections and subsections of the Standard Specifications and Supplemental Standard Specifications bearing like numbers and to Sections and subsections contained herein in their entirety. Standard Specifications not specifically addressed in these Special Provisions shall be complied with if applicable. 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: 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 at: htWs://www.oreg2n.g2v/odot/Business/Specs/2021 STANDARD SPECIFICATIONS.pdf 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 Main Street Phase 2 Improvements Page 1 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 19-22..................www.deanwaterservices.org Manual on Uniform Traffic Control Devices (MUTCD).....................Available from FHWA 2021 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 City of Tigard General Conditions. SECTION 00150—CONTROL OF WORK 00150.50(b) Agency Responsibilities -Replace this subsection, except for the subsection number and title, with the following: The Agency has listed the known utilities,their owners,and contact information.The Plans will not normally show the anticipated new location of utilities that have been or will be adjusted. 00150.50(c) Contractor's Responsibilities-Add the following bulleted items: • Meet with each utility agency prior to the preconstruction meeting that has or may have utilities within the limits of the Work on this Project. • Check on-site locations of each utility against known location data, if any, and notify the utility of any discrepancies before starting the Work. Add the following In accepting the above responsibilities,both stated and implied,the Contractor understands that it is highly likely that there will be interfering utilities,i.e. service laterals,drains,pipe and conduits (ducts),and related structures which are not shown or are not accurately indicated on the Plans or have not been previously discovered at the project site. Utilities that are in the way of or in close proximity to the work,known as potential conflicts,may require a change in the Contractor's operations and should be reflected in the Contractor's Bid and in the project schedule. Main Street Phase 2 Improvements Page 2 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Existing utilities may affect the work causing additional time or cost.Reasonable delays or resulting cost increases will be considered as part of the normal progress of work and will not be cause for extra compensation to the Contractor.The Contractor agrees to provide for a reasonable amount of additional time or cost in the Bid. Locating, such as potholing,excavations,or boring,deemed necessary to determine the exact locations(s) of any utility which may interfere with the work shall be done prior to the start of construction at no additional cost to the Agency unless otherwise indicated or provided for in these Contract Documents. 00150.50(d) Delays -Delete this subsection. Add the following subsection: 00150.50(f) Utility Information- Contact those utilities having buried facilities and request that they locate and mark them for their protection prior to construction.The Utilities notification system telephone number is 811 or(800) 332-2344. The Engineer has contacted the following organizations and been provided with the following schedules for relocation of facilities: Northwest Natural Gas (NWN)—the gas main within the project limits located in SW Main Street shall be relocated prior to December 31,2021. Gas services and gas mains on streets intersecting Main Street will be relocated if conflicts are discovered and notification is provided to NWN by the contractor. Portland General Electric (PGE) —the overhead pole noted for relocation at the intersection SW Main Street and SW Scoffins Street shall be relocated during construction of the project and shall be coordinated with PGE by the contractor. SECTION 00170—LEGAL RELATIONS AND RESPONSIBILITIES Comply with Section 00170 of the City of Tigard General Conditions,modified as follows: 00170.02 Permits,Licenses,and Taxes-Add the following bulleted item: • Obtain Right-of-Way Access from TriMet.The current License Application is provided in the appendix. • Obtain Railroad Flagging and On-Track Protective Services Agreement from Genesee & Wyoming RailRoad Services,Inc.The current application for Contractors Access/Occupancy on Railroad Property is included in the appendix. 00170.60 Safety,Health,and Sanitation Provisions-Add the following paragraph to the end of this subsection: The Contractor shall provide and maintain proper portable sanitary facilities for their employees and their subcontractors'employees during day and night shifts that will comply with the regulations of the local and State departments of health and as directed by the Engineer. 00170.70 Insurance: (a) Insurance Coverages—Add the following to the end of this subsection: 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. Main Street Phase 2 Improvements Page 3 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 SECTION 00180—PROSECUTION AND PROCESS Comply with Section 00180 of the City of Tigard General Conditions,modified as follows: 00180.40(a) In General—Add the following bullet. Work is permitted between the following hours • 7:00 am.to 7:00 p.m.Monday through Friday DAY shift(unless authorized by the City). • 7:00 p.m. to 7:00 a.m.Monday through Friday NIGHT shift(unless authorized by the City). • Contractor shall indicate DAY or NIGHT shift in Project Work Schedule. Changes between DAY and NIGHT shift and/or contiguous DAY/NIGHT shifts shall be notified in writing five (5) business days prior. • Temporary paving may occur during DAY or NIGHT shift. • Final paving shall only occur during NIGHT shift unless otherwise approved by Engineer. Add the following subsection: 00180.40(c) Site Work outside of City Rights-of-Way—The Contractor shall not begin any work on private property outside of City Rights-of-Way until the appropriate Temporary Construction Easements (TCE) have been obtained by the City and provided to the Contractor in writing.Anticipated timelines are indicated below: • United States Postal Service (USPS) TCE for the property at 12210 SW Main Street—It is anticipated that the TCE for this property will be provided by March 31,2021 • TCE for all other properties —It is anticipated that the TCE for all other properties will be provided by December 1,2021. 00180.41 Project Work Schedules —After the paragraph that beings "One of the following Type..." add the following sentence: A Type"A" schedule as detailed in the City of Tigard General Conditions is required for this contract. 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. Main Street Phase 2 Improvements Page 4 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00180.50(h) Contract Time—Add the following subsection. Work to be done under this project shall be completed within three-hundred twenty (320) calendar days. 0180.85 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 $1,000 per Calendar Day. Add the following subsections: 00180.85(c) Lane Closures and Road Closures - Lane closures and road closures beyond the limits specified will inconvenience the traveling public and will be a cost to the Agency. (1) 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 limits,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). 00180.85(d) Contractor Coffee Meetings — Failure for the contractor project manager to participate in the Contractor Coffee meetings will cause public relations damages to the City. It is impractical to determine the actual damages,therefore,the Contactor shall pay to the City$250 per missed meeting as a penalty. SECTION 00199—DISAGREEMENTS,PROTESTS,AND CLAIMS Delete Section 00199 of the Standard Specifications.Refer to the City of Tigard General and Special 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: Main Street Phase 2 Improvements Page 5 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Obtain all applicable licenses and insurance required by the Contract to complete the work as specified herein. • Provide attendance and participation at weekly`Contractor Coffee'meetings.Meetings shall occur weekly throughout the duration of the project and shall be approximately 30-60 minutes in duration. The exact day of the week and location are to be determined,however,the location will be within the Main Street corridor. The intent of the Contractor Coffee meetings is to allow the business and general public community the opportunity to discuss the project with the contractor and is anticipated to include discussion on schedule,anticipated tasks,pedestrian/vehicle mobility and access restrictions,etc. 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. SECTION 00220—ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Convenience— Modify the 9th bullet to read as follows: • Do not stop or hold vehicles on any public street for more than 10 minutes. Add the following bulleted items to the end of this subsection: • Provide written notice to all adjacent properties in accordance with Section 00150.58 of the Contract Specifications. • Maintain a minimum of 2-waytraffic during allowable DAY shift hours or 1-way traffic during allowable NIGHT shift hours,as specified in Section 00220.40€. 1-way traffic without flagging must be provided with appropriate detour signage per MUTCD and City requirements at the contractor's expense. • Maintain and coordinate access to all affected properties.Allow unrestricted vehicle and pedestrian access to all properties outside the allowable working hours. • Provide a minimum of 10 delineated parking stalls along Main Street, between SW Scoffins Street and SW Commercial Street,at all times. Stalls shall be delineated with paint or approved equal and be at least 8'-6"wide x 18'in depth. Stalls shall be head-in or angled to match the existing and/or proposed angled stall configurations. • Provide and maintain access to garbage containers and garbage pick-up or other regularly scheduled deliveries. • Coordinate with school district to minimize impacts and delays for any school bus routes. • Coordinate with TriMet to maintain access to bus stops and/or transit center at all times. • Notify all emergency services of all changes to the traffic control plan prior to completing the change. • When an abrupt edge is created by excavation, protect traffic using the "EXCAVATION ABRUPT EDGE DETAIL" and the `TYPICAL ABRUPT EDGE SIGNING DETAIL" configurations shown on Standard Drawings TM800. • Do not allow vertical differences in pavement height, created by paving or removal,to exceed 3 inches. Provide tapered asphalt pavement wedges across all pavement joints exposed to traffic according to 00620.40(d) • Protect pedestrians in pole base excavation areas by placing approved covers over all pole base excavations. Place a minimum of two B(II)LR barricades adjacent to and on either side of the excavated area,facing pedestrian traffic,or place covers and barricades as directed. Main Street Phase 2 Improvements Page 6 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • When flagging operations may extend traffic queues onto the railroad crossing, protect traffic at the railroad crossing by providing an additional flagger(s) as necessary. Position additional flagger signs according to the "Advance Flagger for Extended Traffic Queues" configuration shown on the Standard Drawings. Do not allow traffic to stop on the railroad crossing. • Contractor shall restrict haul routes/hauling activities to SW Main Street and Highway 99. • City to furnish`Open For Business'advertising placards and/or A-frame boards,approximately 24"wide x 36"high.Contractor shall accommodate signage at the start and endpoints of pedestrian routes adjacent to work zones and account for signage in TPAR. 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. • Access to all driveways,parking lots,and other business access points must be fully maintained and open during regular business hours,unless agreed to in writing by the landowner and Engineer 00220.40(e-1) Closed Lanes—Replace this subsection, except for the subsection number and title, with the following. One Traffic Lane may be closed on Main Street, Scoffms and/or Commercial Street within the respective DAY or NIGHT shift anticipated by the Contractor,but shall not carry over unless contiguous DAY/NIGHT shifts have been previously approved in writing by the City. All traffic control required, including flagging, shall be considered incidental to Temporary Protection and Direction of Traffic per 00225.80. 00220.40(e-2-b) Special Events—Add the following to the end of this subsection: The following special events will occur during this Project: • May-October: Sundays 9am-1:30pm • May: 29-31 Downtown Art Walk, Taste of Tigard Food Festival (30� and Tigard Heritage Trail Opening • TBD Universal Plaza events will run monthly from May-Oct. • September 12':Downtown Street Fair • October 31".Trick or Treat Main St • December 3': Holiday Tree Lighting • November 39`'—December 31't:Holiday Commerce 00220.70 Open Sections to Traffic—Add the following paragraph: Gravel sections may be open to traffic during mass grading from June to September. SECTION 00221—COMMON PROVISIONS FOR WORK ZONE TRAFFIC CONTROL Comply with Section 00221 of the Standard Specifications modified as follows: 00221.06 Traffic Control Plan—Replace this subsection,except for the subsection number,with the following: The Agency has not prepared a TCP. Submit the following, for approval 5 calendar days before the preconstruction conference: Main Street Phase 2 Improvements Page 7 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (a) Contractor TCP — Provide unstamped working drawings according to 00150.35 which include the following. • Proposed TCP showing all TCM and quantities of all TCD. • Proposed number of flaggers with approximate locations for all major construction operations. • Proposed order and duration of the TCM. • A detailed temporary striping plan. • Types of temporary markings and approximate locations If additional modifications are made to the Contractor's TCP,submit unstamped working drawings,according to 00225.05(a),and obtain Engineer approval of the modifications before beginning the construction activities that require the TCP changes. SECTION 00223—WORK ZONE TRAFFIC CONTROL LABOR AND VEHICLES Comply with Section 00223 of the Standard Specifications modified as follows: 00223.80 Measurement—Replace this subsection,except for the subsection number and title,with the following: The quantities of Work performed under this Section will be measured according to the following. (a) Time Basis—The following will be measured on the time basis: (1) Flaggers—Flaggers will be measured on the time basis,of the actual number of hours flagging stations are staffed. Flagging performed by a TCS will not be measured. 00223.90 Payment—Replace Pay Item Unit of Measurement (a) Flaggers.................................................................................Hour Item(a) includes all necessary Equipment, special apparel,flagging Equipment,flagger station lighting, supervision,two-way radios and all other incidentals necessary to provide flagging services. Workers performing flagging duties who are not properly equipped or attired will not be considered to be flaggers and will not be eligible for payment under this item. Flaggers performing Work other than flagging will not be considered flaggers and will not be eligible for payment under this item. SECTION 00280—EROSION AND SEDIMENT CONTROL Comply with Section 00280 of the Standard Specifications modified as follows: 00280.00 Scope—Add the following. This section shall be governed by Clean Water Services standards and requirements. SECTION 00305— CONSTRUCTION SURVEY WORK Main Street Phase 2 Improvements Page 8 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Comply with Section 00305 of the Standard Specifications. SECTION 00310-REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications modified as follows: 00310.00 Scope—Add the following to the end of this subsection: Materials to be remove and disposed of include,but are not limited to: • Landscape features • Fences • Foundations • Walls • Curbs • Storm inlets • Storm sewer pipe • Sanitary sewer pipe • Culverts This Work shall also include the removal,salvaging,and replacement of fences,and the disconnecting, protecting,and/or capping of existing utility lines, as shown in the plans. 00310.44 Earthwork in Connection with Removal—Replace the second paragraph with the following: Backfill holes according to 00330.45.No separate or additional payment will be made for this Work. 00310.91 Lump Sum Basis—add the following to the end of this section: Sawcutting existing surfaces or structures shall be considered incidental to item (a). 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: 00330.03 Basis of Performance—Delete this subsection and replace with the following. 00330.03 Basis of Performance—Earthwork to be performed under this specification including excavation, haul,disposal,and embankment construction,unless otherwise specified,will not be measured,and will be paid for on the Lump Sum Basis. 00330.41(a-5) Waste Materials—Replace this subsection,except for the subsection number and title,with the following: Unless otherwise specifically allowed and subject to the requirements of 00280.03,dispose of materials, classed as waste materials in 00330.41(a-3),outside and beyond the limits of the Project and Agency Main Street Phase 2 Improvements Page 9 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 controlled property according to 00290.20.Do not dispose of materials on wetlands, either public or private, or within 300 feet of rivers or streams.Certification must be delivered to City prior to material leaving the site. Contractor shall provide written certification to Douglas County that the waste material is placed in a state approved and local agency approved location. 00330.41(a-9) Excavation Below Grade—Delete subsection 00330.41(a-9-c). 00330.41(e)Blasting—Replace this subsection,except for the subsection number and title,with the following: Blasting will not be permitted on this project. 00330.42(c-3) Embankment Slope Protection—Add the following paragraph: Construct the outer 12 inches of embankments with suitable materials to establish slope stabilization through permanent seeding. If suitable material is not available,provide suitable materials from a Contractor-provided source which conforms to the requirements of 00330.11 or 00330.13 and provides favorable conditions for germination of seed and growth ofgrass. 00330.80 Measurement—Replace the first bulleted item with the following: There will be no measurement of quantities for general excavation. The Contractor shall complete their own earthwork calculations to confirm the required quantities for their bid.The Engineer has estimated the following quantities utilizing AutoCAD Civil 3D 2020: Excavation*: 3,500 CY Embankment*: 100 CY The Contractor should consider the following when preparing their lump sum bid: *The Engineer's earthwork volume estimates are calculated as the volume between subgrade of the roadway as indicated on the typical sections and the existing ground surface as indicated in the topographic survey. These estimated volumes do not reflect volumetric adjustments relating to stripping depths or removal of structures and obstructions such as existing asphalt concrete pavement and concrete sidewalks,curbs,and driveways that are identified to be removed.Earthwork quantities also include excavation required for placement of topsoil within the project limits including landscape areas,and other grading outside the limits of the roadway as shown on the plans. A 5%contingency has been added to the earthwork quantity estimate to make grading adjustments as requested by property owners or directed by the Engineer.This additional 5%work contingency shall be reflected in the Contractor's bid and will not be measured. *The quantities estimated above exclude excavation and embankment for the following items,which are paid under the separate specific bid items: Trench Excavation (Incidental to Pipe Installation) All other items where the specifications specifically state that excavation is a part of the bid item SECTION 00331—SUBGRADE STABILIZATION Comply with Section 00331 of the Standard Specifications. Main Street Phase 2 Improvements Page 10 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SECTION 00350—GEOSYNTHETIC INSTALLATION Comply with Section 00350 of the Standard Specifications modified as follows: 00350.10 Materials—Supplement this section with the following. Geomembrane liner shall meet the requirements of Section 02320. Add the following subsection: 00350.43 Geomembrane Liner Installation Requirements Install according to the manufacturer's recommendations.Properly installed liners shall be wrinkle free and fitted to the walls of each facility. 00350.90 Payment—Add the following: (g) Geomembrane Liner..................................................................Square Yard Item(g)includes Concrete anchors,Liner attachment flat bars, Silicone sealer and other associated appurtenances necessary to complete the geomembrane liner as shown in the drawings. If the Engineer orders geosynthetics with properties more stringent than specified,a price adjustment will be allowed only for the difference in material cost. SECTION 00390— RIPRAP PROTECTION Comply with Section 00390 of the Standard Specifications. SECTION 00405—TRENCH EXCAVATION,BEDDING,AND BACKFILL Comply with Scction 00405 of the Standard Specifications modified as follows: 00405.46(e) Temporary Trench Plating-Add the following. Temporary trench plating may not be used for more than a maximum of 48 hours at any one location.Any period exceeding 48 hours will require the backfilling of the trench with aggregate and capping with temporary ACP. 00405.82 Trench Foundation—Supplement this subsection with the following. No measurement will be made for trench foundation unless directed by the Engineer. SECTION 00415—VIDEO PIPE INSPECTION Comply with Section 00415 of the Standard Specifications modified as follows: 00415.90 Payment- Replace this subsection with the following: No separate or additional payment will be made for video pipe inspection. Main Street Phase 2 Improvements Page 11 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SECTION 00440—COMMERCIAL GRADE CONCRETE Comply with Section 00440 of the Standard Specifications. 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—Modify this subsection beginning with Item (b)includes as follows: Item (b) includes all pipe sizes. 00445.91 Payment—Supplement this subsection with the following. No separate or additional payment will be made for: • Exploratory excavations • Saw cutting • Trench protection • Pipe bedding • Pipe bends • Pipe couplings • Dewatering • Bypass of sewer or storm SECTION 00446—TRENCH DRAINS Comply with Section 00446 of the Standard Specifications modified as follows: 00446.90 Payment—Delete this subsection and replace with the following: 00446.90 Payment—The accepted quantities of trench drains will be paid for at the Contract unit price,per foot,for the item"french Drain, ". The size of trench drain will be inserted in the blank. 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. No separate or additional payment will be made for: • In-line catch basins • Grates • Inlet/outlet caps Main Street Phase 2 Improvements Page 12 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Concrete surrounds • Connections to proposed storm sewer lines • Aggregate base SECTION 00470—MANHOLES, CATCH BASINS,AND INLETS Comply with Section 00470 of the Standard Specifications modified as follows: 00470.00 Scope—Add the following. This section consists of constructing stormwater filtration treatment systems. The stormwater filtration treatment system shall consist of an underground precast concrete catch basin structure,that houses passive, radial flow, siphon-actuated,and rechargeable media-filled filtration cartridge(s). The rechargeable media-filled filter cartridges shall incorporate a protective hood over the media cartridge and a siphon-actuated surface self- cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface. Each radial-flow filter cartridge shall operate at a predetermined flow rate through the use of an integrated flow control orifice located within each filter cartridge outlet manifold. The media-filled cartridges shall trap particulates (TSS) and have the capability to adsorb pollutants such as dissolved metals,nutrients and hydrocarbons. The media cartridge filtration system shall consist of no less than 0.12 cubic feet of filter media for each 1-gallon per minute of water quality treatment flow. 00470.20 General—The StormFilter shall be of a type that has been installed and in use for a minimum of five (5) consecutive years preceding the date of installation of the system. The manufacturer shall have been,during the same consecutive five (5)year period,engaged in the engineering design and production of systems deployed for the treatment of storm water runoff and which have a history of successful production, acceptable to the Engineer. The manufacturer of the StormFilter shall be,unless an approved equal request is submitted and approved in writing by the Engineer prior to bid opening, the following: Contech Engineered Solutions 9025 Centre Pointe Drive West Chester,OH,45069 Tel: 1 800 338 1122 The materials,performance,and execution shall meet StormFilter Media Cartridge Filtration System Stormwater Quality—Media Cartridge Filtration System Standard Specification dated 05/16 unless otherwise approved in writing by the Engineer. 00470.21 Submittals—Submit shop drawings for stormwater filtration treatment system with the vault, filter cartridges and accessory equipment. Drawings shall include principal dimensions,filter placement,filter flow rate,traffic-rated lid information and location of piping and unit foundation. 00470.21 Materials—Cartridge Height,Cartridge Flow Rate and Cartridge Media shall be as shown on the plans. 00470.72 Storm.Filter Basin Testing—New installations of StormFilter Filtration System shall be tested, at no additional cost to the Agency,by providing a water source sufficient to supply up to the water quality flow rate and/or the overflow maximum flow rate for a sufficient amount of time to verify proper operation of the filtration cartridge and overflow systems. 00470.90 Payment—Add the following pay items: Main Street Phase 2 Improvements Page 13 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (I) Stormfilter Catch Basins....................................................................Each (m) Salvaged Stormfilter Catch Basins.............................................................Each (n) Area Drains,Type II...........................................................................Each (o) Atrium Inlets.................................................................................Each (1') Cleanouts....................................................................................Each Supplement this subsection with the following. No separate or additional payment will be made for: • Exploratory excavations SECTION 00490—WORK ON EXISTING SEWERS AND STRUCTURES Comply with Section 00490 of the Standard Specifications modified as follows: 00490.90 Payment—Supplement this subsection with the following: No separate or additional payment will be made for: • Video pipe inspection. • Pay items not shown in the bid form schedule of values 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—Supplement this section with the following. The length of any specific utility trench shall not be measured more than once, i.e. there will not be multiple measurements of the same length of utility trench if said trench is excavated and replaced with temporary trench resurfacing multiple times. 00495.90 Payment—Replace the first sentence is this subsection with the following: The accepted quantities of trench resurfacing will be paid at the Contract unit price,per Ton,per section 00744. SECTION 00498—UTILITY FIELD EXPLORATIONS Section 00498,which is not a Standard Specification,is included in this Project by Special Conditions. Description Main Street Phase 2 Improvements Page 14 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00498.00 Scope—This work consists of exposing existing utilities that cross or otherwise impact the project elements. Station,offset,and elevation shall be recorded.Any conflicts shall be reported to the engineer immediately.Additionally,there are specific locations identified on the plans for which specific and timely pothole reporting is required. Contractor shall report top of pipe elevation,pipe size, and pipe material prior to submitting shop drawings and prior to ordering precast concrete manholes,catch Basins and inlets. Construction 00498.15 Utility Field Exploration—The subsurface conditions for existing utilities including,but not limited to,water,gas, sewer,CATV, fiber optic,power,telephone,pipe fittings, steel casing pipe,valves,duct banks, and appurtenances shown on the drawings are estimates based on surface locates and survey information. In areas of new pipeline construction,verify the existing conditions where crossings,connections to,or modifications of the existing utility are shown on the drawings.Excavate at these locations to verify existing conditions and obtain information necessary to perform required pipeline construction and connections to existing utilities. Submit a plan to the Agency of the anticipated exploratory activities including the proposed schedule,local traffic control plan necessary for the exploratory work, areas of excavation,proposed extent of excavation and pavement repair. Receive approval for the plan from the Agency before scheduling or starting the work. Coordinate all exploratory activities with the Agency to allow Agency observation of activities if they desire. For each exploration, submit to the Engineer all documentation including photographs and a schematic of the actual conditions,including depths,locations of joints, thrust blocks,valves,fittings,and other appurtenances, and measurements between all features. Contractor shall be responsible to locate the top or invert of each pipe or conduit that cross or otherwise impact the project elements. Top of pipe or invert elevations and horizontal location will immediately be provided to the Engineer/Agency to allow grade comparisons of the design. Contractor shall locate the utility and provide the information to the Engineer/Agency prior to construction activity coming within a minimum of 250-feet of locate to allow field adjustment of pipe grades and horizontal locations as necessary. If the actual conditions require changes to the work shown on the drawings,develop a proposed plan for modifications and submit the plan to the Engineer.An approved submittal is required before starting the work. Complete field exploration activities at each location and submit documentation a minimum of 1 week prior to water and/or storm sewer construction in that area. Measurement 00498.80 Measurement—No measurement of quantities will be made for utility field explorations. Payment 00498.90 Payment—No separate or additional payment will be made for field explorations (potholing). SECTION 00598—ARCHITECTURAL WALLS AND FINISHES Section 00598,which is not a Standard Specification,is included in this Project by Special Provision. Main Street Phase 2 Improvements Page 15 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Description 00598.00 Scope-This Work consists of constructing seat walls from manufactured stone veneer adhered to cast-in-place concrete walls with precast concrete caps and skate deterrents. 00598.01 Definitions: • Adhered Manufactured Stone Veneer (AMSV) — Lightweight, non-load bearing masonry cladding that simulates the appearance of natural stone.Also referred to as MSV. • Bond Pattern-Arrangement of masonry units and their joints that creates a pattern. • Course -A horizontal continuous bond of masonry units the length of a wall as measured vertically. Materials 00598.10 General-Ensure the Work meets the following requirements: (a) Source Limitations for Mortar-Obtain mortar ingredients of uniform quality for each cementitious component from single manufacturer and each aggregate from single source or producer. (b) Quality Control-Provide quality control according to Section 00165 and the following: (1) Experience and Qualifications - Submit evidence of an installer who employs experienced stone masons and stone fitters who are skilled in installing veneer assemblies similar in material, design, and extent to those indicated for this Project and whose projects have a record of successful in-service performance. (2) Submittals - Submit according to 00150.37 and provide the following: • Provide documentation of qualification according to 00598.10(b)(1). • Include at least four samples for each type of manufactured stone veneer, exhibiting extremes of the full range of color and other visual characteristics expected in completed Work. Samples will establish the standard by which AMSV provided will be judged. • Include at least four samples for each type of mortar,exhibiting extremes of the full range of color and other visual characteristics expected in completed Work. Label samples to indicate types and amounts of pigments used,if any. • Provide anti-graffiti manufacturer data. (3) Mockups-Construct mockups to demonstrate aesthetic effects and set quality standards for materials and execution. • Build mockup of typical wall area approximately 48 inches long by 18 inches high by full thickness including all assemblies and products required for a final wall construction, including expansion joint and anti-graffiti product applied. • Approval of mockups is for color, texture, AMSV finish, and blending of ASMV; relationship of mortar and sealant colors to stone colors; tooling of joints; and aesthetic qualities of workmanship. Approved mockups may become part of the completed Work if undisturbed at time of final inspection and if they meet dimensions indicated on the Plans. Main Street Phase 2 Improvements Page 16 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (4) Design Reference Sample - AMSV, precast concrete caps, and mortar joints shall match existing walls located at both SW Main Street entries off 99W, and shall be used as a design reference sample for the final product installed.Requirements as indicated for seatwalls and specified in this Section may require adjustments to materials to match design reference sample. 00598.11 Adhered Manufactured Stone Veneer(AMSV) - Seatwall facing shall match design reference sample according to 00598.10(4). (a) AMSV-Provide adhered manufactured stone veneer meeting the following requirements: (1) Material Standards-ASTM C1780 and National Concrete Masonry Association(NCMA)Installation Guide and Detailing Options for Compliance with ASTM C1780 For Adhered Manufactumd Stone Veneer 5th Edition, 4th Printing. (2) Manufacturer and Product- General Shale;"Aspenbark". (3) Dimension and Finish - Furnish dimensions of AMSV as provided in standard dimensions from manufacturer and cut as required to meet Plan dimensions and design reference sample. (4) Type-Thin rock veneer for adhered application in outdoor environments. (5) Shape - Units shall meet the course and pattern requirements provided by manufacturer including corner pieces, design reference samples, and as shown. (6) Joint Dimensions -Joint width and profile according to 00598.43 and pointing profile according to 00598.44. 00598.12 Precast Concrete Caps -Precast concrete caps and mortar shall match design reference sample according to 00598.10(4). (a) Materials: (1) Portland Cement - ASTM C150/C150M, Type I or Type III, gray, unless otherwise required to match design reference sample. (2) Normal-Weight Aggregates - Normal-Weight Aggregates - ASTM C33/C33M, with coarse aggregates complying with Class 5S. Stockpile fine and coarse aggregates for each type of exposed finish from a single source (pit or quarry) for Project. (3) Water - Potable; free from deleterious material that may affect color stability, setting, or strength of concrete and complying with chemical limits of PCI MNL 117. (4) Air-Entraining Admixture - ASTM C260, certified by manufacturer to be compatible with other required admixtures. (5) Chemical Admixtures-Certified by manufacturer to be compatible with other admixtures and to not contain calcium chloride,or more than 0.15 percent chloride ions or other salts by weight of admixture. (b) Finishes - Exposed faces to be free of joint marks, grain, and other obvious defects. Corners shall be uniform,straight,and sharp.Finish exposed-face surfaces of architectural precast concrete units to match approved design reference sample and as follows: Main Street Phase 2 Improvements Page 17 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (1) Design Reference Sample—According to 0058.12. (2) Color and Texture Reference-PCPs Arrhitectural Precast Concrete-Color and Texture Selection Guide. (3) Acid-Etched Finish - Use acid and hot-water solution, equipment, application techniques, and cleaning procedures to expose aggregate and surrounding matrix surfaces. Finish all exposed sides cap. Protect hardware,connections, and insulation from finishing chemicals. (c) Fabrication - Fabricate anchorage hardware or accurately position for attachment of loose hardware. Anchorage may be secured in during precasting operations,if desired.Locate anchorage hardware where it does not affect position of main reinforcement or concrete placement. (1) Hardware - Furnish loose dowels for securing precast concrete units to supporting and adjacent construction according to 00598.16(c). (2) Reinforcement - Comply with recommendations in PCI MNL 117 for fabricating, placing, and supporting reinforcement. Reinforce architectural precast concrete units to resist handling, transportation, and erection stresses. • Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete.When damage to epoxy-coated reinforcing exceeds limits specified in ASTM A775/A775M, repair with patching material compatible with coating material and epoxy coat bar ends after cutting. • Accurately position, support, and secure reinforcement against displacement during concrete-placement and consolidation operations. Completely conceal support devices to prevent exposure on finished surfaces. • Place reinforcing steel to maintain at least 1-1/4 inch minimum concrete cover. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete.Direct wire tie ends away from finished, exposed concrete surfaces. • Install welded wire reinforcement in lengths as long as practicable. Lap adjoining pieces at least one full mesh spacing and wire tie laps, where required by design. Offset laps of adjoining widths to prevent continuous laps in either direction. (3) Comply with requirements in PCI MNL 117 and requirements in this Section for measuring,mixing, transporting,and placing concrete.After concrete batching,no additional water may be added. (4) Place concrete in a continuous operation to prevent cold joints or planes of weakness from forming in precast concrete units. (5) Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items,and minimize pour lines,honeycombing,or entrapped air voids on surfaces. Use equipment and procedures complying with PCI MNL 117. (6) Comply with PCI MNL 117 for hot-and cold-weather concrete placement. (7) Identify pickup points of architectural precast concrete units and orientation in structure with permanent markings, complying with markings indicated on shop drawings. Imprint or permanently Main Street Phase 2 Improvements Page 18 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 mark casting date on each architectural precast concrete unit on a surface that does not show in finished structure. (8) Cure concrete, according to requirements in PCI MNL 117,by moisture retention without heat or by accelerated heat curing using low-pressure live steam or radiant heat and moisture. Cure units until compressive strength is high enough to ensure that stripping does not have an effect on performance or appearance of final product. (9) Discard and replace architectural precast concrete units that do not comply with requirements, including structural,manufacturing tolerance,and appearance,unless repairs meet requirements in PCI MNL 117 and City's approval. (10) Precast concrete caps shall not exceed dimensions indicated by more than 1/8 inch in any direction. 00598.13 Mortar Materials- Use a consistent mix of Portland cement-lime mix,masonry cement or mortar cement mortars.Selection of mortar mix shall be based upon prior experience with material and appropriate for AMSV and according to 00598.13(h).Mortar shall be according to ASTM C270,Proportional Specification. Final color shall match design reference sample according to 00598.10(4). (a) General-Do not use admixtures,including pigments,air-entraining agents,accelerators,retarders,water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. Do not use calcium chloride. (b) Portland Cement - ASTM C150/C150M, Type I or Type II, except Type III may be used for cold- weather construction; natural color or white cement may be used as required to produce mortar color indicated. (c) Hydrated Lime-ASTM C207,Type S. (d) Portland Cement-Lime Mix - Packaged blend of Portland cement and hydrated lime containing no other ingredients according to 00598.13(a) and 00598.13(b). (e) Mortar Cement-ASTM C1329/C1329M. (f) Masonry Cement-ASTM C91/C91M. (g) Aggregates -ASTM C144 and as follows: Pointing Mortar- Graded aggregate with 100 percent passing No. 16 sieve. Natural-colored sand or ground marble,granite,or other sound stone;of color necessary to produce required color. (h) Mortar Mixes: Pointing and Setting Mortar- Type N. Mortar for Scratch Coat- 1 part Portland cement, 1 part lime, 7 parts loose damp sand,and enough water to produce a workable consistency. Pigmented mortar only used in mixes to match design reference sample. Main Street Phase 2 Improvements Page 19 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00598.14 Dense-Graded Aggregate-Furnish 1"—0 or 3/4"—0 dense-graded Aggregate conforming to 02630.10. 00598.15 Cast-in-Place Concrete Walls -Furnish Commercial Grade Concrete (CGC) according to 00440, steel reinforcement according to Section 00530. 00598.16 Miscellaneous Accessories - Furnish miscellaneous wall items meeting the following requirements: (a) Compressible Filler- Premolded filler strips complying with ASTM D1056, Grade 2A1; compressible up to 35 percent;of width and thickness indicated; formulated from neoprene or urethane. (b) Joint Sealant with Sand Texture-Single component,non-sag,urethane,elastomeric ASTM C920,Type S,Grade NS,dark gray in color. Backer rods conforming to ASTM D5249. Sand textured finish for application to joint sealant surface; kiln dried; washed and clean; fine to medium texture of consistent, narrow gradation, predominant size range of No. 20 to No. 70 sieve size (0.2 to 0.8 mm);gray in color. (c) Steel Dowel-Solid dowel bar or pin,smooth or threaded,stainless steel,Type 304,conforming to ASTM A276 or ASME B 18.8.2. (d) Nonshrink grout- Provide nonshrink,Nonmetallic grout,factory-packaged,nonstaining,noncorrosive, nongaseous grout,complying with ASTM C1107/C1107M. (e) Skate Deterrent - Furnish stainless steel plate complying with ASTM A240/A240M or ASTM A666, Type 316L with directional satin finish complying with ASTM A480/A480,No. 4. Construction 00598.40 General- Construct cast-in-place concrete wall with rebar as shown. Perform excavation,backfill, and compaction according to Section 00330. Construct concrete walls according to Sections 00440 and 00530. 00598.41 Layout- Set layout stakes at each end point shown on Plans uniquely identifying wall ends.The City will review the point locations and make adjustments as needed.Do not begin construction of the walls until the City approves the final layout. 00598.42 Foundation -Bring areas on which Structures are to be constructed to established line,and make firm,dry and free of all Unsuitable Material before placing concrete.Begin compaction of each layer of dense- graded Aggregates immediately after the material is spread and continue until a density of not less than 95 percent of the maximum density has been achieved when tested according to the MFTP. 00598.43 Manufactured Stone Veneer Installation: • Sort AMSV before it is placed to remove units that do not comply with requirements relating to aesthetic effects,physical properties, or fabrication,or that is otherwise unsuitable for intended use. • Perform necessary field cutting and trimming as AMSV is set.Make edges straight and true where cuts are required. • Arrange AMSV units in course and pattern as shown and according to manufacturers product style. Main Street Phase 2 Improvements Page 20 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Provide stable ledges to support AMSV units at bottom of walls. Install compressible filler for expansion joint,at top of concrete sidewalk, prior to bottom AMSV unit installation as shown. • Set units accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. • Maintain a uniform 1/2-inch joint width except for variations due to different AMSV sizes and where minor variations are required to maintain bond alignment if any. Wall joint widths shall not deviate more than 1/4 inch at narrowest or widest points. • Install scratch coat 1/2-inch thick over concrete wall face and according to manufacturer requirements. Once the mortar is thumbprint hard,scratch(score)the surface horizontally to create the mortar scratch coat. • The scratch coat and back of the AMSV should be moistened so that the surfaces appear damp but are free of standing water. • The back of each AMSV should be entirely buttered with mortar to a nominal thickness of 1/2-inch. Cover the entire back of the AMSV, not just the perimeter. Buttered AMSV should be firmly worked onto the scratch coat and slid slightly back and forth or with a slight rotating motion to set the AMSV. Use sufficient setting mortar, so a slight excess will be forced out the edges of units as they are set. Tap units into place, completely filling space between units and scratch coat. Install according to additional manufacturer instructions. • Set AMSV in full bed of mortar with full head joints except as open head joints at bottom of wall to allow for drainage every 48 inches to 54 inches. "Grouting" the joints should be completed only after there is sufficient cure time of the installed AMSV units,when mild contact with AMSV units will not break the bond to the concrete wall. • Rake out joints for preparation and placement of pointing mortar according to 00598.44 to depth of not less than 5/8 inch before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. • Install joint sealant with sand texture at bottom of wall as shown at expansion joint. Coordinate application of sand texture finish with manufacturer's product information. Mix sand in batches as necessary to achieve specified gradation and color. Apply thorough coating of sand mix onto entire surface of joint sealant material. Brush or tool into top surface of joint sealant with a consistent and even coating. Final installed color of joint sealant, after sand texture application, shall be dark gray. 00598.44 Pointing: • Prepare AMSV-joint surfaces for pointing with mortar by removing dust and mortar particles. Where setting mortar was removed to depths greater than surrounding areas, apply pointing mortar in layers not more than 3/8-inch-deep until a uniform depth is formed. • Point AMSV joints by placing and compacting pointing mortar in layers of not more than 3/8 inch deep. Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. • Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the following joint profile: • Joint profile shall be smooth, flat face recessed 3/8 inch below edges of AMSV (raked joint). 00598.45 Tolerances Main Street Phase 2 Improvements Page 21 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Variation from Plumb - For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch in 40 feet or more. • Variation from Level - For bed joints and lines of other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. 00598.46 Adjusting and Cleaning • Remove and replace AMSV units of the following description: Broken,chipped,stained,or otherwise damaged units.AMSV may be repaired if methods and results are approved by City. Defective joints. AMSV not matching approved samples and mockups. AMSV masonry not complying with other requirements indicated. • Replace in a manner that results matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. • Clean AMSV as work progresses. Remove mortar fins and smears before tooling joints. • After mortar is thoroughly set and cured, clean wall face as follows: Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. Test cleaning methods on mockup; leave one-half of panel uncleaned for comparison purposes. Obtain City's approval of sample cleaning before cleaning other walls. Clean AMSV with products according to manufacturer instructions only. • Stack and store excess AMSV units for use by City. • Do not wash excess mortar materials into plant beds or drains. Measurement 00598.80 Measurement-The quantities of Work performed under this Section will be measured according to the following. The quantities of manufactured stone veneer seatwalls will be measured on the length basis,from end to end of the seatwall from the precast caps. The stone veneer seatwall width and/or height will not be included in the measurement. Payment 00598.90 Payment-The accepted quantities of Work performed under this Section will be paid for at the Contract unit price,per unit of measurement,for the following items: Pay Item Unit of Measurement (a) Manufactured Stone Veneer Seatwall ......................................... Foot 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. Main Street Phase 2 Improvements Page 22 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Excavation below elevations shown will be paid for according to 00510.90(c). No separate or additional payment will be made for: • excavation or shoring • miscellaneous wall accessories including skate deterrents • dense-graded aggregate • concrete,reinforcement,mortar, and grout SECTION 00620— COLD PLANE PAVEMENT REMOVAL Comply with Section 00620 of the Standard Specifications. SECTION 00641—AGGREGATE SUBBASE,BASE,AND SHOULDERS Comply with Section 00641 of the Standard Specifications modified as follows: 00641.80 Measurement—Replace this subsection,except for the subsection number and title,with the following. The quantities of aggregate will be measured on the volume basis. Quantities will be the theoretical neat line quantity constructed and accepted.A half-foot(6'� buffer is included at back of curb excavations to allow for form work. 00641.90 Payment—Replace the Pay Items and Unit of Measurement list with the following. Pay Item Unit of Measurement (a) Aggregate Base............................................................Cubic Yard (b) Stormwater Facility Aggregate.........................................Cubic Yard Add the following to the end of this subsection: Item (b) includes all choker course and drain rock specified for stormwater planters. 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. No separate or additional payment will be made for water used in the mixture,mixed and placed according to 00641.41(a),subject to the limitations of 00641.80(d). SECTION 00730—EMULSIFIED ASPHALT TACK COAT Comply with Section 00730 of the Standard Specifications modified as follows: 00730.90 Payment—Replace this subsection, except for the subsection number and title,with the following: No separate or additional payment will be made for emulsified asphalt tack coat. Main Street Phase 2 Improvements Page 23 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SECTION 00740— COMMERCIAL ASPHALT CONCRETE PAVEMENT (CACP) Comply with Section 00740 of the Standard Specifications. SECTION 00744—ASPHALT CONCRETE PAVEMENT Comply with Section 00744 of the Standard Specifications modified as follows: 00744.45(a)(3) Excess Asphalt Concrete Pavement — Replace this subsection, except for the subsection number and title,with the following. After completing a temporary end Panel as specified, dispose of unused,remaining ACP as directed. Payment will be estimate for the partial load of ACP in the field by the City's inspector. 00744.80 Measurement—Supplement this subsection with the following: Partial asphalt cement loads will be estimated in the field by the City's inspector. No payment will be made for excess asphalt concrete not placed on the project. 00744.90 Payment — In the paragraph that begins "No separate or additional payment...", add the following bullet to the end of the bullet list: • Emulsified asphalt tack coat SECTION 00759—MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES Comply with Section 00759 of the Standard Specifications modified as follows: Add the following subsection: 00759.01 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". 00759.03 Preplacement Conference-Add the following paragraph after the first paragraph: Topics covered at the Preplacement Conference will include: • Ramp Styles / Configurations • Slope and Width Requirements • Turning Space • Push Button Requirements • Construction Tolerances • Temporary Pedestrian Accessible Route (TPAR) • Ramp Inspection • Other Project-Specific Issues / Requirements Add the following to the end of this subsection: All supervisory personnel who have an active ODOT ADA Certification for Contractors and will directly supervise the curb ramp Work must attend the preplacement conference. Main Street Phase 2 Improvements Page 24 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00759.12 Sidewalk Ramp Treatment-Replace this subsection with the following. 00759.12 Curb Ramp Treatment-Furnish "Safety Yellow" colored,cast-in-place,truncated dome detectable warning Surfaces for sidewalk ramps and accessible route islands. Use any listed on the ODOT QPL. Use cast-in-place installation at all ramp locations. Add the following subsection: 00759.22 Smart Level—Add the following to this section: The 6-inch level will only be used to measure counter slope when there is a concrete gutter.All other locations will use a 24-inch level to measure slopes. 00759.44 Joining New to Existing Concrete-Replace the sentence that begins "Unless shown or ..." with the following. Unless shown or directed otherwise,furnish and place maximum 1/2 inch thick preformed expansion joint filler between new and existing concrete. 00759.48(b) Driveways,Walks,Monolithic Curbs and Sidewalks, and Surfacings-Replace the first bulleted item with the following: • Place on both sides of driveways,curb ramps, at the PC and PT of curves. 00759.49(a) Locations—Supplement with the following bulleted: • At scoring locations as shown on the plans. 00759.50(c) Driveways,Walks, and Surfacings-Add the following subsection: (d) Grades-Agency will field verify finished grades using a smart level at any location deemed necessary to ensure compliance with the Standard Drawings and Plans. 00759.80 Measurement—Supplement this subsection with the following: • Lump Sum Basis—Under this method,no measurement of quantities will be made. 00759.90 Payment—Modify this subsection with the following: Pay Item Unit of Measurement (h) Concrete Stairs.................................................Lump Sum (k) Extra for Curb Ramps............................................Each (1) Truncated Domes on New Surfaces.............................Each Supplement this subsection with the following: Pay Item Unit of Measurement Main Street Phase 2 Improvements Page 25 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (q) Concrete Bus Pads......................................................Each (r) Concrete Curbs,Tall Curbs............................................Foot (s) Concrete Check Dams...................................................Each (t) Decorative Concrete Crosswalk....................................Square Foot (u) Concrete Impact Slab...............................................Square Foot (v) Concrete Splash Pads...................................................Each (w) 18 Inch Concrete Curb Cuts..............................................Each (x) Reclaimed Pavers.....................................................Square Foot Item (d)includes coordination with driveway owners to ensure access as shown on the Plans. Item (h) includes rebar,expansion material,handrail and miscellaneous hardware necessary for handrail installation. Item 0) shall not be paid per individual truncated dome panel,but shall include the full length and width of panel(s) needed at each curb ramp location. Items (q) and (u) includes reinforcement, surface finishing,and concrete transition panels. Item(s)includes rebar,connections between the check dam and curbs,and weep holes. Item (t)includes reinforcement,color, surface finishing, and concrete transition panels. Item(w) includes metal inlet assembly. Item(x) includes all labor and materials necessary to salvage,clean and install reclaimed pavers,including sand for setting and joint filler. Any shortage of pavers due to damage,loss or other shall be remedied by the Contractor with in-kind material at no cost to the contract.Aggregate base will be paid under 00641.90. Delete the sentence that begins "Items (c) and (d)include monolithic..."from this subsection. SECTION 00850—COMMON PROVISIONS FOR PAVEMENT MARKINGS Comply with Section 00850 of the Standard Specifications. SECTION 00865—LONGITUDINAL PAVEMENT MARKINGS—DURABLE Comply with Section 00865 of the Standard Specifications. SECTION 00867—TRANSVERSE PAVEMENT MARKINGS—LEGENDS AND BARS Comply with Section 00867 of the Standard Specifications. SECTION 00905—REMOVAL AND REINSTALLATION OF EXISTING SIGNS Comply with Section 00905 of the Standard Specifications modified as follows: 00905.80 Measurement—Replace this subsection,except for the subsection number and title,with the following Main Street Phase 2 Improvements Page 26 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 The quantities of removal of existing signs will be measured on the unit basis,by actual count. 00905.90 Payment—Replace Pay Item (a) from the pay item list with: Pay Item Unit of Measurement (a) Remove Existing Signs ......................................................................Each SECTION 00920—SIGN SUPPORT FOOTINGS Comply with Section 00920 of the Standard Specifications modified as follows: 00920.80 Measurement—Replace the first paragraph that begins"No measurement of quantities..."with the following: The quantities of sign support footings will be measured on the unit basis,by actual count. 00920.90 Payment — Replace the first paragraph that begins "No measurement of quantities...", with the following. The accepted quantities of Work performed under this Section will be paid on the unit basis,by actual count,for each sign support footing. SECTION 00930—METAL SIGN SUPPORTS Comply with Section 00930 of the Standard Specifications modified as follows: 00930.80 Measurement—Replace the first paragraph that begins"No measurement of quantities..."with the following: The quantities for metal sign supports will be measured on the unit basis,by actual count. Add the following to the end of this subsection: The estimated quantities of structural steel are as follows: Item Estimated Quantity (Pound) Minor Sign Supports Perforated Steel Square Tube Anchor Sign Supports 1814 00930.90 Payment—Replace payment items (n) and (q)with the following: Pay Item Unit of Measurement (n) Perforated Steel Square Tube Slip Base Sign Supports........................................Each (q) Perforated Steel Square Tube Anchor Sign Supports..........................................Each Main Street Phase 2 Improvements Page 27 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SECTION 00940—SIGNS Comply with Section 00940 of the Standard Specifications. SECTION 00942—PERMANENT BARRICADES Section 00942,which is not a Standard Specification,is included in this Project by Special Provision. DESCRIPTION 00942.00 Scope — This work consists of furnishing, fabricating, and installing permanent street barricades as shown. MATERIALS 00942.10 Materials—Furnish materials for permanent Type III barricades meeting the following requirements: Hardware..........................................02910.40 Plywood.............................................02910.11 Posts................................................02110.40 Reflective Sheeting(Type III or Type IV).......02910.20 CONSTRUCTION 00942.40 General—Construct permanent barricades as shown. Place reflective sheeting on the horizontal member before assembling the required splice. A sheeting manufacturer approved lubricant may be used on the nylon and metal washers to prevent sign sheeting deformation. Replace damaged horizontal members or horizontal members with sheet deformation at no additional cost to the Agency. MEASUREMENT 00942.80 Measurement—No measurement of quantities will be made for permanent barricades. PAYMENT 00942.90 Payment—The accepted quantities of permanent barricades will be paid for at the Contract unit price for the lump sum bid item "Street Barricade". 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. No separate or additional payment will be made for footings,excavation and backfill. SECTION 00950—REMOVAL OF ELECTRICAL SYSTEMS Comply with Section 00950 of the Standard Specifications modified as follows: Main Street Phase 2 Improvements Page 28 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00950.02 Definitions—Delete this subsection. SECTION 00960— COMMON PROVISIONS FOR ELECTRICAL SYSTEMS Comply with Section 00960 of the Standard Specifications modified as follows: 00960.30 Licensed Electricians—Replace the paragraph that begins "According to the Oregon Administrative Rule ..."with the following paragraph: According to the Oregon Administrative Rule 918-282-0120(1),no person or entity shall allow any individual to perform electrical work for which the individual is not properly registered or licensed. Every person who installs electrical systems on the Project shall submit a copy of their electrical license or apprentice registration to the Engineer prior to performing any Work. They must be licensed as an S or a J under Oregon Administrative Rule 918-282. 00960.41(0 Disposition of Waste Materials—Replace this subsection title with the title"Disposal of Materials". 00960.46 Service Cabinet and Electrical Energy—Replace this subsection,except for the subsection number and title,with the following: Install service cabinet and associated equipment,then arrange for the Utility providing power to have the service cabinet inspected and make the electrical hook-up prior to field testing. Field test according to 00990.70(8) for traffic signals,or according to 00970.70 for illumination. Table 00960-1 contains Utility contact information to arrange for the Utility to make electrical hookups: Table 00960-1 Utility Contact Person's Name, Utility Job Location Utility Email and Phone Number Number Main St PGE Rico Torres Solis, 503.403.9084 M2997863 Main St PGE Hap English, 503.672.5489 M3032220 Furnish and install a meter base approved by the serving Utility(with cover by the Utility),where shown. SECTION 00962—METAL ILLUMINATION AND TRAFFIC SIGNAL SUPPORTS Comply with Section 00962 of the Standard Specifications modified as follows: 00962.02 Calculations and Drawings—Replace the bullet list with the following bullet list: • Prequalified manufacturing shop drawings. • Calculations and shop drawings for all standard poles that do not have prequalified manufacturing shop drawings. • Calculations and shop drawings for all nonstandard poles that do not have prequalified manufacturing shop drawings. • Calculations and installation drawings for all nonstandard pole foundations that do not have details shown. 00962.41 Excavation—Delete the paragraph that begins "Protect all existing pipes...". Main Street Phase 2 Improvements Page 29 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 00962.46(j-2)(a)Anchor Rods for Signal Supports and Fixed Base Luminaire Supports—Replace the paragraph that begins "Mark the position of each turned element..."with the following paragraph: Mark position of each anchor rod and an outside ridge of each first nut above the base plate with a felt tip pen or similar marker to verify subsequent nut rotation. Rotate all first nuts above the base plate past snug tight an additional amount shown in 00962.460)(2)(d) in two passes. "Cheater" bars or slugging wrenches are allowed if required for large diameter anchor rods. After final tightening of the first nut above the base plate, tighten the second nut to a snug tight condition for assemblies with two nuts above the base plate. 00962.46(j-3) Bolt Inspection— Replace the paragraph that begins "Top surface of bolts or rods..." with the following paragraph: Top surface of bolts or rods that are not flush or do not extend beyond the top of the nut requires the rejection of the installation. Add the following subsection: 00962.46(k)Plate Flatness—Faying surfaces of plates shall be flat to within a tolerance of 1/32 inch in 12 inches and a tolerance of 1/16 inch overall. Base plates with leveling nuts shall be flat to within a tolerance of 1/8 inch in 12 inches and a tolerance of 3/16 inch overall. SECTION 00970—HIGHWAY ILLUMINATION Comply with Section 00970 of the Standard Specifications modified as follows: 00970.00 Scope—Replace this subsection,except for the subsection number and title,with the following: In addition to the requirements of Section 00960,Section 00962,and Section 02926,install highway illumination according to the following Specifications. Furnish and install the Roadway Illumination System (shown on sheets 1-0001 to 1-0004) according to the requirements and standards of Portland General Electric (PGE) Option A. Use the approved materials that are listed on the most current PGE Approved Street Lighting Equipment List. Comply with Section 00970 of the Standard Specifications modified as follows unless it conflicts with PGE requirements. The most current equipment list may be found at the following PGE website: htWs://www.pordand,oeneral.com/_/media/public/safety/outdoor-area-lighting/documents/pge-awroved- street-lighting--eguipment.pdPla=en PGE will inspect the Roadway Illumination System.After PGE has accepted the illumination system installed by the Contractor,PGE will install the cables and wires between the PGE junction boxes. 00970.42 Cable and Wire—Replace the paragraph that begins "Use No. 12 AWG Type XHHW or THWN..." with the following paragraph: Use No. 12 AWG Type XHHW wire from the control cabinet to the photoelectric relay. Add the following subsection: 00970.50 Grounding and Bonding—In addition to the requirements of 00960.50 and 00962.50, ground and bond metal illumination poles according to the following. Main Street Phase 2 Improvements Page 30 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Install 1 inch non-metallic conduit from the pole base to the concrete and polymer concrete junction box at each pole. Install a ground rod in each junction box and install No. 6 AWG copper ground wire from the ground stud in the pole base to the ground rod in the junction box.The ground rod may be installed in the same junction box that provides illumination circuitry to the pole, however, provide a separate and independent conduit for the ground wire. Bond all metal conduit and metal junction box covers,if used,together to the ground rod. 00970.80 Measurement —In the paragraph that begins "The estimated quantities of...", replace the sentence that begins "The estimated quantities of..."with the following sentence: The quantities of lighting poles and arms are listed on the Project Plans. 00970.90 Payment—Change pay item(b) to read as follows: (b) Lighting Poles and Arms,Fixed Base..............Lump Sum Item(b) includes the light pole,luminaire arm and all associated attachment hardware and anchor bolts. SECTION 00990—TRAFFIC SIGNALS Comply with Section 00990 of the Standard Specifications modified as follows: 00990.90 Payment Replace the paragraph that begins "In Items (a), (b), (c), (d), with the following paragraph: In Items (a), (b), (d), (f) and (g), the intersection location will be inserted in the blank. 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 01030.130 as"Native"shall meet the following additional requirements: o The seed has been tested for viability under the Oregon Seed Law within 12 months of application of the seed. o 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). o Source Identified seed is third generation or younger. o Non-Source Identified seed meets or exceeds Oregon State Department of Agriculture Certified Seed Standards. o Seed whose origin cannot be traced may not meet the definition of"native". o For seeding operations using standard seeding equipment, seeds with awns or pubescence have been cleaned and de-bearded prior to their inclusion into mixtures. Main Street Phase 2 Improvements Page 31 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 PLS 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 land 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. 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. Main Street Phase 2 Improvements Page 32 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SECTION 01040—PLANTING Comply with Section 01040 of the Standard Specifications modified as follows: 001040.02 Definitions -Add the following definitions to the subsection: Weed Free-See 01030.02 for weed free definition. ISA-International Society of Arboriculture. Soil Mix-Blended growing medium for plants, consisting of Topsoil base material,Soil conditioners,and Soil amendments. Soil mix may be pre-blended at a manufacturing facility or mixed on-site. 01040.14 Topsoil-Add the following paragraph to the beginning of this subsection: Soil mixes furnished for ornamental plant beds and stormwater plants consist of a topsoil base,compost Soil conditioners,and other amendments required. 01040.14(e) Planting Soil Mix-Furnish planting soil mix that includes a Topsoil base with the addition of compost,coarse sand,and fertilizers as necessary that adheres to the following requirements: (1) Topsoil-Unscreened and friable with clumps,clods, and soil fragments (peds) intact that does not exceed 6 inches in any dimensions.Particle distribution shall be sandy loam,loam, silt loam,clay loam,or sandy clay loam soil according to USDA Textural Soil Classification system and meeting additional requirements according to 01040.14(a). (2) Compost- Commercially manufactured compost according to 01040.15(b). (3) Coarse Sand-According to 01040.15(d) and only applied as indicated by soil analysis report to meet USDA textural classification. (4) Blended Materials -An analysis according to ASTM D5268 or approved equal testing method that separates soil textures shall be conducted for all blended materials proposed and shall meet the following USDA textural classes: Texture Class Percent Range Sand 20- 55 Silt 20- 50 Clay 7- 30 In addition,the blended materials shall meet the following requirements: • Loose and friable. • pH: 6 to 8. • Organic matter content (loss on ignition) 6 to 10 percent. • Topsoil shall have less than 1 percent inert debris by volume. • Free of hazardous materials or pathogens and heavy metals by state and federal standards. Main Street Phase 2 Improvements Page 33 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Soluble salt concentration less than 3.0 mmhos/cm (dS/m). • No visible free water and materials not to be worked together when saturated. • Gravel, Rock, sticks, and roots may not comprise more than 10 percent of the soil mix and may not be larger than 6 inches in any dimension. • Materials may alternatively be blended on-site or in-place with prior approval. 01040.14(f) Stormwater Planting Soil Mix- Furnish imported mix blended in a manufacturing facility that consists of Topsoil,compost,and Soil amendments as needed meeting the following requirements: (1) Topsoil- Soil generally defined as "loam," "sandy loam"or"clay loam"by USDA Textural Soil Classification system.Topsoil shall be from a single source.Mixing of Topsoil sources requires prior approval.Topsoil shall conform to the requirements of 01040.14. (2) Compost-Commercially manufactured compost according to 01040.15(b). (3) Coarse Sand-According to Section 01040.15(d). (4) Blended Materials (Particle Gradation) -A particle gradation analysis of the blended materials, including compost,shall be conducted in conformance with ASTM C1 17/C136,AASHTO T1 1/T27,or approved equal.The analysis shall include the following sieve sizes: 1 inch,3/8-inch,No. 4,No. 10,No. 20, No. 40,No. 60,No. 100,No. 200.The gradation of the entire blend shall meet the following gradation criteria: Sieve Size Percent Passing 1 inch 100 No.4 75- 100 No. 10 40- 100 No.40 15- 50 No. 100 5- 25 No. 200 5- 15 In addition,the blended materials shall meet the following requirements: • Loose and friable. • Contains at least 5 percent clay content by volume. • Well-graded blend of Topsoil,coarse sand,and compost with a coefficient of uniformity(D60/D10) equal to or greater than 6. • Well mixed and homogenous. • Free of wood pieces,plastic,and other foreign matter and shall have less than 1 percent inert debris by volume. • pH: 6 to 8. • Free of hazardous materials or pathogens and heavy metals by state and federal standards. • Soluble salt concentration less than 3.0 mmhos/cm (dS/m). • No visible free water and materials not to be worked together when saturated. • Materials may be blended on site,but not in place,with prior approval. Main Street Phase 2 Improvements Page 34 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Organic matter content (loss on ignition) 6 to 10 percent. 01040.15 Soil Conditioners-Replace the sentence that begins "Furnish one or more of the following..."with the following sentence: Provide only commercially manufactured compost Soil conditioner: 01040.15(d) Coarse Sand- Coarse concrete sand that is washed,clean,free of toxic contaminants; sharp natural sand free of limestone shale, slate particles and is not manufactured,conforming to ASTM C33 with a Fines Modulus Index of 2.8 and 3.2.The gradation of coarse sand is to meet the following criteria: Sieve Size Percent Passing 3/8 inch 100 No.4 95- 100 No. 8 80- 100 No. 16 50- 85 No. 30 25- 60 No. 50 10- 30 No. 100 2- 10 No. 200 2- 5 01040.23(e) Root Barrier-Replace this subsection,except for the subsection number and title,with the following. Black,molded,modular panels 18 inches depth, 85 mils thick and with vertical root deflecting ribs protruding 1/2 inch out from panel surface;manufactured with minimum 50 percent recycled polyethylene plastic with UV inhibitors. 01040.23(0 Tree Grates-Add the following bullets to the end of this subsection: (1) Grates-ASTM A48/A48M,Class 35 or better,gray-iron castings. (2) Frame -ASTM A48,Class 35 or better,gray-iron castings of shape,pattern,and size indicated. (3) Shape and Size-As indicated. (4) Finish- Raw and natural. (5) Manufacturer and Product- Urban Accessories,Inc.; "Chinook ". 01040.23(g) Tree Stakes and Ties-Replace this subsection,except for the subsection number and title,with the following. Tree stakes and tree tie materials used to stabilize trees shall conform to the following requirements: (1) Tree Stakes - Straight, square, or round, rough-sawn new Douglas fir or pine construction grade or better stained with an approved,dark green penetrating oil stain.Nominal wood sizes and embedded below grade as shown. Main Street Phase 2 Improvements Page 35 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 (2) Tree Ties - W resistant,flat,broad, flexible,and nonabrasive material such as flexible black vinyl or rubber; polypropylene green or beige fabric with brass grommets and tied to stakes with twisted metal tie wires;or 3/4-inch wide, flat,woven polypropylene fabric with 900-pound break strength and green in color webbing tie. Add the following subsection: 01040.23(k) Root Ball Stabilization (Wood Hold-Down Method)- Rough-sawn, sound,new hardwood,or softwood, free of knots, holes, cross grain, and other defects, 2-by-2-inch nominal by length indicated; stakes pointed at one end.Wood screws shall meet the requirements of ASME B18.6.1. Add the following to the subsection: 01040.43 Topsoil- Soil mixes for ornamental plant beds and stormwater plantings are intended to be installed as a pre-blended,homogenously mixed material. In ornamental beds receiving planting Soil mix according to 01040.14(e);Topsoil base material may be applied in an initial application,with compost and other amendments required applied afterwards.Planting beds in stormwater facilities shall have their materials fully blended prior to being installed. 01040.43(a) Excavation-Add the following sentence to the beginning of the subsection: Excavation and stockpiling of existing Topsoil for use in planting Soil mix shall only be done with prior approval. 01040.43(b) Subsoil Preparation- Replace this subsection, except for the subsection number and title,with the following. Grade and finish areas that are to receive Soil mixes,allowing for the specified amounts of Soil mixes,or Topsoil. Subsoil shall be exposed prior to preparation. Scarify or till subsoil to a depth of 6 inches,unless indicated otherwise at stormwater facilities,and obtain approval from the City before placing Soil mixes. 01040.43(c) Hauling and Spreading-Replace this subsection, except for the subsection number and title, with the following: Haul and spread material without compacting the Soil mixes 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 the Soil mixes over the specified areas to the thickness,grades,and Slopes shown or directed in 6 inch lifts.Avoid wasting Soil mixes and do not place material during wet conditions.Do not work saturated Soils in any manner.Material placed contrary to instructions or in undesignated places will not be paid for and removal may be required at the discretion of the City. 01040.43(d) Finishing and Cleaning Up- Replace this subsection,except for the subsection number and title,with the following: Finish areas covered with Soil mixes to proper grade,contour,and Cross Section. Cultivate all Soil mixes 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. 01040.48 Planting Area Preparation-Replace the sentence that begins "Identify,kill,and remove..."with the following sentence: Main Street Phase 2 Improvements Page 36 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Identify,kill,and remove Weeds according to 01030.62(b)(3). 01040.48(a) Method "A" (Cultivated Planting Areas-Non-lawn) -Add the following paragraph to the beginning of the subsection: Soil mixes shall be placed according to 01040.48(c) to depths indicated.Where Soil mixes are disturbed or compacted from construction activities,cultivate plant beds to a depth of 12 inches. If applying compost Soil condition,Soil amendments,and fertilizers after Topsoil base material is applied;follow the applicable directions below. 01040.48(b) Method "B" (Non-Cultivated Planting Areas) -Replace the paragraph that begins "Spray existing weeds and non-desirable vegetation..."with the following paragraph: Remove weeds and undesirable plants manually in areas indicated for planting area preparation type. Remove the dead top growth of plant material within 3 inches of the surface and dispose of according to Section 00320. Limit damage to existing tree roots and inform the City of any roots larger than 2 inches in diameter that may need to be cut. 01040.49 General Planting—Modify the bullet that begins "Balled and burlapped plants may be placed with..." with the following bullet: Plant balled and burlapped plants with root ball packaging materials removed as shown. Add the following subsection: 01040.55(k) Root Ball Stabilization (Wood Hold-Down Method) - Place vertical stakes against side of root ball and drive them into subsoil; place horizontal wood hold-down stakes across top of root ball and screw at each end to one of the vertical stakes. • Install stakes of length required to penetrate at least to the dimension below bottom of backfilled excavation. Saw stakes off at horizontal stake. • Install screws through horizontal hold-down and penetrating at least 1 inch into stakes. Predrill holes if necessary to prevent splitting wood. • Install second set of stakes on other side of root trunk for larger trees. 01040.70 General - Replace the sentence that begins "The Contractor is responsible for the survival of all plant material..."with the following sentence: The Contractor is responsible for the survival of all plant material until the end of a plant Establishment Period of two (2) calendar years. 01040.71 Plant Care and Success Criteria-Add the following to the end of this subsection: The following minimum watering frequencies and amounts are required regardless if automatic irrigation is applied: • Deciduous trees that are 1 1/2-inch caliper and larger and conifer trees 4 feet or taller;water at a frequency of once a week from the beginning of May through June and twice a week from July through October. Apply 15 gallons of water to plant roots at each watering occurrence. Main Street Phase 2 Improvements Page 37 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • All container plantings;water at a frequency of once a week from the beginning of May through June and twice a week from July through October. Apply two gallons of water to plant roots per nursery container size number. • Apply additional water during extended dry or warm periods as needed to maintain plant health and vigor. Additional supplemental watering, to meet frequencies and amounts above, may be required by manual watering during the plant Establishment Period in areas with automatic irrigation. 01040.77(b) Trimming and Pruning-Add the following to the end of this subsection: Provide standard professional horticultural and arboricultural practices for pruning techniques,as documented by ISA.Do not excessively prune,top, shear,or otherwise shape plants. Conduct major corrective or "rejuvenation pruning" only during the dormant season,unless otherwise specified.Do not prune shrubs or groundcover plants inside stormwater facility unless directed to.Improper pruning of plants,including harm to plant natural form,will require replacement and installation at cost to Contractor. • Tree pruning shall adhere to the American National Standard (ANSI)A300 Part 9 -Pruning Standard and AN SI Z 133 Arboricultural Operations-Safety Requirements. • Shrub and groundcover pruning shall be conducted only to remove dying stems,including those causing visual obstructions, and conflicts with structures and walkways. • Select species of shrubs and groundcovers may be pruned close to ground to produce vigorous growth ("rejuvenation pruning"). Once a year before first sign of new growth, prune qualifying plants to 8 to 12 inches above grade and not beyond first bud, or as horticulturally recommended for plant species. Species that qualify for rejuvenation pruning are those that tolerate topping and include red osier dogwood, spirea, and rose plant species.Identify plants that would benefit from this pruning technique and gain approval from City prior to conducting. • Do not shear or cut back evergreen grasses such as blue oat grass and liriope. Comb plant with rake to tease out old plant material. Cut out dead or dying strands not removed from combing. 01040.72 Periodic Inspections-Replace the sentence that begins "During the plant Establishment Period, the Agency will make three plants..."with the following sentence: During the two-year plant Establishment Period,the City will make three plant establishment inspections annually jointly with the Contractor at the following times: 01040.90 Payment-In the paragraph that begins "No separate or additional payment...",add the following bullet to the end of the bullet list: • Two-year Plant Establishment Work including plant establishment inspections 01040.90(d) Plant Materials - Replace the paragraph that begins"Partial payments for plant Materials will..." and the partial payment table with the following paragraph and table: Partial payments for plant Materials will be made as follows: At the time of the original planting................................................................................60% After the first plant establishment inspection for first year......................................5% After the second plant establishment inspection for first year................................5% After the third plant establishment inspection for first year....................................10% Main Street Phase 2 Improvements Page 38 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 After the first plant establishment inspection for second year................................5% After the second plant establishment inspection for second year...........................5% After the third plant establishment inspection for second year...............................5% At completion of the establishment period..................................................................5% SECTION 01095—SITE FURNISHINGS Section 01095,which is not a Standard Specification,is included in this Project by Special Provision. Description 01095.00 Scope-This Work consists of constructing site furnishings such as benches,picnic tables,litter receptacles,bicycle racks, and other furnishings as shown or directed. Materials 01095.10 General: (a) Metal Benches-Provide benches meeting the following requirements: • Existing salvaged and restored benches as shown. (c) Litter Receptacles-Provide litter receptacles meeting the following requirements: • Huntco Site Furnishings; "The Wenatchee Series" • Base mount, latching door, flat lid with security cable,powder coated black color. (d) Bicycle Racks-Provide bicycle racks meeting the following requirements: • Existing salvaged and restored bicycle racks as shown. (d) Bicycle Station-Provide a bicycle station meeting the following requirements: • Existing City owned and stored bicycle station as shown. 01095.11 Concrete-Furnish Commercial Grade Concrete (CGC) for concrete pads and footings associated with site furnishings as indicated according to 00440. Construction 01095.40 General-Install all site furnishings as shown and according to the manufacturer's recommendations and as shown. Provide anchors as indicated. Clean and restore existing salvaged site furnishings. 01095.41 Concrete Placement-Construct concrete pads and footings according to Sections 00440. Measurement 01095.80 Measurement-The quantities of site furnishings will be measured on the unit basis. Payment Main Street Phase 2 Improvements Page 39 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 01095.90 Payment-The accepted quantities of site furnishings will be paid for at the Contract unit price,per unit of measurement,for the following items: Pay Item Unit of Measurement (a) Metal Benches................................................................................... Each (b) Litter Receptacles.............................................................................. Each (c) Bicycle Racks...................................................................................... Each (d) Bicycle Station................................................................................... Each (e) Art Foundations................................................................................ Each Payment will be payment in full for furnishing,including salvaging and restoring,and placing all Materials,and for furnishing all Equipment,labor,and Incidentals necessary to complete the Work as specified. SECTION 01120—IRRIGATION SYSTEMS Comply with Section 01120 of the Standard Specifications modified as follows: 01120.11(b) Polyvinyl Chloride Pipe and Fittings -Replace the first item of the list and add the following two items to the list: Used For Class or Schedule Main lines.................................................................................Schedule 40 PVC Lateral Lines..............................................................................Class 200 PVC Add the following subsection: 01120.17(h)(4) Master Valve- Furnish automatic control valve of bronze body,normally closed,diaphragm type with manual-flow adjustment,and operated by 24-V ac solenoid.Buckner/Superior;3200 Series,model 3200150 or approved equal. Add the following subsection: 01120.22 Flow Sensor-Furnish in line spinning impeller design,brass or bronze tee or approved equal material,line sized or sized per manufacturer requirements. 01120.18 Valve Boxes and Protective Sleeves-Add the following paragraph to the end of this subsection: • Filter Fabric - Nonwoven geotextile, polypropylene, or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally encountered chemicals,alkalis, and acids. • Drainage Backfill - Cleaned gravel or crushed stone, graded from 3/4 inch minimum to 3 inches maximum. 01120.40 General-Add the following to the end of this subsection: Main Street Phase 2 Improvements Page 40 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Photo document areas indicated for irrigation repair prior to construction commencing,to verify pre- construction conditions.Inventory and quantify all irrigation heads and valves that may be impacted by construction and activate adjacent systems to verify operability. 01120.42 Excavation-Add the following paragraph after the paragraph that begins "Pipe installation using a "pipe puller"may be approved..."with the following paragraphs: Vibratory pipe pulling shall only be allowed on 3/4 inch and 1-inch diameter piping only. Solvent weld joints shall be thoroughly cured prior to pipe pulling. Ensure,by means of an open pit or trench at the beginning, middle,and the end of pull,that pipe and wire is installed at the specified burial depths throughout the entire length of the pull. Burial depths shall be the same as specified for trenching.Allow a minimum of five chain links between plow blade and pulling grip/bullet.Pulling grip/bullet shall be a minimum of two-inch in diameter greater than the combined diameters of pipe joints and wire to be pulled. Wire pulling shall only occur with proper wire blade feed attachment. 01120.43 Piping-Add the following paragraphs to the end of the paragraph that begins "Backfill all pipe between the top of the..." Trench bottoms shall have uniform slopes with one percent minimum slope towards drain valves.Trench bottom shall be free of rocks or sharp-edged objects. Stones larger than one inch in diameter are not allowed in the backfill material. Keep trenches free of debris, during construction. 01120.45(a) Sprinkler Heads -Add the following paragraph to the end of this subsection: Install all underground sprinklers on flexible risers,using flexible polyethylene pipe or PVC swing joints as shown. Sprinklers located on slopes which are less than three percent shall be installed plumb.Those that are located on slopes greater than three percent shall be installed at an angle midway between plumb and perpendicular to the slope. 01120.45(d) Controllers-Add the following paragraph to the end of this subsection: Provide grounding and lightning protection for all controllers per manufacturer's specifications. 01120.45(f) Valves -Add the following paragraph to the end of this subsection: Equipment and valve box locations shall be installed in a manner as to not interrupt plant massing or groups, hedge lines,or otherwise alter the character of the proposed plantings. Provide valve box supports,filter fabric, and drainage backfill as indicated. • Install automatic control valves in valve boxes as indicated and according to manufacturer's instructions. • Install manual drain valves boxes as indicated and according to manufacturer instructions. Slope pipe leading to drain valve 1 percent minimum. • Install quick couplers in valve boxes as indicated and according to manufacturer instructions. 01120.46 Low Voltage Electrical Installation-Add the following sentence to the end of the paragraph that begins "Install wire adjacent to or beneath the...": All controllers and other devices requiring grounding shall be grounded in accordance with manufacturer's specification and the American Society of Irrigation Consultants(ASIC) guidelines. Main Street Phase 2 Improvements Page 41 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 01120.50 Irrigation Repair-Restore all adjacent equipment and irrigation heads damaged by construction to pre-construction condition. 01120.60 System Operation-Add the following paragraph after the paragraph that begins "Repair,flush and test all main and lateral lines...": Irrigation zones shall be programmed to provide deep but infrequent irrigation to promote deeply rooted plant growth. System runtimes shall factor regional annual precipitation rates including local historical ET rates;plant type seasonal water demand for region;plant maturation requirements; solar exposure;soil conditions;and topography. Program system runtimes shall not cause runoff and not interrupt site activities. Calculate three irrigation programs for spring to early summer;summer;and late summer to early fall. Continually adjust programs, as required. 01120.90 Payment-Add the following sentence to the end of the subsection: No additional payment will be made for irrigation repair. SECTION 01140—POTABLE WATER PIPE AND FITTINGS 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 residents 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 Main Street Phase 2 Improvements Page 42 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 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 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 Appendix C. To protect aquatic life, de-chlorinate the treated wastewater 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. Main Street Phase 2 Improvements Page 43 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 At the end of the retention period, the pipeline is to have a free chlorine residual of at least 10 mg/1. 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. (a) Sampling Tap —Install a sampling tap ahead of the flushing hose for convenient sanitary sampling. (b) 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. (c) 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 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. 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 SECTION 01150—POTABLE WATER VALVES Comply with Section 01150 of the Standard Specifications. SECTION 01160—HYDRANTS AND APPURTENANCES Comply with Section 01160 of the Standard Specifications modified as follows: 01160.80 Measurement—Replace the second paragraph with the following: New gate valves,bollards,lateral pipe and tees for hydrant connections to water mains will not be measured separately. Main Street Phase 2 Improvements Page 44 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 01160.90 Payment—Replace the sentence beginning"Item (a) includes thrust restraints...."With the following sentence: Item (a) includes all pipe,tees,elbows,valves,valve boxes,thrust restraints,concrete blocks,bollards,gravel, and paint. Delete the last paragraph of this subsection. 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. No separate or additional payment will be made for: • Exploratory excavations SECTION 02010—PORTLAND CEMENT Comply with Section 02010 of the Standard Specifications modified as follows: 02010.10(b) Specifications—Replace this subsection,except the subsection number and title,with the following: Portland cement shall conform to the requirements of AASHTO M 85 or ASTM C150 for low alkali cement except as follows: • Cement shall have a total alkali content (sodium and potassium oxide calculated as Na2O + 0.658 K2O) not exceeding 0.60 percent. • All cement types shall contain a maximum of 8 percent tricalcium aluminate(C3A). • The time-of-setting tests will be by either the Gillmore test or the Vicat test. • Types I and II maximum fineness (specific surface) as determined by AASHTO T153 air permeability test shall be 430 m2/kg. If C3S + 4.75 C3A is less than or equal to 90,the fineness criteria do not apply. 02010.20 Blended Hydraulic Cement— Replace this subsection, except for the subsection number and title, with the following: Blended hydraulic cement shall be either Type IS Portland blast-furnace slag cement,Type IP Portland-pozzolan cement,Type IL-Portland-limestone cement,or Type IT ternary blended cement according to AASHTO M 240. Furnish blended hydraulic cement from the QPL. SECTION 02050— CURING MATERIALS Comply with Section 02050 of the Standard Specifications modified as follows: 02050.00 Scope—Replace this subsection,except for the subsection number and title,with the following: Main Street Phase 2 Improvements Page 45 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 This Section includes the requirements for liquid compounds, polyethylene films, and curing blankets used to cover concrete and other surfaces to retain moisture and to cure. 02050.10 Liquid Compounds—Replace the paragraph that begins"Furnish liquid membrane-forming curing... "with the following paragraph: Furnish liquid membrane-forming curing compounds from the QPL and meeting the requirements of ASTM C309.Before use,submit a one quart sample from each lot for testing.Samples will be tested according to ODOT TM 721. Samples are not required for curing compounds used on Commercial Grade Concrete. All compounds shall be Type 1 D or Type 2,Class A or B. Only Type 2,Class B resins will be allowed for the following concrete pavement applications: • Plain concrete pavement repair. • Continuously reinforced concrete pavement. • Plain concrete pavement. • Reinforced concrete pavement repair. Before using liquid compounds,submit one quart samples of each lot for testing,except samples are not required for commercial grade concrete. 02050.40 Liquid Evaporation Reducer Compounds—Delete this subsection. SECTION 02320—GEOSYNTHETICS 02320.10(a) General Requirements—Add the following to the end of the subsection: (3) Geomembrane Liner-Furnish woven geosynthetic liner meeting the following requirements: • High Density Polyethylene (HDPE) polyolefin fabric with LDPE coating or approved equal. • Meet or exceed the properties specified in 02320.20 Table 2320-3. SECTION 02530—STRUCTURAL STEEL Comply with Section 02530 of the Standard Specifications modified as follows: 002530.10 Structural Steel for Bridges—Replace this subsection, except for the subsection number and title, with the following: Structural steel for Bridges shall conform to the following,as shown or specified: • AASHTO M 270,Grade 36 (ASTM A709, Grade 36) • AASHTO M 270, Grade 50 (ASTM A709, Grade 50) • AASHTO M 270, Grade 50W (ASTM A709, Grade 50W) • AASHTO M 270, Grade HPS 70 (ASTM A709 Grade HPS 70) • AASHTO M 270, Grade HPS 70W (ASTM A709 Grade HPS 70W) Main Street Phase 2 Improvements Page 46 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Impact test requirements, for both non-fracture-critical tension components (T), and fracture-critical tension components (F),are to be according to Zone 2 requirements of AASHTO M 270 Tables 11 and 12,respectively. 02530.71 Repair of Hot Dip Galvanizing—Add the following sentence after the sentence that begins "Repair damaged...": Furnish galvanizing repair material from the QPL. SECTION 02560—FASTENERS Comply with Section 02560 of the Standard Specifications modified as follows: 02560.30 Tie Rods and Anchor Bolts—Replace this subsection with the following subsection: 02560.30 Tie Rods,Anchor Bolts, and Anchor Rods: (a) Steel Tie Rods,Anchor Bolts, and Anchor Rods —Steel tie rods, anchor bolts, and anchor rods shall conform to:AASHTO M 314,Grade 36 or 55;ASTM F 1554,Grade 36 or 55. (b) High-Strength Tie Rods, High Strength Anchor Bolts, and High Strength Anchor Rods — High-strength tie rods,high strength anchor bolts, and high strength anchor rods shall conform to: AASHTO M 314,Grade 105;ASTM F 1554, Grade 105;or ASTM A 449,Type 1. (c) Nuts —Nuts for tie rods, anchor bolts, and anchor rods shall conform to the requirements of the following,or equivalent: • Plain Steel Tie Rods,Anchor Bolts, and Anchor Rods: • All-Heavy Hex AASHTO M 291 (ASTM A 563),Grade A • Galvanized Steel Tie Rods,Anchor Bolts,and Anchor Rods: • All-Heavy Hex AASHTO M 291 (ASTM A 563),Grade A,C,D,or DH • Plain Or Galvanized High-Strength Tie Rods, High Strength Anchor Bolts, and High Strength Anchor Rods: • All-Heavy Hex AASHTO M 291 (ASTM A 563),Grade DH (d) Washers—Washers for anchor bolts shall conform to ASTM F 436,Type 1. 02560.40 Galvanizing and Coating of Fasteners,Tie Rods, and Anchor Bolts—Replace this subsection title with the title "Galvanizing and Coating:" 02560.40(a) Galvanizing of Fasteners, Tie Rods, and Anchor Bolts — Replace this subsection with the following subsection: Main Street Phase 2 Improvements Page 47 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 02560.40(a) Galvanizing of Fasteners, Tie Rods, Anchor Bolts, and Anchor Rods — Hot-dip galvanize fasteners, tie rods, anchor bolts, anchor rods, nuts, and washers according to AASHTO M 111 (ASTM A 123) or AASHTO M 232 (ASTM A 153) as appropriate to the product. When specified,mechanically galvanize fasteners according to ASTM B 695, Class 50,Type 1. Match galvanized bolts, tie rods, anchor bolts, and anchor rods with appropriate galvanized nuts for assembly. Ship nuts in the same container consisting of bolts,tie rods, anchor bolts,or anchor rods. Over-tap nuts for galvanized fasteners,galvanized tie rods, galvanized anchor bolts, and galvanized anchor rods according to AASHTO M 291 (ASTM A 563). Measure the zinc thickness on the wrench flats or top of bolt head of galvanized bolts and on the wrench flats of galvanized nuts. 02560.60(a) Rotational Capacity Test — In the paragraph that begins "Test all high strength fasteners...", replace the first sentence with the following sentence: Test all high-strength fasteners,except high strength tie rods,high strength anchor bolts,and high strength anchor rods, according to Method 1 or 2 below,as applicable. 02560.60(b) Other Test Requirements — Replace the two paragraphs that begin "Provide three extra high strength bolt assemblies..." and "Provide three extra high strength tie rod and..." with the following two paragraphs: Provide three high strength bolt assemblies per size per lot for check testing. Provide one high strength tie rod assembly,one high strength anchor bolt assembly,and one high strength anchor rod assembly per size per lot for check testing. SECTION 02926—HIGHWAY ILLUMINATION MATERIALS Comply with Section 02926 of the Standard Specifications modified as follows: Add the following subsections: 02926.410 Electrical Splice Materials—Furnish electrical splice materials meeting the following requirements: • Split bolt—Made of silicon bronze to securely join the wires both mechanically and electrically. • Heat-shrink tubing— Split-resistant and adhesive-lined tube made of polyolefin complying with UL 224 or UL 486D,temperature range -67° to 230 °F,with 600 V rated inner melting wall or liner to provide void-free encapsulated insulation. • Insulating rubber tape—Electrical grade, nondrying, rubber based, elastic type complying with ASTM D4388. • Insulating vinyl plastic tape—Low temperature (0°F) resistant, vinyl chloride plastic, electrical insulating tape with pressure-sensitive adhesive. Comply with ASTM D3005. 02926.54 Utility Approved Street Light Poles, Luminaires and Foundations — PGE-approved or PGE- approved equal streetlight poles and luminaire fixtures shall be used. The following PGE streetlight pole, luminaire fixtures,and associated foundations are prequalified for use on this project: Main Street Phase 2 Improvements Page 48 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Spun Aluminum Street Light Poles and arms: Valmont: 270845805T4/1MA0432B Hapco: 21-585PGE P&K Poles (Flagpole Inc): RTA8L30AAS1632D Union Metal: 50-B116-Y3 Luminaires: Leotek GCI-60E-MV-NW-2-GY-530-WL-PGE Leotek GC 1-40E-MV-NW-2-GY-530-WL-PGE Precast Concrete Foundation: Utility Vault 5 CL-LB-PGE(for use except where special foundations are identified.) 02926.55 Manufacturer's Warranty—Furnish a minimum 5-year manufacturer's warranty for LED Luminaires according to 00170.85(c-1) against defects in manufacturing, materials and workmanship and failure of the product. The product has failed if it does not emit at least 85% of the initial lumen output as specified in 2926.54(b). Upon notification by the Engineer of a failure as defined above,provide the following remedy: • Repair failures within 60 Days at no additional cost to the Agency. • Use materials and procedures meeting these Specifications. • Coordinate timing of repair work with the Engineer. Main Street Phase 2 Improvements Page 49 Attachment L DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT M—GEOTECHNICAL REPORT CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS [INTENTIONALLY BLANK] Main Street Phase 2 Improvements Attachment M DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DESIGNS AN N T5 COMPANY PAVEMENT DESIGN REPORT SW Main Street Phase 2 Improvements Tigard, Oregon For Century West Engineering Corporation August 23, 2021 GeoDesign Project: Tigard-34-01 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 f J I MDESIGN9 AN N } 5 COMPANY August 23, 2021 Century West Engineering Corporation 5500 Meadows Road, Suite 250 Lake Oswego, OR 97035 Attention: Rawley Voorhies Pavement Design Report SW Main Street Phase 2 Improvements Tigard, Oregon GeoDesign Project: Tigard-34-01 GeoDesign, Inc. is pleased to submit this pavement design report for the proposed improvements to SW Main Street from SW Scoffins Street to the railroad tracks in Tigard, Oregon. We appreciate the opportunity to be of service to you and the City of Tigard. Please contact us if you have questions regarding this report. Sincerely, GeoDesign, Inc. '�K Krey D.Younge P. , G.E. Principal Engineer SS:KDY:GPS:kt Attachments One copy submitted(via email only) Document ID:Tigard-34-01-082321-geor.docx ©2021 GeoDesign, Inc. All rights reserved. 9450 SW Commerce Circle,Suite 300 1 Wilsonville,OR 97070 1 503.968.8787 www.geodesigninc.com DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 TABLE OF CONTENTS PAGE NO. ACRONYMS AND ABBREVIATIONS 1.0 INTRODUCTION 1 2.0 PURPOSE AND SCOPE 1 3.0 SITE CONDITIONS 2 3.1 Existing Surface Conditions 2 3.2 Subsurface Conditions 2 3.3 DCP Testing 3 3.4 Groundwater 3 3.5 Additional Considerations 3 4.0 PAVEMENT DESIGN 4 4.1 Design Standards 4 4.2 ESAL Calculations 4 4.3 Required Structural Number for New and Rehabilitated AC Pavement 4 4.4 Other Design Parameters 4 5.0 RECOMMENDATIONS 5 5.1 Pavement Sections 5 5.2 Construction Considerations 6 5.3 Excavation 7 5.4 Materials 8 6.0 OBSERVATION OF CONSTRUCTION 11 7.0 LIMITATIONS 11 FIGURES Vicinity Map Figure 1 Site Plan Figure 2 APPENDICES Appendix A Field Explorations A-1 Laboratory Testing A-1 Exploration Key Table A-1 Soil Classification System Table A-2 Boring Logs Figures A-1 -A-3 Atterberg Limits Tests Results Figure A-4 Summary of Laboratory Data Figure A-5 Appendix B DCP Data B-1 DCP Results Appendix C ESAL Calculation Data C-1 ESAL Calculation (Flexible): SW Main Street, East of SW Commercial Street Table C-1 ESAL Calculation (Rigid): SW Main Street, East of SW Commercial Street Table C-2 MUpESIGN= -N V 5-jp{v,; Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ACRONYMS AND ABBREVIATIONS AASHTO American Association of State Highway and Transportation Officials AC asphalt concrete ACP asphalt concrete pavement ASTM American Society for Testing and Materials BGS below ground surface DCP dynamic cone penetrometer ESAL equivalent single-axle load FHWA Federal Highway Administration GPR ground penetrating radar H:V horizontal to vertical NP not present ODOT Oregon Department of Transportation OSHA Occupational Safety and Health Administration OSSC Oregon Standard Specifications for Construction (2018) PCC portland cement concrete PG performance grade psi pounds per square inch SPT standard penetration test UIC underground injection control MUDESIGN- .N H V S­j. v�, Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1.0 INTRODUCTION GeoDesign, Inc. is pleased to present this pavement design report for the proposed improvements to SW Main Street between SW Scoffins Street and the railroad tracks in Tigard, Oregon. Design elements presented in this report include pavement reconstruction and trenching considerations. GeoDesign completed prior reports related to construction of SW Main Street to the north' and south' of this project. The southern project was Phase 1 of the SW Main Street reconstruction. Figure 1 shows the approximate project location and Figure 2 presents the site plan of our pavement explorations. Road names will be designated by their root name in the report for brevity(e.g., SW Main Street referred to as Main). Our pavement design is based on the results of DCP tests in conjunction with visual evaluations and subsurface explorations. Traffic ESALs are based on traffic classification counts provided by Century West Engineering Corporation and the City of Tigard (City). Acronyms and abbreviations used herein are defined above, immediately following the Table of Contents. 2.0 PURPOSE AND SCOPE The purpose of our pavement design services was to analyze the existing pavement and provide pavement design recommendations. Our specific scope of services was as follows: • Completed a geological reconnaissance of the project location and vicinity. • Reviewed preliminary alignment and field-located explorations. • Obtained a right-of-way permit through the City. • Completed the required utility location through Oregon One Call. • Provided traffic control and traffic control plans when required. • Explored subsurface conditions as follows: • Drilled three solid-stem auger borings to a depth of 16.5 feet BGS to characterize conditions, trench construction, and pavement structural design. • Observed groundwater conditions at the time of the explorations. ■ SPT sampling at 2.5-foot intervals in the top 10 feet and at 5-foot intervals below 10 feet BGS. ■ Maintained a detailed log of the explorations and collected samples of the pavement, base, and subgrade materials encountered. ■ Conducted DCP testing at each boring location. Evaluated DCP results and soil classification results to estimate the resilient modulus of the subgrade soil. • Completed laboratory tests on select samples. We conducted 10 moisture content determinations, one fines content test(particles by dry weight passing the U.S. Standard No. 200 sieve), and one Atterberg limits test. GeoDesign, Inc.,2009. Pavement Design Report;SW Greenburg Road/SW Main Street and Highway 99W Intersection; Tigard,Oregon,dated September 29,2009. GeoDesign Project: WHPacific-54-02 GeoDesign, Inc.,2013. Geotechnical and Pavement Report;SW Main Street-Highway 99W to Railroad Corridor(figard); Tigard,Oregon,dated May 7,2013. GeoDesign Project: ODOT-44-01 MUpESIGN= 'N N Y 5­jk,"' 1 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • Analyzed traffic data provided by the design team and calculated ESAL. • Provided pavement structural designs for AC and PCC pavement as required. • Provided geotechnical engineering construction recommendations for site preparation, structural fill compaction criteria, and wet/dry weather earthwork procedures. • Provided recommendations regarding excavation conditions and temporary cut slopes for utility trenching. • Provided recommendations for materials and construction. • Provided this report summarizing our conclusions and recommendations. 3.0 SITE CONDITIONS Main,within the limits of our investigation, is an AC-surfaced major collector road with one lane in each direction. Both directions consist of on-street parking. The road edges are curbed with sidewalks. Site grades are relatively flat. Based on our understanding, buried woody debris (likely railroad ties or boardwalk) have been encountered during prior phases of improvements to Main. 3.1 EXISTING SURFACE CONDITIONS GeoDesign performed a visual survey for pavement distress. Main is in poor to very poor condition with significant areas of moderate to high severity fatigue cracking throughout the project limits. 3.2 SUBSURFACE CONDITIONS We completed three pavement core borings (B-1 through B-3) on July 22, 2020. The borings were extended through the AC and into the subgrade to a depth of 16.5 feet BGS. The approximate exploration locations are shown on Figure 2. The exploration logs are presented in Appendix A. The pavement structure consists of AC over cement-treated base at two out of three borings(B-1 and B-2). The AC thickness generally varies from 3.5 to 3.8 inches. The cement-treated base is generally 7.0 to 10.7 inches thick and the aggregate base (B-3) is approximately 11.2 inches thick. We observed cracks and delamination on all core samples. A summary of the pavement thickness and core features are provided in Table 1. Table 1. Existing Pavement Thickness Thickness AC Crack Boring (inches) Depth(s) Number AC Cement- Aggregate (inches) Treated Base Base B-1 3.5 7.0 NP 3.5 B-2 3.8 10.7 NP 2.0 B-3 3.8 NP 11.2 2.0 MUDESIGN= -IIS II 5`°""`'"" 2 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 We observed fill below the pavement materials in all locations with medium dense to dense, silty gravel (B-1 and B-2)and medium stiff, dark gray silt with woody debris (B-3). The native subgrade below the fill consists of layers of soft to stiff silt with varying amounts of sand. In addition, we observed medium stiff to stiff clay below the silt at B-2 (15 feet BGS) and B-3 (10.5 feet BGS). Moisture contents of samples collected at the time of exploration varied from 27 to 37 percent. Atterberg limits at 10 feet BGS in B-2 indicate relatively low plasticity, with a liquid limit of 31 percent and a plasticity index of 11 percent. Specific consistencies, layer thicknesses, and results of laboratory testing are identified on the exploration logs presented in Appendix A. 3.3 DCP TESTING We conducted DCP testing at each test location below the base layer to determine the subgrade resilient modulus. Our methodology and calculations are presented in Appendix B. Table 2 lists our estimates of subgrade resilient modulus at each test location. Table 2. Subgrade Modulus Estimated from DCP Testing Estimated Subgrade Core Number Direction Resilient Modulus (psi) B-1 Eastbound 4,810 B-2 Westbound 9,170 B-3 Eastbound 6,490 3.4 GROUNDWATER We observed groundwater in our explorations at depths between 11 and 14.2 feet BGS at the time of our explorations and as shallow as 7.5 feet BGS in explorations for Phase 1 of the SW Main Street reconstruction. In addition, groundwater was measured at the end of July, at a time of year when groundwater elevations are typically lowest. A review of published water well logs in the site vicinity indicates similar groundwater levels. The depth to groundwater is expected to fluctuate in response to seasonal changes, changes in surface topography, and other factors not observed in our subsurface explorations. 3.5 ADDITIONAL CONSIDERATIONS While not observed during our field explorations,woody debris may have been encountered during Phase 1 of the SW Main Street reconstruction as noted above. Note that we did encounter some woody organic material in B-3 at 1.3 feet BGS. Accordingly, woody debris may be present under the pavement within the limits of this project. We recommend completing a GPR survey of the areas (prior to construction) if the risk for encountering wood, such as railroad ties, is desired. MUDESIGN= '"N Y 5crlj""' 3 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 4.0 PAVEMENT DESIGN The subgrade resilient modulus and structural number of existing pavement are based on subsurface explorations and DCP testing on the existing pavement. Traffic loading is based on the data provided by Century West Engineering Corporation and the City. Descriptions of our input parameters and the recommended pavement designs are summarized below. 4.1 DESIGN STANDARDS The standards used for pavement design are listed below: • ODOT Pavement Design Guide, ODOT(lanuary 2019), herein referred to as the ODOT guide • Guide for Design of Pavement Structures,AASHTO(1993), herein referred to as the AASHTO guide • Design of Pavement Structures, Part II, Rigid Pavement Design (1998) (AASHTO supplement) 4.2 ESAL CALCULATIONS ESAL values were calculated using the ESAL conversion factors contained in the ODOT guide and a draft traffic analysis memorandum' completed by DKS Associates,which included 24-hour classification count data from January 22, 2020 for Main east of Commercial. ESALs were calculated according to the truck factors listed in the ODOT guide and with an assumed compound annual growth of 1.5 percent. Additional details of these calculations are presented in Appendix C. We calculated ESAL values for flexible and rigid pavement. For flexible pavement,we calculated ESAL values of 1,540,000 and 2,134,000 for 15-and 20-year design periods, respectively. For rigid pavement, we calculated a 30-year ESAL value of 3,606,000. 4.3 REQUIRED STRUCTURAL NUMBER FOR NEW AND REHABILITATED AC PAVEMENT We used the procedure in the AASHTO guide to determine the required structural numbers for flexible reconstructed and rehabilitated pavement. We recommend design based on a 20-year structural number of 3.97. 4.4 OTHER DESIGN PARAMETERS Other pavement design parameters used in our analysis are summarized below. These input parameters are as specified in the ODOT guide. • For AC pavement: • Reliability of 85 percent for the urban major collector ■ Overall standard deviation of 0.49 for AC pavement • Initial and terminal serviceability values of 4.2 and 2.5, respectively • Structural layer coefficients of 0.42 for AC and 0.10 for new aggregate base • Resilient modulus of 20,000 psi for new aggregate base • Subgrade resilient modulus of 6,800 psi represented as an average of the DCP test results • Drainage coefficient of 1.0 for aggregate base DKS Associate, 2020. DRAFT Tigard Main Street phase 2Improvements-Traffic Analysis,dated July 24,2020. MUpESIGN= -N V 5-jp{v,; 4 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 • For PCC pavement: • Reliability of 85 percent for the urban major collector ■ Overall standard deviation of 0.39 for PCC pavement • Initial and terminal serviceability values of 4.5 and 2.5, respectively ■ Elastic modulus of 4,000,000 psi for PCC ■ 28-day mean modulus of rupture of 650 psi for PCC • Modulus of subgrade reaction of 100 pci ■ Drainage coefficient value of 1.0 • Load transfer coefficient value of 3.2 for dowels 5.0 RECOMMENDATIONS Due to the significant amount of load-related distress, we recommend reconstruction of the pavement within the project limits. Design sections for both AC and PCC pavement are provided below. In addition to pavement, recommendations are included for trench excavation and general earthwork. 5.1 PAVEMENT SECTIONS All thicknesses provided below are intended to be the minimum acceptable. Design of the recommended pavement section is based on the assumption that construction will be completed during an extended period of dry weather. As discussed in the "Subgrade Protection"section, if construction occurs during wet conditions, we recommend increasing the aggregate base thickness by at least 5 inches. Moreover, the pavement sections recommended below are for support of the post-construction design traffic and the aggregate is not designed to support construction traffic. Increased aggregate thicknesses will likely be required to support construction traffic as discussed in the"Subgrade Protection" section. AC over Aggregate Base(7.5 inches of AC over 12.0 inches of aggregate base) • 2.0-inch-thick, Level 3, %-inch, dense ACP wearing course (one lift) • 5.5-inch-thick, Level 3, %-inch, dense ACP(two lifts) • 1 2.0-inch-thick aggregate base • Stabilization material, if required • Subgrade geotextile PCC Pavement Section For the PCC design, we recommend a pavement thickness representative of 3.6 million design traffic ESAL and a 30-year design. Slabs should be dowel jointed with joints at a maximum of 15 feet with I%-inch-diameter dowels. Panels should have a maximum aspect ratio of 1.25. The resulting PCC pavement section is as follows: • 8.5-inch-thick PCC • 8.0-inch-thick aggregate base • joints at 15 feet • 18-inch-long, smooth, epoxy-coated dowels, 1%-inch diameter, 12-inch spacing MUpESIGN= -N V 5-jp{v,, 5 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Adequate performance of PCC pavement in an area with mixed AC and PCC pavement will depend largely on adequate jointing design as well as adequate transitions at the AC and PCC interfaces. We recommend that we provide additional support and review of PCC-related plan details. 5.2 CONSTRUCTION CONSIDERATIONS We have prepared general recommendations for use during construction of the proposed improvements. Ultimately, the contract documents may provide the site-specific earthwork and construction specifications for the project. The construction recommendations that we have provided in this report may be used in development of or may be referenced in the earthwork specifications established in the City contract documents. The following sections provide general recommendations for construction of the proposed improvements related to this study. 5.2.1 Demolition Demolition will require complete removal of pavement within reconstruction limits. Underground utility lines, as well as complete removal of old wooden pavement materials (such as buried railroad ties) or buried tanks encountered in areas of new improvements, should also be completely removed. Voids resulting from removal of structures, utility line poles, underground utility lines, or other structures should be backfilled with aggregate base, stabilization material as discussed in the "Materials"section, or controlled density fill (e.g., cement grout). Voids resulting from removal of improvements or loose soil in utility lines or from over- excavation of soft or loose fill should be backfilled with aggregate base or stabilization material as defined in the"Materials" section. The bottom of such excavations should be excavated to expose a firm subgrade before filling and their sides sloped at a minimum of 1 H:1 V to allow for more uniform compaction at the edges of the excavations. With prior approval, material generated during demolition should be transported off site for disposal or stockpiled in areas designated by the owner. This material will not be suitable for re- use as engineered fill. 5.2.2 Subgrade Improvement and Preparation Based on the results of our explorations, our experience with the local soil conditions, and prior experience with subgrade generally encountered under existing structures (especially pavement), we anticipate that relatively soft, easily disturbed soil will be encountered under the existing pavement. The native soil is capable of supporting the design loads; however, it can easily be damaged during demolition and construction activities. Methods to protect the subgrade from disturbance are provided in the "subgrade Protection" section. Stabilization of disturbed soil will likely not be possible using standard scarification and compaction procedures given the relatively small scale of the project and moisture sensitivity of the subgrade soil. Accordingly,we recommend removing all disturbed soil and replacing with aggregate base or stabilization material. A member of our geotechnical staff should observe the exposed subgrade after demolition, stripping, and site cutting have been completed to determine if there are additional areas of MUpESIGN= -N V 5-jp{v,; 6 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 unsuitable or unstable soil. We expect wet, sensitive subgrade and rather than evaluating using a standard proof roll, we recommend considering evaluating using a foundation probe. Areas that appear soft or loose should be removed and replaced with aggregate base. 5.2.3 Subgrade Protection If not carefully executed, site preparation, utility trench work, and roadway excavation can create extensive soft areas and significant subgrade repair costs can result. Easily disturbed fine- grained subgrade should be expected and the construction methods and schedule should be carefully considered with respect to protecting the subgrade to reduce the need to over-excavate disturbed or softened soil, and the project budget should reflect the recommendations below. As discussed under the "Recommendations" section, if construction occurs during wet conditions,we recommend increasing the aggregate base thickness by at least 5 inches; however, the thickness of the aggregate base for support of construction equipment will depend on the amount and type of construction equipment as discussed below. To the extent possible, we recommend keeping the existing AC in place to support construction equipment and protect the subgrade. We also recommend that construction equipment not traffic the prepared subgrade. The use of granular haul roads and staging areas will be necessary for support of construction traffic during the rainy season or when the moisture content of the surficial soil is more than a few percentage points above the optimum moisture content. The base rock thickness for pavement areas is intended to support post-construction design traffic loads. This design base rock thickness may not support construction traffic or pavement construction when the subgrade soil is wet. Accordingly, if construction is planned for periods when the subgrade soil is wet, staging and haul roads with increased thicknesses of base rock will be required. The amount of staging and haul road areas as well as the required thickness of granular material will vary with the contractor's sequencing of a project and type/frequency of construction equipment. Generally, a 12-to 18-inch-thick mat of granular material is sufficient for light staging areas and the basic building pad but is generally not expected to be adequate to support heavy equipment or truck traffic. The granular mat for haul roads and areas with repeated heavy construction traffic typically needs to be increased to between 18 to 24 inches. The granular material should be placed in one lift over the prepared, undisturbed subgrade and compacted using a smooth-drum, non-vibratory roller. The granular material should meet the specifications for stabilization material in the "Materials" section. In addition, a geotextile fabric should be placed as a barrier between the subgrade and granular material in areas of repeated construction traffic. The geotextile should meet the requirements provided in the "Materials" section. 5.3 EXCAVATION 5.3.1 General The near-surface silt layers within the project alignment should be excavatable with conventional earthwork equipment. The silty soil, that was encountered in the explorations, has low plasticity and is generally prone to sloughing. Shoring will likely be required to maintain vertical excavation walls and protect adjacent facilities during trench work and UIC construction. MUpESIGN= -N V 5-jp{v,, 7 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Excavations should not undermine adjacent utilities, foundations, sidewalks, streets, or other hardscapes unless special shoring or underpinned support is provided. Unsupported excavations should not be conducted within a downward and outward projection of a 1 H:1 V line from 5 feet outside the edge of an adjacent structural feature. 5.3.2 Trench Cuts Trench cuts should stand near vertical to a depth of at least 3 feet. In silt soil, open excavation techniques may be used to excavate trenches with depths between 4 and 8 feet, provided the walls of the excavation are cut at a slope of 1 H:1 V, groundwater seepage is not present, and with the understanding that some sloughing may occur. Sloughing of sidewalls is expected to occur, particularly if perched water is encountered in the location of the excavation. Trenches should be flattened if excessive sloughing occurs. Excavations should be flattened to 1%H:1 V if excessive sloughing occurs. Excavations that extend into the dense gravel unit will likely encounter difficult excavation conditions as well as cobbles and boulders. 5.3.3 Shoring If box shoring is used, it should be understood that box shoring is a safety feature used to protect workers and does not prevent caving. If the excavations are left open for extended periods of time, caving of the sidewalls may occur. The presence of caved material will limit the ability to properly place and compact backfill material. The contractor should be prepared to fill voids between the box shoring and the sidewalls of excavations with sand or gravel before caving occurs. If shoring is used, we recommend that the type and design of the shoring system be the responsibility of the contractor, who is in the best position to choose a system that fits the overall plan of operation. All excavations should be made in accordance with applicable OSHA and state regulations. 5.3.4 Safety All excavations should be made in accordance with applicable OSHA requirements and regulations of the state, county, and local jurisdiction. While this report describes certain approaches to excavation and dewatering, the contract documents should specify that the contractor is responsible for selecting excavation and dewatering methods, monitoring the excavations for safety, and providing shoring (as required)to protect personnel and adjacent structural elements. 5.3.5 Dewatering Excavations may encounter static groundwater and significant dewatering operations may be necessary if trenching excavations exceed 7 feet BGS or during rainstorm events. If groundwater or stormwater is present in trenches,water should be removed by pumping from a sump. Water should be routed to a suitable discharge point. 5.4 MATERIALS A submittal should be made for each material prior to the start of paving operations. Each submittal should include the test information necessary to evaluate the degree to which the MUpESIGN= -N V 5-jp{v,, 8 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 properties of the material comply with the properties that were recommended or specified. The geotechnical engineer and other appropriate members of the design team should review each submittal. 5.4.1 Structural Fill 5.4.1.1 General A variety of material may be used as structural fill at the site. Fill should only be placed over subgrade that has been prepared in conformance with the "Subgrade Improvement and Preparation" section. Structural fill should meet the specifications provided in OSSC 00330 (Earthwork), OSSC 00400 (Drainage and Sewers), and OSSC 02600 (Aggregates), depending on the application. Unless otherwise indicated, all structural fill should have a maximum particle size of 4 inches. A brief characterization of some of the acceptable materials and our recommendations for their use as structural fill are provided below. A submittal should be made for each material prior to the start of construction. Each submittal should include the test information necessary to evaluate the degree to which the material's properties comply with the properties that were recommended or specified. The geotechnical engineer and other appropriate members of the design team should review each submittal. 5.4.1.2 On-Site Soil The on-site soil that will be excavated generally consists of silt and clay. From a geotechnical perspective, the soil is suitable for use as structural fill, provided it meets the specifications provided in OSSC 00330.12 (Borrow Material). Moisture conditioning (drying) may be required to use the on-site soil for structural fill. Extended dry weather and sufficient area to dry the soil will be required to adequately condition the soil for use as structural fill. When used as structural fill, the on-site soil should be placed in lifts with a maximum uncompacted thickness of 12 inches and fine-grained soil compacted to not less than 92 percent of the maximum dry density, as determined AASHTO T 99. 5.4.1.3 Imported Granular Material Imported granular material used as structural fill should be pit- or quarry-run rock, crushed rock, or crushed gravel and sand and should meet the specifications provided in OSSC 00330.14 (Selected Granular Backfill) or OSSC 00330.15 (Selected Stone Backfill). The imported granular material should also be angular, should be fairly well graded between coarse and fine material, should have less than 5 percent by dry weight passing the U.S. Standard No. 200 sieve, and should have at least two mechanically fractured faces. Imported granular material should be placed in accordance with OSSC 005966.47 (Backfill Placement). 5.4.1.4 Stabilization Material Stabilization material should consist of pit- or quarry-run rock, crushed rock, or crushed gravel and should meet the specifications provided in OSSC 00330.16(Stone Embankment Material). In addition,the material should have a maximum particle size of 6 inches, should have less than 5 percent by dry weight passing the U.S. Standard No. 4 sieve, and should have at least two MUpESIGN= -N II 5-,q""' 9 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 mechanically fractured faces. The material should be free of organic material and other deleterious materials. Stabilization material should be placed in lifts between 12 and 18 inches thick and compacted to a firm condition. Where stabilization material is used to stabilize construction haul roads, a geotextile should be placed as a barrier between the soil subgrade and the imported granular material. Placement of the imported granular fill should be done in conformance with the specifications provided in OSSC 00331 (Subgrade Stabilization). The geotextile fabric should meet the specifications provided below for subgrade geotextiles. Geotextile is not required where stabilization material is used at the base of utility trenches. 5.4.1.5 Trench Backfill Trench backfill placed beneath, adjacent to, and for at least 12 inches above utility lines (i.e., the pipe zone) should consist of well-graded granular material with a maximum particle size of 1% inches and less than 7 percent by dry weight passing the U.S. Standard No. 200 sieve and should meet the specifications provided in OSSC 00405.13 (Pipe Zone Material). The pipe zone backfill should be compacted to at least 90 percent of the maximum dry density, as determined by AASHTO T 99, or as required by the pipe manufacturer or local building department. Within roadway alignments, the remainder of the trench backfill up to the subgrade elevation should consist of well-graded granular material with a maximum particle size of 2%Z inches and less than 7 percent by dry weight passing the U.S. Standard No. 200 sieve and should meet the specifications provided in OSSC 00405.14 (Trench Backfill; Class B, C, or D). This material should be compacted to at least 92 percent of the maximum dry density, as determined AASHTO T 99, or as required by the pipe manufacturer or local building department. The upper 3 feet of the trench backfill should be compacted to at least 95 percent of the maximum dry density, as determined by AASHTO T 99. Outside of roadway alignments trench backfill placed above the pipe zone may consist of general fill material that is free of organic material and material over 6 inches in diameter and meets the specifications provided in OSSC 00405.14 (Trench Backfill; Class A, B, C, or D). This general trench backfill should be compacted to at least 90 percent of the maximum dry density, as determined by AASHTO T 99, or as required by the pipe manufacturer or local building department. 5.4.2 Aggregate Base Imported granular material used as aggregate base should be clean crushed rock or crushed gravel and sand that are well graded. The aggregate base should meet the gradation defined in OSSC 00641 (Aggregate Subbase, Base, and Shoulders),with the exception that the aggregate should have less than 5 percent by dry weight passing the U.S. Standard No. 200 sieve, a maximum particle size of 1% inches, and at least two mechanically fractured faces. The aggregate base should be compacted to not less than 95 percent of the maximum dry density, as determined by AASHTO T 99. MUpESIGN= 'N N Y S`°''F""' 10 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 5.4.3 AC The AC should be Level 3, %Z-inch, dense ACP according to OSSC 00744 (Asphalt Concrete Pavement). Minimum and maximum lift thicknesses are 2.0 and 3.0 inches for Y2-inch ACP, respectively. An adjustment to lift thicknesses outside this range should be reviewed by both GeoDesign and the project team. Asphalt binder should be performance graded. We recommend PG 70-22 binder for wearing course surfaces and PG 64-22 binder for base courses. The binder grade may be adjusted depending on the aggregate gradation and amount of recycled asphalt pavement and/or recycled asphalt shingles in the contractor's mix design submittal. 5.4.4 PCC PCC should be Class 4000-1%Z (Paving)concrete according to OSSC 02001 (Concrete)with a minimum 28-day flexural strength of 650 psi and placed in general accordance with OSSC 00756 (Plain Concrete Pavement). Dowel bars and placement should conform to OSSC 00756.43 (Placing Dowel Bars and Tie Bars). Joints should be constructed in general accordance with OSSC 00756.48(Joints)with a maximum transverse joint spacing of 15 feet. In addition, the length-to-width ratio for any panel should be at least 0.75 and should not exceed 1.25. 5.4.5 Subgrade Geotextile The subgrade geotextile should conform to OSSC 00350 (Geosynthetic Installation). A minimum initial aggregate base lift of 6 inches is required over geotextiles. 6.0 OBSERVATION OF CONSTRUCTION Satisfactory earthwork and pavement performance depend to a large degree on the quality of construction. Sufficient observation of the contractor's activities is a key part of determining that the work is completed in accordance with the construction drawings and specifications. Subsurface conditions observed during construction should be compared with those encountered during the subsurface explorations. Recognition of changed conditions often requires experience; therefore, qualified personnel should visit the site with sufficient frequency to determine if subsurface conditions change significantly from those anticipated. 7.0 LIMITATIONS We have prepared this report for use by Century West Engineering Corporation and the City of Tigard for the proposed project. The report can be used for bidding or estimating purposes, but our report, conclusions, and interpretations should not be construed as warranty of the subsurface conditions and are not applicable to other sites. Exploration observations indicate soil conditions and pavement conditions only at specific locations and only to the depths penetrated. They do not necessarily reflect soil strata, pavement, or water level variations that may exist between exploration locations. If subsurface conditions differing from those described are noted during the course of excavation and construction, re-evaluation will be necessary. MUpESIGN= -N V 5-jp{v,; 1 1 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 The scope of our services does not include services related to construction safety precautions, and our recommendations are not intended to direct the contractor's methods, techniques, sequences, or procedures, except as specifically described in this report for consideration in design. Within the limitations of scope, schedule, and budget, our services have been executed in accordance with generally accepted practices in this area at the time this report was prepared. No warranty, express or implied, should be understood. We appreciate the opportunity to be of continued service to you. Please call if you have questions concerning this report or if we can provide additional services. Sincerely, GeoDesign, Inc. C7�y� G PR�F� 50382 Krey D. Younger, P.E. E. OREG Principal EngineerV ,��`�qN 14 ��'❑.Y0��'� ExPIRES: 6/30/22 MOpESIGN= -N V 5-jP{v,r 12 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 FIGURES ��*• . , .-•;F•�,. C3 ;• •; _' -,:,�-�-r moi., A f � �_� -' •�. �. ••�' •� 4 ��r tom..�•* r f go _' �■ _` cif• L,r �_ _ •� I' s 14 Ij 00 sMwa !n:Is", % r � _ ra sv�gF� 41? lift �j 0 4F _ aar_,dp '�5VI1 Mcbanaid St- I t t r � ► t! !4 RA +• •. _ r tier 5t _ a N0 2000 4000 ,. PHOTOGRAPH OBTAINED FROM GOOGLE EARTH PRO' N (SCALE IN APPROXIMATE FEET) .64 GEODESIGNzu ' VICINITY MAP AN NIV15 COMPANY AUGUST 2021SW MAIN STREET PHASE 2 IMPROVEMENTS DocuSign Envelope ID:O48959C4-18BC-4386-8184-7AD55676E4E1 Z Dino1dSO'OaV7l1 tzoz isnmv PIII S1N3W3AONd WW N I Z 3SVHd 133b1S NIVMS ANtldWO�]11 Na NV-Id 3115 lo-aE-Oavoll EnN71S34® o a o e� u O0 a O2 w a iY Q w Z Z J QO Q zoo N OVN Z_ N O N K Q LL W m m � Z�w o gZ� B �a o �m Z m o� W u W J SSC. N, f � or L � . ■ 76 Q r 'J� ..r ` � � �� ^M •� � . \PSS r G � � i � � - , GGA►` Z IMDIf—AeI I6mP'IOdS-10-bEP-6i1\OVJ\II-6U\10-bE-PIe6i.1\bEPIe6N\P�e611\Z-S\-f I—N Ilii Wd bE'60 Z IZOZ/EZ/8;IIIG 11"d I AIW'.Ag PIIZd DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX A DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX A FIELD EXPLORATIONS GENERAL We explored the existing pavement conditions along the roadway section by drilling three pavement borings (13-1 through B-3)to a depth of 16.5 feet BGS. The locations of these borings are shown on Figure 2. The borings were completed by Dan J. Fischer Excavating, Inc. of Forest Grove, Oregon, on July 22, 2020. The AC cores were recovered using a portable core drill with a 5-inch-diameter, diamond core barrel, and the borings were drilled with a 4-inch-diameter, solid- stem auger. The borings were filled with polymer-modified cold-patch asphalt. The exploration logs are presented in this appendix. SOIL SAMPLING A member of our geology staff observed the explorations. We collected representative samples of the various soils encountered in the borings for geotechnical laboratory testing. Samples were collected from the borings using 1%Z-inch-inside diameter, split-spoon sampler(SPT). The split- spoon sampling was conducted in general accordance with ASTM D1 586. The split-spoon samplers were driven into the soil with a 140-pound hammer free-falling 30 inches. The samplers were driven a total distance of 18 inches. The number of blows required to drive the sampler the final 12 inches is recorded in the exploration logs, unless otherwise noted. Representative grab samples of the soil were collected from the auger cuttings. Sampling methods and intervals are shown on the exploration logs. The hammer used to conduct the SPTs was lifted using a rope and cathead. The SPTs were conducted using two wraps of the rope around the cathead. SOIL CLASSIFICATION The soil samples were classified in accordance with the "Exploration Key"(Table A-1) and "Soil Classification System" (Table A-2),which are presented in this appendix. The exploration logs indicate the depths at which the soil or its characteristics change, although the change actually could be gradual. Classifications are shown on the exploration logs. LABORATORY TESTING MOISTURE CONTENT We tested the natural moisture content of select soil samples in general accordance with ASTM D221 6. The natural moisture content is a ratio of the weight of the water to soil in a test sample and is expressed as a percentage. The test results are presented in this appendix. PARTICLE-SIZE ANALYSIS Particle-size analysis was performed on a select soil sample in general accordance with ASTM D1 140. This test is a quantitative determination of the amount of material finer than the U.S.Standard No. 200 sieve expressed as a percentage of dry soil weight. The test results are presented in this appendix. MUpESIGN= -N II 5 L:u JR%", A-1 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTERBERG LIMITS Atterberg limits (plastic and liquid limits) testing was performed on select soil samples in general accordance with ASTM D4318. The test results are presented in this appendix. MOQESIGN= `"NII 51OM -i- A-2 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SYMBOL SAMPLING DESCRIPTION Location of sample collected in general accordance with ASTM D1 586 using Standard Penetration Test with recovery Location of sample collected using thin-wall Shelby tube or Geoprobe® sampler in general accordance with ASTM D1 587 with recovery Location of sample collected using Dames & Moore sampler and 300-pound hammer or pushed with recovery Location of sample collected using Dames & Moore sampler and 140-pound hammer or pushed with recovery Location of sample collected using 3-inch-O.D. California split-spoon sampler and 140-pound hammer with recovery Location of grab sample Graphic Log of Soil and Rock Types • Observed contact between soil or Rock coring interval -,;;3�' rock units (at depth indicated) Water level during drilling Inferred contact between soil or / rock units (at approximate depths indicated) Water level taken on date shown • ' -r GEOTECHNICAL TESTING EXPLANATIONS ATT Atterberg Limits P Pushed Sample CBR California Bearing Ratio PP Pocket Penetrometer CON Consolidation P200 Percent Passing U.S. Standard No. 200 DD Dry Density Sieve DS Direct Shear RES Resilient Modulus HYD Hydrometer Gradation SIEV Sieve Gradation MC Moisture Content TOR Torvane MD Moisture-Density Relationship UC Unconfined Compressive Strength NP Non-Plastic VS Vane Shear OC Organic Content kPa Kilopascal ENVIRONMENTAL TESTING EXPLANATIONS CA Sample Submitted for Chemical Analysis ND Not Detected P Pushed Sample NS No Visible Sheen PID Photoionization Detector Headspace SS Slight Sheen Analysis MS Moderate Sheen ppm Parts per Million HS Heavy Sheen �DESIGNi EXPLORATION KEY TABLE A-1 AN NIVI�j5 COMPANY DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 RELATIVE DENSITY-COARSE-GRAINED SOIL Relative Density Standard Penetration Dames& Moore Sampler Dames&Moore Sampler Resistance (140-pound hammer) (300-pound hammer) Very Loose 0 -4 0- 11 0-4 Loose 4 - 10 11 - 26 4 - 10 Medium Dense 10-30 26- 74 10-30 Dense 30- 50 74- 120 30-47 Very Dense More than 50 More than 120 More than 47 CONSISTENCY- FINE-GRAINED SOIL Standard Dames& Moore Dames& Moore Unconfined Consistency Penetration Sampler Sampler Compressive Strength Resistance (140-pound hammer) (300-pound hammer) (tsf) Very Soft Less than 2 Less than 3 Less than 2 Less than 0.25 Soft 2 -4 3 -6 2 - 5 0.25 -0.50 Medium Stiff 4-8 6- 12 5 -9 0.50- 1.0 Stiff 8 - 15 12 -25 9- 19 1.0-2.0 Very Stiff 15 -30 25 -65 19- 31 2.0-4.0 Hard More than 30 More than 65 More than 31 More than 4.0 PRIMARY SOIL DIVISIONS GROUP SYMBOL GROUP NAME CLEAN GRAVEL GW or GP GRAVEL GRAVEL (< 5%fines) (more than 50%of GRAVEL WITH FINES GW-GM or GP-GM GRAVEL with silt coarse fraction (?5%and < 12%fines) GW-GC or GP-GC GRAVEL with clay COARSE- retained on GRAVEL WITH FINES GM silty GRAVEL GRAINED SOIL No.4 sieve) (> 12%fines) GC clayey GRAVEL GC-GM silty, clayey GRAVEL (more than 50% CLEAN SAND retained onSAND (<5/o fines) SW or SP SAND No. 200 sieve) SW-SM or SP-SM SAND with silt (50%or more of SAND WITH FINES coarse fraction (�5%and < 12%fines) SW-SC or SP-SC SAND with clay passing SM silty SAND No.4 sieve) SAND WITH FINES(> 12%fines) SC clayey SAND SC-SM silty, clayey SAND ML SILT FINE-GRAINED CL CLAY SOIL Liquid limit less than 50 CL-ML silty CLAY (50%or more SILT AND CLAY OL ORGANIC SILT or ORGANIC CLAY passing MH SILT No. 200 sieve) Liquid limit 50 or greater CH CLAY OH ORGANIC SILT or ORGANIC CLAY HIGHLY ORGANIC SOIL PT PEAT MOISTURE ADDITIONAL CONSTITUENTS CLASSIFICATION Secondary granular components or other materials Term Field Test such as organics, man-made debris,etc. Silt and Clay In: Sand and Gravel In: very low moisture, Percent Fine-Grained Coarse- Percent Fine-Grained Coarse- dry dry to touch Soil Grained Soil Soil Grained Soil damp,without < 5 trace trace < 5 trace trace moist visible moisture 5 - 12 minor with 5 - 15 minor minor visible free water, > 12 some silty/clayey 15 - 30 with with wet usual) saturated > 30 Y sandy/gravelly Indicate �DESIGM SOIL CLASSIFICATION SYSTEM TABLE A-2 AN N Y 5 COMPANY DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 z o O= (3 J A BLOW COUNT INSTALLATION AND DEPTH - Q Z a •MMOISTURE CONTENT% COMMENTS a MATERIAL DESCRIPTION >w V) 2 FEET ¢ J 0 w Q ® RQD% ®COREREC% z w � `n u 0 50 100 o.o ASPHALT CONCRETE(3.5 inches). On=. 0.3 off, CEMENT-TREATED BASE (7.0 inches). Medium dense, brown-gray, silty 0.9 GRAVEL with sand (GM); moist- FILL. 1.0 Medium stiff,gray SILT(ML), trace sand; moist (alluvium). 2.s medium stiff to stiff, minor sand at 3.0 feet s A 111111111 : brown-orange at 4.0 feet 5.0— stiff at 5.0 feet `0 7's soft to medium stiff, with sand; wet at 7.5 feet 4 P200=78% P200 6 m a m 10.o medium stiff at 10.0 feet SPT wet at 10.0 feet. R 5 _ ` Q Y N M N w a : 0 Z tY d 1 s.0 stiff at 15.0 feet 10: o � Z trace sand at 16.0 feet Exploration completed at a depth of h 5 a 16.5 feet. CORE DETAILS: U 17.5— No patch observed. m Cored on low fatigue crack. SPT completed using two wraps with a s cathead. v D a u w u a 20.0 z 0 50 100 w a DRILLED BY:Dan J.Fischer Excavating,Inc. LOGGED BY:J.Heidgerken COMPLETED:07/22/20 z o BORING METHOD:core drill/solid-stem auger(see document text) BORING BIT DIAMETER:5 inches/4 inches u U �' ��DES�GNu TIGARD-34-01 BORING B-1 z AN H Y COMPANY AUGUST 2021 SW MAIN STREET PHASE 2 IMPROVEMENTS FIGURE A-1 TIGARD,OR DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 z o O= u J A BLOW COUNT INSTALLATION AND DEPTH - Q Z a •MMOISTURE CONTENT% COMMENTS FEET = MATERIAL DESCRIPTION w o V) 2 V) Q ® RQD% ®CORE REC% w u 0 50 100 o.o ASPHALT CONCRETE(3.8 inches). O a=. 0.3 off. CEMENT-TREATED BASE (10.7 inches). off: 00 Dense, brown-gray, silty GRAVEL with '.z sand (GM); moist - FILL. rg 2.5 2.5 Medium stiff,gray SILT(ML),trace sand; moist (alluvium). 7 5.0medium stiff to stiff at 5.0 feet brown-orange, minor sand at 6.0 feet 7.5 medium stiff at 7.5 feet 5 rn c v` `a m 10.o soft to medium stiff, trace clay; wet at SPT wet at 10.0 feet. w 10.0 feet 4 PL 20% ATT ` Y N M N w Q : 0 Z Y 15.0 Medium stiff, brown-orange CLAY (CH); 15.0 0 moist. 7 U � Z' Exploration completed at a depth of 16.5 a 16.5 feet. CORE DETAILS: U r^ 17.5— No patch observed. m SPT completed using two wraps with a Cored on low fatigue crack. s cathead. v D a u w u a 20.0 z 0 50 100 w a DRILLED BY:Dan J.Fischer Excavating,Inc. LOGGED BY:J.Heidgerken COMPLETED:07/22/20 z o BORING METHOD:core drill/solid-stem auger(see document text) BORING BIT DIAMETER:5 inches/4 inches u U �' ��DES�GNu TIGARD-34-01 BORING B-2 z AN H Y COMPANY AUGUST 2021 SW MAIN STREET PHASE 2 IMPROVEMENTS FIGURE A-2 TIGARD,OR DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 z o O= (3 J A BLOW COUNT INSTALLATION AND DEPTH - Q Z a •MMOISTURE CONTENT% COMMENTS a MATERIAL DESCRIPTION >w V) 2 FEET ¢ J 0 w Q ® RQD% ®COREREC% z w n U 0 50 100 o.o ASPHALT CONCRETE(3.8 inches). On=. 0.3 off- AGGREGATE BASE(1 1.2 inches). oQ: 00 p o:, Medium stiff,dark gray SILT with 1.3 organics (woody debris) (ML); moist- FILL. 2.5 -- ----- ———— 2.5 Stiff, gray SILT(ML), minor sand; moist (alluvium). `0: 5.0 light brown-light gray, trace sand at 5.0 feet 7.5- 10.0- -- Stiff, brown-dark brown CLAY(CH); 10.5 `0 moist. SPT wet at 10.5 feet. rn c v` 12.5 `w ro N - \ y M y N \ N R ui Z K d 15.0— U 12 Z' Exploration completed at a depth of 16.5 a 16.5 feet. CORE DETAILS: u No patch observed. ^} 1 7,5 Cored on severe fatigue SPT completed using two wraps with a crack. s cathead. v D a u w u 9 20.0 z 0 50 100 w a DRILLED BY:Dan J.Fischer Excavating,Inc. LOGGED BY:J.Heidgerken COMPLETED:07/22/20 z o BORING METHOD:core drill/solid-stem auger(see document text) BORING BIT DIAMETER:5 inches/4 inches u U �' ��DES�GNu TIGARD-34-01 BORING B-3 z AN H Y COMPANY AUGUST 2021 SW MAIN STREET PHASE 2 IMPROVEMENTS FIGURE A-3 TIGARD,OR DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 60 50 CH rOH "A" LINE w 40 O Z F- v 30 L^ CL or L Q J CL 20 10 • MH r OH CL-ML ML r OL 0 0 10 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT Y N M KEY EXPLORATION SAMPLE DEPTH MOISTURE CONTENT LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX 6i NUMBER (FEET) (PERCENT) a ° • B-2 10.0 37 31 20 11 Z a 8 U Z u ❑ 0 w u a U m m 0 v 0 a u n u TIGARD-34-01 ATTERBERG LIMITS TEST RESULTS We DESIGNZ AN N Y COMPANY SW MAIN STREET PHASE 2 IMPROVEMENTS AUGUST 2021 TIGARD,OR FIGURE A-4 a DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SAMPLE INFORMATION SIEVE ATTERBERG LIMITS MOISTURE DRY EXPLORATION SAMPLE ELEVATION CONTENT DENSITY GRAVEL SAND P200 LIQUID PLASTIC PLASTICITY NUMBER DEPTH (FEET) (PERCENT) (PCF) (PERCENT) (PERCENT) (PERCENT) LIMIT LIMIT INDEX (FEET) B-1 1.5 27 B-1 3.0 33 B-1 5.0 32 B-1 7.5 30 78 B-2 3.0 33 B-2 5.0 31 B-2 10.0 37 31 20 11 B-3 2.5 29 B-3 5.0 28 B-3 7.5 30 Y m N Q ❑ Z K ❑ V Z ❑ V d U O v ❑ K Q U H Z U DESICNu TIGARD-34-01 SUMMARY OF LABORATORY DATA j AN N } S COMPANY AUGUST 2021 SW MAIN STREET PHASE 2 IMPROVEMENTS a TIGARD,OR FIGURE A-5 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX B DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX B DCP DATA We conducted DCP testing in general accordance with ASTM D6951 to estimate the subgrade resilient modulus at each test location. We recorded penetration depth of the cone for each blow of the hammer and terminated testing when at refusal of penetration or end of rod length. We plotted depth of penetration versus blow count and visually assessed where slopes of the data were relatively constant and at which depths they changed significantly. We used the change in slope to estimate the resilient modulus of the subgrade. We used least squares regression to determine the slopes and the equation from the ODOT guide to estimate the moduli using a correction factor cf= 0.62 for estimating the base layer moduli and cf= 0.35 for estimating the subgrade resilient moduli. The DCP test data and the estimated modulus results are presented in this appendix. MODESIGN= -N V 5 uF.IF{vlr B-1 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DYNAMIC CONE PENETROMETER RESULTS - BORING B-1 Layer Layer Type and Location Slope (mm/blow) Cf MR(psi) 1 -- --- 2 Subgrade below PCC or CTB 7.9 0.30 6,570 3 Subgrade below PCC or CTB 20.2 0.30 4,560 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 4,810 Cumulative Blows 0 5 10 15 20 25 30 0 4 0 100 5 200 a� E 10 6 300 c 400 15 0 o 500 20 c ami 600 a a 25 °1 700 30 ' 800 900 35 1,000 40 MR= Cf x 49023 x S-0.39 MR = resilient modulus (pounds per square inch) Cf= conversion coefficient S = slope (millimeters per blow) References: ODOT Pavement Design Guide,Pavement Services Unit,Oregon Department of Transportation,April 2011. Jianzhou Chen, Mustaque Hossain,and Todd M. LaTorella,"Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007,Transportation Research Record 1655,pp 145-151, Transporation Research Board,Washington,D.C., 1999. Per Ullidtz,Modelling Flexible Pavement Response and Performance,Tech Univ. of Denmark Polytekn, 1998. M DESIGN= w NIYI5OOMPANY Tigard-34-01 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DYNAMIC CONE PENETROMETER RESULTS - BORING B-2 Layer Layer Type and Location Slope (mm/blow) Cf MR(PSO I --- --- --- 2 Subgrade below PCC or CTB 2.7 0.30 10,020 3 Subgrade below PCC or CTB 8.1 0.30 6,490 Equivalent subgrade modulus based on Oclemark's Method of Equivalent Thickness 9,170 Cumulative Blows 0 20 40 60 80 100 120 140 160 180 0 4' 0 100 . . . . . . 5 200 41 E . . . . . . 10 300 E . . . . . . 400 15 0 0 500 n 600 i 1 1 25 700 . . . . . . 30 E E 800 . . . . . . 90035 . . . . . . . . . . . . 1,000 40 MR Cf x 49023 X S-0-39 MR resilient modulus (pounds per square inch) Cf= conversion coefficient S = slope (millimeters per blow) References: ODOT Pavement Design Guide,Pavement Services Unit,Oregon Department of Transportation,April 2011. Jianzhou Chen, Mustaclue Hossain,and Todd M. LaTorella,"Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007,Transportation Research Record 1655,pp 145-151, Transporation Research Board,Washington,D.C., 1999. Per Ullidtz,Modelling Flexible Pavement Response and Performance,Tech Univ. of Denmark Polytekn, 1998. MODESIGN="NIV15 OOMPANY Tigard-34-01 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DYNAMIC CONE PENETROMETER RESULTS - BORING B-3 Below Base Section Layer Layer Type and Location Slope (mm/blow) Cf MR(psi) 1 -- --- 2 Subgrade below AC and aggregate base 6.9 0.35 8,090 3 Subgrade below AC and aggregate base 22.3 0.35 5,110 Equivalent subgrade modulus based on Odemark's Method of Equivalent Thickness 6,490 Cumulative Blows 0 10 20 30 40 50 0 0 100 5 L 200 41 E 10 u 300 c 400 15 0 o 500 20 c a 600 25 700 M 30 ' 800 900 35 1,000 40 MR= Cf x 49023 x S-0.39 MR = resilient modulus (pounds per square inch) Cf= conversion coefficient S = slope (millimeters per blow) References: ODOT Pavement Design Guide,Pavement Services Unit,Oregon Department of Transportation,April 2011. Jianzhou Chen, Mustaque Hossain,and Todd M. LaTorella,"Use of Falling Weight Deflectometer and Dynamic Cone Penetrometer in Pavement Evaluation," Paper No. 99-1007,Transportation Research Record 1655,pp 145-151, Transporation Research Board,Washington,D.C., 1999. Per Ullidtz,Modelling Flexible Pavement Response and Performance,Tech Univ. of Denmark Polytekn, 1998. M DESIGN= w NIYI5OOMPANY Tigard-34-01 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX C DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 APPENDIX C ESAL CALCULATION DATA ESAL values were calculated using the ESAL conversion factors contained in the ODOT guide and the vehicle classification counts provided by the project team. Twenty-four-hour classification counts were completed onjanuary 22, 2020 on Main, east of Commercial. Future year ESALs were calculated using the method described in the ODOT guide with 1.5 percent annual compound growth. MUpESIGN= -N II J­jk%"' C-1 Tigard-34-01:082321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 TABLE C-1 ESAL Calculation (Flexible): SW Main Street, East of SW Commercial Street Traffic volumes according to information provided by All Traffic Data Services, Inc. Year of Traffic Count 2020 Pavement Type Flexible Average Daily Traffic 8,336 Construction Year' 2020 One-way or Two-way Two-way Lane Distribution Factor 100 Compound Growth Rate(%) 1.50 Percent Heavy Trucks 12.3 'Assumes pavement put into service in the following year FHWA Average Daily Traffic by Conversion ESALs in 2020 Classification Classification in 2020 Factor 4 329 135.3 44,514 5 623 57.2 35,636 6 4 156.2 625 7 0 416.4 0 8 73 139.2 10,158 9 0 256.3 0 10 0 308.6 0 11 0 331.7 0 12 0 300.3 0 13 0 570.4 0 ZDirectional Factor= 55 percent Total ESALs in 2020 90,932 ESALs in Construction Year(2020) 90,932 Year ESALs Cumulative Year ESALs Cumulative ESALs ESALs 2021 (1) 92,296 183,228 2046 (26) 133,916 2 999 546 2022 (2) 93,680 276,909 2047 (27) 135,925 3 135 472 2023 (3) 95,086 371,994 2048 (28) 137,964 3 273 436 2024 4 96,512 468 506 2049 29 140 034 3,413,469 2025 (5) 97,960 566 466 2050 (30) 142,134 3,555,603 2026 (6) 99,429 665,895 2051 (31) 144,266 3 699 869 2027 (7) 100,920 766,815 2052 (32) 146,430 3:846:300 2028 (8) 102,434 869,250 2053 (33) 148,627 3,994,926 2029 (9) 103,971 973,220 2054 (34) 150,856 4 145 782 2030 (10) 105,530 1,078,751 2055 (35) 1 53,1 19 4,298,901 2031 (1 1) 107,113 1185 864 2056 (36) 155,416 4 454 316 2032 (12) 108,720 1,294,584 2057 (37) 157,747 4 612 063 2033 (13) 110,351 1,404,935 2058 (38) 160,113 4,772,176 2034 (14) 112,006 1516 941 2059 (39) 162,515 4,934,691 2035 (1 5) 113,686 1 630 627 2060 (40) 164,952 51099,643 2036 (16) 115,391 1 746 019 2061 (41) 167,427 5,267,070 2037 (1 7) 1 1 7,1 22 1,863,141 2062 (42) 169,938 5,437,008 2038 (18) 118,879 1 982 020 2063 (43) 172,487 5 609 495 2039 (19) 120,662 2,102,682 2064 (44) 175,074 5,784,570 2040 (20) 122,472 2225 155 2065 (45) 1777701 5 962270 2041 21 124,309 21349,464 2066 46 180,366 6 142 636 2042 (22) 126,174 2,475,638 2067 (47) 183,072 6,325,708 2043 (23) 128 067 2 603 705 2068 (48) 185 818 6151 1 526 2044 (24) 129,988 2,733,692 2069 (49) 188,605 6,700,131 2045 (25) 131,937 2,865,630 2070 (50) 191,434 6,891,565 31ncludes ESALs in construction year as per method in ODOT Pavement Design Guide 2-Year ESALs 15-Year ESALs 20-Year ESALs 30-Year ESALs 40-Year ESALs 50-Year ESALs 186,000 1,540,000 2 134 000 3,465,000 5 009 000 6,801,000 NODESIGN= An NIYI5coMrAnr Tigard-34-01:082 321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 TABLE C-2 ESAL Calculation (Rigid): SW Main Street, East of SW Commercial Street Traffic volumes according to information provided by All Traffic Data Services, Inc. Year of Traffic Count 2020 Pavement Type Ri id Average Daily Traffic 8,336 Construction Year' 2020 One-way or Two-way Two-way Lane Distribution Factor 100 Compound Growth Rate(%) 1.50 Percent Heavy Trucks 12.3 'Assumes pavement put into service in the following year FHWA Average Daily Traffic by Conversion ESALs in 2020 Classification Classification in 2020 Factor 4 329 148.0 48,676 5 623 54.5 33,922 6 4 229.4 917 7 0 659.5 0 8 73 152.4 1 1,1 22 9 0 393.3 0 10 0 501.6 0 11 0 333.3 0 12 0 364.7 0 13 0 913.0 0 ZDirectional Factor= 55 percent Total ESALs in 2020 94,637 ESALs in Construction Year(2020) 94,637 Year ESALs Cumulative Year ESALs Cumulative ESALs ESALs 2021 (1) 96,056 190,693 2046 (26) 139,373 3 121 755 2022 (2) 97,497 288,191 2047 (27) 141,463 3:263:219 2023 (3) 98,960 387,150 2048 (28) 143,585 3,406,804 2024 4 100,444 487,594 2049 29 145,739 3,552,543 2025 (5) 101,951 589,545 2050 (30) 147,925 31700,468 2026 (6) 103,480 693,025 2051 (31) 150,144 3 850 611 2027 (7) 105,032 798,057 2052 (32) 152,396 4 003 007 2028 (8) 106,608 904,665 2053 (33) 154,682 4157689 2029 (9) 108,207 1,012,872 2054 (34) 157,002 4 314 692 2030 (10) 109,830 1,122,702 2055 (35) 159,357 4,474,049 2031 (11) 111 ,477 1,234,179 2056 (36) 161,748 4 635 796 2032 (12) 1 13 1 50 1,347,329 2057 (37) 164,174 4 799 970 2033 (13) 114,847 1,462,175 2058 (38) 166,636 4,966,607 2034 (14) 116,569 1578 745 2059 (39) 169,136 5,135,743 2035 (15) 118,318 1 697 063 2060 (40) 171,673 5 307 416 2036 (16) 120,093 1:817:156 2061 (41) 174,248 5 481 664 2037 (17) 121 ,894 1,939,050 2062 (42) 176,862 5 658 525 2038 (18) 123,723 2 062 773 2063 (43) 179,515 5 838 040 2039 (19) 125,578 2,188,351 2064 (44) 182,207 6,020,248 2040 (20) 127,462 21315,813 2065 (45) 184,941 61205,188 2041 21 129,374 2 445 187 2066 46 187,715 6 392 903 2042 (22) 1 31 ,315 2,576,502 2067 (47) 190,530 6,583,433 2043 (23) 133,284 2709 786 2068 (48) 193,388 6 776 822 2044 (24) 135,284 2,845,070 2069 (49) 196,289 6,973,111 2045 (25) 137,313 2,982,383 2070 (50) 199,234 7,172,344 31ncludes ESALs in construction year as per method in ODOT Pavement Design Guide 2-Year ESALs 15-Year ESALs 20-Year ESALs 30-Year ESALs 40-Year ESALs 50-Year ESALs 194,000 1,602,000 2 221 000 3,606,000 5 213 000 7,078,000 NODESIGN= An NIYI5coMFAnr Tigard-34-01:082 321 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 www.geodesigninc.com DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT N—RAILROAD FLAGGING AND ON-TRACK PROTECTIVE SERVICES AGREEMENT CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS [INTENTIONALLY BLANK] Main Street Phase 2 Improvements Attachment N DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1�►1 MARSH Railroad Protective Liability Application Named Insured Railroad: Portland &Western Railroad Address: c/o 13901 Sutton Park Dr., S., Ste. 160, Jacksonville, FL 32224 Name of Designated Contractor: Address: Contractors GL Limits: Carrier: Contractors Umbrella Limits: Carrier: Will the Contractor be holding the Railroad Harmless? Yes ® No ❑ Will the Railroad be listed as an "Additional Insured" on the Contractor's CGL and Umbrella policies? Yes ® No ❑ Will the Contractor's GL& Umbrella policies remove the contractual exclusion for work within 50' of a Railroad? Yes ® No ❑ Railroad Protective Limits Required: yes Per Occurrence: $2 Million Aggregate: $6 Million Name &Address for Whom Work is Being Performed: Description of Job: Approximate Length of Job (years/months): Total Cost of Job: Cost of Work Within 50' of Tracks: Daily Train Traffic: Freight: Passenger: Will there be any Railroad flagmen/supervisors? Yes ® No ❑ Will there be any other work performed by any railroad employees? Yes ❑ No ❑ If yes, please describe: Will there be any Railroad equipment assigned to the contractor? Yes ❑ No ❑ If yes, please describe: Signature: Date: Printed Name: Title: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ATTACHMENT O—TRIMET LICENSE APPLICATION FOR RIGHT-OF-WAY ACCESS CITY OF TIGARD MAIN STREET PHASE 2 IMPROVEMENTS [INTENTIONALLY BLANK] Main Street Phase 2 Improvements Attachment 0 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Permit Number: �lY MAX RIGHT-OF-WAY ACCESS REQUEST/PERMIT TRIMET This Section Completed by Requesting Party. Dates of Access: From: To: Limits of Access: North or Eastbound Track From: To: Time: From: To: South or Westbound Track From: To: Time: From: To: Permit Holder: Number of People: Pager: Cell: Description of Work: Equipment Required: Requesting Party: Telephone: Fax Email: The overhead catenary electrical system must be considered LIVE and HOT at all times.Electrical power removal must be CAUTION: confirmed in the field with the designated power personnel. This Section Completed by TriMet: Special Operating Conditions: 1. Permits are good only for a maximum of 7 days 2. Request for Right-of-Way access permit must be submitted by 10:00 a.m.Monday,a week prior to the scheduled work. 3. All personnel must wear reflective safety vests that comply ANSI Class 2 standards. 4. Advise Control when entering and leaving the right-of-way.(Telephone 503-962-6262) 5. E-mail to johnsonj@trimet.org baccitim@trimet.org and to trackaccessrequests@trimet.org #Personnel:Date: Required: Track Access RWP Training Yes No Number: Special Instruction: Yes No Train Order: Yes No Call Boards: Yes No Flags: Yes No EIC:If yes check one: Yes No Control MOW Other:(explain) Train Flagger Yes No Limits: Lookout/Watchperson Yes No Traffic Flagger Yes No Manual Block: Yes No Bus Bridge: Yes No Power Removal: Yes No Maintenance Advisory: Yes Name: Other: Original: Control Copies: Permit Holder,Requesting Party,Manager of Maintenance-of-Way,System Safety,File Request Approved: Maintenance-of-Way Project Engineer Field Operations Track Access Coordinator M-022B 1-19-17 DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 EXHIBIT A CONTRACTOR COVID-19 VACCINATION ATTESTATION City of Tigard Personnel Police 80.0 COVID-1`] I accin-adon ELL 'uircmclu requires contractors must be full vaccinated for the CO' ID-l9 %irus or have a documented medical or religious exemption if the contractor personnel will (a) physically interact with Tigard staff or members of the public on behalf of the Citi- in the course of performing work under the contract or (b) pro-6de goods or perform services on-site at Cin-buildings. If you are unsure whether the vaccination requirement applies to you, please contact tour Tigard contract administrator to discuss further. By signing this form,I certify-and attest to the following: ® I am authorized to sign this certification tin behalf of contractor and am authorized to legally- bind contractor. ® Contractor Will not allow any unvaccinated employees,workers, or agents of the organization to perform any serk-ices or protide goods pursuant to this City of Tigard contract where such work includes (a) physically interacting with Tigard staff or members of the public on behalf of the CitN in the course of performing wort: under this contract or (b) provide goods or perform services on-site at City buildings. Contractor u-ill ensure that any employees, workers, or agents of the organization engaged in work pursuant to this contract «•ill adhere to any and all of the Cin,'s health and safety guidelines for the location where the Nvork is performed, including wearing face coverings, distancing from others,and isolating or quarantining if exposed to or contracting COVTD-19. ® Contractor understands and agrees that failure to comply-,x ith these requirements, which are hereby incorporated by reference as part of the terms and conditions in the Agreement, mar result in the termination of contract for default. c- —5 LC_ C l7i'];iE 1e1I1]t.. Date Signature DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 PROJECT LOCATION q<< TAYLOR'S FERRY CITY OF TIGARD , OR GON N FERRY Q NORTH DAKOTA e � � � W MAIN STREET PHASE 2 IMPROVEMENTS STREET Z Q BARROWS $ GAF N BU<< ,t,1pU m STREET eMCDONALD ? NTq�N RD BON/TA R MAIN ST TIGARD ST TO SCOFFINS m Q ST -j ° BEEF BEND RD. o05 DURHAM = N � iN U CAPITAL IMPROVEMENTS PROJECT (CIP) 97017 VICINITY MAP TO BE SUPPLEMENTED BY THE CITY OF TIGARD DESIGN STANDARDS DATED JULY 15, 1998 INDEX OF SHEETS AND THE OREGON STANDARD SPECIFICATION FOR CONSTRUCTION 2021 . NO. TITLE DESCRIPTION SEPTEMBER 24 2021 01 G1.1 COVER ) 02 G1.2 INDEX, LEGEND, & ABBREVIATIONS 03 G1.3 GENERAL NOTES ` \ 04 G1.4 EROSION CONTROL NOTES Q / 05 G1.5 MASTER NOTES SHEET Q 06 G1.6 SURVEY CONTROL AND SHEET LAYOUT 07 C2.1 EXISTING CONDITIONS - MAIN ST - STA 10+00 TO STA 14+25 �1. 08 C2.2 EXISTING CONDITIONS - MAIN ST - STA 14+25 TO STA 19+00 Gpc 09 C3.1 DEMOLITION PLANS - MAIN ST - STA 10+00 TO 14+25 / 'Ao 10 C3.2 DEMOLITION PLANS - MAIN ST - STA 14+25 TO 19+00 11 C4.1 TYPICAL SECTIONS N12 C5.1 ROADWAY PLAN AND PROFILE - MAIN ST- STA 10+00 TO STA 14+25 / -- 13 C5.2 ROADWAY PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 14 C5.3 ROADWAY PLAN AND PROFILE - SCOFFINS ST ' 15 C5.4 ROADWAY PLAN AND PROFILE - COMMERCIAL ST 16 C6.1 ROADWAY DETAILS - � - 17 C6.2 ROADWAY DETAILS 18 C6.3 ROADWAY DETAILS 19 C6.4 ROADWAY DETAILS o _ 20 C7.1 GRADING AND EROSION CONTROL PLAN - COVER SHEET .� --� J GARDEN PL 21 C7.2 GRADING AND EROSION CONTROL PLAN - MAIN ST 10+00 TO 14+25 NOT TO SCALE - ' m -� 22 C7.3 GRADING AND EROSION CONTROL PLAN - MAIN ST 14+25 TO 19+00 = 23 C8.1 EROSION CONTROL DETAILS 24 C9.1 TIGARD STREET DETAILS 25 C9.2 TIGARD STREET DETAILS \ QPG�F / 26 C9.3 TIGARD STREET DETAILS \ c� 27 C10.1 GRADING DETAILS \'LiF 28 C10.2 GRADING DETAILS 29 C10.3 GRADING DETAILS 30 C10.4 GRADING DETAILS \ 31 1 > \ C 0.5 GRADING DETAILS 32 C10.6 GRADING DETAILS c ,���\ ✓ 7:7 33 C10.7 GRADING DETAILS PROJECT EXTENTS34 C10.8 GRADING DETAILS 35 C10.9 GRADING DETAILS / 36 C10.10 GRADING DETAILS 37 C10.11 GRADING DETAILS �y 38 C10.12 GRADING DETAILS �016 � �c'iy \ 39 C10.13 GRADING DETAILS 40 C10.14 GRADING DETAILS 41 C10.15 GRADING DETAILS \ ` 42 C10.16 GRADING DETAILS 43 C11.1 STORMWATER PLAN AND PROFILE - MAIN ST - STA 10+00 TO STA 14+25 \ ,�, , 44 C11.2 STORMWATER PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 45 C11.3 STORMWATER PLAN AND PROFILE - SCOFFINS ST 46 C11.4 STORMWATER LATERAL PROFILES ' 47 C12.1 STORMWATER DETAILS 48 C12.2 STORMWATER DETAILS i / 49 C12.3 STORMWATER DETAILS 50 C12.4 STORMWATER DETAILS 51 C13.1 WATER PLAN AND PROFILE - MAIN ST - STA 10+00 TO STA 14+25 52 C13.2 WATER PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 LOCATION MAP 53 C13.3 WATER PLAN AND PROFILE - COMMERCIAL ST PROJECT CONTACTS UTILITY CONTACTS to ATTENTION: OREGON LAW REQUIRES YOU TO FOLLOW SEE NEXT SHEET FOR INDEX CONTINUATION Q� RULES ADOPTED BY THE OREGON UTILITY NOTIFICATION OWNER: CIVIL ENGINEER: COMCAST: PGE (LIGHTING): PIVOTAL: TW TELECOM: CENTER. THOSE RULES ARE SET FORTH IN OAR CITY OF TIGARD - DEPT. OF PUBLIC WORKS CENTURY WEST ENGINEERING, INC. ALEX SILANTIEV RICO TORRES SOLIS DAVID SAKAMOTO RICK RAPPE $� 952-001-0010 THROUGH OAR 952-001-0090 YOU MAY CENTURY PORTLAND OFFICE OBTAIN COPIES OF THE RULES BY CALLING THE CENTER. 8777 SW BURNHAM STREET TEL: 503-596-3733 TEL: 503-403-9084 TEL: 360-882-4268X (NOTE: THE TELEPHONE NUMBER FOR THE OREGON 5500 MEADOWS ROAD, SUITE 250 TEL: 503-302-7298 5500 MEADOWS ROAD, SUITE 250 N� UTILITY NOTIFICATION CENTER IS (503) 232-1987). TIGARD, OREGON 97223 LAKE OSWEGO, OR 97035 W EST LAKE OSWEGO, OR 97035 INTEGRA: PGE (POLE RELOCATE): QWEST: VERIZON: 503.419.2130 OFFICE E� ATTENTION: NOTIFY NW NATURAL AT (503)220-2415 WHEN TEL: 503-718-2472 TEL: 503-419-2130DANIEL RUIZ E N G I N E E R I N G 503.639.2710 FAX ROBERT DAVIDSON AARON SWAN KENNETH SCIULLI EXCAVATING WITHIN 5' OF AN EXISTING HIGH PRESSURE CONTACT: ANDREW NEWBURY, PE CONTACT: RAWLEY VOORHIES, PE TEL: 916-215-8392 GAS MAIN. TEL: 503-453-8247 aaron.swan@pgn.com TEL: 503-242-0304 CONSTRUCTION DOCUMENTS PROJECT DESIGN OVERSIGHT APPROVAL BY. CALL BEFORE YOU DIG ZIPLY: CAPITAL CONSTRUCTION AND ���� NW NATURAL: PGE (ELECTRICAL TVF&R: ENG/NEER/NG MANAGER �1 TRANSPORTATION DIVISION o° / 1-800-332-2344JOHN BIELEC 13125 S.W. HALL BLVD. RICH GIRARD, PE OUTLETS): JOHN WOLFF TIGARD, OREGON 97223 TEL: 503-226-4211 HAP ENGLISH TEL: 503-259-1504 TEL. 503-643-1001 B/D DATE VO/CE. 503-639-4171 i VOICE.- X503-624-0752 a� 97017 40084.015.01 � � WWW.T/CARD-OR.GOV 503-672-5489 PROJECT NO. CWE FILE NUMBER DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 INDEX OF SHEETS (CONTINUED) LEGEND ABBREVIATIONS NO. TITLE DESCRIPTION EXISTING PROPOSEDABAN ABANDON ED( ) LVC LENGTH OF VERTICAL CURVE 54 C14.1 WATER CONNECTION LAYOUT AND DETAILS ART PEDESTAL D ACP ASPHALT CONCRETE PAVEMENT MAX MAXIMUM 55 C14.2 WATER CONNECTION LAYOUT AND DETAILS BENCH/ BENCH WALL ® AD AREA DRAIN MFR(S) MANUFACTURER(S) 56 C14.3 WATER CONNECTION LAYOUT AND DETAILS 57 E-01 ELECTRICAL OUTLETS LEGEND ®BOL BOLLARD AGG AGGREGATE MH(S) MANHOLE(S) 58 E-02 ELECTRICAL OUTLETS PLAN BIKE RACK Al ATRIUM INLET MIN MINIMUM 59 E-03 ELECTRICAL OUTLETS DETAILS BEG BEGIN MON(S) MONUMENT(S) 60 IL-01 ILLUMINATION LEGEND o COLUMN BLDG BUILDING MUTCD MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES 61 IL-02 ILLUMINATION PLAN 62 IL-03 ILLUMINATION DETAILS EB ELECTRICAL BOX BM BENCHMARK N NORTH 63 SS-01 SIGNING AND STRIPING LEGEND ELECTRICAL OUTLET BOW BACK OF WALK NE NORTHEAST 64 SS-02 SIGNING AND STRIPING PLAN 65 SS-03 SIGNING AND STRIPING PLAN XOR ELECTRICAL TRANSFORMER BTM BOTTOM NO NUMBER 66 SS-04 SIGNING DETAILS FIRE HYDRANT BVCE BEGIN VERTICAL CURVE ELEVATION NW NORTHWEST 67 SS-05 SIGN AND POST DATA TABLE BVCS BEGIN VERTICAL CURVE STATION NTS NOT TO SCALE 68 SS-06 SIGN AND POST DATA TABLE 0 GAS FINK BW BOTTOM OF WALL O/C ON CENTER 69 SS-07 STRIPING DETAILS GM GAS METER 70 SS-08 SIGNING DETAILS C/L CENTER LINE ODOT OREGON DEPARTMENT OF TRANSPORTATION 71 TS-01 FLASHING BEACON REMOVAL PLAN GR GAS RISER CB CATCH BASIN OH OVERHEAD LINE 72 TS-02 FLASHING BEACON PLAN pd GAS VALVE 73 TS-03 FLASHING BEACON DETAILS CCTV CLOSED CIRCUIT TELEVISION OHP OVERHEAD POWER 74 1-1.0 PEDESTRIAN MATERIALS AND LAYOUT PLAN GUY WIRE CDF CONTROLLED DENSITY FILL P, PUG POWER CONDUIT 75 1-1.1 PEDESTRIAN MATERIALS AND LAYOUT PLAN m 1cv IRRIGATION CONTROL VALVE CL CLASS PA PLANTING AREA 76 1-1.2 PEDESTRIAN MATERIALS AND LAYOUT PLAN o'" IRRIGATION HEAD CLR CLEAR PC POINT OF CURVATURE 77 1-1.3 PEDESTRIAN MATERIALS AND LAYOUT PLAN ENLARGEMENTS 78 L2.0 IRRIGATION SCHEDULE AND NOTES 3 JUNCTION BOX o CLSM CONTROLLED LOW STRENGTH MATERIAL PCC PORTLAND CEMENT CONCRETE 79 L2.1 IRRIGATION PLAN CO CLEANOUT PCMS PORTABLE CHANGEABLE MESSAGE SIGN 80 L2.2 IRRIGATION PLAN LIGHT POLE 81 L2.3 IRRIGATION PLAN COMM COMMUNICATIONS PCVC POINT OF CURVATURE ON VERTICAL CURVE LITTER RECEPTACLE 82 L3.0 PLANTING SCHEDULE AND NOTES CONC CONCRETE PERF PERFORATED 83 L3.1 PLANTING PLAN MB MAIL BOX CONST CONSTRUCTION PI POINT OF INFLECTION 84 L3.2 PLANTING PLAN O SANITARY SEWER MANHOLE 85 L3.3 PLANTING PLAN CPP CORRUGATED POLYETHYLENE PIPE P/L PROPERTY LINE 86 L4.0 SITE DETAILS SIGN : H CY CUBIC YARD PR PROPOSED 87 L4.1 SITE DETAILS SPLASH PAD DI DUCTILE IRON PSI POUNDS PER SQUARE INCH 88 L4.2 SITE DETAILS 89 L4.3 SITE DETAILS STORM SEWER ATRIUM INLET ® DIA DIAMETER PT POINT OF TANGENCY 90 L4.4 IRRIGATION DETAILS ® STORM SEWER AREA DRAIN ® DIP DUCTILE IRON PIPE PVC POLYVINYL CHLORIDE 91 L4.5 IRRIGATION DETAILS DIV DIVISION PVI POINT OF VERTICAL INTERSECTION 92 L4.6 IRRIGATION DETAILS ® STORM SEWER FILTER CATCH BASIN DWG DRAWING PVMT PAVEMENT 93 L4.7 PLANTING DETAILS STORM SEWER CLEANOUT o 94 L4.8 PLANTING DETAILS DWY DRIVEWAY R RADIUS STORM SEWER MANHOLE 0 E EAST REQ'D REQUIRED LEGEND 0 SURVEY MONUMENT (FOUND) EA EACH ROW RIGHT OF WAY (D TELEPHONE MANHOLE EG EXISTING GRADE S SLOPE, SOUTH EXISTING PROPOSED ® TELEPHONE RISER EL ELEVATION SCHED SCHEDULE — ASPHALT PAVEMENT scB TRAFFIC SIGNAL CONTROL BOX ELEC/E ELECTRICAL SD STORM DRAIN SGP BUILDING OVERHANG 0 TRAFFIC SIGNAL POLE EOA EDGE OF ASPHALT SE SOUTHEAST CONCRETE TREE (DECIDUOUS) EOP EDGE OF PAVEMENT SHT(S) SHEET(S) M ESMT EASEMENT SPECS SPECIFICATIONS �' CURB TREE (EVERGREEN) EX. EXISTING SF SQUARE FOOT EASEMENT (TEMP CONST) ----------- TREE GRATE 0 EVCS END VERTICAL CURVE STATION SS SANITARY SEWER E ELECTRICAL (BURIED) rob UTILITY POLE rob EVCE END VERTICAL CURVE ELEVATION STA STATION OHP ELECTRICAL (OVERHEAD) EWE WATER METER 0 FH FIRE HYDRANT STD STANDARD -- FENCE D4 WATER VALVE D4 FG FINISHED GRADE STS STORM SEWER ® CONTROL POINT FL FLOW LINE SW SIDEWALK, SOUTHWEST GAS LINE FLG FLANGE(D) T/TEL TELEPHONE -°—°—°—°—°—°—°—°— GUARD RAIL FO FIBER OPTIC TBD TO BE DETERMINED -- -- PROPERTY LINE FT FEET/FOOT TC TOP OF CURB 3 O SS SANITARY SEWER LINE G GAS MAIN TFC TOP FACE OF CURB STS STORM SEWER LINE STS G.B. GRADE BREAK TW TOP OF WALL STORM SEWER LINE (ABANDONED) — — — — STS GM GAS METER TCM TRAFFIC CONTROL MEASURES TELECOM DUCT BANK GRVL GRAVEL TCP TRAFFIC CONTROL PLAN GS GAS SERVICE TEMP TEMPORARY T TELEPHONE LINE GV GATE VALVE TRAN TRANSITION w WATER LINE 8"W HDPE HIGH DENSITY POLYETHELENE TV/ ATV TELEVISION — — — W WATER LINE (ABANDONED) — — — W ID INSIDE DIAMETER TYP TYPICAL N Qt ASPHALT IE INVERT ELEVATION VERT VERTICAL(LY) aW ° w CONCRETE7771 INT INTERSECTION WM WATER METER N GRIND/INLAY L LENGTH W/ WITH h =o LANDSCAPING W W W W W W LF LINEAR FEET W WATER, WEST W W W W W STORM WATER FACILITY LN LANE WL WATERLINE LT LEFT WS WATER SERVICE XFMR TRANSFORMER a o� ^a N2 NO Eo .m.U ��gPROP,, CONSTRUCTION DOCUMENTS 9W �\� �GINFF /0 Revisions and Addendums ENGINEERING DIVISION CITY OF TIGARD SHEET 2 o 3P Description Date No. By PUBLIC WORKS DEPARTMENT W CENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , �N WEST LAKE O.2130O OR 97035 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 02 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� WWW.TIGARD—OR.GOV 2 �= ONE INCH (REF) EXPIRES: 6/30/2022 INDEX, LEGEND, & ABBREVIATIONS FILE NO a� DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 GENERAL CONDITION CONSTRUCTION NOTES 1. THE PERMIT HOLDER MUST COMPLY WITH ALL APPLICABLE PROVISIONS OF FEDERAL AND STATE LAW, THE TIGARD 19. PRIOR TO ANY FLUSHING PROCEDURES, THE CONTRACTOR SHALL ISSUE A FLUSHING PLAN PROVIDING DIRECTION OF MUNICIPAL CODE, AND THE TERMS OF ANY AGREEMENT WITH THE CITY OF TIGARD REGARDING WORK TO BE DONE 25. A SEWER SYSTEM AIR-TEST AND A VIDEO TEST REPORT AND ONE SET OF BLUELINE "AS-BUILTS" (OF EITHER OR BOTH FLOW, SURFACE WATER MANAGEMENT BEST MANAGEMENT PRACTICES (BMPS), AND A WRITTEN SCHEDULE TO THE CITY PURSUANT TO THIS PERMIT. THE STORM AND SANITARY SEWER SYSTEMS) SHALL BE REQUIRED BY THE CITY FOR REVIEW AND APPROVAL PRIOR TO PROJECT INSPECTOR FOR APPROVAL. A 48-HOUR NOTICE SHALL BE GIVEN TO THE CITY PROJECT INSPECTOR PRIOR TO CONNECTION OF ANY BUILDINGS TO THE SEWER SYSTEM. ANY SYSTEM SHUT-DOWN OR FLUSHING PROCEDURES. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR OPERATE 2. THE CITY'S STANDARD SPECIFICATION FOR TRAFFIC CONTROL IS "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR ANY CITY VALVES. STREETS AND HIGHWAYS", U.S. DEPT. OF TRANSPORTATION, FHWA, CURRENT EDITION. 26. THE CITY INSPECTOR MAY, AT THEIR DISCRETION, REQUIRE PROVISION OF TESTS OR REPORTS FROM CONTRACTOR TO VALIDATE CLAIMS OF MATERIAL OR CONSTRUCTION ADEQUACY/COMPLIANCE. SUCH TESTS/REPORTS SHALL BE 20. PRESSURE TESTING SHALL COMMENCE ONLY AFTER BACKFILL HAS PASSED THE REQUIRED COMPACTION TESTS PER 3. TRAFFIC CONTROL AND TEMPORARY PEDESTRIAN ACCESSIBLE ROUTES SHALL BE PROVIDED FOR BY THE CONTRACTOR PROVIDED AT THE CONTRACTOR'S EXPENSE. AASHTO T-180 AND THE ROADWAY BASE ROCK HAS BEEN PLACED, COMPACTED, PROOF ROLLED, AND APPROVED BY THE IN ACCORDANCE WITH THE CITY'S STANDARD SPECIFICATIONS AND, ALSO, IN ACCORDANCE WITH A CITY (JOB SPECIFIC) CITY PROJECT INSPECTOR. APPROVED TRAFFIC CONTROL PLAN. A COPY OF THE APPROVED TRAFFIC CONTROL PLAN SHALL BE AVAILABLE AT THE 27. EXISTING MONUMENTS, PROPERTY CORNERS, AND SURVEY MARKERS SHALL BE PROTECTED. REPLACEMENT SHALL BE 21. ALL MAINS WITH A STATIC PRESSURE UP TO 100 POUNDS PER SQUARE INCH (PSI) SHALL BE TESTED AT 150 PSI FOR 1 WORK AREA. AT THE PERMIT HOLDER'S EXPENSE. HOUR WITH A MAXIMUM ALLOWABLE LOSS OF 5 PSI. WATER MAINS WITH A STATIC PRESSURE GREATER THAN 100 PSI 4. PUBLIC ROADWAY SHALL NOT BE CLOSED TO TRAFFIC, AT ANY TIME, WITHOUT HAVING FIRST OBTAINED WRITTEN 28. THE ENGINEER SHALL NOTIFY THE WASHINGTON COUNTY SURVEYOR WHEN THE INITIAL AND FINAL LIFT OF ASPHALT SHALL BE PRESSURE TESTED AT 1.5 TIMES THE STATIC PRESSURE FOR 1 HOUR WITH A MAXIMUM LOSS OF 5 PSI. ALL APPROVAL FROM THE CITY ENGINEER. THE PERMIT HOLDER IS RESPONSIBLE FOR PROVISION OF TIMELY NOTIFICATION HAVE BEEN PLACED. PRESSURE TESTING SHALL BE COMPLETED IN THE PRESENCE OF THE CITY PROJECT INSPECTOR. OF TRAFFIC FLOW DISRUPTIONS TO AREA-WIDE EMERGENCY SERVICES (TIGARD POLICE DEPT., TUALATIN VALLEY FIRE & 22. UPON SATISFACTORY COMPLETION OF PRESSURE TESTING, THE NEW MAINS SHALL BE CLEANED AND FLUSHED WITH RESCUE), TRIMET, TIGARD SCHOOL DISTRICT, AND OTHER SERVICE PROVIDERS. 29. THE CONTRACTOR SHALL PROVIDE TO THE CITY INSPECTOR, IN WRITING, THE NAMES AND 24-HOUR EMERGENCY POTABLE WATER PRIOR TO DISINFECTION. FLUSHING VELOCITIES SHALL BE AT LEAST 2.5 FPS. THE PIPELINE SHALL BE TELEPHONE NUMBERS OF TWO PERSONS WHO HAVE AUTHORITY TO RESOLVE PROBLEMS, TAKE CORRECTIVE ACTION, THOROUGHLY FLUSHED, CHLORINATED, AND TESTED IN ACCORDANCE WITH AWWA STANDARD C651-92, THE STATE 5. ADVANCE WARNING OF IMMINENT TRAFFIC DISRUPTION SHALL BE PROVIDED TO THE GENERAL MOTORING PUBLIC BY AND, IN GENERAL, WILL BE RESPONSIBLE IN CASE OF ANY EMERGENCY. THE CONTRACTOR SHALL NOTIFY THE CITY HEALTH DIVISION AND CITY REQUIREMENTS. THE CONTINUOUS FEED METHOD OF DISINFECTION SHALL BE USED. PLACEMENT OF AN ADVANCE NOTIFICATION SIGN AT EACH END OF THE CONSTRUCTION AREA AT A MINIMUM OF 72 INSPECTOR IN WRITING OF ANY/ALL ASSIGNMENT CHANGES. HOURS BEFORE INITIATION OF CONSTRUCTION WORK. DISINFECTING MIXTURE SHALL BE A CHLORINE-WATER SOLUTION HAVING A FREE CHLORINE RESIDUAL OF 40 TO 50 30. THE PERMIT HOLDER SHALL CAUSE HIS CONTRACTOR TO PROVIDE TO THE CITY INSPECTOR, IN WRITING, THE NAME AND MILLIGRAMS PER LITER (MG/L), AND IT SHALL BE INTRODUCED INTO THE MAIN THROUGH A TAP NO MORE THAN 18 INCHES 6. ACCESS TO EXISTING PROPERTIES SHALL BE MAINTAINED AT ALL TIMES, INCLUDING NORMAL DELIVERY SERVICE AND 24-HOUR EMERGENCY TELEPHONE NUMBER OF A DESIGNATED "COMPETENT PERSON" RESPONSIBLE FOR FROM THE CONNECTION POINT TO THE EXISTING SYSTEM. THE DISINFECTION MIXTURE WILL BE PREPARED BY INJECTING MAIL SERVICE, AND IF NOT SHALL BE CAUSE FOR WORK STOPPAGE UNTIL EFFECTIVE ACCESS IS ESTABLISHED. CONSTRUCTION SAFETY AS PER OR-OSHA, CHAP. 437, DIV. 3 CONSTRUCTION, SUB-DIVISION P - EXCAVATIONS. THE A CALCIUM OR SODIUM HYPOCHLORITE AND WATER SOLUTION INTO THE PIPELINE AT A MEASURED RATE WHILE FRESH, CONTRACTOR SHALL NOTIFY THE CITY INSPECTOR IN WRITING OF ANY/ALL ASSIGNMENT CHANGES. POTABLE WATER IS ALLOWED TO FLOW THROUGH THE PIPELINE SO THAT THE CHLORINE WATER SOLUTION IS OF THE 7. TRAFFIC CONTROL DEVICES, FLAG PERSONS, ETC., SHALL BE IN PLACE PRIOR TO INITIATION OF CONSTRUCTION WORK SPECIFIED STRENGTH. TREATED (CHLORINATED)WATER SHALL BE RETAINED IN THE PIPELINE LONG ENOUGH TO AND SHALL BE EFFECTIVELY MAINTAINED. 31. IT IS THE SOLE RESPONSIBILITY OF THE PERMIT HOLDER TO PROVIDE FOR PROPER RIGHT-OF-ENTRY AND/OR DESTROY ALL NON-SPORE-FORMING BACTERIA. DURING THE CHLORINATION PROCESS, ALL VALVES AND ACCESSORIES EASEMENTS PRIOR TO STARTING WORK. PROOF OF RIGHT-OF-ENTRY OR PROPERLY EXECUTED EASEMENTS SHALL BE SHALL BE OPERATED. ALL PARTS OF THE LINES AND SERVICES SHALL BE DISINFECTED. TYPICAL RETENTION PERIOD IS 24 8. PURSUANT TO TIGARD MUNICIPAL CODE SECTION 7.40.180, WORK IS PERMITTED BETWEEN THE HOURS OF 7:00 A.M. TO PROVIDED TO THE CITY. THE CITY SHALL IN NO WAY BE CONSTRUED TO BE LIABLE FOR THE PERMIT HOLDER'S FAILURE HOURS. AT THE END OF THE 24-HOUR PERIOD, THE PIPELINE IS TO HAVE A FREE CHLORINE RESIDUAL OF AT LEAST 10 7:00 P.M. DAILY UNLESS OTHERWISE AUTHORIZED BY THE CITY MANAGER. TO OBTAIN OR PROVIDE FOR PROOF OF RIGHT-OF-ENTRY OR EASEMENTS. MG/L. 9. HOURS OF CONSTRUCTION WORK ON COLLECTOR AND ARTERIAL ROADS WILL BE LIMITED TO 9:00 A.M.-3:00 P.M. UNLESS 32. BEFORE PLACEMENT OF ASPHALT, THE PERMIT HOLDER SHALL CLEAN AND COMPLETE A PRE-ACCEPTANCE VIDEO AFTER SATISFACTORY DISINFECTION, FLUSH THE CHLORINATION WATER FROM THE LINE UNTIL THE WATER AUTHORIZED BY THE CITY ENGINEER. NO WORK WILL BE PERMITTED ON COLLECTOR AND ARTERIAL ROADS BETWEEN INSPECTION OF ALL NEW STORM SEWER LINES. THE PERMIT HOLDER SHALL PROVIDE THE CITY WITH 30 DAYS OF NOTICE THROUGHOUT THE PIPELINE IS EQUAL CHEMICALLY AND BACTERIOLOGICALLY TO THE PERMANENT SOURCE OF SUPPLY. 3:00 P.M. AND 9:00 A.M. UNLESS AUTHORIZED BY THE CITY ENGINEER. TO REVIEW THE VIDEO INSPECTION PRIOR TO PAVING. ANY DEFICIENCIES SHALL BE REPAIRED BEFORE PLACEMENT OF THE DISINFECTION WATER MUST BE DISPOSED OF IN AN APPROVED MANNER. DO NOT ALLOW DISINFECTION WATER TO FINAL LIFT. FLOW INTO A WATERWAY WITHOUT ADEQUATE DILUTION OR OTHER SATISFACTORY METHODS OF REDUCING CHLORINE TH AT LEAST 2" OF HOT MIX RESIDUALS TO A SAFE LEVEL AS MANDATED BY THE DEPARTMENT OF ENVIRONMENTAL QUALITY (DEQ). AFTER FLUSHING 10. ASPHALT. DO NOT ALLOW VERTICAL DIIFFERTEMPORARY TRENCH PATCHING ON IENCES IALS DN PAVEMENT RHEIGHT, CREATED BY S SHALL BE PAVED I PAVING OR REMOVAL, O EXCEED WATER SYSTEM GENERAL CONSTRUCTION NOTES AND DISPOSAL DISINFECTION SOLUTION THERE WILL BE ANOTHER 24-HOUR PERIOD PRIOR TO BACTERIOLOGICAL 3 INCHES. PROVIDE TAPERED ASPHALT PAVEMENT WEDGES ACROSS ALL PAVEMENT JOINTS EXPOSED TO TRAFFIC. TESTING. BACTERR THEIOLOGICAL TEST SAMPLES WILL BE COLLECTED BY A TRAINED TIGARD WATER PERSONNEL WORKER. 1. ALL JOINTS TO BE RESTRAINED. 23. ALL WATER METERS CONNECTED TO AN IRRIGATION SYSTEM MUST HAVE THE PROPER OREGON STATE APPROVED 11. MINIMUM TRAVEL LANE WIDTH SHALL BE 11 FEET; PEDESTRIAN TRAVEL SHALL ALSO BE PROVIDED FOR. BACKFLOW PREVENTION DEVICE, MINIMUM OF A DOUBLE CHECK VALVE ASSEMBLY (DCVA) INSTALLED ON THE PROPERTY 2. OPERATION OF VALVES BY TIGARD WATER PERSONNEL ONLY. 12. THE CITY RESERVES THE RIGHT TO ADD TO OR MODIFY TRAFFIC CONTROL REQUIREMENTS AS MAY BE NECESSARY TO SIDE OF THE WATER METER. IN ADDITION, EVERY METER FOR COMMERCIAL, MULTI-FAMILY, INDUSTRIAL, AND 3. OPERATION OF VALVES IN THE TIGARD WATER SERVICE AREA BY ANYONE OTHER THAN TIGARD WATER PERSONNEL IS INSTITUTIONAL SERVICE, REGARDLESS OF SIZE, SHALL HAVE THE PROPER OREGON STATE APPROVED BACKFLOW EFFECTIVELY CONTROL TRAFFIC AND TO ASSURE PUBLIC SAFETY. PROHIBITED. PREVENTION DEVICE MINIMUM OF A DCVA INSTALLED ON THE PROPERTY SIDE OF THE METER. THE BACKFLOW 13. BEFORE INITIATING ANY CONSTRUCTION ACTIVITY, THE PERMIT HOLDER SHALL CONTACT THE CITY INSPECTOR 4. THE CONTRACTOR SHALL MAINTAIN ONE SET OF STAMPED, APPROVED PLANS ON THE CONSTRUCTION SITE AT ALL TIMES. PREVENTION DEVICE SHALL BE INSTALLED AND TESTED BY THE OWNER, WITH THE RESULTS FORWARDED TO THE TIGARD (503-639-4171)TO ESTABLISH A PLACE, TIME, AND DATE FOR A PRE-CONSTRUCTION MEETING. PUBLIC WORKS WATER DIVISION BEFORE WATER SERVICE CAN BEGIN. 5. ALL WORK SHALL BE IN ACCORDANCE WITH AMERICAN WATER WORKS ASSOCIATION (AWWA) STANDARDS. 14. THE PERMIT HOLDER OR DESIGNATED CONTRACTOR SHALL NOTIFY THE CITY INSPECTOR (503-639-4171) 24 HOURS PRIOR 6. ALL WORK SHALL BE APPROVED BY THE CITY PROJECT INSPECTOR. STORM SEWER GENERAL CONSTRUCTION NOTES TO COMMENCING WORK, 24 HOURS PRIOR TO ANY STAGED INSPECTION, AND AFTER COMPLETING WORK COVERED BY 7. ALL PIPE AND FITTINGS SHALL BE DUCTILE IRON, CEMENT LINED, OF NEW MANUFACTURE, AND MADE IN THE UNITED THE PERMIT. 1. ALL STORM SEWER CONSTRUCTION AND MATERIALS SHALL CONFORM TO THESE PLANS, THE PROJECT SPECIFICATIONS, STATES OF AMERICA (USA). PIPE SHALL BE "TYTON" JOINT DUCTILE IRON, CLASS 52. ALL FITTINGS SHALL BE MECHANICAL 15. A COPY OF THE PERMIT AND ALL ATTACHMENTS AND A COPY OF THE APPROVED CONSTRUCTION PLAN AND ALL JOINT (MJ) UNLESS OTHERWISE SPECIFIED. THE APPLICABLE REQUIREMENTS OF THE UNIFORM PLUMBING CODE, AND THE APPLICABLE REQUIREMENTS OF CLEAN WATER SERVICES. AMENDMENTS SHALL BE AVAILABLE AT THE WORK AREA. ALL WORK SHALL CONFORM TO THE PERMIT TERMS, 8. COVER FOR ALL WATER MAINS IN THE STREET AND RIGHTS-OF-WAY SHALL BE 36 INCHES. BACKFILL SHALL BE 3/4-INCH - CONDITIONS, AND PROVISIONS; THE CITY APPROVED PERMIT PLANS AND APPROVED PLAN AMENDMENTS; AND THE CITY'S 0-INCH GRAVEL. 2. NO STORM SEWER PIPING OR PART THEREOF, WHICH IS CONSTRUCTED OF MATERIALS OTHER THAN THOSE APPROVED STANDARDS, SPECIFICATIONS, AND THESE GENERAL CONDITIONS. CHANGES TO ANY OF THE AFORESAID MUST BE FOR USE UNDER OR WITHIN A BUILDING, SHALL BE INSTALLED UNDER OR WITHIN FIVE (5) FEET OF ANY BUILDING OR APPROVED BY THE CITY IN ADVANCE OF WORK PERFORMANCE. 9. ALL VALVE-OPERATING NUTS SHALL BE WITHIN 36 INCHES OF FINISHED GRADE, OTHERWISE VALVE OPERATING NUT STRUCTURE, OR PART THEREOF, NO LESS THAN ONE (1) FOOT BELOW THE SURFACE OF THE GROUND. THIS INCLUDES EXTENSIONS WILL BE REQUIRED. STRUCTURES SUCH AS PORCHES AND STEPS, WHETHER COVERED OR UNCOVERED, BREEZEWAYS, ROOFED AREA AND APPROACH ACH ROADS SHALL BE MAINTAINED IN A CLEAN CONDITION, FREE FROM OBSTRUCTIONS AND HAZARDS. 16. MAINTENANCE THE WORK AREA AND APPROACH ROADS IS THE RESPONSIBILITY OF THE PERMIT HOLDER. THE WORK 10. THRUST BLOCKS MAY BE REQUIRED AT TEES, CROSSES, OR BENDS AND WILL BE SPECIFIED BY THE CITY PROJECT PORTE-COCHERES, ROOFED PATIOS, CARPORTS, COVERED WALKS, COVERED DRIVEWAYS, AND SIMILAR STRUCTURES OR A COPY OF THE PERMIT HOLDER'S CERTIFICATE OF INSURANCE SHALL BE AVAILABLE AT THE WORK AREA. INSPECTOR OR ENGINEER. POURED CONCRETE THRUST BLOCKS WILL HAVE AT LEAST EIGHT SQUARE FEET OF BEARING APPURTENANCES. SURFACE AT EACH TEE, CROSS AND BEND LOCATIONS (SEE DETAILS FOR MINIMUM BEARING AREAS.) 3. STORM SEWER PIPING SHALL BE ADS N-12 HDPE OR APPROVED EQUAL. 17. THE SPREADING OF MUD OR DEBRIS OR STORAGE OF MATERIALS OR EQUIPMENT OF ANY KIND UPON ANY PUBLIC 11. EVERY 2-INCH WATER SERVICE LOCATION TO BE MARKED, AND MARKER TO REMAIN IN PLACE UNTIL THE WATER METER IS ROADWAY IS STRICTLY PROHIBITED AND VIOLATION SHALL BE CAUSE FOR IMMEDIATE CANCELLATION OF THE PERMIT. INSTALLED. ALL 2-INCH WATER SERVICES SHALL CONSIST OF AN MJ X 2-INCH IPT TEE AND 2-INCH IPT X 110 COMPRESSION 4. FINISHED RIM ELEVATIONS OF MANHOLES AND CLEANOUTS WITHIN PAVEMENT ARE APPROXIMATE. FINAL FINISHED RIM THE CITY MAY AT ANY TIME ORDER IMMEDIATE CLEAN-UP AND THE STOPPAGE OF WORK TO ACCOMPLISH CLEAN-UP. FITTING AS MANUFACTURED BY MUELLER COMPANY. ELEVATIONS SHALL MATCH FINISHED PAVEMENT GRADES. 18. EFFECTIVE EROSION CONTROL IS REQUIRED. EROSION CONTROL DEVICES MUST BE INSTALLED AND MAINTAINED IN 12. FIRE HYDRANT ASSEMBLY CONSISTS OF AN MJ X 6-INCH FLANGE (FLG.)TEE, 6-INCH FLG. X MJ GATE VALVE, 6-INCH MJ X MJ 5. ELECTRICALLY CONDUCTIVE TRACER WIRE IS REQUIRED FOR ALL STORM SEWER PIPING. COMPLIANCE WITH THE CLEAN WATER SERVICES AND DEQ REQUIREMENTS. THE CITY MAY AT ANY TIME ORDER HOLDING SPOOL AND A MODERN MUELLER CENTURION FIRE HYDRANT, A-443, 6-INCH MJ, 5 '/4-INCH MVO, 3 PORT (2-2 CORRECTIVE ACTION AND STOPPAGE OF WORK TO ACCOMPLISH EFFECTIVE EROSION CONTROL. '/2-INCH NST HOSE CONNECTION, 1-4 '/2-INCH NST PUMPER,) 1 '/2-INCH PENTAGON OPERATING NUT OPENING LEFT, COLOR 6. ALL CONNECTIONS TO THE MAIN LINE, FOR LATERALS, AND FOR MAIN LINE PIPE CHANGES OF DIRECTION, SHALL BE BEING YELLOW OR APPROVED EQUAL: WATERIOUS PACER 6790, CLOW MEDALLION. ACCOMPLISHED WITH WYE FITTINGS. NO TEE CONNECTIONS SHALL BE UTILIZED. 19. PROPERTY DISTURBED BY CONSTRUCTION ACTIVITY SHALL BE SEEDED WITH A STANDARD GRASS MIX; SHRUBS, 7. ALL STORM SEWER PIPING SHALL BE INSPECTED BY THE CLEAN WATER SERVICES INSPECTOR PRIOR TO COVER. FLOWERS, BARK DUST. EXISTING SIGNS, PAVEMENT MARKINGS, MAILBOXES, ETC. SHALL BE REESTABLISHED, 13. EACH FIRE HYDRANT SHALL BE INSTALLED UPON APRE-FORMED CONCRETE BLOCK WITH 1 /2 CUBIC YARDS OF CRUSHED REINSTALLED, OR REPLACED WITH LIKE KIND AND MATERIAL. 2-INCH -3/4-INCH DRAIN ROCK. GEOTEXTILE FABRIC WILL BE LAID ON TOP OF THE DRAIN ROCK TO SEPARATE THE ROCK FROM THE EARTH COVER. 20. EFFECTIVE DRAINAGE CONTROL IS REQUIRED. DRAINAGE SHALL BE CONTROLLED WITHIN THE WORK SITE AND SHALL BE 14. ALL SANITARY SEWER LINES WITHIN 10 FEET LATERALLY OR 3 FEET VERTICALLY OF A WATER MAIN SHALL BE ENCASED IN SO ROUTED THAT ADJACENT PRIVATE PROPERTY, PUBLIC PROPERTY, AND THE RECEIVING SYSTEM IS NOT ADVERSELY A REINFORCED CONCRETE JACKET 6 INCHES THICK FOR A DISTANCE OF 10 FEET ON BOTH SIDES OF THE CROSSING. IMPACTED. THE CITY MAY AT ANY TIME ORDER CORRECTIVE ACTION AND STOPPAGE OF WORK TO ACCOMPLISH EFFECTIVE DRAINAGE CONTROL. WHERE CROSSINGS ARE NECESSARY, THEY MUST BE MADE AT APPROXIMATELY 90 DEGREES WITH AT LEAST 18 INCHES OF SEPARATION BELOW THE WATER LINE. 21. OREGON LAW REQUIRES FOLLOWING THE RULES ADOPTED BY THE OREGON UTILITY NOTIFICATION CENTER. SAID RULES 15. THE CONTRACTOR SHALL SCHEDULE CONSTRUCTION WORK SPECIFIED HEREIN TO MAINTAIN CONTINUOUS WATER ARE SET FORTH IN OAR 952-001-0010 THROUGH OAR 952-001-0080. COPIES OF SAID RULES MAY BE OBTAINED FROM THE SERVICE TO EXISTING WATER USERS. WHERE IT IS NECESSARY TO SHUT DOWN SERVICE TO MAKE REQUIRED INTERTIES, CENTER BY CALLING 503-246-1987. IF YOU HAVE ANY QUESTION ABOUT THE RULES, CONTACT THE CENTER. NOTE: THE CONTRACTOR SHALL NOTIFY THE CITY PROJECT INSPECTOR AT LEAST FIVE WORKING DAYS PRIOR TO A PLANNED DAMAGE TO UTILITIES SHALL BE CORRECTED AT THE PERMIT HOLDER'S EXPENSE. WATER SERVICE SHUT DOWN TO ALLOW THE OWNER TO NOTIFY USERS OF THE UPCOMING TEMPORARY SUSPENSION OF 3 22. CONTRACTOR MUST VERIFY ALL EXISTING UTILITIES FOR BOTH VERTICAL ELEVATION AND HORIZONTAL LOCATION PRIOR WATER SERVICE. TO START OF WORK (POTHOLE BEFORE DIGGING IF NECESSARY). SHOULD CONFLICTS ARISE AND REDESIGN OR 16. PRIOR TO ANY CUT-IN OR CONNECTION, THE CONTRACTOR SHALL HOLD AN ONSITE PRE-CONSTRUCTION MEETING 2 RELOCATION OF FACILITIES BE NECESSARY, IT SHALL BE DONE AT THE PERMIT HOLDER'S EXPENSE. CHANGES MUST BE WHERE THE CUT-IN SCHEDULE AND COORDINATION WILL BE DISCUSSED. THOSE TO ATTEND SHALL INCLUDE THE ONSITE APPROVED BY THE CITY IN ADVANCE OF WORK PERFORMANCE. CONTRACTOR SHALL COORDINATE THE WORK WITH FOREMAN, CITY PROJECT INSPECTOR, AND TIGARD WATER PERSONNEL. THIS MEETING SHALL TAKE PLACE PRIOR TO s� AFFECTED UTILITY AGENCIES. EACH CONNECTION AND BE HELD NO LONGER THAN ONE WEEK PRIOR TO THE CONNECTION. THE CONTRACTOR SHALL o cz 23. A TEMPORARY HARD-SURFACE PATCH (COLD MIX ASPHALT OR HOT MIX BASE PAVING) SHALL BE PLACED ON TRENCHES HAVE ALL FITTINGS, PIPE, CHLORINE SWABBING EQUIPMENT, PUMPS AND HOSES, AND ALL EQUIPMENT NEEDED TO MAKE m� WITHIN ROADWAYS AT THE END OF EACH DAY'S WORK. NO TRENCH, ON SITE OR OFF SITE, SHALL BE LEFT AT ANY TIME IN THE CUT-IN CONNECTION AT THE MEETING AND AVAILABLE FOR CITY INSPECTION. E2 AN UNSAFE CONDITION. THE PERMIT HOLDER IS RESPONSIBLE FOR AND IS LIABLE FOR HAZARDS OR DAMAGE RESULTING 17. THE NEW PIPELINE SHALL BE FLUSHED, PRESSURE TESTED, AND DISINFECTED BEFORE ANY CONNECTION TO THE eo FROM THE PROSECUTION OF THE WORK. EXISTING WATER SYSTEM IS MADE. TEMPORARY BLOW-OFFS SHALL BE PROVIDED BY THE CONTRACTOR AT ALL 3 h� DEAD-ENDS. 24. WORK PROVIDED FOR UNDER THE PERMIT SHALL INCLUDE REPAIR OF EXISTING FACILITIES (ROADS, DITCHES, ETC.)AS MAY BE NECESSARY, IN THE CITY INSPECTOR'S OPINION, TO OVERCOME DETERIORATION OR DAMAGE WHICH OCCURRED 18. ALL PIPES, VALVES, AND FITTINGS SHALL BE THOROUGHLY FLUSHED PRIOR TO PRESSURE TESTING AND CHLORINATION. N W IN CONJUNCTION WITH THE WORK AUTHORIZED BY THE PERMIT. CORRECTIVE WORK SHALL BE DONE AT THE PERMIT FLUSHING SHALL BE DONE THROUGH BLOW-OFF UNITS, HYDRANTS, INDIVIDUAL SERVICES, AND MAIN AT A VELOCITY OF N HOLDER'S EXPENSE. AT LEAST 2.5 FEET PER SECOND (FPS). N2 b a mo o ��g PROOF CONSTRUCTION DOCUMENTS s �0\� C' N FFS/02 Revisions and Addendums ENGINEERING DIVISION SHEET 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD G 1.3 W" CENTURY PORTLAND OFFICE �1 H a� 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 03 WEST MAIN STREET PHASE 2 IMPROVEMENTS of a ON ` LAKE OSWEGO,OR 97035 TIGARD, OREGON 97223 0, co 503.419.2130 OFFICE 8, 2�0 503.639.2710 FAX VOICE.- 503-639-4171 �L� E N G I N E E R I N G FAX. 503-624-0752 94 a EFy D. v00 ' WWW.TIGARD-OR.GOV .22 GENERAL NOTES FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 EROSION CONTROL NOTES VISUAL MONITORING AND RECORDKEEPING REQUIREMENTS 1. ALL EROSION PREVENTION MEASURES SHALL BE IN PLACE, FUNCTIONAL, AND APPROVED IN ACCORDANCE WITH THE 26. SEED USE FOR TEMPORARY OR PERMANENT SEEDING SHALL BE COMPOSED OF ONE OF THE FOLLOWING MIXTURES, 1. VISUAL MONITORING IS REQUIRED WHEN CONSTRUCTION WILL DISTURB ONE OR MORE ACRES APPROVED EROSION PREVENTION AND SEDIMENT CONTROL PLAN PRIOR TO COMMENCEMENT OF CONSTRUCTION UNLESS OTHERWISE AUTHORIZED: a. THE FOLLOWING MUST BE MONITORED VISUALLY: ACTIVITIES. ALL SOIL DISTURBING AND CONSTRUCTION ACTIVITIES SHALL BE CONDUCTED IN ACCORDANCE WITH MMC a. VEGETATED CORRIDOR AREAS REQUIRE NATIVE SEED MIXES. . DISCHARGE POINT(S). WHERE DISCHARGE POINTS ARE INACCESSIBLE, NEARBY DOWNSTREAM LOCATIONS CHAPTER 16.28 EROSION CONTROL AND ANY APPLICABLE LOCAL, STATE, OR FEDERAL REQUIREMENTS. • DWARF GRASS MIX (MIN 100 LB/AC) MUST BE INSPECTED TO THE EXTENT THAT SUCH INSPECTIONS ARE PRACTICABLE. • DWARF PERENNIAL RYEGRASS (80% BY WEIGHT) BMPS 2. ALL EROSION PREVENTION MEASURES ARE TO BE REGULARLY INSPECTED AND MAINTAINED AS NEEDED. b. CREEPING RED FESCUE (20% BY WEIGHT) • LOCATIONS WHERE VEHICLES ENTER OR EXIT THE SITE FOR EVIDENCE OF OFF-SITE SEDIMENT TRACKING. c. STANDARD HEIGHT GRASS MIX (MIN 100 LB/AC) • AREAS USED FOR STORAGE OF MATERIALS THAT ARE EXPOSED TO PRECIPITATION FOR EVIDENCE OF 3. ALTERNATE SEDIMENT CONTROLS MUST PROVIDE A DISCHARGE THAT IS CLEAN AND FREE OF SEDIMENT, SPILLAGE OR OTHER POTENTIAL TO CONTAMINATE STORMWATER RUNOFF. SURFACTANTS, AND OTHER POLLUTANTS PRIOR TO ENTERING THE STORM SYSTEM. APPROVAL OF ALTERNATIVE • ANNUAL RYEGRASS (40% BY WEIGHT) SEDIMENT CONTROLS BY THE CITY OF TIGARD ENVIRONMENTAL SERVICES COORDINATOR IS REQUIRED PRIOR TO TURF-TYPE FESCUE (60% BY WEIGHT) b. INSPECT ACCORDING TO THE FOLLOWING SCHEDULE: INSTALLATION. 27. LONG TERM SLOPE STABILIZATION MEASURES SHALL INCLUDE THE ESTABLISHMENT OF PERMANENT VEGETATIVE SITE CONDITION MINIMUM FREQUENCY 4. DUMPING OR DISPOSAL OF SPOIL MATERIALS INTO ANY STREAM CORRIDOR, WETLAND, SURFACE WATER, OR ON ANY COVER VIA HYDROSEEDING TO 2000 LBS/ACRES WITH AN ADDED TACKIFIER. PUBLIC OR PRIVATE PROPERTY NOT SPECIFIED FOR SAID PURPOSE IS PROHIBITED. .1ACTIVE PERIOD WEEKLY WHEN STORMWATER RUNOFF, INCLUDING 28. STOCKPILED SOIL OR STRIPPINGS SHALL BE PLACED IN A STABLE LOCATION AND CONFIGURATION. STOCKPILES SHALL RUNOFF FROM SNOW MELT, IS OCCURRING. AT LEAST 5. SEDIMENT AND POLLUTANTS SHALL NOT BE WASHED INTO STORM SEWERS, DRAINAGE WAYS, OR WATER BODIES. DRY BE COVERED WITH PLASTIC SHEETING OR STRAW MULCH. SEDIMENT FENCE IS REQUIRED AROUND THE PERIMETER OF ONCE EVERY MONTH, REGARDLESS OF WHETHER SWEEPING SHALL BE IMPLEMENTED TO CLEAN UP CONSTRUCTION AREAS TO PREVENT RELEASE OF SEDIMENTS INTO THE STOCKPILE. STORMWATER RUNOFF IS OCCURRING. THE STORM SYSTEM. 2. PRIOR TO THE SITE BECOMING INACTIVE OR IN ONCE TO ENSURE THAT EROSION AND SEDIMENT 29. SATURATED MATERIALS THAT ARE HAULED OFF-SITE MUST BE TRANSPORTED IN WATER-TIGHT TRUCKS TO ELIMINATE Y 6. DISPOSAL OF SEDIMENT-LADEN WATER INTO THE WASTEWATER SYSTEM IS PROHIBITED, UNLESS PRIOR WRITTEN SPILLAGE OF SEDIMENT AND SEDIMENT-LADEN WATER. ANTICIPATION OF SITE INACCESSIBILITY CONTROL MEASURE ARE IN WORKING ORDER. AN NECESSARY MAINTENANCE AND REPAIR MUST N APPROVAL IS RECEIVED FROM THE CITY OF TIGARD ENVIRONMENTAL SERVICES COORDINATOR. SEDIMENT-LADEN MADE PRIOR TO LEAVING THE SITE. WATER SHALL BE PUMPED THROUGH AN APPROVED SEDIMENT CONTROL BMP PRIOR TO DISPOSAL INTO THE 30. SHOULD ALL CONSTRUCTION ACTIVITIES CEASE FOR THIRTY (30) DAYS OR MORE, THE ENTIRE SITE MUST BE 3. INACTIVE PERIODS GREATER THAN FOURTEEN (14) ONCE EVERY MONTH. WASTEWATER SYSTEM. TEMPORARILY STABILIZED USING VEGETATION OR A HEAVY MULCH LAYER, TEMPORARY SEEDING, OR OTHER METHOD. CONSECUTIVE CALENDAR DAYS 7. SAWCUTTING SLURRY AND DEBRIS SHALL BE VACUUMED AND REMOVED FROM ALL IMPERVIOUS SURFACES. 31. SHOULD CONSTRUCTION ACTIVITIES CEASE FOR FIFTEEN (15) DAYS OR MORE ON ANY SIGNIFICANT PORTION OF A 4. PERIODS DURING WHICH THE SITE IS INACCESSIBLE IF PRACTICAL, INSPECTIONS MUST OCCUR DAILY AT A VACUUMED SAWCUTTING SLURRY SHALL BE PROPERLY DISPOSED OF AND NOT DISCHARGED INTO THE STORM SYSTEM. CONSTRUCTION SITE, TEMPORARY STABILIZATION IS REQUIRED FOR THAT PORTION OF THE SITE WITH STRAW, DUE TO INCLEMENT WEATHER RELEVANT AND ACCESSIBLE DISCHARGE POINT OR COMPOST, OR OTHER TACKIFIED COVERING THAT WILL PREVENT SOIL OR WIND EROSION UNTIL WORK RESUMES ON DOWNSTREAM LOCATION. 8. AN AREA SHALL BE DESIGNATED FOR WASHING OUT CONCRETE TRUCKS SUCH THAT RUNOFF FROM WASHING THAT PORTION OF THE SITE. 5. PERIODS DURING WHICH DISCHARGE IS UNLIKELY MONTHLY. RESUME MONITORING IMMEDIATELY UPON ACTIVITIES ARE CONTAINED AND DO NOT LEAVE THE SITE OR ENTER THE STORM SYSTEM. DUE TO FROZEN CONDITIONS MELT, OR WHEN THE WEATHER CONDITIONS MAKE DISCHARGES LIKELY. 9. SWEEPING FROM EXPOSED AGGREGATE CONCRETE SHALL NOT BE WASHED TO THE STREET OR STORM SYSTEM. SWEEPING SHALL BE COLLECTED AND PROPERLY DISPOSED OF IN THE TRASH. c. DOCUMENTATION OF VISUAL MONITORING. ALL VISUAL MONITORING MUST DOCUMENT THE FOLLOWING: 10. PAVING IN WET WEATHER WHEN PAVING CHEMICALS CAN RUN OFF INTO THE STORM SYSTEM IS PROHIBITED. • VISUAL MONITORING DATE AND INSPECTOR'S NAME. • THE CONSTRUCTION SITE NAME OR ADDRESS. 11. TRACKING OF DIRT AND DEBRIS ONTO IMPERVIOUS SURFACES IS PROHIBITED. IMPERVIOUS SURFACES SHALL BE KEPT • FOR EACH DISCHARGE LOCATION, RECORD: FREE OF DIRT AND DEBRIS AT ALL TIMES IF IT CAN BE SPREAD BY TRAFFIC OR CAN ENTER THE STORM SYSTEM. - FOR TURBIDITY AND COLOR, DESCRIBE ANY APPARENT COLOR AND THE CLARITY OF THE DISCHARGE, AND ANY APPARENT DIFFERENCE IN COMPARISON TO THE SURFACE WATERS. 12. GRAVEL OR DIRT CURB RAMPS ARE PROHIBITED. ONLY WOOD STEP STYLE CURB RAMPS ARE ALLOWED. - DESCRIBE ANY SHEEN OR FLOATING MATERIAL, OR RECORD THAT IT IS ABSENT. IF PRESENT, IT COULD INDICATE CONCERN ABOUT A POSSIBLE SPILL OR LEAKAGE FROM VEHICLES OR MATERIALS STORAGE. 13. UPON COMPLETION OF SITE RESTORATION AND APPROVAL FROM THE PROJECT MANAGER, ALL TEMPORARY EROSION • BMPS THAT FAILED OR THAT ARE IN NEED OF MAINTENANCE, INCLUDING EROSION AND SEDIMENT CONTROLS, CONTROL MEASURES MAY BE REMOVED. CHEMICAL AND WASTE CONTROLS, LOCATIONS WHERE VEHICLES ENTER AND EXIT THE SITE, STATUS OF AREAS THAT ARE UNDER TEMPORARY OR FINAL STABILIZATION, SOIL STOCKPILE AREAS, AND 14. DRAINAGE FROM SPRINGS OR GROUNDWATER MUST BE ADDRESSED DURING CONSTRUCTION BY THE CONTRACTOR. NON-STORMWATER POLLUTION (FOR EXAMPLE, PAINTS, OILS, FUELS, OR ADHESIVES) CONTROLS. DISCHARGE FROM GROUNDWATER ENCOUNTERED ON THE SITE MUST BE CLEAN OF SEDIMENT OR POLLUTANTS. • LOCATION(S)WHERE ADDITIONAL BMPS ARE NEEDED THAT DID NOT EXIST AT THE TIME OF INSPECTION; AND • CORRECTIVE ACTION REQUIRED AND IMPLEMENTATION DATES 15. AREA SUBJECT TO WIND EROSION SHALL USE APPROPRIATE DUST CONTROL MEASURES INCLUDING THE APPLICATION OF A FINE SPRAY OF WATER, PLASTIC SHEETING, STRAW MULCH, OR OTHER APPROVED MEASURE. 2. RECORDKEEPING a. VISUAL MONITORING RECORDS RETAINED ONSITE. ALL INSPECTION RECORDS MUST BE RETAINED ON SITE. 16. DATES OF IMPLEMENTATION OF WET WEATHER MEASURES ARE OCTOBER 1ST TO APRIL 30TH. DURING INACTIVE PERIODS OF GREATER THAN SEVEN (7) CONSECUTIVE CALENDAR DAYS, THE RECORDS MUST BE RETAINED BY THE OWNER/OPERATOR BUT DO NOT NEED TO BE AT THE CONSTRUCTION SITE. 17. MATERIAL SHALL NOT BE STOCKPILED ON PUBLIC STREETS OR IN THE RIGHT-OF-WAY LONGER THAN IMMEDIATE USE. b. UPON REQUEST, THE PERMIT REGISTRANT MUST DELIVER THE ABOVE RECORDS TO DEQ, AGENT, OR THE LOCAL MUNICIPALITY WITHIN THREE (3) WORKING DAYS OF THE REQUEST. 18. PRIOR TO ANY LAND DISTURBING ACTIVITIES, THE BOUNDARIES OF THE CLEARING LIMITS, VEGETATED BUFFERS, AND c. ALL RECORDS MUST BE RETAINED BY THE OWNER/OPERATOR FOR AT LEAST THREE (3)YEARS AFTER PROJECT ANY SENSITIVE AREAS SHOWN ON THIS PLAN SHALL BE CLEARLY DELINEATED IN THE FIELD. DURING THE COMPLETION. CONSTRUCTION PERIOD, NO DISTURBANCE IS PERMITTED BEYOND THE CLEARING LIMITS. THE CONTRACTOR MUST MAINTAIN THE DELINEATION FOR THE DURATION OF THE PROJECT. 19. VEGETATED CORRIDORS AND TREE PROTECTION TO BE DELINEATED WITH SIX (6) FOOT TEMPORARY CHAIN LINK FENCE PANELS OR APPROVED EQUAL. FENCING SHALL BE PLACED AT THE TREE DRIP LINE. COORDINATE TREE PROTECTION FENCING LOCATION WITH PROJECT ARBORIST. NO MATERIALS MAY BE STORED WITHIN THE TREE PROTECTION FENCING. 20. ALL ACTIVITY WITHIN THE TREE PROTECTION FENCING SHALL BE COMPLETED UNDER THE SUPERVISION OF THE PROJECT ARBORIST. NO REMOVAL OF ANY STRUCTURES OR TREES SHALL BE PERFORMED WITHOUT THE PROJECT ARBORIST ON SITE. 21. TREE REMOVAL OPERATIONS SHALL NOT DAMAGE TREES TO BE SAVED. 22. IF VEGETATIVE SEED MIXES ARE SPECIFIED, SEEDING MUST TAKE PLACE NO LATER THAN SEPTEMBER 1; THE TYPE AND PERCENTAGES OF SEED IN THE MIX MUST BE IDENTIFIED ON THE PLANS WITH AN ESTABLISHED HEALTHY STAND OF GRASS OF 80% COVERAGE BY OCTOBER 1ST. 3 0 23. ALL PUMPING OF SEDIMENT-LADEN WATER SHALL BE DISCHARGED OVER AN UNDISTURBED, PREFERABLY VEGETATED AREA, AND THROUGH A SEDIMENT CONTROL BMP i.e. (FILTER BAG). 24. THE ESC PLAN MUST BE KEPT ON SITE. ALL MEASURES SHOWN ON THE PLAN MUST BE INSTALLED PROPERLY TO ENSURE THAT SEDIMENT OR SEDIMENT-LADEN WATER DOES NOT ENTER A SURFACE WATER SYSTEM, ROADWAY, OR OTHER PROPERTIES. 25. EXPOSED CUT OR FILL AREAS SHALL BE STABILIZED THROUGH THE USE OF TEMPORARY SEEDING AND MULCHING, 3 EROSION CONTROL BLANKETS OR MATS, MID-SLOPE SEDIMENT FENCES OR WATTLES, OR OTHER APPROPRIATE MEASURES. SLOPES EXCEEDING 25% MAY REQUIRE ADDITIONAL EROSION CONTROL MEASURES. N 4 W o �y O a 7 h ^V, O �O �U a �i M� �W o a NZ O� a� PROP,, CONSTRUCTION DOCUMENTS �c'I NFF O� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD G 1.4 �W PORTLAND OFFICE �1 PUBLIC WORKS DEPARTMENT HH ®�,,,, ON E N T U RY 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 04 LAKE OSWEGO,OR 97035 OREGON 97223 / A/�//WCEST 503.419.2130 OFFICE TIGARD, MAINSTREET PHASE 2 IMPROVEMENTS O F v cb co y o �%i $, 200 503.639.2710 FAX VOICE.- 503-639-4171 E N G IN E E R I N G 94 m <<c O� FAX: 503-624-0752 a E y m= D �Q WWW.TIGARD-OR.GOV EROSION CONTROL NOTES FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DEMOLITION NOTES ROADWAY NOTES (CONT.) STORMWATER NOTES O SAWCUT PAVEMENT. 19 CONSTRUCT THICKENED CURB AND GUTTER ADJACENT TO O INSTALL PVC STORM SEWER PIPE, STORMWATER PLANTERS, LENGTH, SLOPE, AND SIZE AS SHOWN. O2 SAWCUT AND REMOVE CURB AND/OR SIDEWALK. SEE DETAIL 3, SHEET C6.1. 2 O INSTALL STANDARD MANHOLE, O3 PRESERVE AND PROTECT IN PLACE. 20 MATCH EXISTING. SEE CLEAN WATER SERVICES DWG. NO. 010. O REMOVE/RELOCATE SIGN, 21 CONSTRUCT 5' WIDE CONCRETE STAIRS, T=11", R=5", O3 INSTALL ATRIUM INLET, PERFORATED SEE SIGNING AND STRIPING PLANS. SEE ODOT STD. DWG. RD120. PIPE AND CLEANOUT(S) AS SHOWN, O5 REMOVE STORM STRUCTURE. 22 REINSTALL SALVAGED FENCE. SEE DETAIL 1, SHEET C12.1. 6O ABANDON STORM PIPE IN PLACE. REMOVE ALL PORTIONS WITHIN TRENCH23 CONSTRUCT CONCRETE SIDEWALK UNDER BUS SHELTER, O INSTALL TRENCH DRAIN, SIZE & LENGTH AS SHOWN, LIMITS OF NEW UTILITIES. PLACE 18 GROUT PLUG AT EACH END. 6" PCC OVER 4" AGGREGATE BASE, SEE DETAIL 1, SHEET C12.2. O7 REMOVE WATER METER. BUS SHELTER TO BE INSTALLED BY TRIMET. O5 CONNECT TO EXISTING STORM STRUCTURE. O8 ABANDON WATER VALVE. 24 2" MIN. GRIND, O6 CONSTRUCT STORMWATER PLANTER, O9 ABANDON WATER PIPE IN PLACE. REMOVE ALL PORTIONS WITHIN TRENCH OVERLAY AS NEEDED TO MATCH FINISH GRADE. SEE DETAIL 1, SHEET C12.1. LIMITS OF NEW UTILITIES. PLACE 18" GROUT PLUG AT EACH END. O INSTALL TWO-WAY CLEANOUT, REMOVE AND SEE DETAIL 2, SHEET C12.2. 10 SEE WATER PLANSAGE HYDRANT ASSEMBLY, EROSION CONTROL NOTES O INSTALL CONTECH STORMFILTER CATCH BASIN, 12 REMOVE AND SALVAGE BIKE RACK, SEE DETAILS ON SHEET C12.3. O INSTALL INLET PROTECTION - TYPE 5 , SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. SEE CLEAN WATER SERVICES DWG. 920. O CONNECT TO EXISTING STORM PIPE, VERIFY INVERT ELEVATION AND NOTIFY ENGINEER OF 13 REMOVE AND SALVAGE METAL BENCH, SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. 2O INSTALL INLET PROTECTION - TYPE 4, ANY DISCREPANCIES. INSTALL TREE PROTECTION FENCING PER CITY STANDARDS. SEE CLEAN WATER SERVICES DWG. NO. 915. 10 INSTALL FLAT TOP MANHOLE, 14 SEE CLEAN WATER SERVICES DWG. NO. 050. 15 REMOVE LIGHT POLE, 11 CONSTRUCT CONCRETE CHECK DAM, SEE ILLUMINATION PLANS. TIGARD STREET NOTES SEE DETAIL 5, SHEET C12.1. 16 REMOVE DETECTION LOOPS TO JUNCTION BOX. 12 INSTALL IN-LINE TRENCH DRAIN CATCH BASIN, 17 RELOCATE GUY WIRE. COORDINATE RELOCATION WITH PGE PRIOR TO O SAWCUT PAVEMENT. ACO K3-903G/S OR APPROVED EQUAL. CONSTRUCTION. 2O SAWCUT CURB AND/OR SIDEWALK AT EXISTING 13 INSTALL AREA DRAIN TYPE II, 18 REMOVE BRICK PAVERS. JOINT, SEE CLEAN WATER SERVICES DWG. NO. 380. 19 REMOVE WALL. PRESERVE AND PROTECT TRUNCATED DOMES 14 AND ADJACENT CONCRETE. CONNECT TO PERFORATED PIPE ON BOTH ENDS,20 REFERENCE AND RESET MONUMENT/PROPERTY PIN. O PRESERVE AND PROTECT IN PLACE. INSTALL COUPLINGS AND ELBOWS AS NEEDED. 21 REMOVE/RELOCATE IRRIGATION HEAD, O REMOVE/RELOCATE SIGN, SEE IRRIGATION PLANS. SEE SIGNING AND STRIPING PLANS. WATER NOTES 22 REMOVE TREE. 5O REMOVE AND SALVAGE CONTECH STORMFILTER 1 INSTALL 8" CL 52 DI WATER LINE, 23 REMOVE AND SALVAGE FENCE, CATCH BASIN. O LENGTH AS SHOWN, SEE ROADWAY PLANS. O REMOVE AND SALVAGE BIKE RACK. DEFLECT PIPE PER MANUFACTURERS' REQUIREMENTS AS 24 REMOVE TRANSIT SHELTER AND SALVAGE TO TRIMET, 7O REMOVE AND SALVAGE BENCH. NEEDED, COORDINATE REMOVAL WITH TRIMET PRIOR TO CONSTRUCTION. SEE CITY OF TIGARD DWG. NO. 180. 8O INSTALL INLET PROTECTION - TYPE 5, O2 INSTALL WATER METER ASSEMBLY AND SERVICE, 25 REMOVE WOOD BENCH. SEE CLEAN WATER SERVICES DWG. NO. 920. SIZE AND LENGTH AS SHOWN IN SERVICE SCHEDULE, 26 SALVAGE. O REFERENCE AND REMOVE CONTROL POINT. CONNECT TO EXISTING, 10 CONSTRUCT STANDARD CURB, SEE CITY OF TIGARD DWG. NOS. 180, 520, AND 521. ROADWAY NOTES SEE DETAIL 3, SHEET C6.3. O3 ENCASE SANITARY SEWER PIPE IN 6" REINFORCED CONCRETE JACKET, L=20', 11 CONSTRUCT CURB AND GUTTER, O/C OF THE WATER LINE CROSSING. O SEE DETAIL 2, SHEET C6.3.CONSTRUCT STANDARD CURB, O SEE DETAIL 3, SHEET C6.3. 12 CONSTRUCT ASPHALT ROADWAY, CUT, CAP AND ABANDON EXISTING WATERLINE. O2 CONSTRUCT CURB AND GUTTER, SEE DETAIL 2, SHEET C9.3. O5 CONTRACTOR TO POTHOLE EXISTING UTILITY AND COORDINATE SEE DETAIL 2, SHEET C6.3. 13 CONSTRUCT CONCRETE SIDEWALK, RELOCATION WITH UTILITY PROVIDER IF REQUIRED. 3O CONSTRUCT TALL CURB, MATCH EXISTING SCORING PATTERN O6 INSTALL 8" MJ GATE VALVE, SEE DETAIL 1, SHEET C6.1. SEE DETAIL 1, SHEET C6.3. SEE CITY OF TIGARD DWG. NO. 503. O CONSTRUCT PEDESTRIAN CURB, 14 CONSTRUCT IMPACT SLAB AND TRANSITION O CONNECT TO EXISTING 8" MJ GATE VALVE. SEE DETAIL 2, SHEET C6.1. PANEL, O INSTALL 8" X 8" TEE, SEE DETAIL 2, SHEET C9.3. O5 CONSTRUCT ASPHALT ROADWAY, 15 MATCH EXISTING JOINT. POUR STANDARD THRUST BLOCK, SEE DETAIL 5, SHEET C6.1. SEE CITY OF TIGARD DWG. NO. 560. 16 O CONSTRUCT CONCRETE SIDEWALK, INSTALL SALVAGED BIKE RACK AT EXISTING O INSTALL 8" 450 MJ BEND.6 LOCATION. SEE DETAIL 1, SHEET C6.3. 10 CONNECT MJ GATE VALVE TO EXISTING 8" X 8" MJ TEE. 17 O CONSTRUCT CONCRETE CURB RAMP, INSTALL SALVAGED CONTECH STORMFILTER INSTALL 18" OF NEW PIPE AND THEN MJ GATE VALVE. TRUNCATED DOMES TO BE FEDERAL SAFETY RED, CATCH BASIN PER MANUFACTURERS SPECIFICATIONS WITH NEW SLOPED, 11 STA 13+87.79, 13.50' RT SEE GRADING DETAILS AND ODOT RD900 SERIES STD. DWGS. TRAFFIC-RATED FRAME, GRATE, & LID, INSTALL FIRE HYDRANT ASSEMBLY, O CONSTRUCT CONCRETE DRIVEWAY, SEE SHEET C9.2 AND C12.4. SEE CITY OF TIGARD DWG. NO. 542. SEE GRADING DETAILS AND DETAIL 4, SHEET C6.1. 18 RESET EXISTING UTILITY BOX/VAULT/COVER 12 STA 15+81.09, 13.91' RT O CONSTRUCT DECORATIVE CONCRETE CROSSWALK, TO FINISH GRADE. INSTALL FIRE HYDRANT ASSEMBLY, g SEE DETAIL 1, SHEET C6.2. 19 RESET EXISTING MANHOLE RING AND SEE CITY OF TIGARD DWG. NO. 542. a 10 CONSTRUCT CONCRETE BUS PAD, COVER TO FINISH GRADE. SEE DETAIL 2, SHEET C6.2. SEE DETAIL 1, SHEET C9.3. 13 IRRIGATION SYSTEM POINT OF CONNECTION, oh SEE IRRIGATION PLANS. 11 CONSTRUCT ASPHALT TRANSITION, 20 INSTALL SALVAGED BENCH. E2 SEE GRADING DETAILS AND DETAIL 6, SHEET C6.1. 21 INSTALL BI-DIRECTIONAL YELLOW TYPE I eo 13 CONSTRUCT LANDSCAPE AREA, MARKER. 3 SEE PLANTING PLANS. 22 MATCH EXISTING. 14 CONSTRUCT STORMWATER PLANTER NW SEE UTILITY PLANS AND PLANTING PLANS. 23 RE-SET CONTROL POINT AT REFERENCED q LOCATION. N2 15 RESET EXISTING VALVE CAN, RING, AND COVER TO FINISH GRADE. m� 16 RESET EXISTING MANHOLE RING AND COVER TO FINISH GRADE. ��p PROP,, CONSTRUCTION DOCUMENTS o �� 17 RESET EXISTING UTILITY BOX TO FINISH GRADE. N Ss, SHEET ;o ��� ��G F� o� Revisions and Addendums ENGINEERING DIVISION CITY OF TIGARD 18 REINSTALL SALVAGED BRICK PAVERS, PUBLIC WORKS DEPARTMENT G1.5 3P � Description Date No. By W� MATCH EXISTING PATTERN, CENTURY PORTLAND OFFICE H �� a� 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. O5 �� 1 COMPACTED CONCRETE SAND OVER ON $ WEST MAIN STREET PHASE 2 IMPROVEMENTS �� �� ` LAKE OSWEGO,OR 97035 � TIGARD, OREGON 97223 o= 6 COMPACTED AGGREGATE. �y �yy oo� �,`� 503.419.2130 OFFICE VOICE. 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� 0 WWW.TIGARD-OR.GOV 2 '22 MASTER NOTES SHEET FILE NO U1 ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Y N C'1 O 3. C2.1 , C3.11C5.11C7.2, C11 .11C13.1 C2.2, C3.2, C5.25 C7.3, C11 .2, C13.2 MONSOON MISSION! mimmmin 0 mimmmim mimmmim mimmmin MISSION! MONSOON IIIIIIII MONSOON momems mommmm mimmmim mimmmim =V= 0mr umpo N C9.1 , C9.2 I 0-)` Illinois FI 7 tF CP #4 18+50 9+00 ®CP #1 10+00 11+00 12+00 13+00 14+00 19+00 AIL15+00 16+00 17+00 18+00 _ - - - - - - - I - 4- + -I + - I Innn"n nn� rrj CP #52 > : CP #2 � SW MAIN STCIP #3 I •. I ' I I LM amminim -9 7m11117x r I cn 0 CD I I I i 10 Icon MISSION! MONSOON 101111111111 101111111111 nnnnIn ngnnnn gnnnng mmdkm InInInn SIEMENS MONSOON SIEMENS MONSOON 101111111111 101111111111 MONSOON MONSOON I D CD CD � n + N 0 I iv n � c cn 0 C7 y i Q I � -n � N I ch Z n i -i I i I CEJ I I � I W I � + __X N I � I o co L + _ BASIS OF COORDINATES ® CONTROL POINT DATA TABLE ALIGNMENT DATA TABLE THE BASIS OF COORDINATES FOR THIS SURVEY WAS ESTABLISHED FROM A POST-CONSTRUCTION RECORD OF SURVEY (SN 32417, WASHINGTON COUNTY POINT # DESCRIPTION ELEVATION NORTHING EASTING ALIGNMENT SEGMENT # TYPE START END START END LENGTH DIRECTION RADIUS DELTA RECORD OF SURVEY), WITH VALUES INDICATED TO BE IN A LOCAL DATUM NAME STATION STATION COORD. COORD. ANGLE PLANE GROUND COORDINATES. COORDINATE DATA WAS COLLECTED VIA 1 SET MAG 162.343' 651357.39 7619185.09 N: 651262.92 N: 651505.02 CONVENTIONAL MEANS, WITHOUT THE REQUIREMENT OF SCALING DATA, AND 1 LINE 8+50.00 12+26.74 E: 7619113.15 E: 7619401.81 376.742' N50°00'48.88"E WAS ADJUSTED BY HOLDING WESTLAKE POINT #52 BEING A FOUND 5/8" IRON 2 SET MAG 164.155' 651472.80 7619363.02 2 CURVE 12+26.74 12+36.34 N: 651505.02 N: 651511.22 9.601' 1000.00' 00°33'00.45" ROD WITH ORANGE PLASTIC CAP MARKED "HHPR INC" IN MONUMENT BOX AT E: 7619401.81 E: 7619409.13 THE INTERSECTION OF THE CENTERLINE OF SW MAIN STREET AND SW 3 SET MAG 174.435' 651723.56 7619699.17 MAIN ST 3 LINE 12+36.34 17+81.66 N: 651511.22 N: 651865.64 545.318' N49°27'48.43"E TIGARD STREET AND ROTATING TO A BEARING BETWEEN SAID MONUMENT E: 7619409.13 E: 7619823.57 AND WESTLAKE POINT #51 BEING A FOUND 5/8" IRON ROD WITH ORANGE 4 SET MAG 184.520' 651921 .75 7619831.73 4 CURVE 17+81.66 18+05.63 N: 651865.64 N: 651880.78 23.971' 500.00' 02°44'48.59" PLASTIC CAP MARKED "HHPR INC" IN MONUMENT BOX ON THE CENTERLINE E: 7619823.57 E: 7619823.57 OF SW MAIN STREET. 51* FD IP 156.845' 651178.12 7619007.387 5 LINE 18+05.63 19+00.00 N: 651880.78 N: 651938.60 94.368' N52'1 2'37.02"E E: 7619823.57 E: 7619916.73 52 FD IRO 158.627' 651261.02 7619108.141 COMMERCIAL ST (NORTH) 1 LINE 0+00.00 0+65.00 N: 651418.71 N: 651452.09 65.000' N59°06'23.72"W BASIS OF BEARING E: 7619298.90 E: 761924 .3 2 *CONTROL POINT #51 NOT SHOWN ON PLANS. LOCATION IS APPROXIMATELY 130' COMMERCIAL ST (SOUTH) 1 LINE 0+00.00 0+80.00 N: 651498.59 N: 651440.32 80.000' S43'1 5'04.28"E s SW OF CONTROL POINT #52 NEAR THE CENTERLINE OF SW MAIN ST. E: 7619394.18 E: 7619448.95 THE BASIS OF BEARING FOR THIS SURVEY WAS ESTABLISHEDSCOFFINS ST 1 LINE 0+00.00 2+30.00 N: 651883.35 N: 651716.31 230.000' S43°25'34.53"E BETWEEN FOUND MONUMENTS (WCI #51 AND WCI #52) BEING NORTH NOTE: E: 7619845.47 E: 7620003.57 50°33'09" EAST (AS PER SN 32417). CONTRACTOR TO ESTABLISH SURVEY CONTROL OUTSIDE OF CONSTRUCTION ° LIMITS PRIOR TO REMOVING ANY EXISTING CONTROL POINTS. Oy m� BASIS OF ELEVATION a, w� e HELD WASHINGTON COUNTY BENCHMARK #487 BEING A FOUND BRASS DISK a3 MARKED "TIGARD 1946" IN CONCRETE SIDEWALK OF HIGHWAY 99 BRIDGE hZS OVER RAILROAD TRACKS. O" o 0 40' 80' N W ELEVATION = 193.676' NGVD29 q 2 m SCALE 1" =40' a mo �o ��pPROFF 100% DESIGN - SEPT 2021 - CONSTRUCTION DOCUMENTS � s C' N FFS/O2 Revisions and Addendums ENGINEERING DIVISION SHEET o� 3P T_ Description Date No. By PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF TIGARD G1.6 ON C E N T U RY 5500 MEADOWS ROAD,SUITE 250 - LAKE OSWEGO,OR 97035 13125 S.W. HALL BLVD. 06 o= �� o� �� WEST ME TIGARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS of 503.419.2130 GGVOICE: 50J-6J9-4171 < 81 2000�`�\ E N G I N E E R I N G 503.639.2710 FAX FAX: . FAX: 503-624 0752 94 SURVEY CONTROL AND SHEET LAYOUT FILE NO D. V �; WWW.TIGARD-OR.GOV a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN. AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 tA� p \ STATE FARM INSURANCE CO., N \ NO LIMIT MARTIAL ARTS, 'v u� \ YEN'S CHINESE RESTAURANT, SOUTHWEST OFFICE SUPPLY NEW SHOES PROFESSIONAL SHOE, & I 12245 SW MAIN STREET EX. SDMH #3411 0 o MAIN STREET STAMP & STATIONARY I IS �� 12255 SW MAIN STREET N \ r _ p o�v� 0 0 D � D D D 22 '\ m&\ 11 1 V D .0 D G.`• Op D D V v ^` D O O- p d' V D V - ° D V D A . E V � D V v D V ° V + D � V V V V ° ° � v° -� v D E D E D WMo E ,. ,. STD oD WM ° WM o n vP .. L-----D- p- - --- o D 0 D N EX. CB #3461 p �� EX. CB #3343U� w N G G G - - G I + N G G G GV G G G G G G EX. SAMH #5209 SW MAIN ST � � N " r 1 10+00v D o D ulD<-� ,v �o N 11+00 ° CP #2 -12+00 0 13+00 14+00 U 0 j -L $ EX. SDMH #3574 EX. SAMH #3588 0 oW _ I 1 VV W EX. CB #3598 EX. SDMH #5208 0 I uj VV uj Lu W � \Q(� W - VU - WI W W W W WW W W I S Ss SS - - ss SS _ S SS SS Ss SS I -- I s ss Z 1 STS D S S(1) S S STS _ _ - J 4 - II1' 11 m c D �1S = W O D V D SGP D v v v D D D 4 0 o T B e , D o v o E E �' D E 9 E E E uj 8 D ° v o D �"-�-° o a - D tJ1 v D o D'w D �� ICV D � � E o D v oD v o °o � v v' > (n EX. SDMH #3575 IGv rn gR I ' D o D -� �' D W o D - - - - - C x o ° 17 IFI IH o v ° D EX. SDMH #3905 i � � cn - - - - - - - - - 5 X 1 i wrn Ic o 2,7- --�-�� EX. CB #3608 , I c, S Gv �R I V 1L--- ov D - v EX. CB #3563 I ¢/ D V I D GV D � EX. TD#1 !p Olcv � EX. CB #3895 D I v cn BOL EX. CB #5328- I ANTIQUE BARBERSHOP u) OREGON RIFLEWORKS B90 I i I cn WAGS PET RESORT 12290 SW MAIN STREET �' 12260 SW MAIN STREET B cn G) I (n 12230 SW MAIN STREET I I m I BOL o �J I 0 o I cn y STORM SEWER DATA SANITARY SEWER DATA TD#1 TRENCH DRAIN #3598 CB @ cL GRATE=162.95' #3588 SAMH RIM=163.20' GRATE @ NE END=169.56' IE (10"/CONC./NE) 159.95' IE IN (10", PVC, NW) 154.40' GRATE @ SW END=168.92' IE (10"/CONC./SW) 159.95' IE OUT (10", PVC, NE) 154.30' (UNABLE TO LOCATE PIPE(S) DUE TO MUD IN TRENCH) #3608 CB @ cL GRATE=163.63' #5209 SAMH RIM=164.07' IE OUT (10"/CONC./N) 162.23' IE (10", PVC, SW) 153.96- #3343 CB @ q. GRATE=162.61' IE IN (8", PVC, NE) 154.32' IE (10"/PVC/N) 159.41' #3895 CB @ q. GRATE=164.29' IE OUT (10", PVC, SE) 153.82' IE (8"/PVC/W) 159.96' IE IN (10"/PVC/NE) 162.29' IE (10"/PVC/SW) 161 .69' #3411 SDMH RIM=162.95' IE OUT (10"/PVC/W) 161.69' IE IN (10"/PVC/NE) 158.40' IE IN (18"/PVC/SE) 155.90' #3905 SDMH RIM=167.91' IE IN (10"/PVC/S) 156.25' IE IN (10"/PVC/NE) 165.81' IE OUT (18"/CONC./NW) 155.65' (2ND PIPE) IE IN (10"/PVC/NE) 165.81' #3461 CB @ q. GRATE=163.01' IE IN (10"/PVC/S) 165.66' IE OUT (10"/GONG./SW) 159.26' IE OUT (12"/PVC/SW) 165.61' (POTHOLE REQUIRED TO #3563 CB @ q- GRATE=163.04' DETERMINE N IE (6"/CONC./SE) 161.09' LOCATION/DIRECTION OF IE (6"/CONC./NW) 161.04' 10"/PVC/S) (DIRECTION/LOCATION OF PIPE 2 ESTIMATED. POTHOLE #5208 SDMH RIM=164.21' 3 REQUIRED FOR FINAL IE IN (15"/PVC/NE) 160.91' DETERMINATION) IE IN (12"/PVC/SE) 161.06' N IE OUT (15"/PVC/SW) 160.76' Qt #3574 SDMH RIM=163.50' IE IN (18"/CONC./NE) 159.20' #5328 CB @ q- GRATE=165.25' IE OUT (18"/CONC./SW) 159.10' IE OUT (4"/STEEL/NW) 164.62' �o IE IN (8"/CONC./NW) 159.30' (POTHOLE REQUIRED TO wo DETERMINE e� #3575 SDMH RIM=163.34' LOCATION/DIRECTION OF PIPE) IE IN (18"/PVC/NE) 159.39' o IE OUT (18"/PVC/NW) 158.94' o SOUTH PIPE SEALED 0 20' 40' ^a N2 E� SCALE 1" =20' .m.U A� ��gPROP,, CONSTRUCTION DOCUMENTS 9W �\� �GINFF /02 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P Description Date No. By CITY OF TIGARD C2. 1 PUBLIC WORKS DEPARTMENT W CENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , ON WEST LAKE OSWEGO,OR 97035 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 07 503.419.2130 OFFICE TIGARD, OREGON 97223 OF 8VOICE: 503-639-4171 p� 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. V Ot; WWW.TIGARD-OR.GOV 2 OH I �? ONE INCH (REF) EXPIRES: 6/30/2022 EXISTING CONDITIONS - MAIN ST - STA 10+00 TO STA 14+25 FILE NO a� DESIGN- JAJ DRAWN: AJF CHECK- RDV PROD. NO. 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I I BOOMBA FIT LLC/ALL STOPS PIPES rr & DISCOUNT TOBACCO ACE SEWING & VACUUM ASIAN PEARL BODY & FOOT MASSAGE I TIGARD MAIN STREET CLEANERS 4/ 12215 SW MAIN STREET I 12185 SW MAIN STREET 12175 SW MAIN STREET 12155 SW MAIN STREET \ v v D 95 vo EX. CB #4488 I I o I I Bo o B@� x I EX. CB #4711 EX. CB #4771 ♦ EB - - - L � - - - - - - I CP #4 ' --- D o � D _ _ - - - - D p D v < t�- ttt vV WM Dv V ° � f� � 1[D J D v o ( ',°Ev E Dv v v I I � E �-�- o ° � v WM ° v DD v ° v vv v ICV�� EX. CB #4092STSGV G GG - G G G N G � G G � G G G G � `�' - ~ I SW MAIN ST co � - --- W 15+00 16+00 17+00 oy18+00 0 W - - - - - -� - - - - - - _ - - - - - -- -=' CD - 19+00 NNER ZEX. SDMH #4017 EX. SAMH #4522 c EX. SDMH #5023 / w w w w w - - w w w l w w w I ' ' SS ss Ss ss Ss Ss S S SS ss SS ss SS ss SS 6S s ,c S T,s � SS ss� w ss ss �+ 6 1 1 �?� �z7 �1�7111f � STS D 1"' 1 �,�� �1ff �1 w o f E D °L E D E EB v <D `S s EX. SAMH #5025 G r w D o °� o ,v �, CP #3 DE E o E D E E of �- D D T v v WM ° -Q- o v D • v D p v ,wry 'ji ° D -� v o ° D $ _ D D TS ° sce STSB o ° EB GR O - D ° - pO G - MB MB MB MB ---- o -- , ° ov ' �' D o ° EX. SDMH #5027 17 wo D v v I O v / v°v D I �"' N EX. CB #4645 y'O � ° EX. CB #4696 _ EX. CB #4012 EX. TD#2 I o o I I oma` � I ST D I J"' I cn EX. SDMH #5009 ' I I I cn I� EX. SDMH #5026 v I U) 0 D U I EX. CB #6000 v y STS UNITED STATES POST OFFICE D X I AMERICAN FAMILY INSURANCE US BANK D ► G) 0 12210 SW MAIN STREET I 12196 SW MAIN STREET 12160 SW MAIN STREET ► 11 cn MCDONALD'S 12090 SW MAIN STREET o y I�' EX. CB #4818 cn I t/) G7 y p Icv Ic,. ° v I IO v I p �o ICV I ID cn STORM SEWER DATA SANITARY SEWER DATA v D TD#2 TRENCH DRAIN #4939 CB @ cL GRATE=184.21' #4522 SAMH RIM=175.13' cn -+ GRATE @ NE END=174.45' IE OUT (12"/PVC/NW) 181.51' IE IN (8", PVC, NE) 171.61' IU) GRATE @ SW END=173.86 IE OUT (8", PVC, SW) 171.56' I D IE OUT (4") 171.9' (PIPE 7' NE OF #4949 SDMH RIM=184.26' I cn SW END, DIRECTION OF PIPE IE IN (15-18"/NE) 179.81' #5025 SAMH RIM=183.62' D UNDETERMINED) (N PIPE SIZE ESTIMATED, IE IN (8", PVC, NE) 177.77' D -� UNABLE TO DETERMINE TYPE) IE IN (8", PVC, SE) 177.72' #4012 CB @ cL GRATE=171 .52' IE IN (12"/PVC/SE) 180.26' IE OUT (8", PVC, SW) 1 IE OUT (10"/PVC/NW) 169.27' IE OUT (CONC./NW) 179.76' I v c� U I (UNABLE TO DETERMINE I c ° U) #4017 SDMH RIM=171.75' SIZE OF W PIPE) U) IE IN (10"/PVC/NE) 168.85' m w IE IN (10"/PVC/SE) 168.8' #5009 CURB INLET FL N=185.45' `n IE OUT (10"/PVC/SW) 168.75' SDMH RIM=186.00' I oDl IE IN (10"/PVC/NW) 169.5' IE (12"/PVC/NE) 182.25' I � cn IE (12"/PVC/SW) 182.20' I D #4092 CB @ q. GRATE =171 .54' co IE IN (6"/CONC/NE) 169.69' #5023 SDMH RIM=181.56' o 0 - - IE OUT (10'/CONC/SE) 169.79' IE IN (15-18"/CONC./NE) 178.91' D c) I _ (N PIPE SIZE ESTIMATED) _______ ----- - SL STS STS o D N #4488 CB @ cL GRATE=180.91' IE IN (10"/PVC/SE) 179.21' r - o + (n IE OUT (4"/STEEL/E) 180.06' IE OUT (12"/PVC/SW) 178.71' EX. SDMH #4949 U) #4645 CB @ q- GRATE=181 .36' #5026 SDMH RIM=184.16' o 3 IE OUT (10"/PVC/NW) 179.46' IE IN (12"/PVC/NE) 179.31' I IE IN (CONC./SE) 178.86' N #4696 CB @ cL GRATE=177.62' IE OUT (CONC./SW) 178.86' Qt IE OUT (4"/STEEL/N) 176.78' (UNABLE TO DETERMINE SIZE \ D + D EX. CB #4939 �,��' o OF E & S PIPES) I ' UN 0 o� #4711 CB @ cL GRATE=183.92' IE IN (10"/PVC/NW) 180.11' N� IE (10"/STEEL/NE) 181.82'cq I / IE (12"/PVC/SE) 181.02' #5027 SDMH RIM=186.42' IE IN (12"/PVC/NE) 182.5' #4771 CB @ cL GRATE=186.39' IE OUT (12"/PVC/S) 182.5' IE (10"/CONC./SE) 183.34' (IN/OUT DETERMINED BY a IE (10"/CONC./SW) 182.39' OBSERVED FLOW) 0 20' 40' o� ^a #4818 CB @ cL GRATE=183.48' #6000 CB �g IE (24"/CONC./SE) 178.73' NOT SURVEYEDSCALE 1 20" _ ' mg IE (24"/CONC./NW) 178.73' PROFFss CONSTRUCTION DOCUMENTS W �\� �GINFF /O2 Revisions and Addendums Description Date NoENGINEERING DIVISION CITY OF TIGARD SHEET C2.2 o 3P . By PUBLIC WORKS DEPARTMENT W CENTURY PORTLAND OFFICE 1 z a.°... 5500 MEADOWS ROAD,SUITE 250 , ON WEST LAKE O.2130O OR 97035 TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 08 4i �� 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. \100� �; WWW.TIGARD-OR.GOV 2 �? EXISTING CONDITIONS - MAIN ST - STA 14+25 TO STA 19+00 FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK: RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 0 O 10+92.60 NN 050+86.53 3 8 LT \ 55.88' LTO 10+99.560 57.98' LT (D \ m J, 14 \ co ;a U 11+07.59 ° 010+61.75 -A n 20 60.40' LTO 11+69'880 18 51.42 LT v 43.34' LT o 11+09.64 13 20 14 20 PIP 14 � �— 53.61' LT D SIM ' of 2 Nei oD 4 11+26.190 (x3) 4 20 1 25 j 43.56' LT 7 15 \\ (x3) D 0 c 301 ° 3G ° _ � - ° - � - --I°-' - -, - '- ° - � I-- DEMOLITION KEYED NOTES MIMo DE o ° � vD ° p J ., p° v ° ° v- ° v v ° ° v v ° v p ` °o 3 — D -_F _ D _ I o LO 6 N O SAWCUT PAVEMENT. 3 5 6 cn 6 5 4 4 12 4 (x2) I �, N 02 SAWCUT AND REMOVE CURB AND/OR SIDEWALK. r 3 PRESERVE AND PROTECT IN PLACE. G o G ° � 4 - � G - G - 1 O 3 4 O Q O REMOVE/RELOCATE SIGN, /SW MAIN ST I- ° D � SEE SIGNING AND STRIPING PLANS. 10+00 D 4 ° 11+00 w CP #2 12+00 13+00 14+00 05 REMOVE STORM STRUCTURE. D — Dv v D e 9 D o v _ v_ D v 3 g 3 5 9 6 9 7W7 O ABANDON STORM PIPE IN PLACE, ° 3 L REMOVE ALL PORTIONS WITHIN TRENCH LIMITS OF NEW UTILITIES, 3 5 22 _ J PLACE 18" GROUT PLUG AT EACH END. l I D 3 ' L 4 - S T 3 $ 5 6 3 S s 3 S 39 50 RT 1 S s S 12+7 5 g s = 7 REMOVE WATER METER. / V r O — SGP ° v -- 0 D 02 10+35.83 ° D v ° o v e ° ° e o o D v 25 0 4 e F E/ / E w -p E D �� r^ 08 ABANDON WATER VALVE. _ —e E E vJ 23.88' RT �' — E v s D 4 D o o ° o M 6 D v o ° �, O ABANDON WATER PIPE IN PLACE, 1cv R 15 ° ° ' ° x I ° ° ,� ° n REMOVE ALL PORTIONS WITHIN TRENCH LIMITS OF NEW UTILITIES, �' 12 7 c 12+86.25 1 20 PLACE 18" GROUT PLUG AT EACH END. 010+36.73 3 _ D o — o — 6 —39.50' RT� — 12 — — —1- pX 31.38' RT 3 23 \R I l0 3 D — — _ 5 5 J 15 4 5 10 REMOVE AND SALVAGE HYDRANT ASSEMBLY, 1 3 1 2 i 21 Gv � 2 SEE WATER PLANS. U) 1 2 v ° I 0000 O 011.50' 7 12 REMOVE AND SALVAGE BIKE RACK, 2 `� \ °` ° 4 12+93.58 0 13 10 1 41.50' RT SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. 2 14 icv � 2 ' 1 12+31.72 12+49.81 2 48.09' RT 4 3 55.53' RT -� 55.02' RTO 2 I 13 REMOVE AND SALVAGE METAL BENCH, 12+67.97 12+86.65 9 I 44.30' RTO 48.40' RT 10 \ 13+99.49 1 SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. � 2011+92.74 O- ♦ t12+43.53 U. 48.64 RTO 14 INSTALL TREE PROTECTION FENCING PER CITY STANDARDS. � 74.55' RT B y� 11 71.73' RTO c~n 0 011+99.78 I � 0 9.29' 12 12+32.70 1 15 REMOVE LIGHT POLE, 74.15' RT BOL 79.29' RT 78.87' RT SEE ILLUMINATION PLANS. 18 REMOVE BRICK PAVERS. 20 REFERENCE AND RESET MONUMENT/PROPERTY PIN. � 21 REMOVE/RELOCATE IRRIGATION HEAD, 0 SEE IRRIGATION PLANS. 22 REMOVE TREE. n 23 REMOVE AND SALVAGE FENCE, SEE ROADWAY PLANS. 24 REMOVE TRANSIT SHELTER AND SALVAGE TO TRIMET, COORDINATE REMOVAL WITH TRIMET PRIOR TO CONSTRUCTION. 25 REMOVE WOOD BENCH. DEMOLITION NOTES 1 . RELOCATE GAS, COORDINATE RELOCATION WITH NW NATURAL PRIOR TO CONSTRUCTION. ° 2. DISCONNECT AND ABANDON UNUSED ELECTRICAL CONDUIT, W SEE ILLUMINATION PLANS. ° DEMOLITION LEGEND U ASPHALT GRINDING 3 ASPHALT REMOVAL N Q D D CONCRETE REMOVAL CURB REMOVAL UO w° ABANDON Q� 2 oa 0 20' 40' ^a N2 E�� SCALE 1" =20' .m.U ��gPROP,, CONSTRUCTION DOCUMENTS W �\� �G I N FF /O2 rz Revisions and Addendums ENGINEERING DIVISION SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD CJ. 1 W CENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , �N WEST LAKE O.2130O OR 97035 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 09 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX 16 FAX: _ 94 <�y D. v00� �; WWW.TIGARD-OR.GOV 2 �? ONE INCH (REF) EXPIRES: 6/30/2022 DEMOLITION PLANS - MAIN ST - STA 10+00 TO 14+25 FILE NO a� DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Y I 15+07.290 I i 44.07' LT 1 15+95.22 0 ° 18+06.91 3 1 44.41' LTO I 17+81.520 I 41.57 LTO 15+01.20 1 7 16+50.80 17+56.49 1 39.33' LT\-!!-/ 18+83.97 20 3 042.00' LT 1° \ 12 Bo 1 37.50' LTO \ 1 37.50' LT o 3 i 3 1 18+59.81 040.88' LT 15 1 3 �4W 37 00' LTO 7 12 WALL 3 I I 039.72' LT 41CP fi+ 3- w D _ _ _ = DEMOLITION KEYED NOTES v > o D ° v v e ° v D v v o vDv 4 -- �� D v v JD o 2 0 V o -�--- s °v 14 N D o D o E D v D � s-- o v U D o v v v D ° v p$ v ° o D v 1 t - E W o o D v ° W 2 5 4 O SAWCUT PAVEMENT. 1- `_ I D e v v DEB B V o 5 3 7 18+84.32 O SAWCUT AND REMOVE CURB AND/OR SIDEWALK. 27.91' LTO 3 G 30 PRESERVE AND PROTECT IN PLACE. G G G F- 6 6 6 16 O REMOVE/RELOCATE SIGN, 3 SW MAIN ST 6 _ _ SEE SIGNING AND STRIPING PLANS. 15+00 16+00 17+00 y 18+00 0 `. , 50 REMOVE STORM STRUCTURE. Lu Lu Z 19+00 = 9 9 3 I 60 ABANDON STORM PIPE IN PLACE, �18+84.3201 REMOVE ALL PORTIONS WITHIN TRENCH LIMITS OF NEW UTILITIES, 6 3 / ).00' RT PLACE 18" GROUT PLUG AT EACH END. S S _ 15 5 S 18+68.56 2 SS S S S S S 28.47 RT�,�a� O REMOVE WATER METER. rrW^^ 1 p -- - 3 - 18+73.36( 1 )� w _ 8O ABANDON WATER VALVE. v J E E _ 5 _ 3 8 � 'C P #3 3 3 5 26.81' RT Q v D _ WM o D� � 3 � (x5) ° E o � Dv `' o � 4 o � ° �w '� D 20vE 5 ° E $ DD ABANDON WATER PIPE IN PLACE, ° D o D v D D s ° sTs6 REMOVE ALL PORTIONS WITHIN TRENCH LIMITS OF NEW UTILITIES, 3 PLACE 18" GROUT PLUG AT EACH END. 4 7 4 7 - - - o Dv D - 1 16+59.560 ° 4 4 20 A 6 0 4 D 3 10 REMOVE AND SALVAGE HYDRANT ASSEMBLY, 3 (x3) �O 15+11.61 15+28.27 15+40.29 5 7 I 42.00' RT 3 13 I 3 / SEE WATER PLANS. ST 38.00 RT 038.00' RT 45.73' RTO 10 \ 12 �\ 2 3 1 16+99.37 19 4 17 I - D / 18+68.75 2 jN- I (D42.00' RT 2 12 REMOVE AND SALVAGE BIKE RACK, 015+75.52 1 14 I / 3 20 39.92' RT SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. 16+55.55 S 45.73 RT 18 26 016+47.71 46.15' RTO 0+51.65 1 0+51.65 13 REMOVE AND SALVAGE METAL BENCH, 14 Ts, 14 X 1 2 47.477 RT 46.42' RT 14 I g gg' RT e D 5 115.48' LTO SEE PEDESTRIAN MATERIALS AND LAYOUT PLANS. cn I I I 3 I 14 INSTALL TREE PROTECTION FENCING PER CITY STANDARDS. S7� cn �' I v 15 REMOVE LIGHT POLE, _ \y\ c D SEE ILLUMINATION PLANS. 14 :5': 16 REMOVE DETECTION LOOPS JUNCTION BOX.icv icv v to o I 17 RELOCATE GUY WIRE AND UTILITY POLE, pl _ + " I COORDINATE RELOCATION WITH PGE PRIOR TO CONSTRUCTION. V 3 1$ REMOVE BRICK PAVERS. \y v 19 REMOVE WALL. v y ° I 20 REFERENCE AND RESET MONUMENT/PROPERTY PIN. I y 4 SALVAGE. I cn I D v D 4 e v I DEMOLITION NOTES 20 I v G) ° 1 122 1 . RELOCATE GAS, 3 I ' D 16.03' LT COORDINATE RELOCATION WITH NW NATURAL PRIOR TO D I (n CONSTRUCTION. 1+63.10 (D26.92'1+62.27 21.07' LTO 2. DISCONNECT AND ABANDON UNUSED ELECTRICAL CONDUIT, RT 1 I� I SEE ILLUMINATION PLANS. cn O 1+62.29 I 1 19.94' RT 1+63.35 W 0 N I D (n 0 1+62.28 13.62' LT (D 17.50' RT v / _ DEMOLITION LEGEND c:) D SYS STS STS STS x + N ASPHALT GRINDING 3 \ vD 3 ° c„ ASPHALT REMOVAL N v v o - I 14 D CONCRETE REMOVAL N 02+17.47 3 19.94' RT 1 0 2+17.50 CURB REMOVAL m o l 0 7 + 3 15.96' LT 1 QU I D I IC, vl ABANDON a N, oa o 20' 40' ^a N2 E�� SCALE 1" =20' .m.U ��gPROP,, CONSTRUCTION DOCUMENTS W �\� �G I N FF /O2 rz Revisions and Addendums ENGINEERING DIVISION CITY OF TIGARD SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT Q:W CENTURY PORTLAND OFFICE 1 T,I- a� 5500 MEADOWS ROAD,SUITE 250 , H 13125 S.W. HALL BLVD. 10 3 N 0 W E S T LAKE 0.2130 O OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF o�4> 503.419.2130 OFFICE VOICE: 503-639-4171 E GG��y 8, 2 OO�L� E N G I N E E R I N G 503.639.2710 FAX . FAX: 503-624-0752 94 �2 v �; WWW.TIGARD-OR.GOV ONE INCH (REF) DEMOLITION PLANS - MAIN ST - STA 14+25 TO 19+00 FILE NO a� EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 L 5.5'± 6.0' 17.0' 2.0' 2.0' 17.0' 6.0' 5.5'± SIDEWALK FURNISHING ZONE FURNISHING ZONE SIDEWALK 12" TRENCH DRAIN, 4" TRENCH DRAIN, I SEE DETAIL 1, SHEET C12.2 SEE DETAIL 1, SHEET C12.2 I I rOM 0 0 6" PCC, OVER 6" PCC, OVER 4" AGG BASE * 4" AGG BASE * SEEC ETOAVL R, SHET C63 4" AGG E4" PCC, OVER 4" AGG BASE, GUTTER, SEE DETAIL 1, SHEET C6.3 SEE DETAIL 2, SHEET C6.3 1 CURB AND GUTTER, SEE DETAIL 2, SHEET C6.3 VARIES, 6.0' 17.0' 17.0' 6.0' ~0.0' TO 5.5'±� SIDEWALK PARKING 1 .5 151. PARKING SIDEWALK m" To-1 2.0' 7.5" LEVEL 3, %2 INCH 7.5" LEVEL 3, %2 INCH 2.0' ACP MIXTURE ACP MIXTURE Job.. 2.0% (TYP)* 2.0% ° d° 0 0 0 00 c c 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 1 4" PCC, OVER 4" AGG BASE, SEE DETAIL 1, SHEET C6.3 12" AGG BASE 12" AGG BASE 4" PCC, OVER 4" AGG BASE, I CURB AND GUTTER, SUBGRADE SUBGRADE CURB AND GUTTER, SEE DETAIL 1, SHEET C6.3 SEE DETAIL 2, SHEET C6.3 GEOTEXTILE GEOTEXTILE SEE DETAIL 2, SHEET C6.3 X5.5'± SIDEWALK 17.0' 2.0' 9.5' 1 9.5' 2.0' 17.0' SIDEWALK 1 16.5' STORMWATER PLANTER OR 11.0' 11.0' 16.5' LANDSCAPE AREA (SHOWN) TRAVEL LANE TRAVEL LANE STORMWATER PLANTER (SHOWN) OR LANDSCAPE AREA 1.0% SLOPE VARIES 2.0% 2.0% 1.0% da d D as I 12" PLANTING O O O O O o O O O O O 4" PCC, OVER 4" AGG BASE, PEDESTRIAN CURB SOIL MIX 7.5" LEVEL 3, %2 INCH \-4" PCC, OVER 4" AGG BASE, SEE DETAIL 1, SHEET C6.3 ACP MIXTURE 12" AGG BASE o 0 0 0 0 0 0 0 0 0 0 0 o SEE DETAIL 1, SHEET C6.3 SEE DETAIL 1, SHEET C6.1 CURB AND GUTTER, SUBGRADE THICKENED CURB AND GUTTER, TALL CURB,SEE DETAIL 2, SHEET C6.3 GEOTEXTILE SEE DETAIL 3, SHEET C6.1 SEE DETAIL 1 , SHEET C6.1 STORMWATER PLANTER * OR AS OTHERWISE SHOWN, 1 SEE DETAIL 1, SHEET 12.1 SEE ROADWAY PLANS. TYPICAL SECTION - MAIN ST 1"=3' C4.1 G VARIES (0.0' TO 4.0') 1 LANDSCAPE AREA 1 U1 W 1 10.4'± SIDEWALK 2.0'� 10.5' 1 18.5' 2.0 SIDEWALK 1 12.0' 12.0' 8.0' 1.0' TRAVEL LANE TRAVEL LANE PARKING LANE 1.0% b 1.0%- 1.0' VARIES, 3:1 DAYLIGHT y y y y 0.5% TO 4.0% °VARIES, 1.0' 1.0% 3 1 3:1 DAYLIGHT W y W W y d 1 3.3% TO 5.0% I d 1 N e R Lu Z 0 7.5" LEVEL 3, %2 INCH 2" MIN. GRIND, 2 4 PCC, OVER 4 AGG BASE, PLANTING/ OVERLAY AS NEEDED TO o 0 ACP MIXTURE, OVER 4" PCC, OVER 4" AGG BASE, Uo SEE DETAIL 1, SHEET C6.3 STORMWATER � SEE DETAIL 1, SHEET C6.3 wo SOIL MIX 12" AGG BASE MATCH FINISH GRADE 7.5 LEVEL 3, /2 INCH ACP MIXTURE, OVER CURB AND GUTTER, a� CURB AND GUTTER, 12" AGG BASE SEE DETAIL 2, SHEET C6.3 SEE DETAIL 2, SHEET C6.3 a 0 3' 6' o� N2 TYPICAL SECTION - SCOFFINS ST 2 =3 " ' SCALE 1" =3' C4.1 ��gPROP,, CONSTRUCTION DOCUMENTS �GINFF /O2 Revisions and Addendums SHEET ENGINEERING DIVISION o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C4. 1 Q:W CENTURY PORTLAND OFFICE 1 T' a� 5500 MEADOWS ROAD,SUITE 250 , �3 �N � WEST TIGAR S.W. HALL 8223 MAIN STREET PHASE 2 IMPROVEMENTS OF LAKE OSWEGO,OR 97035 � TIGARD, 0�4> 503.419.2130 OFFICE VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� WWW.TIGARD-OR.GOV 2 �= a� ONE INCH (REF) EXPIRES: 6/30/2022 TYPICAL SECTIONS FILE NO DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1 I O STATE FARM INSURANCE CO., SOUTHWEST OFFICE SUPPLY \ NO LIMIT MARTIAL ARTS, 12245 SW MAIN STREET m SEE SHEET C5.4 FOR SW COMMERCIAL ST YEN'S CHINESE RESTAURANT, 13 5 a 2 20 CENTERLINE AND CURB RETURN PROFILES NEW SHOES PROFESSIONAL SHOE, & I // r 20 n MAIN STREET STAMP & STATIONARY I /' 20 r r ` 6 20 \ 12255 SW MAIN STREET I 20 o 20 6 20 a N r r� r — r p r r r r`♦ 13 11 6 20 6 20 6 13 20 — — 1— 13 \ \\\\ r r r - p v° 'p D D Ir r \ 4 ° 4 r r — — — — — — — D — — r r r ° � v p D ° �� v WM o v ° o D T�T� v D �0 rr7 v D v r v v D D O °� v v v D WM v D WM WM a Ip D — v p -- v D p EmlD o o o D p ---- Dv or " I N D LO v 20 13 7 o D r r r r r ° r v D + 1 g ` V 2 ' v D 4 p �1' ROADWAY KEYED NOTES 0 5 � r rr D 3 0 o rr r4 v 1 3 3 v 2 4 6 r 3 V— LO 15 14 8 p 7 ap DO v rr - D 7 2 r QLf U O CONSTRUCT STANDARD C URB, ;orr 13 2 13 14 13 SEE DETAIL 3 SHEET C6.3. 11+00r 13+00 SW MAIN ST 14+00 OCONSTRUCT CURB AND GUTTER,10+00 rrr C r r 19 I I t 1 SEE DETAIL 2 SHEET C6.3. ui D 20 g v 7 N 8 2 8 19 17 O3 CONSTRUCT TALL CURB, 13 15 16 16 ►• 1 ►• v 7 16 13 19 5 Z Z SEE DETAIL 1, SHEET C6.1. s 2 8 17 16 2 14 p I ' 1 O CONSTRUCT PEDESTRIAN CURB, 22 11 6 v I 16 2 16 r 3 WI ' '' SEE DETAIL 2, SHEET C6.1. 17 p 0 r 13 �� r o 3 6 14 U W — -P v �—� -- --- - cl - D M "D o❑ °-° /r /■4r rD r r r °o° 4O 4 v 7 7 11 rr r D D ) OOO7 CONSTRUCT ASPHALT ROA DWAY, 20 0 SEE DETAIL 5, SHEET C6.1. �6 4 Icv 10 4 o CONSTRUCT CONCRETE SIDEWALK, mm 4 SEE DETAIL 1, SHEET C6.3. g 4 20 4 4 13 20 CONSTRUCT CONCRETE CURB RAM P , 0 6 6 i 2 XGV - TRUNCATED DOMES TO BE FEDERAL S AFETY RED, 20 20 - 13 6 13 6 13 1 4 SEE GRADING DETAILS AND ODOT RD900 SERIES S TD. DWGS. I 20 Tcv O 15T! 20 6 / K3 20 y (D CONSTRUCT CONCRETE DRIVEWAY, � 20 SEE GRADING DETAILS AND DETAIL 4, SHEET C6.1. B0 i 20 \ O CONSTRUCT DECORATIVE CONCRETE CROSSWALK, Bo C7 0 I SEE SHEET C5.4 FOR SW COMMERCIAL ST I� SEE DETAIL 1, SHEET C6.2. Bo CENTERLINE AND CURB RETURN PROFILES I I � � I 24 � CONSTRUCT ASPHALT TRANSITION, 11 ANTIQUE BARBERSHOP OREGON RIFLEWORKS I � 20 WAGS PET RESORT 12290 SW MAIN STREET 12260 SW MAIN STREET I BOLm O 20 rn 5 12230 SW MAIN STREET SEE GRADING DETAILS AND DETAIL 6, SHEET C6.1. (7 I 13 CONSTRUCT LANDSCAPE AREA, n I SEE PLANTING PLANS. yI I 14 CONSTRUCT STORMWATER PLANTER, y SEE UTILITY PLANS AND PLANTING PLANS. 15 RESET EXISTING VALVE CAN, RING, AND COVER TO FINISH GRADE. 185 185 16 RESET EXISTING MANHOLE RING AND COVER TO FINISH GRADE. TRAN (2.0% TO 1.5%) 1.5% TRAN (1.5% TO 2.0%) LT PARKING LANE e RESET EXISTING UTILITY BOX TO FINISH GRADE. STA 12+63.48 TO STA 12+86.67 STA 13+22.44 TO STA 12+86.67 TO STA 13+22.44 STA 13+43.93 CROSS-SLOPE 19 CONSTRUCT THICKENED CURB AND GUTTER ADJACENT TO STORMWATER PLANTERS, 180 co - - 180 SEE DETAIL 3, SHEET C6.1. co 00 rn co NPVI STA: 13+26.08 20 MATCH EXISTING. N7 C6 - 00`�' _ PVI ELEV: 166.65 N 22 REINSTALL SALVAGED FENCE. ti co c� + � ti + N + r- O r- o - C , p II c�0 co U) 0 5 24 2" MIN. GRIND, 175 c � Q Q0 Q - II co LVC: 40.00 Q Q II � 11 � i o N o N 175 OVERLAY AS NEEDED TO MATCH FINISH GRADE. _j � II U) > cn > c/) _j cfl co cfl ti 00 W Go W m J Q (D 'Lu m J U o c0 � c0 o U W (D W CD W CD W W 170 2 rn cel g + l� U CO m U w 170 + oEXISTING SURFACE O m w CO 3.06% s 011- ccoo AT ALIGNMENT U - 3 � Q11 1 z �— 165 z Lu U) w 1.77% 1.77%- 165 U _ O 2.11% 2 3 160160 FINISH GRADE c~(.0 (.0 AT cL ALIGNMENT N + M N N N Qt c I a_ a_ �2 155 - 155 0 IU-) N Ln r ti cfl . Ln ti N r- CO CO Ln O Ln 0-) r,-) 0-)M r ) 00 r ) In CO 00 ci o I n N r- N O N O N r-- .ZTM r- 00 co CD ti 7 r 00 Cp Ln M N d7 CD Cfl Ln In Ln Ln CO CO CO C4 ti 00 0o c0 00 07 CO Co CO Cfl CO Cfl CO C4 cfl C4 Cfl Cfl (0 Cfl Co Cfl CO Cfl Cfl C4 Cfl (0 Co C4 Cfl C4 CO cfl CO Cfl Cfl Cfl r- oO 0 O CD � CD O CD O C� O C� O C� O C� O C� O C� O C� O C� O C� O C� O C� O W U- W � W W W W W W W � W � W W W W W W W W W W W W W LL W W WILL W 10+00 11+00 12+00 13+00 14+00 14+25 0 20' 40' o� ^a N2 MAIN ST PROFILE SCALE 1" =20' H: 1 -20 m U A W Eg PROF V: 1'=5' a� � PROP,, CONSTRUCTION DOCUMENTS W �\� �G I N FF /O2 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P T_ Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C5. 1 W" CENTURY PORTLAND OFFICE 1 z3 a_ ON 5500 MEADOWS ROAD,SUITE 250 , 13125 S.W. HALL BLVD. 12 WEST LAKE 0OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS` 503.419.2130.2130 OFFICE OF 8, 2�� .�� 503.639.2710 FAX VOICE: 503-639-4171 �L E N G I N E E R I N G FAX: 503-624-0752 94 �y D. V 00 �; WWW.TIGARD-OR.GOV a ONE INCH (REF) EXPIRES: 6/30/2022ROADWAY PLAN AND PROFILE — MAIN ST— STA 10+00 TO STA 14+25 FILE NO DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I I BOOMBA FIT LLC/ALL STOPS PIPES ACE SEWING & VACUUM ASIAN PEARL BODY I TIGARD MAIN STREET CLEANERS & DISCOUNT TOBACCO 12185 SW MAIN STREET & FOOT MASSAGE 12155 SW MAIN STREET 12215 SW MAIN STREET 12175 SW MAIN STREET I \ I \ gl I 20 I I \ v o D I I SEE SHEET C5.3 FOR SW SCOFFINS ST 20 46 11 i11 20 6 20 6 I 20 i 20 I 4 20 B, CENTERLINE AND CURB RETURN PROFILES 6 v 11 11 13 � � 20 � 20 20 11 -- - --- 11 D o D O D o D o D 6 4 -4 3 I -- --- 4 --- Ln EB` \00 W y W y y Dv p p F - - N V D O Cb y y y y y y D O v y V Op ° .IM �l•V O D 3 �' e d ROADWAY KEYED NOTES v 4 o y 15 y y 3 4 ° O o y 4 13 6 v 14 7 2 6 yyyy D yy % 2 14 yy y y OD U 23 y y yyyy y yv 14 13 13 O2 CONSTRUCT CURB AND GUTTER, D 5 19 0 5 13 D g ° 7 2 SEE DETAIL 2, SHEET C6.3. v SW MAIN ST 7 14 19 20 3 CONSTRUCT TALL CURB, 11 1 D S D W I 15 8 D 2 6 15+00 7 10 16+00 8 2 19 17+00 2 8 19 18+00 O 5 5 p O SEE DETAIL 1 SHEET C6.1. - o D v D - - � - - � - - - - � - - � - _ 19+00 13 2 8 19 13 9 7 � - O CONSTRUCT PEDESTRIAN CURB, (� y z 14 16 14 15 9 SEE DETAIL 2, SHEET C6.1. J I ' ' 19 5 y y y D 19 y W o y y y 13 16 I O CONSTRUCT ASPHALT ROADWAY, ►L yyy y y oyoo° D 23 13 yyy o y y y y 1 1 ° SEE DETAIL 5, SHEET C6.1. 14 6 2 yyy o y 4 2 y p 3 2 y y 2 v 13 y 4 °O D 3 6 4 6 y 4 y y 2 16 16 20 6 4 y y y y y O CONSTRUCT CONCRETE SIDEWALK, v p v v D ,y e D y ' y y y 7 15 SEE DETAIL 1, SHEET C6.3. p v o < y D v o D y vy 9 13 0 Do v D 18 0 21 o D o $ D y ° D yy QD yyyy yyyD-y�y yyy y y y yyyy y yy-c y-y yy yy y yyyyyyy y�y::-"'.�iy y yy yyyy` yyy yy y " -y -y-y y y yyy+y,y y`y 0 yy y y 4 i y oD y-yzy - -y Dy ovW y y ° 17 Dy O TCROUNNSCTARTUECDT DCONCRETE BCURB DREARMALP, GR 20 SEE GRADING DETAILS AND ODOT RD S9A00FESERIES DS, TD. DWGS.MB MMB y °v D � a 'A D p 4 -- - - - - ---- ----- --- D ' 0 O CONSTRUCT CONCRETE DRIVEWAY, 20 I 13 6 11 4 1 v o°` � D 13 20 13 6 13 D r-0- SEE GRADING DETAILS AND DETAIL 4 SHEET C6.1. ----- -- 20 13 20 6 1 20 L I / 20 0 0 1 II I � /11 5 0 15 / O9 CONSTRUCT DECORATIVE CONCRETE CROSSWALK, l 0 o � v SEE DETAIL 1, SHEET C6.2. UNITED STATES POST OFFICE D X i AMERICAN FAMILY INSURANCE US BANK 6 y ' y ° I 10 CONSTRUCT CONCRETE BUS PAD, 12210 SW MAIN STREET o 12196 SW MAIN STREET 12160 SW MAIN STREET n y y SEE DETAIL 2, SHEET C6.2. SEE SHEET C5. 3 FOR 11 CONSTRUCT ASPHALT TRANSITION, SEE GRADING DETAILS AND DETAIL 6, SHEET C6.1. CONTINUATION 13 CONSTRUCT LANDSCAPE AREA, SEE PLANTING PLANS. 14 CONSTRUCT STORMWATER PLANTER, TRAN (2.0% TO -0.1%) LT PAVEMENT SEE UTILITY PLANS AND PLANTING PLANS. PVI STA: 17+91.18 STA 18+24.51 TO STA 18+84.32 CROSS-SLOPE PVI ELEV: 182.23 15 RESET EXISTING VALVE CAN, RING, AND COVER TO FINISH GRADE. 200 K: 4.07 200 16 RESET EXISTING MANHOLE RING AND COVER TO FINISH GRADE. TRAN 1.0% TO 2.0% TRAN 2.0% TO 1.5% 1.5% TRAN 1.5% TO 2.0% LVC: 20.00 ( ) ( ( ) 17 STA 15+07.29 TO LT PARKING LANE STA 16+18.08 TO STA 16+45.87 TO STA 16+81 .98 TO RESET EXISTING UTILITY BOX TO FINISH GRADE. CROSS-SLOPE N PVI STA: 18+34.51 N 18 REINSTALL SALVAGED BRICK PAVERS, STA 15+19.40 STA 16+45.87 STA 16+81.98 STA 16+95.93 ISI °° -- +� -- + PVI ELEV: 185.44 MATCH EXISTING PATTERN, 195 I I _ ° K: 4.07 000 195 1" COMPACTED CONCRETE SAND OVER v� � i� j LVC: 20 i -0 .00 00 ti 6" COMPACTED AGGREGATE. PVI STA: 17+17.56 � m > w LOO oC90 19 CONSTRUCT THICKENED CURB AND GUTTER ADJACENT TO PVI ELEV: 178.94 PVI STA: 17+63.1800 w � � � � L6 II STORMWATER PLANTERS, K: 17.43 I PVI ELEV: 181.71 + °r° + ° U) LVC: 50.00 U) N 00 00 > SEE DETAIL 3, SHEET C6.1. 190 K: 4.37 z 00 ui UJ °° � 190 L L LVC: 20.00 LL CD j j w 20 MATCH EXISTING. N DO N O 0O O 00 O O 00 M ; m ; W Ey,- �� rn ti It 00 CO U � m w 3 83% 21 CONSTRUCT 5 WIDE CONCRETE STAIRS, T=11 , R=5 ° w � w co ti _o I v� 11 1.50% 3.75% U U SEE ODOT STD. DWG. RD120. 185 U � U Lu w w z U) w 23 CONSTRUCT CONCRETE SIDEWALK UNDER BUS SHELTER, EXISTING SURFACE m m w w U > U > I ° 185 6" PCC OVER 4" AGGREGATE BASE, AT ALIGNMENT m CO w w _ 7 c�2�° BUS SHELTER TO BE INSTALLED BY TRIMET. 00 Uj C14 C14 p7°% G.B. (1.0%) � M LO m ao 6. 00 Lo ch ti 180 1.50% � � 180 + N I fW Cn W (n Q G.B. (1.0%) U U (U U U " mm ww & u ° FINISH GRADE (fl 175 . w 3'20 /° � PVI STA: 18+63.28 175 AT cL ALIGNMENT o PVI ELEV: 185.98 00 + + K: 8.89 3 00 LVC: 20.00 o 3.06% U 170 _ 170 I� ti ti 00 00 00 00 00 O 00 O O 00 N N 00 O 00 O 00 00 Ln ti ti v CO N O O ti Ln LO M r 07 00 f` LO Cfl Cfl m0-) 07 O O N N r_� M Ln L6 LO C6 CO3 l_� ti 00 O (7; O O O M N 4 It L6 Lf, (6 CO3 i CO C0 r- ti r- r- ti r- I- ti ti ti ti ti 00 O 00 00 00 00 00 00 00 00 00 00 3 CD CD � c� � o Q � C7 � (7 0 (7 CD (D c� C� CD (D � (7 � (D � (7 � C� CD (D 0 (D CD (D � � a w u w u- w � w w w w w w w w w w w w w � w w w w w w w w w w w w w u- w w w w w 14+25 15+00 16+00 17+00 18+00 I 19+00 0 20' 40' MAIN ST PROFILE TRAN (2.0% TO 1.6%) TRAN (1.6% TO 2.6%) RT PAVEMENT o STA 18+11.99 TO STA STA 18+48.55 TO CROSS-SLOPE „ _ H: 1"=20' 18+48.55 STA 18+74.00 SCALE 1 -20 E V: V=5' =o ��pPROFF CONSTRUCTION DOCUMENTS 16 s C' N FFS/02 Revisions and Addendums ENGINEERING DIVISION SHEET o� 72533PE Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GARD C5.2 K' PORTLAND OFFICE ADDENDUM #02 11/04/21 1 JAJ ENTURY 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. OREGON $/�//WCEST MAIN STREET PHASE 2 IMPROVEMENTS LAKE OSWEGO,OR 97035 � OREGON 97223 'b �� 503.419.2130 OFFICE TIGARD, OF Q a 8, 2 E N G I N E E R I N G 503.639.2710 FAX VOICE. 503-639-4171 am Metro �FY D. V OOH WWW.TIGARD OR.GOV FAX 2 9 4 m2 a� ONE INCH (REF) EXPIRES: ROADWAY PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 FILE NO DESIGN- JAJ DRAWN- AJF CHECK- RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 000 M 195 oo m-00 � (o 0 0 195 ti O O 11 000 000 � N LOC) f` c~ 00 L(7 O aa00 +00 + ti NO � II 00 000 0 00 O O N � II� . > Q II a aII 00 II 000 T- 190 (7w cDw mw � > �? � " 11 190 A` LU UWUW CSW m J m Lu J I D O @ EX. W (D w + I D O II I Q v N o3.80% o D De D D° D g 1rF_3-r'54 + 3.00% Sc `n1851.11% -0.12% 185 -1.02% % I N I e EB p EXISTING 0 SURFACE 180 o180 r- N o ` NE CORNER + 0 00 FINISH GRADE MCDONALD'S + I o I D 12090 SW MAIN STREET e p D \ LL LL I D ° D e D ° DD D p D D 1+00 0+00 I l e , e icv Icv DpCD 17 ' O I ksO D pe ICV D 20 SCOFFINS ST & MAIN ST - NE CORNER PROFILE I D D N D D D D p D ° ° e D eD D H: 1"=20' ° D }� V: 1'=5' I - - -------- D I � D Z D e �X2s` �0+00 Ip 0+00 1 1+00 13 2 16 2+00 2+30 205 205 I _ _ D j I + S SW SCOFFINS ST ROADWAY KEYED NOTES I 0+75 1 \ 2 \\ 20 O2 CONSTRUCT CURB AND GUTTER DD SEE DETAIL 2, SHEET C6.3. ° Xh0 , 1+00 1+25 1+50 1+75 2+00 24 200 200 I I I 4 D -- - O6 CONSTRUCT CONCRETE SIDEWALK, PVI STA: 1+58.89 D D , �, D ° D D ° ° e , PVI ELEV: 181.96 i ° u') �e D ° D ° D p ,D D D ° D eD D D D D e p D D D - SEE DETAIL 1, SHEET C6.3. K: 4.57 M + j �° D - - o - - - - - - - 13 CONSTRUCT LANDSCAPE AREA, LVC: 20.84 PVI STA: 2+02.04 PVI STA: 2+29.94 I DP D De o D ° , . r -- --------- 6 ___------ - 20 --- D /'� SEE PLANTING PLANS. 195 ti l M CO PVI ELEV: 184.90 PVI ELEV: 185.40 + 195 I D e D 00 o J e + p ,� 16 RESET EXISTING MANHOLE RING AND COVER TO FINISH GRADE. � � a; N K: 4.72 K: 4.91 N � I � .�,� � I' , ° � 00 � °00 LVC: 17.63 LVC: 22.14 Q °00 D j > ■j p 3 ' I SE CORNER US BANK D 17 RESET EXISTING UTILITY BOX TO FINISH GRADE. PVI STA: 1+30.34 � ' � ' > I 12160 SW MAIN STREET MATCH EXISTING. PVI ELEV: 181.52 U C) U ��`' 00. I- m � > -1 e + O U > U > C6 4 O 0 m W ° ' ' D ° U) K: 4.1 4 > m > W rn oo � c0 T o0 00 � I I " 190 m w + + + - - + c� w 190 I D 24 2 MIN. GRIND, C.0 LVC: 20.04 N �" D D o STA 0+51.65 TO STA 2+17.49 d + w w ' ' '� W I o OVERLAY AS NEEDED TO MATCH FINISH GRADE. U co U C) U 0 U EX I � � I + DI ® GRIND AND INLAY 11 aoo M oo `Y? m FINISH > m > w > m > w o 563% I D . i, � , � o > a 00 o m W m w 5 7 p /° e I 11 GRADE uJ 33%' .19% _ I D ,' , � , ' � o m cn U co C) � + I 5 � w m w 684°/° _ 5 m w - 1.20°, - EXISTING G.B. (3.1%) SEE SHEET C5.2 _ 180 0 ° ti SURFACE 00 180 FOR CONTINUATION Ln 6.04% N a? co G.B.(1.0%) O cl� `o + + + + - TRAN (2.0% TO 0.47%) N LT PAVEMENT r N U U N TRAN (4.0% TO 2.0%) STA 1+10.00 TO STA CROSS-SLOPE a 0- 0- w 0- STA 0+73.38 TO STA 1+10.00 1+63.26 1+00 2+00 2+75 195 PVI STA: 1+81.11 a, 195 SCOFFINS ST & MAIN ST - WEST GUTTER PROFILE00 N PVI ELEV: 184.26 LO � 'tK: 103.57 + m H: 1"=20' N N + 0 °' m LVC: 20.00 N + M O O ('5 11 00 V: 1'=5' O C I I o`n'o 11 0_0 11 0_0 � rn � � a r- 11 195 PVI STA: 0+11.83 195 co 190 o °r° i i + 00 00 190 zOcfl II > > � + mW PVI ELEV: 181.22 00 �, Q o 00 > m w 1b w FINISH GRADE m LJu 111 LLj J K: 4.30 c~ °O c) M 11 ° °° J (D w (7 w C� w cii U cii U C7 w � , � � rnNorn N � rnm 1- a 11 (D Lu > m > w EX. (.0 L C: 10.49 + � + o + 00 + 00 + o mac.) � � m w 3 r` o O N O ri o � � cyi 11 c0 z cn Lu ° 1.21 0o ti + N ch 00 11 ao 11 11 00 II 00 11 c0 a 190 185 - o 0.69% 0.25% -0.85/0 185 190 ,6 � � o � + co + � -1?6/0 1.00% 0C � O ti C) T_: OI ar a a � 11 + LO O 00 , 00 11 co 11 00 II II H II ¢ II II U) > o oob o � o a � a > > c/) > mw 0.66/0 Iii W 11 11 m W m w W EXISTING SURFACE a cis U cri U � cn J J m J m w m _ w EXISTING SURFACE 1­- 11 > w mw mw (� WW C� wc� W � '-u 180 180 185 m J co w c� w (� w 185 U W _ _ _ _ - 0.69%- - -0.73%- -1-06% - - ° 0 0 " 5.99% 0.56% -4'01% -5.0/o TRAN (-5.0/o TO -3.28/o) STA 0+66.52 TO STA 0+97.38 TO RT PAVEMENT 1.50% 0.94% CROSS-SLOPE STA 0+95.64 STA 1+63.26 180 0 0 00 N 00 180 175 _ _ 175 ~ 2.16% cti° `'' FINISH GRADE Cocci Q0 00 LO 000``'0 �00 rn Oo � � NfO N � 4 � O c'i o O + + + Oc'7 C'7 I`7 C7 I`7 M o ++ O O O ++ 00 c0 00 00 00 00 00 00 00 00 00 CO 00 co 00 0o 00 CD c� c� 0 c� 0c.D a a Lj LL w LL w LL w LL w LL w LL w LL w LL w "= 0+00 1+00 2+00 0+00 1+00 2+00 2+30 ° SCOFFINS ST CENTERLINE PROFILE o 20' 40' 'a N SCOFFINS ST & MAIN ST - SE CORNER PROFILE N H: 1"=20' g H: 1"=20' SCALE 1" =20' V: 1'=5' V: 1'=5' 0PROpF, CONSTRUCTION DOCUMENTS G N FF O� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C5.3 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT C E N T U RY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 14 ` W EST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS 503.419.2130 OFFICE OF 8, 2 �� 503.639.2710 FAX VOICE. 503-639-4171 � E N G I N E E R I N G FAX: 503-624-0752 94 �2 • � W.T/GARD-OR.GOV ROADWAY PLAN AND PROFILE - SCOFFINS ST FILE NO Q o Y D v�O � WW a ONE INCH (REF) EXPIRES: 6/30/2022 : 97017 DESIGN: JAJ DRAWN: AJF CHECK: RD V PROD. NOBID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 co00 m co 175 oo 00 N 175 00 � O r-- co � M ON 00 + LO + cM + O + O + ti 00 N_ N � � II C.0O II � II � Q � C) L6 M 00 o o0 175 Q7- Q � Q Q � < II Q11 (0 r` c > c > co SII m LO Ln ti r-- LO - D SII SII III SII ° � > w w Go � > CD � c0 � M m � + ML6 D 170C)d w � > m m w 170 Lf) LOM NM NM N UJ CV (D II Cfl / ec ° Ur W mJ FINISH ('� w ('� W (7W mJ O r__ + N 11 c0 11 c0 I I o Q j C� w GRADE C� w � C° � � � � U? > mw 170 / g D D M ° e 1.61% ° _2.38/o � > m J � w 00J caw Caw ° ,�` / D D 165 _ _ - 165 CD w m w m J EXISTING SURFACE C� w O 1 D° / 71.77% .04% J W M ° / C� W 1.94% 1.77% � ° D -1.20% D D D ° ° D ° / 0.54% 0 7% 165 / D D / 0 48% 0.58% 0.71 /o - -1.9 ° ° D D ° ' / 160 M EXISTING 160 i + / � 0.96% D D o 000iiiiii D ', ii 00 SURFACE 00 ° •, , ii NE CORNER + N ti 160 D o Q0FINISH GRADE `n o % (c) r � 00 N N D / D4�X \� 1+75 1+00 0+75 a n a tIA/ D ° Y. 0-i-00 D ° COMMERCIAL ST & MAIN ST - NE CORNER PROFILE 1+00 2+00 3+00 3+25 / D A p 0 25 D° 0 0 �+ H: 1"=20' O � �- 8 , V: 1'=5 COMMERCIAL ST & MAIN ST - NW CORNER PROFILE �D D o / s� . , 0+50 TRAN (0.3% TO -0.8%) ° o W C0 �� STA 0+43.12 TO LT PAVEMENT V: 1'=5' ' % / D ry "� D STA STA 0+73.06 CROSS-SLOPE ° D / ° D° D ° 2k�5 ° tax 44 Tr ° D° , , D �O y� PVI STA: 0+26.88 i / i D / i 180 PVI ELEV: 164.27 180 / D ° iii si i ioo D D si iii, i ° ° i i ii D ° o D D D 3+25 K: 5.64 i p p D °D i1i OOi °D Dd ° D D ° LVC: 20.00 180 180 i i ry o D / ° , iii.^ i D ° ° ',LB B LOW PT. STA: 0+25.03 LOW PT. STA: 0+42.42 / / D , i i V i Ak P L °L 175 0 o LOW PT ELEV: 164.35 0 - 175 i LOW PT ELEV: 163.12 / / ° i iij 0 D ° / ! O CO co � PVI STA: 0+40.00 / ° i ii i D° / SE CORNER o 00 c6 m 4 o N D ° i O + + LO I I cO 175 PVI ELEV: 163.10 175 / ,^ (�c� o 4 O o uj LO K: 21.68 LO NW CORNER / D D DXvJ ,i iii v ° D D / D / Q 7 Q � U U � U LVC: 20.00 m oo /� i i D° , ' I` g / 170 II 0 m 0 W _ CO W 170 LO (.0 o o c0 Nao a; / / i ' iii % Gj D / ° D mw wm w FINISH mJ + Q O '- + r � r , i i i , ° ° D OM O M O M � M + Lf� / 'ei i ii i D D ° / J fnw GRADE (D Lu II CO Ln cO M cO II CO O crj ..///i D / ° U' W V + + II CO - - 170 II O O II Q 170 S-moi i i i D° / ° / i > U U > ~ II ii •i i ii i si i (/O O i iii 0 °° � > w > m 00 � mw >i' iiiii ' iii ,:/ si, i c") w `y / 165 -1.91% - 2.10% EX 165 Caw w 00 Caw Caw ° D iiia i/ _J ° D v2.14% v 165 EX. FINISH 165 1+00 ° D ° �oaoo1+25 i i i i I ° 0.12% GRADE _1 89% D ° ii oii ^� °` EXISTING 0.35% -0.57% SW COMMERCIAL ST (NORTH) ,^ , „ D '�_k 160 SURFACE I - - I 160 D i i i 1�1 EXISTING SURFACE - - , i i D ° �/ TRAN (-2.8% TO -3.00 0 RT PAVEMENT 0+75 0+00 0+65 0+50 D 0+25 iii ii 0+00 STA 0+59.94 TO CROSS-SLOPE ° D / // STA 0+73.06 COMMERCIAL ST CENTERLINE PROFILE (NORTH) i,° 7 i iiiii,i D DD 0+00 0+80 i H: 1"=20' i so Qo G� i,iiii a COMMERCIAL ST CENTERLINE PROFILE (SOUTH) V: 1'=5' i i i i i Ic SW CORNER ° i i i i, i D V H. 1"-20' i V. 1'-5' O PVI STA: 1+76.49 rn 00 00 Ln a 175 175 -°' D s ( Q) iiiiii, °D D 175 N � PVI ELEV: 163.04 O � o co °°� � � � 0 0 175 N LO o N i� o K. 22.19 N + Nt + � + � O N O i O O O O M co co M M o o 0o M + LO + LO LVC: 30.00 L6 + c�i II CD II cco II � II cfl O O co o D D D / i co (.0 LOW PT. STA: 1+76.12 N °M° N M N � < � < � < i � co O N O ti + � + M + � � cOMCOO) ° M co O M + 00 + ti + Cc) ° ° Q Q M II cO 3 170 Q 1 � II o lol 04 o o CON170 o D D e '-X- 170 1 II II LOW PT ELEV: 163.09 II o Q II w > > CO J 170 O) �_ O) H I I ~ 0? > m J m J m uJ w U W (A II II II H I H H ° D O D Ooj mJ mJ cj cj (n > mW U' W U' W CSW w > > � U) � + C� w C� w co c0 O� c0 w oo w FINISH C. w .r m m Lu 00 W > > > O + + m J w w C� w 0 w GRADE EX. (Dw U' W CSW m J mJmJ n D (n U U o caw (Dw (Dw U > U > 1.050/(-0.50% 2.04 /° 165 165 o/ ° ht ° ° ° % 165 EX. > m > w 1.43% .0 165 0.18% -0.66% °0 w 0.69% 1.53% -0.60%_-1.30% -2.06% -1.00-0.50% D - - - 2.17% EX.0.81% ° D D 0.15% 1.00% M o EXISTING "t m 160 LO 160 FINISH M EXISTING 160 N No SURFACE m00 160 co 0')o GRADE + SURFACE + N N N c i + vh O + N M EOU a- W W 0- W Q 0+00 0+75 1+00 2+00 3+00 3+50 COMMERCIAL ST & MAIN ST - SW CORNER PROFILE COMMERCIAL ST & MAIN ST - SE CORNER PROFILE 0 20' 40' °a N H: 1"=20' H: 1"=20' N V: 1'=5' V: 1'=5' SCALE 1 -20 E .m.U 0PROp_, CONSTRUCTION DOCUMENTS GIN FF O� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C5.4 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT C E N T U RY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 1,S W EST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS ` 503.419.2130 OFFICE OF 8, 23Q �� 503.639.2710 FAX ICE. 503-639-4171 � E N G I N E E R I N G FAX: 503-624-0752 94 2 WWW.T/GARD-OR.GOV ROADWAY PLAN AND PROFILE - COMMERCIAL ST FILE NO D v�O a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK. RDV PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 6„ ASPHALT OR WIDTH VARIES DRIVEWAY NOTES �s R CONCRETE TRANSITION A LENGTH VARIES ASPHALT OR 3/4n R CONCRETE TRANSITION 1. CONCRETE COMPRESSIVE STRENGTH SHALL BE A MINIMUM OF 3000 PSI AFTER 28 DAYS. ASPHALT TRANSITION 2. CURB JOINT SHALL BE TROWELED WITH A MIN %2" RADIUS ALONG BACK OF CURB. FINISH GRADE 4" °4 _ 6:1 41 ° i ° 3. EXPANSION & CONTRACTION JOINTS SHALL BE%2" PREMOLDED ASPHALT IMPREGNATED BATTER ° 4 4 MATERIAL OR EQUAL EXTENDING FROM SUBGRADE TO FINISH GRADE. CONCRETE ° d ° 1% ° CONCRETE 1•• VARIES WALK ° ° 6.0 WALK 4. DEFORMED #3 REBAR AT 12 EACH WAY. PLACE 3„ CLEAR OF AGGREGATE. TIE ALL BARS. (TBD) 4" WIDE CURB OPENING, 4 STORMWATER PLANTER 4 SEE NOTE 2 °° TOP SURFACE ° d ° /\ Yyy > B STORMWATER ' ° LANDSCAPE ,, LENGTH VARIES T� ° d \\ \\ \ PLANTER ° ° ° AREA IV IV W ° d d ° y 11 ASPHALT TRANSITION \\ \ BOTTOM OF TOP SOIL 2% MAX � 4° ° TALL CURB ° °d ° 13.0 4 ° ° ° 4 ° ADJACENT TO d ° ° PEDESTRIAN CURB ° d° 4 ° STORMWATER PLANTERS, ° i° d IV ADJACENT TO LANDSCAPE AREAS, ° CONCRETE 7 5' ° d ° 1% ° ° 4 CONCRETE 4 AGG BASE SEE DETAIL 1, THIS SHEET ° SEE DETAIL 2, THIS SHEET WALK ° -ON.- ° ° d ° WALK IL y y y 4 ° °� 4d d NOTES ° d 4,1 d '. 1. FOR CONSTRUCTION NOTES, REFER TO CITY OF TIGARD y 11' IL' 11, 141° STANDARD CURB DWG. NO. 125. d ° ° ° 12% MAX ° d d 4.0 y � 6 LONG VERTICAL 2. SEE DETAIL 1, SHEET C12.1 FOR CURB CUT LOCATIONS. < 4 ° d y�CURB TAPER (TYP), �� ° 0" TO 4" EXPOSURE B NOTCHES SHALL BE 1 LOWER THAN THE ADJACENT SIDEWALK AND SLOPE TOWARDS THE FACILITY. LENGTH VARIES WIDTH VARIES LENGTH VARIES TALL CURB A 0.5' 1 CURB AND GUTTER, LEGEND CURB AND GUTTER, (�' J THICKENED CURB AND GUTTER 5.3' WIDTH VARIES 5.3' SEE DETAIL 2, SHEET C6.3. SEE DETAIL 2, SHEET C6.3. SLOPE 7.0% MAX ADJACENT TO STORMWATER PLANTERS, C6.1 MAX 8.3% FINISH SURFACE SLOPE SEE DETAIL 3, THIS SHEET ( ) TYPICAL SEPARATED SIDEWALK DRIVEWAY CURB-TIGHT SIDEWALK DRIVEWAY 1"=5' 1"=5' 4" (TYP) 611 UNLESS OTHERWISE NOTED, /11 R %2" R ASPHALT SEE GRADING DETAILS FINISH GRADE TRANSITION, SEE DETAIL 6, ASPHALT FINISH GRADE 4° THIS SHEET TRANSITION d 4" AGG CURB AND GUTTER, 4.0' 13.0' 6.0' VARIES SEE DETAIL 6, EMBEDMENT DEPTH: BASE SEE DETAIL 2, SHEET C6.3. CURB AND GUTTER, THIS SHEET 10" ADJACENT TO LANDSCAPE AREAS SEE DETAIL 2, SHEET C6.3. 7.5' VARIES 6" ALL OTHER LOCATIONS 6" 0 8.0% MAX „ ROADWAY 12% MAX 2.0% MAX 1.0/0 6 �- 1.0% 8.0% MAX ROADWAY NOTE \ //\//\// FOR CONSTRUCTION NOTES, REFER \\.�\,\\ \ \ \ \ \ \ \ /\/\/\/\ \ \ \ \ \i / /\/ \/\/\/\/\/\/\/\j\j \\i \�. \ \�.\\\\i\\\j\�\jam\\ \j\\\�`� TO CITY OF TIGARD STANDARD % //�//\ \ \ CURB DWG. NO. 125. AGGREGATE BASE NOM. COMP. THKN. - 6" AGGREGATE BASE PEDESTRIAN CURB 2 NOM. COMP. THKN. - 6" 1"=1' C6.1 TYPICAL SEPARATED SIDEWALK DRIVEWAY SECTION A-A TYPICAL CURB-TIGHT SIDEWALK DRIVEWAY SECTION B-B CONCRETE DRIVEWAY 4 C6.1 1" R 6" 18" WIDE CURB CUT, 0.03' * SEE NOTE 2 7.5" LEVEL 3, %2 INCH ACP MIXTURE 1" BATTER 61 ° 3 -- - 4" LEVEL 3, %2 INCH 4 ACP MIXTURE 4 21" " 0 15 ° °° d O O O O O o 0 0 0 0 U ° C7 g" AGG 12" AGG BASE N O�O�O 4.5" AGG BASE O�O�O�O�O BASE Qt SUBGRADE a W 24" GEOTEXTILE O O O O O O *OR AS OTHERWISE SHOWN, o 0 0 SEE GRADING DETAILS \ \ \ \ \ EXISTING SUB BASE EXISTING a THICKENED CURB AND GUTTER 3 SUB BASE oW 1"=1' C6.1 ASPHALT TRANSITION SECTION 6 o� NOTES TYPICAL PAVEMENT SECTION 5 N.T.S. NZ C6.1 N� Eo 1. FOR CONSTRUCTION NOTES, REFER TO DETAIL N.T.S. C6.1 2, SHEET C6.3. W OL ��gPROP,, CONSTRUCTION DOCUMENTS W 2. SEE PLANS FOR CURB CUT LOCATIONS. ��`' �c'► N FF X02 Revisions and Addendums SHEET rz SEE STREET SIDE CURB CUT DETAIL 3, SHEET ENGINEERING DIVISION CITY OF TIGARD C6. 1 Description Date No. By PUBLIC WORKS DEPARTMENT C12.1. CENTURY PORTLAND OFFICE 1 ON ; 5500 MEADOWS ROAD,SUITE 250 , 13125 S.W. HALL BLVD. 1 F WEST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF o= �� v0�4> �� 503.419.2130 OFFICE VOICE:�503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. V OOH �; WWW.TIGARD OR.GOV 2 '22 ROADWAY DETAILS FILE NO al ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK: RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 v Q ° 4 Q ° ° Q d ° d d° Q ° d Q° ° 4 Q ° ° d ° O ° ° O°00 d ° 00000 C3 0 000 ° ` °00°°0 ° ° 0 ° Q 0000 Q ° ° ° NOTES d a Q 1. CONTRACTION JOINT SPACING SHALL NOT EXCEED 15'. 3' DECORATIVE CONCRETE CROSSWALK, 2. EXPANSION JOINT SPACING SHALL NOT EXCEED 45'. ° 2' X 2' SQUARE SCORING PATTERN d (SEE SCORING AND JOINT NOTES), I DECORATIVE CONCRETE ° DAVIS COLORS: TILE RED (#1117) ° CROSSWALK EDGE OF AC/CONCRETE ° I ° TRANSITION PANEL CROWN Pw C 3' 8' 1 3' I 14 — — ° d ° EDGE OF AC/PCC ° idd g 3' EDGE OF AC/CONCRETE TRANSITION PANEL I I EDGE OF AC/PCC Q Q ° d d d ° ° Q °Q B TRANSITION PANEL ° TRANSITION PANEL B PCC Q I ° CONCRETE ° ° ° ° d d AC ° ° ° Q BUS PAD d ° CROWN ° Q ° ° _ _ ° ° �d _ $ ,, _ _ ° _ _ CURB AND GUTTER ° — ° Q ° ° SCORING AND JOINT NOTES A ° QA ° 1. PROPOSED SCORING SHALL HAVE A MINIMUM DEPTH ° I 00°Oo 0 0° ° 0 OF%4 INCH AND A RADIUS OF%$ INCH. ° °° Q °° ° Q ° ° d d C ° Q 2. LONGITUDINAL SCORING SHALL BE MADE PARALLEL _ _ d ° Q ° ° ° Q ° TO THE ALIGNMENT OF THE ROAD. ° d ° Q ° ° 4747 d Q 3. SCORING PATTERN TO BE SUBMITTED BY THE Q ° ° ° ° ° ° ° d ° ° ° Q ° Q ° ° ° d a CONTRACTOR AND APPROVED BY THE ENGINEER PRIOR TO POURING CONCRETE. AC I PCC ° AC Q 4. CONTRACTION JOINT SPACING SHALL NOT EXCEED 15'. I DECORATIVE PLAN Q CONCRETE 1"=5' 5. EXPANSION JOINT SPACING SHALL NOT EXCEED 45'. d ° I CROSSWALK PAY LIMITS 51.0' (WESTBOUND) 3' 54.0' (EASTBOUND) TRANSITION PANEL 20" LONG SMOOTH 20" LONG SMOOTH LEVEL 3, %2 INCH Q EPDXY COATED #10 #4 REBAR 24" O.C. EPDXY COATED #10 #9 REBAR @ 3 ACP MIXTURE DOWELS @ 12" O/C (BOTH DIRECTIONS) DOWELS @ 12" O/C EQUAL SPACES 2" MIN. ROUGH 0 ° SLOPE VARIES PCC 2" CLR FINISH 7.5.. 0000000 °� ° °° o Q ° Q Q 4 °°° ° Q° ° `6�� d° d °° 6�� � d ° d 1111 11111 11111111111 12" ° d '� 1l11 11111 11111111111 ° Q ° ° d ° t ° 8"—� d da ° a Q ° 61�43" CLR I Q 3" CLR 3" CLR I 12" ° ° Q (TYP) Q I (TYP) Q (TYP) 7.5"✓ PLAN 1"=5' CONSTRUCTION CONSTRUCTION@ 5 REBAR JOINT CRUSHED—/ JOINT 12" O/C AGGREGATE, 1"-0 SECTION B-B 3' PAY LIMITS 3' CL 1"=1' CURB AND GUTTER, .00 TRANSITION PANEL 8 TRANSITION PANEL PAY LIMITS SEE DETAIL 2, SHEET C6.3 3 y 20" LONG SMOOTH, 20" LONG SMOOTH LEVEL 3, %2 INCH CONCRETE #9 REBAR @ 3 EPDXY COATED #10 #4 REBAR 24" O.C. EPDXY COATED #10 #9 REBAR @ 3 ACP MIXTURE 9.5' SIDEWALK EQUAL SPACES DOWELS @ 12" O/C (BOTH DIRECTIONS) DOWELS @ 12" O/C EQUAL SPACES ROUGH COLORED PCC 2" MIN. ROUGH PCC ° FINISH SLOPE VARIES 2" CLR FINISH 2.0%_4-1 Q Q ° ° ° n ° 4" �� 7.5" ° ° ° d° d d° Q ° d 6 ° Q ° 7.5 Q 12" ° ° ° ° ° ° it 11111111111 11111111111 12" ° ° d C� '� 1111 111111 11111 X11111 ° ! ° ° ° d Q d ° ° d ° ■■.�■■ ■�■■■ ■■■.■■■■.■■ ■........ ■.............■ ■...................■■....+......................... ■.......■lis i ■■■■■■■■■■■■■■�■■■■■■■■■■■■■■'� �.........�.....■■ ■■.■...f..■■.........■.■.■........� ■.■.■.■A■■. ■■..�....■ ■..........■.....�� �■■■■■■■■■■■ ■■ ■■■■■■■■■■■■■■ 7811 d Q7 ° ° S Y I d ° ° Q d ° d ° ° / / " � „ 12" 3" CLR I �Q 3" CLR 3" CLR 12 7.5" Q 3" CLR � 7.5" � � (TYP) Q I �Q (TYP) L #5 REBAR @J CONSTRUCTION #5 REBAR @ #4 REBAR 24" O.C. 12" O/C CRUSHED JOINT 12" O/C (BOTH DIRECTIONS) SECTION C-C CRUSHED e� AGGREGATE, 1"-0 SECTION A-A AGGREGATE, 1"-0 CONSTRUCTION 111=11Q_111 JOINT W CONCRETE BUS PAD 2 DECORATIVE CONCRETE CROSSWALK N C662 N� . � C6.2 E .m.U �,�G EpPRO, CONSTRUCTION DOCUMENTS ��\� FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C6.2 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ON k` C E N T U RY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 17 W EST LAKE OSWEGO,OR 97035 M T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS o F 503.419.2130 OFFICE ' 8, 2 �� 503.639.2710 FAX VO/CE.' 503-639-4171 � E N G I N E E R I N G FAX. 503-624-0752 94 �Y D. \/°° WW W.T/GARD—OR.GOV ROADWAY DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1" R 6111 0.03' * 1" BATTER 6" a a 12" 1" R 6.0' MIN O O O O O CURB JOINT, SEE CITY OF TIGARD DWG. NO. 146 0 �O�O�O� 13.5" 1% TYP (DESIGN) AGG BASE 2% MAX (CONSTRUCTED) *OR AS OTHERWISE SHOWN, 4 ° SEE NOTE 5 SEE GRADING DETAILS ROAD ° 24" 6" a O O 2 O O O O O NOTES �OO�O o O o 0 1. CONCRETE TO HAVE A BREAKING STRENGTH OF 3000 PSI AFTER 28 DAYS. 4" PCC OVER 4" AGG BASE, 2. EXPANSION JOINTS: SEE ODOT STD. DWG. RD720 FOR PCC NOTES A. TO BE PROVIDED: (1) AT EACH POINT OF TANGENCY OF THE CURB, CURB-TIGHT SIDEWALK (2) AT EACH COLD JOINT. (3) AT EACH SIDE OF INLET STRUCTURES. (4) AT EACH END OF DRIVEWAYS. (5) AT LOCATIONS NECESSARY TO LIMIT SPACING TO 45 FEET. B. MATERIAL TO BE PRE-MOLDED, ASPHALT IMPREGNATED, NON EXTRUDING, WITH A THICKNESS OF% INCH AND SHALL COVER ENTIRE CROSS SECTION OF CONCRETE. 3. CONTRACTION JOINTS: LANDSCAPE AREA 5.0' MIN. A. SPACING TO BE NOT MORE THAN 15 FEET. 1% TYP (DESIGN) B. THE DEPTH OF THE JOINT SHALL BE AT LEAST 1-1/2 INCHES. 2% MAX (CONSTRUCTED) 4. BASE ROCK 2"-0" OR 3/4"-0", 95% COMPACTION. BASE ROCK SHALL BE TO a ° SEE NOTE 5 SUBGRADE OF STREET STRUCTURE OR 4" IN DEPTH, WHICHEVER IS GREATER. ° ROAD + + + + + + + + o 00 0 0 0 5. AT CURB RAMP AND DRIVEWAY DROP LOCATIONS, THE FINISH GRADE SLOPE OF + + + + + + + + THE ADJACENT CONCRETE PANEL(S) SHALL CARRY THROUGH THE TOP OF CURB ° TO THE FLOWLINE. SEE GRADING DETAILS. a oo 0 0 0 0 0 CURB AND GUTTER 2 ���C 4" PCC OVER 4" AGG BASE, C N.T.S. C6.3 0t SEE ODOT STD. DWG. RD720 SEPARATED SIDEWALK NOTES 1. CONCRETE SHALL BE 3000 PSI AFTER 28 DAYS. Y4„ R 6 NOTES 2. PANELS TO BE 5 FEET LONG UNLESS OTHERWISE SPECIFIED. EDGE 1. EXPANSION JOINTS: A. TO BE PROVIDED: 3. EXPANSION JOINTS & CONTRACTION JOINTS SHALL BE 1/2" PREMOLDED ASPHALT IMPREGNATED T 5„ 9 °_r__ (1) AT EACH POINT OF TANGENCY OF THE CURB, MATERIAL OR EQUAL EXTENDING FROM SUBGRADE TO FINISH GRADE AND PLACED AT SIDES OF 6" ----- DRAINAGE BLOCKOUT (2) AT EACH COLD JOINT. DRIVEWAY APPROACHES, UTILITY VAULTS, WHEELCHAIR RAMPS AND AT SPACING NOT TO EXCEED 45 ____�= 3" I.D. SCHEDULE 40 DWV (3) AT EACH SIDE OF INLET STRUCTURES. FEET. (ABS OR PVC) PIPE ° 16" WITH COUPLING (4) AT EACH END OF DRIVEWAYS. 4. FOR SIDEWALK ADJACENT TO THE CURB AND POURED AT THE SAME TIME AS THE CURB, THE JOINT o (5) AT LOCATIONS NECESSARY TO LIMIT SPACING TO 45 FEET. BETWEEN THEM SHALL BE A TROWELED JOINT WITH A MIN. 1/2" RADIUS. a 2. TRAVERSE EXPANSION MATERIAL TO BE PRE-MOLDED NON-EXTRUDED MATERIAL WITH A MINIMUM THICKNESS OF%2" AND SHALL COVER ENTIRE CROSS SECTION OF a 5. SIDEWALK SHALL HAVE A MINIMUM THICKNESS OF 6 INCHES IF MOUNTABLE CURB IS USED, IF THE CONCRETE. 0 SIDEWALK IS UNDER/AROUND A BUS SHELTER, OR IF THE SIDEWALK IS INTENDED AS PORTION OF O)c� O 3. TRAVERSE CONTRACTION JOINTS TO BE SPACED NOT MORE THAN 15 FEET APART 3 DRIVEWAY. OTHERWISE SIDEWALK SHALL HAVE A MINIMUM THICKNESS OF 4 INCHES. 9.511 WITH A DEPTH OF AT LEAST ONE FOURTH OF THE CROSS SECTIONAL AREA. 6. CONCRETE SHALL HAVE A MEDIUM BROOM FINISH AND BE TROWELED ON ALL FOUR SIDES. 4. CONCRETE BREAKING STRENGTH TO BE 3000 PSI AFTER 28 DAYS. 0 AGG BASE 2 3 C� 2 STANDARD CURB 3 of-i zEn 0 CONCRETE SIDEWALK N.T.S. C6.3 N.T.S. w� C6.3 Q 2 h, O U 'a o� ^a N2 NO Eo .m.U ��gPROP,, CONSTRUCTION DOCUMENTS W �\� �G I N FF /O2 Revisions and Addendums ENGINEERING DIVISION CITY OF TIGARD SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT W ENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , �N /�//wc EST LAKE O.2130O OR 97035 TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS '8 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� WWW.TIGARD—OR.GOV 2 �= a� ONE INCH (REF) EXPIRES: 6/30/2022 ROADWAY DETAILS FILE NO DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 �{ {� 12"min.past last riser nosing V) ZO r (Max.2.0%finiisshed surface sloe c 5"rad. i= 3 (Normal sidewalk cross slope) p ) MINIMUM MAXIMUM REMARKS w Q �� Pedestrian handrail > >- I Risers R 4" 7" See general note 4 Z LO LLI = 6"min. \\ 2 rail shown,3 rail optional, 00 m W Y �`\ see general note 9 Treads T I1" N/A See general note 4 QO Q J Finish grade I/2"preformed I `� Handrail height H 34" 38" Height measured from top of tread nosing to top of handrail M Lj 0 O Z filler Of O e `� Z m m U O W d Til- ITir ITI �iTu= ^� o f oe Z J W J J N CL 0 Q O L I� oi..IQ-- O Z Of �� Sidewalk, - e7 /� H L`Z O where req'd. N T°= 1 __ a Pedestrian handrail Q O W H Q O �� .1` 2 rail shown,3 rail optional, Z J O p Q �\ 'i - I IV min.to any I� see general note 9 J — 6'max.ctr.to ctr. I DD—Z fA U L j 0_ OQ O o.91 QIN x adjacent surface Ofn U 0 W m Q 0 i from gripping surface U<Of ��Z O Oo o , 4. O � w�Ld W �WQ O Oa �WWZO_' JUH W 2=O Z) J U O o / #5 bars,12"ctr.to ctr. `w Y(n 3 U U Q Q Z `/ r r.• 1 ` 6" 6'standard 6" -a I or�T a.j ` Anchor plate i N Z N O -n-.1 (TYP) #5 bars 7.-'-1 e . MONUMENT CASE & COVER .oi\ (Tread) centered Of r ° Z W o v, o, #5 bars ° W Of UQ N (2"clear -- a1 �Th '1`I #5 bars,12"ctr.to ctr. Min.horizontal distance QO 0- A past last riser nosing #5 bars,24"ctr.to ctr. I I= Z I) Lj NOTES: `\'-` Anchor shall be no less than tread depth N I—I � W � late SECTION A-A IIV11= J ) 1. MONUMENT BOXES TO BE CAST IRON OR � _e' .l 6"min.'O ALLOY SUITABLE FOR HEAVEY TRAFFIC �� 1 Slope 1.5%max. LOADING #1036 OR 1033 SUPPLIED BY: `r e.1` 5"rad. (Max.2.0%finished surface slope) #5 bars,24"ctr.to ctr. r I (Normal sidewalk cross slope) a SECTION ON CENTERLINE 04 ° 4 � ro sy � CVI I —' EAST JORDAN IRON WORKS, INC. o. 'i � h"Preformed Finish grade "0:7(PART NUMBER 3680) filler_ _— T 13127 STATE AVE 1 MARYSVILLE WA 98271 `�\ -_ n= m-� n d °. , ° ° i� (360)651-6144 T Sidewalk, a SALES REP: (503)367-7925 Riser 4" where req'd. P. nosing 2, d� 2. ALTERNATIVE TYPES MUST BE APPROVED BY THE CITY ENGINEERING DEPARTMENT. O 2"min. visually contrasting strip across g > > 3. APPROVED FOR ALL STREET CLASSIFICATIONS. (Se generalu 11 ofthe10)tread nose. (See general note 10) GENERAL NOTES FOR ALL DETAILS ON THIS SHEET: CALC.BOOK NO. N/A ____ SDR DATE _______ 16-JAN-_2018_____ 1. Details are based on United States Access Board Standards. NOTE: All material and workmanship shall be in accordance with 0 4. MONUMENT TO BE NO DEEPER THAN 6" BELOW e. FINISH GRADE. ce 2. Maximum vertical rise between finish grade of landings shall be 12'. the current Oregon Standard Specifications bars %8" . Tread slope (2"clear) :12" 3. Number of steps varies. Round edges of steps and all other exposed edges to%"radius. The selection and use of this OREGON STANDARD DRAWINGS (2 o 4. All risers in a stair flight shall be the same height. All treads in a stair flight shall be the same depth. Standard Drawing, While de- o signed in accordance with e o' '/2"rad. 5. Handrail height(H)to be constant within a stair flight. dF 6. All concrete shall be commercial grade concrete. generally accepted engineer- CONCRETE STAIRWAY A 7. All reinforcing steel to be placed a minimum of 2"clear of nearest face of concrete unless otherwise shown or ing principles and practices, APPROVED BY APPROVED BY: is the sole responsibility of CITY of TIGARD NO SCALE CITY of TIGARD NO SCALE noted, the user and should not be OREGON MICHAEL A. STONE, P.E. OREGON MICHAEL A. STONE, P.E. p 8. See Std.Dwg.RD720 for sidewalk details. 2021 ENGINEERING DIVISION KEYED COMBINATION DWG. NO. ENGINEERING DIVISION MONUMENT DWG. NO. 1'/�"max. O used without consulting a DATE REVISION DESCRIPRON PUBLIC WORKS DEPARTMENT CITY°IpN� pTM ENGINEER 9. See Std.Dwgs.RD770&RD771 for pedestrian handrail details. l - PUBLIC WORKS DEPARTMENT t3tzss.W.iIALLBLVD. ulzss.w.IIAu.BLVD. ' 10.Provide painted contrasting strip(color shall be safety yellow),or approved equal. Registered Professiona/En- VOICE: oREGON97223 JANUARY 2013 CURB dt SIDEWALK 146 VOICE:(503) 23 JANUARY 2013 BOX VOICE: 1 70 DETAIL OF TREADS project P VOICE:TIGARD,O 639ON VOICE:TIGARD,OREGON 1 1.See ro ect tans for details not shown. g%neer. FAX:(503)684-7297 APPROVAL DAIS FAX:(503)684.7297 APPROVAL DALE Effective Date:June 1 , 2021 - November 30, 2021 RD120 3 O Eli O a 3 v U O U 2 3 C� N R o 116�2 o vl Uo �U 4 oOop, oU 'a o� ^a N2 NO Eo .m.U PROFFss CONSTRUCTION DOCUMENTS i=W �\� �GINFF /02 Revisions and Addendums ENGINEERING DIVISION CITY OF TIGARD SHEET C6.4 o 3P Description Date No. By PUBLIC WORKS DEPARTMENT W CENTURY PORTLAND OFFICE 1 ot..... 5500 MEADOWS ROAD,SUITE 250 , �N WEST OSWEGO,OR 97035 ME TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 19 2% t�9 4i �� 503.419.21300FFICE TIGARD, OREGON 97223 OF VOICE.- 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� WWW.TIGARD-OR.GOV 2 �= ROADWAY DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN. JAJ I DRAWN. AJF I CHECK: RDV 1 PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 TAYLOR'S FERRY ESC PLAN FOR SITES 1 TO 5 ACRES_ R0P0 CIP 97017 INSPECTION FREQUENCY FERRY � Q NORTH SITE CONDITION MINIMUM FREQUENCY G5 0�� � v DAKOTA � SHEET INDEX N 5 � � Q a WEEKLY WHEN STORMWATER RUNOFF, INCLUDING RUNOFF � STREET SHEET NO. DESCRIPTION 1. ACTIVE PERIOD FROM SNOW MELT, IS OCCURRING. BARROWS GAF AT LEAST ONCE EVERY MONTH, REGARDLESS OF WHETHER QP STORMWATER RUNOFF IS OCCURRING. N BU<< m STREET MCDONALD � G1 .4 EROSION CONTROL NOTES ONCE TO ENSURE THAT EROSION AND SEDIMENT CONTROL MOCiiyTq�N RD C7.1 GRADING AND EROSION CONTROL COVER SHEET BONITA RI C7.2 - C7.3 GRADING AND EROSION CONTROL PLANS 2. PRIOR TO THE SITE BECOMING INACTIVE OR IN ANTICIPATION MEASURES ARE IN WORKING ORDER. ANY NECESSARY m --771 PROJECT VICINITY C8.1 GRADING AND EROSION CONTROL DETAILS OF SITE INACCESSIBILITY. MAINTENANCE AND REPAIR MUST BE MADE PRIOR TO LEAVING Q THE SITE. BEEF BEND RB' 0) DURHAM = 3. INACTIVE PERIODS GREATER THAN SEVEN (7) CONSECUTIVE ONCE EVERY TWO (2) WEEKS. o ATTENTION EXCAVATORS DAYS. OREGON LAW REQUIRES YOU TO FOLLOW RULES ADOPTED BY THE OREGON IF PRACTICAL, INSPECTIONS MUST OCCUR DAILY AT A RELEVANT UTILITY NOTIFICATION CENTER. THOSE RULES ARE SET FORTH IN OAR 952-001-0010 4. PERIODS DURING WHICH THE SITE IS INACCESSIBLE DUE TO AND ACCESSIBLE DISCHARGE POINT OR DOWNSTREAM THROUGH OAR 952-001-0090. YOU MAY OBTAIN COPIES OF THESE RULES FROM THE INCLEMENT WEATHER. LOCATION. VICINITY MAP CENTER BY CALLING (503) 232-1987. IF YOU HAVE ANY QUESTIONS ABOUT THE N.T.S. RULES, YOU MAY CONTACT THE CENTER. YOU MUST NOTIFY THE CENTER, AT LEAST 5. PERIODS DURING WHICH DISCHARGE IS UNLIKELY DUE TO MONTHLY. RESUME MONITORING IMMEDIATELY UPON MELT, OR TWO BUSINESS DAYS, BEFORE COMMENCING AN EXCAVATION. CALL (503) 246-6699. FROZEN CONDITIONS. WHEN WEATHER CONDITIONS MAKE DISCHARGES LIKELY. DEVELOPER: NARRATIVE DESCRIPTION: HOLD A PRE-CONSTRUCTION MEETING OF PROJECT CONSTRUCTION PERSONNEL, THAT INCLUDES THE INSPECTOR TO DISCUSS ,,: �,�• �...�iF'[r_ w -'I ..� '.k'. -' . � - r.re:_;ate-�• . :.?. • Ii.,�• L- '`' s' EXISTING SITE CONDITIONS: EROSION AND SEDIMENT CONTROL MEASURES AND CONSTRUCTION LIMITS. rj... , {. •�:,~ �_` . ` ' y) ..� "�r !y . CITY OF TIGARD ` k "� ., '' ' C' 13125 SW HALL BOULEVARD TWO-LANE ROADWAY WITH ANGLED STREET PARKING ALL INSPECTIONS MUST BE MADE IN ACCORDANCE WITH DEQ 1200-CN PERMIT REQUIREMENTS. �' AND NON-COMPLIANT PEDESTRIAN FACILITIES. INSPECTION LOGS MUST BE KEPT IN ACCORDANCE WITH DEQ'S 1200-CN PERMIT REQUIREMENTS.� ` � '- . "�'�• � �F � TIGARD OR 97223 RETAIN A COPY OF THE ESC PLAN AND ALL REVISIONS ON SITE AND MAKE IT AVAILABLE ON REQUEST TO DEQ, AGENT, OR THE N r PJB '. `' a ♦ G'P _- T: (503) 718-2472 w OV� E: ANDREWN@TIGARD-OR.GOV DEVELOPED CONDITIONS: LOCAL MUNICIPALITY. DURING INACTIVE PERIODS OF GREATER THAN SEVEN (7) CONSECUTIVE CALENDAR DAYS, RETAIN THE oG �•" J� ! r ! �O 5�V� 4{ '.�' ■, x - CONTACT: ANDY NEWBURY, PE 6, SIDEWALK ON EAST AND WEST SIDES OF SW MAIN ESC PLAN AT THE CONSTRUCTION SITE OR AT ANOTHER LOCATION. .r ST., ADA CURB RAMPS, BUS STOP SHELTERS, , _ r ENGINEERING: IMPROVED PARKING FACILITIES, LANDSCAPING AND BMP MATRIX FOR CONSTRUCTION PHASES CENTURY WEST ENGINEERING STORMWATER PLANTERS. " REFER TO DEQ GUIDANCE MANUAL FOR A COMPREHENSIVE LIST OF AVAILABLE BMP'S. 5500 MEADOWS ROAD, SUITE 250 NATURE OF CONSTRUCTION ACTIVITY ." LAKE OSWEGO, OR 97035 AND ESTIMATED TIME TABLE: •y'�� � � � * ;- MASS UTILITY STREET FINAL WET WEATHER T: 503 419-2130 * CLEARING GRADING INSTALLATION CONSTRUCTION STABILIZATION (OCT. 1 - MAY 31ST '��,- s •:• _, _ _ '` � �,�. ( ) CLEARING (DATES: FROM MAY 22 TO OCT 22) ) ' - PROJECT LOCATION --` E: RVOORHIES@CENTURYWEST.COM * MASS GRADING (DATES: MAY 22 TO OCT 22) EROSION PREVENTION CONTACT: RAWLEY VOORHIES, PE * UTILITY INSTALLATION (DATES: FROM OCT 21 TO APR 22) ` 51� ` L PRESERVE NATURAL VEGETATION **X X X X X X 41 g •: ' `' * STREET CONSTRUCTION (DATES: FROM MAY 22 TO OCT 22) GROUND COVER X X SURVEY FIRM : FINAL STABILIZATION (DATES: FROM AUG 22 TO OCT 22) WESTLAKE CONSULTANTS, INC. HYDRAULIC APPLICATIONS X 15115 SW SEQUOIA PARKWAY, SUITE 150 TOTAL SITE AREA: 102,627 SF = 2.4 ACRES PLASTIC SHEETING x r.. ' PORTLAND, OR 97224 TOTAL DISTURBED AREA: 76,970 SF = 1.8 ACRES MATTING x x T: (503) 684-0652 DUST CONTROL x x x x x x " F CONTACT: MICHAEL HARGRAVE PLS SITE SOIL CLASSIFICATION: TEMPORARY/ PERMANENT SEEDING X X X X X - BUFFER ZONE ** X X X X X X ALOHA SILT LOAM, 0 TO 3 PERCENT SLOPES M1�� •� T:� X00 , - PERMITTEE'S SITE INSPECTOR: - QUATAMA LOAM, 3 TO 7 PERCENT SLOPES OTHER: . ; COMPANY NAME: CENTURY WEST ENGINEERING SEDIMENT CONTROL S �' T: 503 419-2130 ** S'j. ( ) RECEIVING WATER BODIES: SEDIMENT FENCE (PERIMETER) X X X X X E: RVOORHIES@CENTURYWEST.COM SEDIMENT FENCE (INTERIOR) X X X X FANNO CREEK w CONTACT NAME: RAWLEY VOORHIES, PE C, I 5� TUALATIN RIVER STRAW WATTLES x x x x '� S FILTER BERM X X X X X X DESCRIPTION OF EXPERIENCE: ** c�'9< `' / HAS SERVED AS INSPECTOR ON NUMEROUS INLET PROTECTION x x x x x x MUNICIPAL PROJECTS, INCLUDING DEWATERING *** X *** X MANAGEMENT OF EROSION CONTROL PLANS. NATURAL BUFFER ENCROACHMENT * x * x * x * x * x * x OTHER: RUN-OFF CONTROL y w r PROJECT LOCATION: 0 �01 C.. 1' CONSTRUCTION ENTRANCE ** X X X X X X SW MAIN STREET - SW TIGARD STREET TO SW SCOFFINS STREET SW COMMERCIAL STREET - 50 LF EAST OF SW MAIN STREET TO SW MAIN STREET HYDRAULIC APPLICATIONS x x x x �< OUTLET PROTECTION x x x x x SW COMMERCIAL STREET - 25 LF WEST OF SW MAIN STREET TO SW MAIN STREET SW SCOFFINS STREET - 180 LF EAST OF SW MAIN STREET TO SW MAIN STREET SURFACE ROUGHENING x 2 - _ SITE MAPy \ �. -�,. � CHECK DAMS ** X X X X X X N.T.S LATITUDE: 45°25'54.3" OTHER: LONGITUDE: 122°46'10.3" POLLUTION PREVENTION PROPER SIGNAGE X X X X X X RATIONALE STATEMENT PROPERTY DESCRIPTION: DEWATERING NOTE: HAZ WASTE MGMT x x x x x x A COMPREHENSIVE LIST OF AVAILABLE BEST MANAGEMENT PRACTICES (BMP) OPTIONS BASED ON DEQ GUIDANCE CITY OF TIGARD RIGHT-OF-WAY CONTRACTOR SHALL SUBMIT FOR APPROVAL A SPILL KIT ON SITE x x x x x x a3 MANUAL HAS BEEN REVIEWED TO COMPLETE THIS EROSION AND SEDIMENT CONTROL PLAN. SOME OF THE ABOVE LISTED DEWATERING PLAN SHOWING COMPLIANCE WITH CONCRETE WASHOUT AREA x x x x x x N BMP'S WERE NOT CHOSEN BECAUSE THEY WERE DETERMINED TO NOT EFFECTIVELY MANAGE EROSION PREVENTION DEQ NPDES 1200-CN PERMIT REQUIREMENTS PRIOR AND SEDIMENT CONTROL FOR THIS PROJECT BASED ON SPECIFIC SITE CONDITIONS: INCLUDING SOIL CONDITIONS, * SIGNIFIES ADDITIONAL BMP'S REQUIRED FOR WORK WITHIN 50' OF WATER OF THE STATE. NW TO DISPOSAL. ALL DEWATERING SYSTEMS AND BMP N TOPOGRAPHIC CONSTRAINTS, ACCESSIBILITY TO THE SITE, AND OTHER RELATED CONDITIONS. AS THE PROJECTIMPROVEMENTS WILL BE DESIGNED BY A ** SIGNIFIES BMP THAT WILL BE INSTALLED PRIOR TO ANY GROUND-DISTURBING ACTIVITY. N2 a PROGRESSES AND THERE IS A NEED TO REVISE THE ESC PLAN, AN ACTION PLAN WILL BE SUBMITTED. PROFESSIONAL ENGINEER LICENSED IN THE STATE *** SEE DEWATERING NOTE, THIS SHEET. .u, ��pPROF OF OREGON. CONSTRUCTION DOCUMENTS G I N, F7 Revisions and Addendums SHEET ENGINEERING DIVISION INITIAL 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C7. 1 W C E N T U RY PORTLAND OFFICE �1 H a� 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 20 ON WEST LAKEO.2130O OR 97035 MAIN STREET PHASE 2 IMPROVEMENTS � � TIGARD, OREGON 97223 (p 503.639.2710 FAX VOICE.- 503-639-4171 OF ° 8, 2 E N G IN E E R I N G 503.639.2710 FAX _ 94 <�y D. v00� WWW.TIGARD—OR.GOV 2 �? GRADING AND EROSION CONTROL PLAN - COVER SHEET FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF I CHECK: RDV PROD. NO: 97017 1 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 tA� C) STATE FARM INSURANCE CO., \ NO LIMIT MARTIAL ARTS, YEN'S CHINESE RESTAURANT, SOUTHWEST OFFICE SUPPLY \ '// NEW SHOES PROFESSIONAL SHOE, & 1 12245 SW MAIN STREET \\ MAIN STREET STAMP & STATIONARY 12255 SW MAIN STREET i \ / — n 2 E\ o J. / \ � o q` I r y 2 2 + EROSION CONTROL NOTES (DINSTALL INLET PROTECTION - TYPE 5, 1 — 2 / / / / / SEE CLEAN WATER SERVICES DWG. NO. 920. I� 1 / / / / / TYPE 4,10+00 1+007. 12+00 o 3+00 (D INSTALL INLET PROTECTION ~ SEE CLEAN WATER SERVICES DWG. N O. 915. _ W 1 1 SW MAIN ST \� �\ \\\ \\ '��\\ 1uj Lu \ p° > v \ r� yy \ \ � r r V a I I I \ v v o > >v n� \ r r�r I \v —ice v - — --\ D v � = W yr I I/ / / / ( i ` . -- \ I v v s v 11 \\ 1\\ I J� �r �s rr v r\ r \ Yr/ •r r 0 v y r( r r r X \/ / / I V J`� � I � S �- � \ v / v � /r� r r Y r /y� r 't r y ry r y y •• y rr_ y� r � , 1 I 1 1 ` / / / > > V � \ O / / \ r r•Y -r r y—y 1 r r r r \ / / / I j JI ANTIQUE BARBERSHOP OREGON RIFLEWORKS 1 I / WAGS PET RESORT 12290 SW MAIN STREET 12260 SW MAIN STREET / CD I 12230 SW MAIN STREET 0 / n I y y 3 O 4 O U 2 O O 2W C 2 O a O V N� U' ri mU 2 �O 3 2-1 oN o 0 20' 40' NW N� 2 m SCALE 1" =20' a mo o ��p PROFF CONSTRUCTION DOCUMENTS s C' N FFS'O2 Revisions and Addendums SHEET ENGINEERING DIVISION 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C7.2 W" CENTURY PORTLAND OFFICE �1 H a.... 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 21 WEST MAIN STREET PHASE 2 IMPROVEMENTS a O N AM# LAKE OSWEGO,OR 97035 � TIGARD, OREGON 97223 0�4> 503.419.2130 OFFICE VOICE. 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. \10 OH I; WWW.TIGARD OR.GOV 2 �? GRADING AND EROSION CONTROL PLAN - MAIN ST 10+00 TO 14+25 FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I I BOOMBA FIT LLC/ALL STOPS PIPES & DISCOUNT TOBACCO ACE SEWING & VACUUM ASIAN PEARL BODY & FOOT MASSAGE I TIGARD MAIN STREET CLEANERS I \ /1 12215 SW MAIN STREET I 12185 SW MAIN STREET �I 12175 SW MAIN STREET I 12155 SW MAIN STREET XX /i' l \ yy .f\ y •V y y` yy"r �p\ wm Q�-\� �\ \ \ �\ /�` y D y 6 \ o �- y b/ y / ,/ / / / L�` " i' ' 2 /',/'/' /' ' ,' /' /�/ / y�!yy,�y;�/y� . y.�'/ �� /e/ / Jv ` v / / I \ \ \ EROSION CONTROL NOTES Q UD/ y ' ' / �/ ° /p 111 -4 yyy // // / / // / 2/ D /' // // // // / // // / // / / /.�� yy / `C / / / / // / / 1 ` / I I 1 I I i i (DINSTALL INLET PROTECTION - TYPE 5, SEE CLEAN WATER SERVICES DWG. NO. 920. / SW MAIN ST / / / / / / , , / / / l l l / ► I I I 15+00 / / / / 16+00 / / / / 17+00, / / / / 2 / / / 2 18+00 0 / // // / < / \ \ \ \ I I 1 (D INSTALL INLET PROTECTION - TYPE 4, o ' v \ \ \ 19+00 II ,1 SEE CLEAN WATER SERVICES DWG. NO. 915. \ \ \ \ ` \ \ D \\ \ cp \ \ \ \ \ \ \\ \ \ ILC)\ \ y \ \ 00 D \ v \ •\ \ \ y y o \ 2 \ \J[�//�_ (/\L) y y —dp y • \ D I I I \ \ \ \ \ y y wm J ° W 'Y \ / /y y / ry •Y I I / J 1 JB �� 2 y y y/•v y y V y 1y - "'( y y �\y y'' o / y} y D \O\ / / - .y y y y y y � y y ry •V y •Y / -i `O D I \ \ \ \ \ Q y y y y y y •Y y y y y y 1 y y y v D v I � v � / / / I \ D 1 I \\ \ s UNITED STATES POST OFFICE (� I/ ,I AMERICAN FAMILY INSURANCE US BANK 12210 SW MAIN STREET /I 12196 SW MAIN STREET „ID 12160 SW MAIN STREET y I y DTII IIII y II I/ Ocn D v I O O I yy I II 11 o yy I II 11 . Z � I yy r III SII o cn yyl I l scn I I\v y y y I I II D\ I y ` \ I v yy ( I v 1 y I I 1 ID I I D ( I I I I I D II 1 II I I I I I D I � I f / 11 \ I IIII � / �/ I I ( / I I IIIII %� � — — — _ \ I 3 -------------1-�= N IIIII I I ly I I I a \ I I I I I I I I U \ / O O W / O \ \ / / ) 1 04 \ U' ri mU 2 �O 3 a-1 oho� ON o 0 20' 40' NW N� 2 m SCALE 1" =20' a mo o ��p PROFF CONSTRUCTION DOCUMENTS 0 �0\� C' N FFS/O2 Revisions and Addendums SHEET ENGINEERING DIVISION 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C7.3 W" CENTURY PORTLAND OFFICE �1 H a.... 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 22 WEST MAIN STREET PHASE 2 IMPROVEMENTS a O N AM# LAKE OSWEGO,OR 97035 � TIGARD, OREGON 97223 0�4> 503.419.2130 OFFICE VOICE. 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. v00� 0; WWW.TGARD-OR.GOV 2 I �? GRADING AND EROSION CONTROL PLAN - MAIN ST 14+25 TO 19+00 FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTES: MAY BE USED SHORT TERM 1. WASHOUT FACILITIES SHALL BE EXISTING GRADE W/ UTILITY WORK AND W/ MAINTAINED TO PROVIDE ADEQUATE PHASING OF DEVELOPMENT 1" REBAR FOR BAG REMOVAL HOLDING CAPACITY WITH A MINIMUM 3' BY 3' MIN AT FREEBOARD OF 12 INCHES. MIN BOTTOM OF 2. WASHOUT FACILITIES MUST BE WASHOUT TO CATCH BASIN GRATE CLEANED, OR NEW FACILITIES MUST CONTAIN CONCRETE FLOW BE CONSTRUCTED AND READY FOR USE ONCE THE WASHOUT IS 75% --� FULL. A A 3. IF THE WASHOUT IS NEARING CAPACITY, VACUUM AND DISPOSE OF THE WASTE MATERIAL IN AN CATCH BAST APPROVED MANNER. tm 4. TEMPORARY CONCRETE WASHOUT °' d EXPANSION RESTRAINT FACILITIES SHALL BE LOCATED A a MINIMUM OF 50 FT FROM SENSITIVE AREAS INCLUDING OPEN DRAINAGE AREA DRAIN FACILITIES AND WATER SOURSES. °�. 60'(TYP) Q 5. CONCRETE WASHOUT FACILITIES M11111 11111B111IF111111 ° Q SHALL BE CONSTRUCTED AND CATCH BASIN .G MAINTAINED IN SUFFICIENT —_j QUANTITY AND SIZE TO CONTAIN 9' BY 9' MIN TO FLOW STORM PIPE ALL LIQUID AND CONCRETE WASTE 'D AIUS = 25MIN. GENERATED BY WASHOUT CONTAIN CONCRETE R OPERATIONS. >a a 6. INSTALL CONCRETE WASHOUT SIGN PLAN d WITHIN 30 FEET OF TEMPORARY DITCH BOTTOM FLOW ° CONCRETE WASHOUT FACILITY. >.o 7. TEMPORARY CONCRETE WASHOUTS O a MAY BE A PREFABRICATED CONTAINER THAT IS PORTABLE AND ° REUSABLE. A C A d G ° °.e a. EXCAVATED MATERIAL 3"-6" ROCK WITH A d.. �• MAY BE USED FOR MINIMUM 8" DEPTH o �4 'o. WOVEN PERIMETER BERM ' •4'! FILTER SACK 1' MIN DITCH INLET PLAN VIEW - 2% SLOPE DITCH INLET 6" overlap of bags. J— CATCH BASIN INSERT 1' MIN I =1 11=-I 11=1 I I-1 I—III—I 11=1 I F u l -III•-III=1 I I I—I I-I I—ii— � �—���—��!—?�—� 2' MIN -I 1= —III=Orr h—I 111 Ii-1 —I 1�=i f 1=1 ff=l�--_r I- -III—ITrII III-11II I ISI I II—III —I 1-1 fl ISI II II ISI ILE, I II II II II TTI II ISI -Iii= i= i=i =III III-III-i '- NOTES: EXISTING GRADE 1. ADDITIONAL MEASURES MUST BE CONSIDERED DEPENDING ON SOIL NOTE: 3' BY 3' MIN TO TYPES. CONTAIN CONCRETE 2. BIO-FILTER BAGS SHOULD BE STAKED WHERE APPLICABLE FOR FURTHER INFORMATION 1. RECESSED CURB INLET CATCH BASINS ON FOR FURTHER INFORMATION USING (2) 1"x2" WOODEN STAKES OR APPROVED EQUAL PER BAG. ON DECH SIGN CRITERIA SEE MUST BE BLOCKED WHEN USING FILTER DESIGN CRITERIA SEE CHAPTER 4 OF CLEAN WATER FABRIC INLET SACKS. SIZE OF FILTER SERCHAPTER 4 ❑F CLEAN WATER SECTION A—A 3. WHEN USING 30' BIO-BAGS TO PROTECT A CATCH BASIN YOU SERVICES EROSION PREVENTION FABRIC INLET SACKS TO BE DETERMINED AND VSED MENTICES OSCONTROLION VENTION HAVE 4 BAGS AND THEY SHALL BE OVERLAPPED BY 6". AND SEDIMENT CONTROL BY MANUFACTURER. PLANNING AND DESIGN MANUAL, PLANNING AND DESIGN MANUAL, CONCRETE WASHOUT INLET PROTECTION INLET PROTECTION CleanWate� Services r - TY P E ,� CleanWater Services TY P E ED aeanWater Services DRAWING N0. 900 REVISED 10-31-19 DRAWING N0. 915 REVISED 10-31-19 DRAWING N0. 920 REVISED 10-31-19 3 O vi O O O U 2 O O W U 2 3 C� N R o �2 o UO QO Q. O� O U 'a o� ^a N2 NO Eo .m.U PROFFss CONSTRUCTION DOCUMENTS W G I N FF /02 Revisions and Addendums SHEET ENGINEERING DIVISION o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD Cg, 1 W(' CENTURY PORTLAND OFFICE 1 3 a_ ON 5500 MEADOWS ROAD,SUITE 250 , 13125 S.W. HALL BLVD. 23 WEST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS �Co ` 503.419.2130 OFFICE OF CIL, �%i 8 2�0 � 503.639.2710 FAX VOICE: 503-639-4171 E N G I N E E R I N G 94 16. D. <Fy O� FAX: 503-624-0752 D. V 0 WWW.TIGARD-OR.GOV a ONE INCH (REF) EROSION CONTROL DETAILS FILE NO EXPIRES: 6/30/2022 DESIGN. JAJ I DRAWN. AJF I CHECK: RDV I PROD. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 e e • e ° e • e ° e ° WM WM _ °•:000 0 . 8+67.04 0 ° : : : : . — 35.22' LT — — — •:::e . . . . e N 0000 �' °::::. e . . . . . . . • . 18 15 15 00000:003 .000000 e °::e°:0 18 13 \ 3 8+86.78 0 8+95.23 O2 °•::•::0 20 15 0 0 31.28' LT 31.43' LT °° : ° E B 22 0::::. 0000000 2 ° W •�•_• 1�4 W 0 8+62.89 U) I cn 29.66' LT 8I 0 8+62.93 1\-8+95.81 0 � 21 D 29.04' LT ( 29.42' LT DEMOLITION KEYED NOTES o 0 SAWCUT PAVEMENT. 10 CONSTRUCTION KEYED NOTES O SAWCUT CURB AND/OR SIDEWALK AT EXISTING — — _ _ — — � 11 10 O PEDESTRIAN CROSSING W/ JOINT, CONSTRUCT STANDARD CURB, p W DIRECTIONAL PARKING SIGN 9 I PRESERVE AND PROTECT TRUNCATED DOMES W SEE DETAIL 3, SHEET C6.3. AND ADJACENT CONCRETE. 15 11 CONSTRUCT CURB AND GUTTER, slPRESERVE AND PROTECT IN PLACE. JOINT (TYP) s I 4 �517 22 SEE DETAIL 2, SHEET C6.3. REMOVE/RELOCATE SIGN, —�qzz 12 CONSTRUCT ASPHALT ROADWAY, I O � 12 I SEE SIGNING AND STRIPING PLANS. SEE DETAIL 2, SHEET C9.3. O REMOVE AND SALVAGE CONTECH STORMFILTER 14 13 CONSTRUCT CONCRETE SIDEWALK, G G G G c G G G - I - CATCH BASIN. G MATCH EXISTING SCORING PATTERN, cn I cTi SEE DETAIL 1, SHEET C6.3. O REMOVE AND SALVAGE BIKE RACK. 14 CONSTRUCT IMPACT SLAB AND TRANSITION O REMOVE AND SALVAGE BENCH. ' O PANEL, � � 14 STS D 3 I O REFERENCE AND REMOVE CONTROL POINT. D SEE DETAIL 2, SHEET C9.3. - STS STS14% - STS STS 15 MATCH EXISTING JOINT. 3 A cin S 8+95 8701 19 cin S \ 16 INSTALL SALVAGED BIKE RACK AT EXISTING \ 3 8.94' LT EROSION CONTROL KEYED NOTES 22 LOCATION. TS INSTALL INLET PROTECTION - TYPE 5, � a STS 17 INSTALL SALVAGED CONTECH STORMFILTER 9 \I 8+96.680 SEE CLEAN WATER SERVICES DWG. NO. 920. CATCH BASIN PER MANUFACTURERS D �, ST SPECIFICATIONS WITH NEW SLOPED, S 1.38' LT S \ TRAFFIC-RATED FRAME, GRATE, & LID, 8+60 8+70 8+809+00 8+60 8+70 8+80 8+90 9+00 SEE SHEET C9.2 AND C12.3. RESET EXISTING UTILITY BOX/VAULT/COVER \ I TO FINISH GRADE. STS i " STS 19 RESET EXISTING MANHOLE RING AND 14 COVER TO FINISH GRADE. STS 15 � 14 STs SEE DETAIL 1, SHEET C9.3. a 12 20 INSTALL SALVAGED BENCH. 21 INSTALL BI-DIRECTIONAL YELLOW TYPE I B 5 I STS -- -- --- -- _ —W(D — — — — — — B 17 22 STS O MARKER. ___ --T ----------- _ MATCH EXISTING. -- - - c, -- --- - - -- --- --T --- -- T - -- -- T --- -- 10 i T T TT23 RE-SET CONTROL POINT AT REFERENCED - 8+62.54 2 - - --- - --- ---1--1-------- 15.39' RT -- --- - LOCATION. 9 " °°°° I SW MAIN ST °°°°°°"° ° SW MAIN ST ..... e... ..... e•..•.....•. c VV I � W 6 WSW — I 23 W - VV W 8+96.46 O 15 TS - STS $ 21.56' RT TS STS D e 3-------------- EXISTING STORM SEWER DATA 16 0 #3107 SDMH RIM = 159.15' 13 l ' IRS I 0 23.19' RT 8+62 RT 8+95.30 (D IE IN (10"/STEEL/NE) 156.00' ` 18 15 22 11 1 3 E 23.54' RT IE IN (10"/STEEL/SE) 156.05' 15 E O4 RAILROAD CROSSING W/ IE OUT (10"/STEEL/SW) 155.93' "DO NO STOP ON TRACKS" 3 IE IN (10"/STEEL/NW) 157.20' x SIGN 3 3 — — — _ #3111 CB @ GRATE = 158.56' — — - - — — — IE OUT (10"/STEEL/NW) 156.26' — — — — — N Qt a W [C #5270 CB @ GRATE = 158.43' IE OUT (10"/STEEL/SE) 156.13' Uo w� EXISTING CONDITIONS AND DEMOLITION ROADWAY IMPROVEMENTS U a 0 1"=5' 1"=5' o; o� o a 0 5' 10' ^a N2 E�� SCALE 1" =5' .m.U A� ��gPROP,, CONSTRUCTION DOCUMENTS W �\� �G I N FF /O2 Revisions and Addendums ENGINEERING DIVISION SHEET 4 3P T_ Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GARD C9, 1 z W CENTURY PORTLAND OFFICE 1 I- a� 5500 MEADOWS ROAD,SUITE 250 , �N WEST LAKEOSWEGO,OR97035 ME TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 24 503.419.2130 OFFICE TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. V OOH �; WWW.TIGARD-OR.GOV 2 �= ONE INCH (REF) EXPIRES: 6/30/2022 TIGARD STREET DETAILS FILE NO a� DESIGN- JAJ DRAWN. AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I \ 1 I \ ' I \ I CURVE DATA TABLE I � o # R L D DESC START END I oo • e FG 159.19 _ - - I ° : - - - - C1 30.00' 10.11' 019018' 42.84" FL 8+62.62, 29.24' LT 8+72.02, 25.62' LT I MATCH EX. I °°°°°°°•° �9' FG 159.43 C2 20.00' 15.56' 0440 35' 00.91" FL 8+72.02, 25.62' LT 8+86.92, 28.48' LT I •°°. e • �pKo\o 3 �� MATCH EX. 2 38' FG 159.59 C3 15.00' 8.78' 0330 31' 33.61" FL 8+86.92, 28.48' LT 8+95.22, 30.93' LT . . . . I •°e e e;; ca MATCH EX. •;;;; ►� -6.3% 0+50 0+60 0+65� C4 20.00' 12.28' 035° 10' 35.63" FL 8+72.54, 15.48' RT 8+84.03, 19.24' RT I 0� •;•;. FL 158.97 X70 °°° TC 159.43 0) 0 3 C5 20.00' 10.68' 0300 35' 06.61" FL 18+84.03, 19.24' RT 8+93.92, 22.92' RT TC 159.08 I 1P G 1 I FL 159.05 .(9% TC 159.46 O FG 159.47 / MATCH EX. o C 8/ FL 158.96 O � MATCH EX. I FG 159.05 (.0 0x20 - 8-0- 0+30 EOA 159.27 EOA 159.45 I MATCH EX. co FL 159.32 rn m C2 FL 159.24 / I EX. -1.5% _ _ _ _ TC 159.74 TC 159.82 / 10.00' y FG 159.14 1.5% \ FL 158.98 TC 159.48 MATCH EX. Q MATCH EX. c-\o �� 0__0C / NORTH FLOWLINE ALIGNMENT C° 0 FG 159.00 EG 158.86 �o EX. -1.5% 1.5% -1.5% -3.0% EX. -4.2% / 161 �,� �,� � 0 N 161 - - - - - - - / m + N + co FG 159.25 FG 159.10 / o I � � � N00 � � II � Q) MATCH EX. EG 158.94 / + o + rn + a0 II Ln FG 159.42 / ai o o Q Q I o0 0o EG 159.25 / IIS IIS IIS SII SII Q Q � u> > > 00 N 00 N PR EXPOSURE = 1 160 U) > II II m Lu °° _j 160 � � � � FG 159.77 I FG 159.21 EG 159.04 MATCH EX. w m J m Lu w C� w I D � � (D Lu (D Lu ° EX EX. -2.0% - - 1.5% _ -2.0% 0.91% I FG 159.40 159 EX. '27% -0.84% 0 2.40% 0.50/0 EG 159.15 -- 159 FG 159.35 JOINT TYP PR. EXPOSURE = 0" MATCH EX. o ( ) o - 00 ti 00ti FG 159.81 EXISTING SURFACE AT FINISH GRADE AT 00 v MATCH EX. 158 EXISTING FLOWLINE N NORTH FLOWLINE 0 rn 158 I 4 ALIGNMENT ai �n 18+50 8+60 8+70 8+80 8+90 9+00 9+10 N ch 00 EX. -1.4% 1.5% -2.0% -3.2% EX. -4.9% \ U U 0 STORMFILTER I a CATCH BASIN a a FG 159.20 FG 159.06 FG 159.41 I MATCH EX. o \ D EG 158.82 EG 159.15 \ 0+00 0+10 0+20 0+30 0+40 0+50 0+60 o0 000 r \ PR EXPOSURE = All � I 00 c\i oo FG 159.03 FG 158.91 �� SW MAIN ST\ I MATCH EX. EG 158.63 0 1\1\ NORTH FLOWLINE PROFILE VIEW I � EX. -1.2% 1.2% -1.6% -3.4% EX. -3.5% H: 1"=5' I - - - - - - V: 1'=1' N 10.00' �� FL 158.83 SOUTH FLOWLINE ALIGNMENT TC 159.33 It 00 0+00 0+10 11 0.8% ,0+20 161 - o-+ 0 161 oX EOA 158.95 EOA 159.06 ti 0 6 PROPOSED STORM SEWER DATA ................ .. 10.00 C o FL 158.92 FL 159.03 II LO II ......®....... ..... -3 3% 4 � rn N Q TC 159.42 /TC 159.50 + 00 Nr-- N M + rn ¢ II II B #3111 CB TC 158.98 0 o 0 00 + 00 ++ o0 0 06 u> > > IE OUT (10 /STEEL/NW) 156.51 / FL 158.89 0 o TC 159.31 0 � FG 159.08 II o � II CD m II m J CO uj FL 158.81 ti � MATCH EX. 160 II Q Q II w w 160 158.84 158.87 / MATCH EX. 0 0*.4 II II c� C 0 > � v> > D c`' 46 0+0+51 w m w m J w EX 158.81 158.84 cD w c� w 10.00' 11.23' 11.60' 2.26% CURE \ \ FG 159.05 1.5% 1.4% 1.4% EOA 159.08 159 EX. 1.05%- -0.82% 0.50% -1.05% Tu, 1.05% - 159 MATCH EX. FL 159.06 - - 2.20% FG 159.20 FG 159.35 �C #5270 CB MATCH EX. MATCH EX. TC 159.51 STORMFILTER NISH GRADE AT IE OUT 10"/STEEL/SE 156.67' x �\\ MATCH EX. CATCH BASINI]] Ln SOUTH FLOWLINE ( ) 158 EXISTING SURFACE rl-: ALIGNMENT � m 158 - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - AT EXISTING N M 0o CURB - - - - - - - - - - Ii - - - - FLOWLINE N N + + `9 C) +o V o 0 158.97 158.98 a a 159.00-,,,4.___ 159.01 �y 0 0+00 0+10 0+20 0+30 0+40 0+50 N ai to GRADING DETAIL 0 1"=5' QA SOUTH FLOWLINE PROFILE VIEW WH: 1"=5' 0 V: 1'=1' 5' 10' Nz m� SCALE 1" =5' pPRO,cFss/ CONSTRUCTION DOCUMENTS c' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C9.2 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 25 °N W EST LAKE OS 130 OF OR 97035 TIGARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� �� 503.419.2130 OFFICE � VOICE' 503-639-4171 OF 8. 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX: 503-624-0752 94 �? �Y D. �°° • � � WWW.T/GARD-OR.GOV TIGARD STREET DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ DRAWN: AJF I CHECK: RDV I PROD. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 PCC da ■ a d � ■ ° ■Q ;d g ■d ° r d ■ ' d ■ d ° ■ ■ 4 b : d ■ ■ ■ d ■ �7 ■ d ° ■ ■ d ■ ■ ■ d ■ d ° ` ■ 4 ■ d♦♦���r�r■ ■■ d ■ ° ° ■■■■■■■�■■�ii■■■�■■■■■■ • •♦�• .■.■.■■■. ........ ■.■.■.■i■■■ d ° ■ ° ■ ■ j ad °■d ° d d ■^ ��■ ' ■4 ' ■ d d d ■■■■■■■..:■■;r■■■■■'!d of STRUCTURE N ■ �•••••�•••=••••••••• d :; d <4 d ; ��a d :d° d CONTINUOUS ' $ �: ° REINFORCEMENT CONSTRUCT SMOOTH BENDS a `� •.'; ; AROUND EXISTING STRUCTURE ' ° •• • d MAINTAINING 3" SEPARATION d ' d ° • ♦ d ♦ •� ■ BETWEEN REBAR AND STRUCTURE ° ■ '••e..�..�0 0 ■ ° d ■ ° ■ ■ ° d d ° i ° d ° ° i d d d i d ■ ° ° ' ° d d i d ■■■■■Lid■■■■■■■■■■■ ■■■■■■■■■■■■¢.■.■.■.■.■■■�■■■■■■■�4■■■i■■■■■ `i ■ ■ 4 ■ d i° '° ■ a i d 4 ■° ■ Q ■ ° d i d ' d ■ ■ ■d ■ � d ■d ■ ° ■ ° ■ PCC REINFORCEMENT AT STRUCTURE N.T.S. C9.3 PAY LIMITS ASPHALT EXISTING REINFORCEMENT, 10' 3' ROADWAY #4 REBAR 24" O.C. IMPACT SLAB TRANSITION PANEL (BOTH DIRECTIONS) 20" LONG SMOOTH, PCC, EXISTING RAISED EPDXY COATED #10 SEE SHEET C9.2 FOR ROUGH DOWELS @ 12" O/C #4 REBAR 24" O.C. CONTRACTION JOINT SPACING 20" LONG SMOOTH, DECORATIVE CROSSWALK SAWCUT FINISH (BOTH DIRECTIONS) VARIES, EPDXY COATED #10 #9 REBAR @ 3 2" MIN. CLR DOWELS @ 12" O/C EQUAL SPACES (0.08' TO 0.15') 2" MIN. d d da ° 2�� CLR 8" 4, 4 4 4 4 A 12"° d a d ° ° ° ° ° a d d ° d d ° ° °° a ° d a d °d 6.0" a 4., 2" LEVEL 3, %2 INCH ACP WEARING COURSE (1 LIFT), ° d d d ° a � j� 111411 111111111m a 5.5" LEVEL 3, %2 INCH DENSE ACP (2 LIFTS) .. f ■■■■■ ■■■■■■■■■a.r.■■■■ .■.■.■ d■■■■.A■.■.■I■■.■■��.■.■■■■■.■■■■■■■■■■■■.■■�■■■■■■A■■■■■■■:Q■■■■■■■■t■f.■■■■■■■■■■■ ■■■■■.■.■ ° d a d ° 3110" ° ° a d •� �E.a..A.....�......a..... .... ° d ,6 8.. d •4■■■■•■•■•■■■■■■■■■■■t■•■■■t �■■■■■■■■ ■■t■■ ■■■■■■■�■■■■r■� 3" CLR 5o p ° d ° d d d d ° v v v v v v v3" CLRJ 3" CLR 7.5 v� 12" CRUSHED AGGREGATE, 1"-0 STABILIZATION MATERIAL, IF REQUIRED Fri (TYP) (TYP) v� CONSTRUCTION „ CRUSHED AGGREGATE, 1"-0 SUBGRADE JOINT #5 REBAR @ 12 O/C GEOTEXTILE SUBGRADE 0 GEOTEXTILE U 2 IMPACT SLAB AND TRANSITION PANEL 2 N 1"-1' C9.3 o� �y �2 O � I ai UO QU Q 4 !2 O� N'z N� Eo .m.U � PRO,cFss/ CONSTRUCTION DOCUMENTS GIN FF 7r- 3P Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C9.3 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ` C E N T U RY 5500 MEADOWS ROAD,SUITE 250 I 13125 S.W. HALL BLVD. 26 k WEST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS oF 503.419.2130 OFFICE '8, 2� � 503.639.2710 FAX VO/CE.' 503-639-4171 E N G I N E E R I N G FAX: 503-624-0752 94 D. ° k WWW.T/GARD—OR.GOV TIGARD STREET DETAILS FILE NO alp ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AIF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 N STATE FARM INSURANCE CO., \ \ 0 \ NO LIMIT MARTIAL ARTS, O YEN'S CHINESE RESTAURANT, TA NEW SHOES PROFESSIONAL SHOE, & BOOMBA FIT LLC ALL STOPS PIPES ■ ■ ■ ■ ■ ■ ■ ■ y ■ ■ ■ ■� ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ D MAIN STREET STAMP & STATIONARY SOUTHWEST OFFICE SUPPLY & DISCOUNT TOBACCO y ?� �i 10.2 12255 SW MAIN STREET 12245 SW MAIN STREET 12215 SW MAIN STREET 'v ■ . y ■ ■ W�: m y yyyy . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ C10.4 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1C10. 61 ■ ■ ■ ■ ■ ■ ■ ■ ■ o N �y ° yyyyy ■ ■ �■■�■�■■■Z VBav yp Vv Dv yDv Dv.vp 0 D y v pp oyvpvvyy v vyp l°v,v1$p yvy O p O y o yD °v v°°+y'v�D py D�D�c Oy■■■■■■■■■oyv°D v Dv°■°v ■�DO D Oo■vv vopv■v/��°v v�p oDpIe vvv I�°v■Z Vp�D` y_v■�vyy�y I■pp y O■D°O°O y■pvv yDp oDy■Dv D y■Dv p°vv°�vCv pvyD uO C\D°_�O v�¢70I y_�/Tv vv O/p yv yy D\_A y p vvy D\°■■■■■■■O\_\_\vv_0 D°y���vO\yvy�v�sy��yyy yy�v�v DyEyyyy pVyy0 D o y�yDypyIv yyOy_y y vF V v y yy vW v"°•y�y yyv"yy,yyyp yyv p°p°D°v vvB—vvo vv vD o—v°°V v°vpDv�p■■■■■■■v a pD-pD vVvvo v v y DpDy■■■■■■p D vyy vp-y yv Dy yy-;ryI,,p�I,Dy o-y"Dp�'y yDy�°y"Hy�y-y yy!v/i p rt y p p—vv°yv y°D°v—poy�°Dpyvvv p v D-yyy v y-Iy yv y-y"".y yvD-y y yD�vvy y yvy —v yyyXp—DIyyyI�°'■■■■■■■�■—°v—yy yyyy\—yy�°y y`yy\��vyyp��y�p\1D�M yyy pv"�Byo vv yoyyy p o viIyyy\■yv°y pyy y�■_yy\yy■y. y pvy v"yy y�■vyyyyYy■y■y y y p°y■y y.■vyvvv■y D.■v y vv° y.■v°D■■y yDp�vy■\■■yDy v\,D'�y ''.�yD■y�yD �y■v vy,■y y v�`y°D.py■y\y D°v v 0 yvy\.i v■/°■D`py°�v.y�,■v�,vDy�0�y.v�O vI y°vv°yQ�.�aD��p v DII I■I vv\p v■`v D°vp`pD.v\►v Dvt\�.Vv� /�°°.�■■■■■vy`v■■�■■■\v�\ ■~° v Tp■v yv■v"y°v`vD�■ypr°, v■p1 yVEyvO B°EPyp\■■■ ■v�v_■yB■■■■D■y° OyyS`GVy�yoyV p�"yy,■■■■■y'yYyy v°y y yyv vv°zD v vv v D y yy v°fyvT v op■■■■ O■°vv ■p—■ ■y ■yOy�■y■■■■■■■y■D■O�■■■■ ■ ■\■�■■pv■ ■■ 1■D■■■■p■vy■■■■■ �vyy■ ►vI D OI vv I W vy■ I■ppDIIp vv vvDo� °IO vvv v v C D DoD yYI DID i I yIp(y �yIIIv 10 ■�'izp yy°V���.•v`y■v v$yy y v■v �Ipy°'�'■yy■"v O p yy■vIy■v/°vy�O N/�D+■/ONE oI� \ iO 1■p1 1y yyvy1yy1 �1y yy,y y p yvy ■ yWo \pDvy yrp D l■�°y yyv ■""D y■y .�p. yD0■D vvy°vi ^ o ° ■ ° sC Dv`y � ■O.C ° v yDOy y y■yM'vvy yB y■ °M■ y BD o�My & WM vD p v SW MAIN ST 0 OD13+00 13+50 14+00 14+507 15+00 0 10+00 yyy10+50 yy 11+00 12+00 12+50 ih�l)t50 — ---------------- -- SGP AN 47O 8■ J O v O GR - v � GVC10.3 ■tam ■ ■ ■ ls■ ■� W '-RD Iv 0 o ■ ■ ■ ■ ■ ■ ■ ■ ■ 0gcv+ % C1 .91 ■ ■ ■ ■ I0vI ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ C10. 7 ■ ■ ■ ■ ■ ■ OREGON ® PADDLE PALACE TABLE TENNIS ■ RIFLEWORKS 12230 SW MAIN STREET UNITED STATES POST OFFICE ANTIQUE BARBERSHOP 12210 SW MAIN STREET 12290 SW MAIN STREET ■ 12260 SW OL 00 I ■ MAIN STREET I o % ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ M,JC10.5 C10. 16 I BOOMBA FIT LLC/ALL STOPS PIPES TIGARD MAIN STREET CLEANERS & DISCOUNT TOBACCO ACE SEWING & VACUUM ASIAN PEARL BODY & FOOT MASSAGE 12155 SW MAIN STREET 12215 SW MAIN STREET 12185 SW MAIN STREET 12175 SW MAIN STREET � 1x\q a ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ C10. 10 ■ ■ ■ ■ ■ ■ ■ ■ ■ m ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ C10. 120 ■ ■ ■ ■ ■ ■ ■ C 80 GBOL C10. 14 ■ ■ ■ ■ ■ 2 cn SW MAIN T � n + 15+50 16+00 16+50 17+00 17+50 18+000 18+50a H mow"w -ww"�fH�■ H �&H ■� H ain 0 w� 19+00, v p O W XI, y D O wM O vT�B pv v O uft S■ ■ ■ ■ ■ ■ ■ ■ iC■ ■ ■ ■ C10. 1 10. 1300 ■ ■ ■ ■ ■ ■ ■ q 00 II I ocn UNITED STATES POST OFFICE I 1'k, MAIN STREET X 12160 SW ■ Al11W iAMERICAN FAMILY INSURANCE MAIN STREET ■ u 12196 SW MAIN STREET ■ N ■ ■■■■■ 0 20' 40 ' C10. 15 ■ ■ ■ ■ ■ SCALE 1 20' PROc-0 CONSTRUCTION DOCUMENT S cNFRevisions and Addendums SHEET� NGINEERING DIVISION 3P Description Date CITY OF TIGARD PORTLAND OFFICE UBLIC WORKS DEPARTMENT C10. 1 VNER ENTURY 5500 MEADOWS ROAD,SUITE 250 27°N LAKE OS OR 97035 13125 S.W. HALL BLVD. � k` C 503.419.2130 OFFICE T/GARD' OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF 8, 2�� �� 503-639-4171 VOICE.503.639.2710 FAX E.• E N G I N E E R I N G FAX. 503-624-0752 94 �Y D. °° 0 WWW.T/GARD—OR.GOV GRADING DETAILS FILE NO a1� ONE INCH (REF) EXPIRES: 6/30/2022 Ft DESIGN: JAJ DRAWN: AJF I CHECK: RDV PROJ. NO: 97017 1 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 cA� N \ EOA 162.93 FG 163.52 `I' \ FL 162.93 0 -.91 MATCH EX. \ TC 163.45 o ro 13° �,� EOA 162.69 MATCH EX. 1.2 09 j��, _ FL 162.66 -o- ° ° TC 162.98 S% o MATCH EX. oD `�' FG 163.56 FG 16306 o . � TC=FG MATCH EX. EOA 162.99 8�4' �O�` \° `�' FG 163.55 • °• °° \ 0.20 '` � \V MATCH EX. °° °° FL 162.96 / •0 0 °•e D �71 `�' FG 162.74 \ TC 163.46 0 0o FG 163.48 �V Ln 00 p I o ° s EOA 162.73 rn FG 163.02 �, �V N FG 163.62 M • o °\ 7�, o �, 5.95 FG 163.51 20.00 •,;•° _ °j c 00 S 9 o FL 162.70 - � Gj0 p FG 163.48 ,v 'I-N, o ° MATCH EX. V 20 00.7/o MATCH EX. 0.6% °°:°°° o p TFC=FL FG 163.13 A�°� o 6 FG 163.51 �V \ 0 0 0 0 o p .�, - - • - - 1_ - Og\ 0 0 D \ 0 0 0 6. 0 1 °�° � FG 163.65 ° _ - - - 6S �pOo o °\° o EOA 163.03 000 �' �V ~ N 11.02 �, 5.07 �? `�? "' 18.1 _ _ ° °� S �' ° ° CO* �b � \ FL 163.00 0 6' 0 0 0 5� 1.3% 0.7% M N M N FG 163.71 FG 163.14 r%- 0 � o00 0 'l - - - - - - - - - 1.1' ° TC-FG�, \ ° ° 1\0� D � rn � � TFC=FL o0 0 6'0 0. o° 0 56°�o FG 163.42 V FG 163.59 D MATCH EX. ° ° FG 163.68 EOA 163.52 N �� \ ° oa oo coo bo FL 163.51 FG 163.13 D 76 00 00 \� q/ 0cy 0u) \ S . "' � LO FG 163.63 � N 20.00' "' N TC = FL � p EOA 162.80 0 \ 0 jo S � FG 163.83 18. MATCH EX. G� FL 162.77 � EOA 163.07 � 0.7% 0.i TFC-FL FL 163.04 5.07' D 8.92' p -41 EOA 163.40 FG 162.81 TFC-FL C D FG 163.60 0 7% 0 7% FG 163.70 FL 163.37 � � 73 00 V oa D o0 cfl 2 00 00 00 TFC=FL v `�' FG 163.07 0 333 m co c4 \ Si 13.99' FG 163.64 20.00' FG 163.77 __ __ 0.7% 0.7% - ---- ___ 3.10' 1.50' 6.62' 12.43' --------- _-_ 72 FG 163.54 T a p _ 8-0 'IV -IV-------__ EOA 163.19 ----------------- rn rn _ rn o EOA 163.39 EOA 63.35 FL 163.16 ------------- -- 0.7% �' FG 163.50 20.00' N FG 163.63 0.6% 0.6% 0.6% 1.3% FL 163.36 FL 163.32 TC 163.66 --- -_____ 2.35' D TC 163.86 TC 163.82 ---- 163.2_____-- 20.9% o LO r ----- N ti O c -A/ D Lo 'm5 4 N5.391 EOA 163.23 14.50' 10.1% `V \ 2.261 SW MAIN ST 163.3 FL 163.20 0.7% EOA 163.35 20.15' �j V TC 163.70 EOA 163.34 FL 163.31 FL 163.32 0.7% 5.34' TC 163.81 TFC=FL EO163.50 0.7% \ FLL 163.47 D163.4 TFC=FL EOA 163.54 FL 163.51 D FL 163.49TC 164.01 TC 163.99 3 5 �6 �g3.6 70.17' 1.34' 7 0.0% - k 0.3% C14 FL 163.71 /Ag3. TC 164.21 3 5 �' �V `�' �/ `V �/ `V FL 16351 FL 163.51 . �, 26.1 16 TC 164.01 'TC 164.01 �, 0.7° D FL 163.54 � �V `V � �, �' � �, �V � �V TC 164.04 \1/ \V o 0 FL 163.60 STC 164.10 - 10+50� �/ 11+00/ 11+50 - - -`�' �' 7 3 0 0 i r--------------� CURVE DATA TABLE # R L A DESC ALIGNMENT START END 2 C10 19.00' 33.72' 101° 41' 12.17" EOA MAIN ST 10+44.99, 29.07' LT 10+63.71, 51.82' LT 0 N C11 3.00' 5.29' 101° 03' 34.08" EOA MAIN ST 10+35.00, 4.92' LT 10+37.95, 8.50' LT C12 31.49' 35.67' 0640 53' 40.46" EOA MAIN ST 10+88.69, 42.87' LT 11+15.16, 21.86' LT 7 y N C13 20.64' 23.33' 0640 45' 25.14" FOW MAIN ST 10+99.46, 41.03' LT 11+18.07, 29.10' LT I o� UO i C14 300.00' 31.41' 0050 59' 55.16" EOA MAIN ST 11+16.50, 8.50' LT 11+47.85, 6.86' LT N KEY MAP ^In 0 5' 10' cl ca N�m� SCALE 1" =5' pMop, ss/ CONSTRUCTION DOCUMENTS G I N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF T I GAR D C10.2 �W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 2S � °N k/0 WEST LAKE OS 503.419.2113030 OFFICE FICE OR 97035 T/GARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF OVOICE' 503-639-4171� F � 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �? �Y D. �°° � � � WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 y - .v \V \ 14/ 10+50 �' `� 11+00/ 11+50 7 cis 34.12' 33.53' FL 163.67 FL 163.77 0.7% �-FL 163.55 0.7% TC 164.17 TC 164.27 TC 164.05 FL 16 4. 5 TC 164.05 V 163.� 163.6 SW MAIN ST '63.s o 163 5 X63. D 163 3 163.3 p ECA 163.51EOA 163.34 163 2 EOA 163.21 EOA 163.10 EOA 163.16 FL 163.48 EOA 163.46 FL 163.31 EOA 163.29 EOA 163.14 FL 163.07 FL 163.13 FL 163.18 D TFC=FL FL 163.43 TFC=FL FL 163.26 TC 163.68 TFC=FL FL 163.11 TFC=FL TFC=FL TC 163.76 TC 163.61 1.93' milli 0.5% 8.79' 18.00' 7.00' 19.18' D 12.75' V 7.00' 10.00' 8.00' 3.00' 14.85' 0.5% 0.7% 6.5% p 0.7% 0 4.0°7 0 0.3% D 7.0% 0.5% D 6.9% 0.7% o 0 0.7% D 64 0 p 0 0 0.7% FL 163.06 0 0 0 0 o � o � o � o1o1o ' o1 D 00 01 D LO LO `� � TV�FG163.64 TC 163.56 LO C:) LO C:) LO C:) D LOO 6.00 ~ � �` � ~ � FG 163.75 00 � � r_: 1-: ~ � ~ � 0.7% FG 163.51 FG 163.38 D n � o D X7.85' 18.02' 7.01' 12.80' 6.00' 4.44' 4 14.68' 7.00' 10.00' 8.00' 23.85'p 0.4%IV D ` 0.7% 6.5% C' 0.7% 0.7% 0.7% VERTICAL CURVE 7.0% 0.5% 6.9% p 0.7% FG 163.54 I-r\v 0 0 V D FG 163.84 XFM R FG 163.21 FG 163.76 MATCH EX. o LO M `o FG 163.71 FG 163.64 FG 163.15 -0-c' o \ p ICV n FG 163.68 � ``'• O r o0cfl 0 0 ti ti � - °' FG 163.68 7.66' _FG 163.69 17.95' LQ � co ° - 1.0% - FG 163.87 - o - - _ ti MATCH EX - 4.4/° � MATCH EX. MATCH EX. - - - - - - - - FG 164.12 D FG 163.81 o - - - - -9.47'' - - - - - - - - MATCH EX. 0.6% FG 163.79 D P `0. FG 16374 jV FG 164.53 --------- o . o TC 164.09 6.00' LJ MATCH EX. ��\ MATCH EX. M MATCH EX. CO FG 164.40 2.1% �� 1.98' rn L6 MATCH EX. `�\ 2.5% D D V � -- - 21.52' 0.9% FG 164.61 MATCH EX. I I I I � I D Q 3 0 CURVE DATA TABLE # R L A DESC ALIGNMENT START END C15 3.00' 4.13' 078053' 03.92" EOA MAIN ST 10+35.79, 0.92' LT 10+38.73, 1.50' RT U o � � -------------� 0 c� N R M I QAO h UO i m O ^In KEY MAP 0 5' 10' �a N�m� SCALE 1" =5' pPRO,cFss/ CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF T I GAR D C 10.3 Wff/ PORTLAND OFFICE PUBLIC WORKS DEPARTMENT °N k` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. Z9 W EST LAKE OS 130 OF OR 97035 T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� �� 503.419.2130 OFFICE � VOICE'�503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �? �Y D. � � WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 FG 166.25 FG 163.88 \ FG 164.58 \ 4\ FG 165.38 MATCH EX MATCH EX. FG 164.86 \ � � � FG 165.34 \ � \ FG 164.04 MATCH EX. MATCH EX. FG 164.88 MATCH EX. MATCH EX. FG 166.05 FG 166.30 FG 163.88 , MATCH EX.\ FG 164.40 MATCH EX. \ \ EG 166.01 MATCH EX MATCH EX. 0'8o FG 164.11 \ FG 164.23 MATCH EX. FG 164.80 FG 164.86 FG 165.23 \ FG 165.43 0.0% MATCH EX. MATCH EX. MATCH EX. MATCH EX. \ MATCH EX. FG 165.71 FG 166.31 MATCH EX. MATCH EX. MATCH EX. 17.75' 4.68' �1 6.05' 6.59' 10.00' '10.00' 12.56' \ 8.98' 8.87' \ FG 165.33 \ 11.12 10.18 13.01', \ 3.4% 1.1% 1.8% 1.8% 1.8% \ 1.8% 2.1% 2.1% 2.5% 2.8% 1.8% 18.109' o n a D 4.94' 4.74' 4.58' - - - 1.2% 2.1%_ FG 165.05 p - - FG 166.00 FG 166.23 D D M o O o C4 \ 0 0 0 0 0 0 0 0 0 FG 163.91 � � � � COd cow ��n � LO LO D � N MATCH EX. � � M � p N � � 00 EG 165.96 ti � MATCH EX. LOo o WM � � n ti � tir FG 165.54 c6 �i c6ci V (6 cli 18.83' D 8.35' 8.00' FG 164.12 32.56' W M D 4' L 4.8 V V I V I 11.12' 10.18' 13.01' 0 0 0 � ° 4.94 9.003 8.902 4.70 0 ° � ° 0.7% 0.7/o 1.3% 1.7% 1.7% V 1.7% 2.8% 2.7% 1.5% 1.5/0 2.1% 2.1% D D p D FG 163.96-/ FG 164.02-/' 64.02 D V D V FG 165.18 FG 165.37 FG 165.76 FG 166.04 FG 164.93 FG 165.30 p o o � oo FG 164.69 0o p o0 0o D CDo a . 27.17' p o 8.00' D CO FG 164.77 D FG 164.87 0 c6 ' TC 165.48 p � 23.24' 7.52' 0.7% FG 163.96 �1 3% FG 164.06 46.57 TC 165.25 15.69 p 1.7% 2 69 AFL 164.75 1.5% FL 164.98 2.51' 2.1% 1.9% EOA 165.04 2.51' TC 165.48 _ 1.201 FL 165.01 FG 165.47 cm o o FG 165.25 �� ECIA 165.07 N °' TC 165.50 0 FL 165.04 Z N FG 163.84 CO � FG 165.58 o 00c8.00'o-o 0 0 0 o o 0 o° 1.30' � .& , EOA 165.50 0.00 0 6.00' - 90�' FL 165.49 -0-0o o 6) 0 TC 165.99 1.5/0 36 /16 FG 165.49 0 o `�90,' p 8.09' Ir, U N o EOA 163.72 2 000 0 06.00' 0 0 6.40' 5.39' �g3? FL 163.69 0 01.8%0 0 8.8% 1.8% TFC=FL 8.00'ZZ EOA 163.87 w 1.7% FL 163.84 C) 3 g �/u TFC=FL C17 EOA 164.44 FL 164.41 EOA 165.11 FG 16 2 8 00'' EOA 165.55 FG 165.36 26.16' FL 165.52 FL 163.90 FL 163.96 TC 164.91 FL 165.08 EOA 165.23 1.8% EOA 165.45 TC 166.02 0.7% TC 164.40 TC 164.46 D TC 165.58 FL 165.20 EOA 165.34 FL 165.42 TFC=FL 65 C,, / FL 165.31 TC 165.92 FL 163.97 TFC-FL 0.64',v TC 164.4. SW MAIN ST 47� 1.6% CFG 164.04 FG 164.19 12+00 / 12+50 FG 165.41 D FG- 165.55 t st Q sst sr t j 66Es6sS6S 6s66s6Q 6Q Es6_' 6 6 S S 0 CURVE DATA TABLE J # R L 0 DESC ALIGNMENT START END 2 ------------- C 16 2.50' 3.68' 084° 16' 30.04" EOA MAIN ST 11+73.87, 4.12' LT 11+76.10, 1.63' LT r 0 C17 301.50' 34.46' 006032' 55.61" EOA MAIN ST 12+15.49, 11.31' LT 12+49.98, 9.50' LT C18 2.25' 5.30' 1350 00' 00.00" EOA MAIN ST 12+74.77, 9.50' LT 12+76.36, 13.34' LT 2 l �- 0 z5 N R w IO UO i s- 721 aO KEY MAP 0 0 5' 10' �a N�E SCALE 1" =5' PRO,cFss/ CONSTRUCTION DOCUMENTS G I N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C 10.4 ON k` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. .3O W EST LAKE OSWEGO,OR 97035 : T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX: 503-624-0752 94 �Y D. \/°° WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 11+50 �, `I' 12+00 0 12+50 �cO�DNlb5 - NO�O - NcOh'l - - - - �, t , 7 7 - 7 7 7 7 > > > EOA 165.43 76, �6, 76' FG 164.19 6' sQ 6' 6' I6-' 6Q 6-' 6' 6S 6s FG 165.41 FG 165.55--/EOA 165.41 `ScQ `S9 60 17.21' 'O � s 6' `� 9 O TC 165.703 FG 164.04 �6' FG 165.33 FL 165.38 FL 163.79--/ 0.8% S •u' TC 165.71 EOA 165.51 TC 164.29 FL 163.42 76' p EOA 165.30 FL 165.48 EOA 165.78 TC 164.42 16 FL 165.27 TFC 165.52 FL 165.75 3'B�EOA 163.77 TFC=FL FG 165.20 EOA 165.52 TFC=FL FL 163.74 D FG 163.92 8.00' 0.45' FL 165.49 16 TFC=FL p I EOA 165.20 1.8% _ _ o `3'/ FG 163.75 --- ---- 6.3/o TFC-FL SW MAIN ST -- ------ - 8.00' EOA 163.86 ___. FL 165.17--- --- b 500 EOA 163.69 1.8% FL 163.83 -- ------------------------------------------------- TFC=FL 9000 3.55' 15.00' 6 ------------------- EOA 165.19 b. 1.25' 6.3/0 Lo 0 1.8/0 63. FL 163.66 TFC=FL --------------- 0 0 0 8 0 TC 164.16 ---------� - ----------- FL 165.16 11°I° 000 2.4% SS 46 G20 EOA 163.87 I TC 165.66 0000°0° 66 O� 763. FL 163.84S 0 0° o° -� cp ° S EOA 163.53 ° 0° � • ^• 15.00 TC 164.340 o c9 O. N 1.8% FL 163.50 5.26' 0 o v , TC 164.00 -I $2 p 8.0% o 0 6.00, 0°`-\ q,16° EOA 163.38 Zp°I° p 1.S/ o o G�, 0 60� p o� :FG 165.53 FG 165.79 FL 163.35 v �° �V 5°l0 �9 T 0• FG 165.49 p TC 163.85 G �° -' m �,�"ZIry EOA 164.91 `I' o c oo 'l CO �, FG 165.46 co a? �,; '�q- CO FL 164.88 r o D o �. FG 164.31 T `1' TC 165.38 TC=FG Qos�, 11.36' 10.03' I EOA 164.16 T ` - ° 0 o D 6. , FL 164.13 I °� °° 2.2/0 2.2/o � 00 EOA 164.90 ^ \ D � '� O � 0,�/ � FG 164.35 �, � TC 164.63 I FG 164.36 FL 164.87 � `�' ``' �Q� D V 15.00' i TC=FG TFC=FL �° 1.8/o o FG 164.09 d p �, EOA 164.17 0J. p / FL 164.14 00 FG 165.34 FG 165.65 p � 15.91' 4.86' ,\; 77 �8 � TFC=FL D o \° 0 0 2�S0 TC-FG p o \ FG 165.92 FG 165.98 2.4% 2.4% FG 164.42 7 0 I D oo 00 ^ 0 0 Q,30 890 o TC=FG FG 163.92 D FG 164.30 D FG 164.50 6 r°3 goo° o o EOA 164.79 oO O 0 0 00 °\° �3% 7.45, FG 165.71 D ° TC=FGA - °I° 6' o V FL 164.76 756, co' 'T ° 1.0% TC FG 1.8/o D 77 6 D91 D ;, �5. 0°moo. ��` D TFC=FL ° 6.)/ 3.9 /0 14.97 O° FG 165.26 1.8%, ° �°moo. 3 o FG 165.66 0 0 0 FG 166.06 6 6 -) o EOA 164.26 ,\ 0, FG 165.37 0 0 0 D � FG 164.58 301° FL 164.23 FG 164.77 I, '�� 0\° FG 165.76 �' `6 O O 00 o FG 164.47 0o � D D _c o 0 M TFC=FL o o 6' TC 166.26 12.28' p �0 N o FL 164.63 60°8- .I� - C - t ° FG 165.26 o � o � D - - `Y' - - 6 0 °o 'o FG 164.28 �OD� TC 165.13 �� °I° ti ti FG 164.58 0.0 �° 8 ° ' �, OFG 165.75 d d o M M �'6, FG 165.71 �0`6 n MATCH EX. o I 7� o Cb* \° \ TC 166.26 j FG 166.06 rn . D o o p o '�' �' MATCH EX./ MATCH EX. 0° �, � D EOA 164.37 OLO --- 9----- ------ I o D� EOA 164.63 , J o N7 � FL 164.34 �O FL 164.60 6.50 �, / 2.00 FG 166.70 17 p16.5 /o 1' -- TC 164.84 1.0° I ,mob` TC 165.08 J, / �V FG 165.66 0.4% r FG 164.34 / ^ ^ �cV I `1' / MATCH EX. 2.00' 4.50 FG 164.41 i MATCH EX. 4.13 C) p FG 165.14/ FG 165.96 2 2% MATCH EX. � I 6.50 FG 164.80 1.0% -4.7% �Op� +o )(G V o / MATCH EX. EOA 164.46 FL 164.60 00 co ao II I ��° FG 166.12 FL 164.43 TC 165.08 ti ~ N / TC 166.60 p I I FG 164.74 TC 164.93 I 4.98' `1' / FG 165.37 MATCH EX. I O D 1 Q D 'b Mai 3.4% MATCH EX. \ c• L M �00� ------ --- i D V o 1.35' FG 165.20 D p I EOA 164.72 ° MATCH EX. I , FL 164.38 FL 164.71 0.0/o 6.501 TC 164.88 00) 1- ; TC 165.20 1.0% r\O Ct I / MATCH EX. I FG 164.94LIJ CV o N c O I I � I � CO T- \ 00 O DD c:)' ^� I FG 164.99 6.50' �Oh� 1.0% I EOA 164.54 _ _ I Qb o FL 164.49 1165.2 CURVE DATA TABLE o ti 0 �? TC 164.92 ; LO C) L6O # R L A DESC ALIGNMENT START END C 19 13.50' 11.11' 047009' 22.89" EOA MAIN ST 11+56.39, 22.00' RT 11+66.29, 17.68' RT 1.1°% EOA 164.65 r I " � � FL 164.58 C20 11.50' 9.46' 0470 09' 22.89" EOA MAIN ST 11+66.29, 17.68' RT 11+74.72, 14.00' RT °? c� ` - TC 164.95 co � FG 165.02 COMMERCIAL ST MATCH EX. C21 31.50' 47.55' 0860 28' 59.62" EOA SOUTH 0+11.58, 42.74 RT 0+42.90, 13.03 RT MATCH EX. � �i + I m� C22 11.50' 8.65' 0430 05' 09.67" o .67" EOA COMMERCIAL ST 0+42.90, 13.03' RT 0+50.76, 16.10' RT I I I e� � o � �� COMMERCIAL ST � � � I-- 0+50.76 16.10 RT 0+59.94 19.70 RT o C23 13.50 10.09 042 50 01.66 EOA , � SOUTH a ^� KEY MAP 9 C24 2.50' 3.92' 0890 43' 34.80" EOA MAIN ST 11+73.60, 1.50' RT 11+76.10, 0.99' LT o W 0 5' 10' cc C25 31.50' 50.35' 091° 34' 48.14" EOA MAIN ST 12+41.11, 41.87' RT 12+72.60, 9.50' RT N� m� SCALE 1" =5' pPRO,cFs191, / CONSTRUCTION DOCUMENTS c' N FF � Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF T I GAR D C 10.5 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT N N/0CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. ,31 WEST LAKE OSWEGO,OR 97035 M T/GARD' OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF 503.419.2130 OFFICE 8, 2�� �� 503-639-4171 VOICE.503.639.2710 FAX E.' E N G I N E E R I N G FAX. 503-624-0752 94 �Y D. \/°° 9 WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN- AJF I CHECK- RDV I PROD. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 V N45L/FG 167.01 FG 167.15FG 166.58 MATCH EX.FG 166.46 MATCH EX. FG 167.35 MATCH EX. � FG , MATCH EX.\ FG 166.48 FG 167.12 MATCH EX. MA . 1'97 1 FG 166.34 FG 166.45 MATCH EX. FG 166.87 FG 166.98 EG 167.14 \ � 5.1% MATCH EX. MATCH EX. \ \ MATCH EX. MATCH EX. \ \ \ FG 167.45 FG 167.80 \ \ 5.08 15.00' 5.62' FG 167.27 MATCH EX. MATCH EX. FG 168.77 7.521 7.26' 1.9% 1.9% \ 1.9%� 2 99 MATCH EX. 3.88' 4.38' FG 167.90 TC 159.25 3/0 2.2/0 2.2% FG 167.54 MATCH EX. FG 168.81 1.5% 1.5% EX. � MATCH EX._ - Q6.00' - - - - - - - D FG 165.80 T - - - - - - - - _2.5% 2.20' 11.66' 2.98' 16.19' - � - �, o FG 165.90 o D 7 0 \1/ O � TC 166.31 � � LO �n 80 80- o0 � r` o � o o � 4.1% _ o 1.3/0 1.9/0 5.4% rnti ti � TC 166.42 Coco LO LO It r- It LO o � % rn N ° 0-0- -0 -0 N Cfl N � O I A / ti ti o N N V CO N C6 N 6 N O N O �/ O 7.26' 6.00' 15.00' N FG 167.77 0. cr o 6 (.6 0 0 7.52' 1.8%p 1.8% 2.1% 5.602' 5.99' 6.00' � 3.88' 6.54' v V MATCH EX. 0 16.1°9 12.22' 1.8% 2.0% 2.12% 2.4% --2.5% 3.0% 3.1 /0 3.1% FG 166.17--J' 7.26' 15.00' p 16.59' TC=FG 5.1% D 5.4% FG 166.71 FG 166.83 FG 166.96 FG 167.40 3 1% D 0 FG 168.40 FG 168.77 \-FG 167.20 FG 167.90 CD M o -110 -110 o o o TC=FG FG 167.0 00 o p o o � o 1-01 TC=FG cfl o c5 o c5 o c5 � � � cfl � m � c5 7.52' 7.26' 6.00' 15.00' D 21.49' 23.13' FG 167.84 16.00' FG 68.33 27.07' 1.9% 5.1% p1.8% 5.4% VERTICAL CURVE p 3.10/ D 3.1% 3.1% FG 165.90 TC 167.14 EOA 165.64 FL 166.64 FL 165.61 EOA 165.77 EOA 166.18 / �, TC 166.11 FL 165.74 EOA 165.87 FL 166.15 EOA 166.64 `l' o p o TFC=FL FL 165.84 TC 166.65 `� oM �M FG 165.69 TFC=FL � o � o 'P -'qD �,, FG 168.21 'P -9 'P -'Q ° �'� `�' FG 167.72 '-'00- 'ocoo�' /8�" �V `�' �' 16.00' 0 \V /// 3.1% o FG 165.98 5.33' LO 8-0 16.00' LO LO oo D 5.33' 6.4% 3.1% 12.4% 12.02' 12.02' 1.8% 2.2% FG 166.47 EOA 167.45 C26 FG 166.20 / FL 167.46 / EOA 168.36 EOA 167.71 FL 168.33 SW MAIN ST TC 167.96 EOA 167.54 EOA 168.20 FL 167.51 EOA 167.55/FL 167.68 FL 168.17 TC 168.83 D Nlb TC 168.01 FL 167.52 TFC=FL TFC=FL 7fl D / Z/ TC 168.02 h O O O O O O O O OCb 13+00 13+50/ ^� ^� ``�^ '��^ ``� z Cb � `��� '`�� ``�� (b�• ��`b �cOO. 'mob. ��Cb. 14+00 3 0 CURVE DATA TABLE 2 # R L A DESC ALIGNMENT START END C26 3.00' 2.36' 045000' 00.00" EOA MAIN ST 13+59.23, 10.38' LT 13+61.34, 9.50' LT U , Q_ L----------J C Ll U 2 l I 0 c� N R co Oh UO i m O KEY MAP 0 5' 10' C N�m� SCALE 1" =5' � PRO,cFs191, / CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C 10.6 ` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 32 °N W EST LAKE OSWEGO,OR 97035 T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �? �Y D. °° WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 13+00 13+50 14+00 7 7 7 7 7 7 7 7 7 7 j j 7 j > > 7 > > > 7 > > > 7 7 66, 6' 6' 6'' 6'6 � �� �� �� �� �� 6) �� 6� 6)A 6� 6'> 61 6'1 6d �� 6� 6p 6� 66� 6� 6) 6� 66p 44 - 4-\ -1 o o rr s o > cP o o s o 0 EOA 165.88 \ \ \ \ \ EOA 168.63 �/' FL 165.85 FL 168.60 '/i TC 166.35 SW MAIN ST EOA 168.12 TFC=FL EOA 165.89 FL 168.09 EOL 168.47 FL 165.86 TC 168.59 FL 168.44 C2 j TC 166.36 TC 168.94 5.33' EOA 165.91 V`� 6.4% FL 165.87 S 11.48' 66), o 0 TC 166.37 `06pS. 3.0% o o `�So � c� 5.33' o � o EOA 167.99 4.1 FL 168.04 8.08' TC 168.54 3.5% V EOA 168.03 FG 168.86 \V FL 168.08 � TC=FG TC 168.58 FG 168.64 0 0 M � o EOA 166.73 EOA 165.87 FL 166.70 TC 167.20 EOA 168.15 �V FG 166.24 FG 168.76 18.14' 4.99' TC 166.33 34.90' 49.45' D 1.8% o 0 1.8% FL 165.83 VERTICAL CURVE S o 0 3.1% D T L 168.72 , FG 166.12 0 C:) _ o o FG 167.62 D FL 168.22 1.62 0.82 c5 � � D 3.1%� 3.1% 3.22' 10.00' 4.99' 6.80' 5.32' 22.78' D 11.59' 12.00' FG 167.98 21.99' FG 168.65 5.01' FG 168.82 1.8% 1.8% 1.9% 2.0% 2.2% D 2.7% 3.1% 3.1% D 3.1% 3.1% 2.85'- FG .85'- FG 166.30 FG 166.53 0 0 `1V o o �, FG 168.80 00 00 o � o � FG166.65 � `�V FG 167.26 CD CD CD CD 0CD 00 00 00 �, - `�' `�' � � � � `�' �, TC=FGA � `6 10.00' F, 166.39 V) � � `�' �, o o d -.-0 FG 168.82 12.00 � �, � LO rn N � 5.33' - - �` - - - - - � - - - - 3.1% - - - � �V- - - - - rnc0-rn � ora - �, �V o o � FG 167.63 � � FG 167.66 FG 168.02 M FG 166.35 �V � 2.2/° \ / �' FG 167.51 `�' `I' `I' GV co ~� FG.166.17 6; o� �V `�' .V `�' 5.00' FG 169.27 TC 169.30 FG 169.30 1 o0 0 � o0 om `/F L6o� L6L6 LOM FG 169.65 5.00 2.00 MATCH EX 1.6% 3.8% FG 169.47 V TC 169.57 6' MATCH EX. D CURVE DATA TABLE # R L A DESC ALIGNMENT START END 2 C27 3.00' 2.36' 045000' 00.00" EOA MAIN ST 12+93.77, 9.50' RT 12+95.89, 10.38' RT C28 2.25' 5.31' 135° 16' 19.36" EOA MAIN ST 13+78.75, 13.34' RT 13+80.347 9.50' RT >? r-----------k 0 U 2 Y 16----------- r- 0 c� N h4 o� n o a UO i m O s QA KEY MAP 0 5' 10' �a N�m� SCALE 1" =5' � pPRO,cFss/ CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C 10. 7 ffi/RM/F CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 3 3 ON W EST LAKE OSWEGO,OR 97035 : T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N GI N E E R I N G 503.639.2710 FAX FAX: 503-624-0752 94 �Y D. \/°° WWW.T/CARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I \ I I \ FG 172.85 O FG 172. \EX.\ MATCH EX. FG 172.01 MATCH 12.11' FG 169.54 MATCH EX. ro?,y 3.4% TC 170.01 FG 170.20 2.00' FG 171.49 2.00' 1.79' 51°0 MATCH EX. 26.19' MATCH EX. -4.4% 35.46' MATCH EX. -1.8% 16.54' 3.3% FG 172.43 FG 169.18 FG 172.04 MATCH EX. V 12.00' X3.1% - - -� - oo - - - - - - - - 35.46' �V 16.54' 2.00' � U � - - - -� 0 D - LO � FG 170.29 o Eg 3.5% FG 171.52 0 3.1% 0 1 a' 0 0- N ,FG 169.72 ti N o o D -1.6/0 0 0 �� __- ---- -- o TC=FG �, `� � 00 C FG 172.60 CD � � �' 7.88' 12.11' � V FG 169.22' � `�' � � �' p 3.2% 1.8% 12.00' 2.66' 11.09' 26.66' 35.46' 16.54' D 1.38' 3.1% 3.1% �, 4.6% D 3.1% FG 170.53 3.1% FG 171.62 D 3.1% FG 172'.13-/' 72.13 3.2% FG 172.38 c o � v o � � � p do TC 172.27 0 � TC 172.32 0o D FG 169.14-/ � � � � � � D p FL 171.77 � � FL 171.82 � o 10.62' 2.16' 24.50 CFG 170.48 5.33 EFG 170.64 52.00 FG 172.07 6.50' 12.11' ° 0 FG 169.72 3.1% 3.1% 3.1% V ° 4.7% 3.1 /0 3.2/0 1.8% 2.51' TC 172.26 FG 169.66 FL 171.80 24.00' 30.13' 7.88' `�' 8.67' 6.00' EOA 171.85 2.51' ° FG 170.64 3 1% FG 171.56 3.1% 3.1% D 3.2% /3.1 /o > EOA 172.07 FG 169.74 FG 170.48 ' FG 172.07 1 49� EOA 171.86 FL 172.04 o FG 171.80 � -1.1% TC 172.54 � 00 CD TC 172.28 "1: o Deo p C) cv D CDCN � \ p '�7 � �� D 6.00'� V � FL 171.82 FG 172.15 3.2% (� \/ FG 171.90 I, � FG 169.53 " � FG 170.27 p EOA 172.34 24.00 D FG 172.35 ° 7.88' `L TC=FG FL 172.33 3.1% FG 171.66 �V D 3.1% �� ��0 0 0 0 8-0 TC 172.83 00 00ti ti L6 5.33' `-) r` D 24.00' "? 0' 5.33' 30.13' 10.54' 6.00' o o �6.00'' 010 6.2% c� 3.1% C14 12.4% 3.1% D 3.1% 5.% 0 03.2%0 0 rn FG 171.73 FG 171.99 GN EOA 170.17 EOA 171.58 EOA 172.35 Cb EOA 169.27 EOA 169.44 D EOA 170.33 8.00 / K/Lz q, FL 169.24 FL 169.41 FL 170.14 FL 170.30 SW MAIN ST FL 171.55 EOL 171.76 3 2% FOA 1.93 FL 172.32 TC 172.05 FL 171.73 FL 171.93 I?* TC 169.74 TFC=FL o TFC=FL o• TFC=FL o TC 170.80 -0/ TC 172.82 o o TFC= FL o' ti � h o o 0 0 ti o� h o Cb � o ti � h (o D � o o ti oh o 14+00 14+50 15+00/ p ~ 51.00' FG 170.36 3.1% \ 171.92-/ FG 172.18 CURVE DATA TABLE 3 # R L A DESC ALIGNMENT START END 0 C29 2.25' 5.30' 1350 00' 00.00" EOA MAIN ST 15+17.81, 9.50' LT 15+19.40, 13.34' LT 2 r------------mm � I U I I 1 >? L---------- 0 U 2 l I 0 c� N 4 Oh UO i m O Nq KEY MAP 0 5' 10' cl ca N�m� SCALE 1" =5' ���EpPRO,cFss/ CONSTRUCTION DOCUMENTS gg ��\����' NFF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF T I GAR D C 10.8 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 34 °N W EST LAKE OSWEGO,OR 97035 : T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �Y D. \/°° 0 WWW.T/CARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ DRAWN- AJF CHECK- RDV I PROD. NO. 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 14+00 414+504 4 4 D 4 /FG 171,92-\, 15+00 FG 172.18 4 4 44 4 4cP c9 c9 c9 c9 NP c9 c9 c9 c9 c9 c9 O O O O O O O O O O > > > > > > > 7 > > a c9 O v� c5` '6' to (9 O j u') ST ON 6' > W c9 O � � c� `7 tS` 6' \ d� c9 6� EOA 169.26 \ \ \ \ \ \ \ FL 169.23 EOA 171.76 0 0 EOA 169.09 TC 169.73 EOA 169.27 SW MST FL 171.73 N FL 169.06 FL 169.24 EOA 171.18 TFC-FL 8.00' EOA 171.96 EOA 172.21D TFC-FL TC 169.74 FL 171.15 3.2% FL 171.93 FL 172.18' 72.18 \ \ TC 171.65 FG 171.73 TFC=FL TC 172.68 30 EOA 169.31 FL 169.26 MM FG 171.99 TC 169.76 v 15.00' 5.33' 00 (6.00') 00 8.00' 11.54' ooooa 3.1% L0 m 12.6% c3.2% p 9.4% 3.2% D EOA 171.06 `I' ti L6 ti u; 9.35' 15.00' FL 171.11 3.1% TC 171.61 .`�� D 3.2% FFG 1169.10 `�' FG 172.16--*' 6.00' FG 172.35 W FG 172.6 �V TC=FG 3.2% p Ali o o EOA 170.78 TC 171.92 00 EOA 169.49 FL 170.75 \ \ FL 171.44 `�' � FG 172.58 D TC 171.25 EOA 171.35 FG 172.07 16.19' V 8.10' 7FG 169.22 3.2% 3.2% 1.42' :)�D 15.00' 23.13' p 43.07' 15.04' 4.74' D � 3.1% 3.1% 3.1% p 4.1% n 3.2% TC 169.93 0 o D FL 169.43 o O TC 171.87 0 o FG 172.07 15.00' D co FG 169.28 �1 66.19' p ( FL 171.37 `6 TC 171.92 p D 6.38' FL 171.42 p 3.1% 3.2% 15.04' F i 169.75 � �' �' FG 171.31 % FG 171.93 F 1 .2 5.51' � FG 169.94/ � � V� � � � `�' � � `�' �' V � V� � �V `�' �V G 69 8 FG 169.27 o C�7 - 3.4% - C32 - FG 170.09 �' - -� �' `�' GR MATCH EX. TC 170.34 �- \MATCH EX. �V `�' o � `�' `�' �, MB MB MB 13.00' 4.00' 2.00' � a FG 169.71 oo 2.00' 5.0%--v FG 170.11 � 6, 4 5.0%- I - MATCH EX. 7 FG 169.85 FG 170.04 MATCH EX. MATCH EX. FG 169.55 MATCH EX. CURVE DATA TABLE # R L A DESC ALIGNMENT START END 2 C30 3.00' 2.36' 045000' 00.00" EOA MAIN ST 14+17.87, 9.50' RT 14+19.99, 10.38' RT C31 4.00' 6.28' 090° 00' 00.00" EOA MAIN ST 14+12.16, 35.50' RT 14+16.16, 39.50' RT ---- ---- C32 5.00' 3.03' 034° 42' 57.29" FL MAIN ST 14+21.67, 39.50' RT 14+24.51, 40.39' RT U C33 2.25' 5.30' 135° 00' 00.00" FL MAIN ST 14+78.81, 13.34' RT 14+80.41, 9.50' RT ------------+ 0 N 4 a IOh UO i O R� N KEY MAP 0 5' 10' �a N�m� SCALE 1" =5' PRO,cFss/ CONSTRUCTION DOCUMENTS �' N FF 0� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF TIGARD C10.9 AW/F CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 35 ON W EST LAKE OSWEGO,OR 97035 : TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE'�503-639-4171 OF 8, 2 �`� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �Y D. \/°° WWW.T/CARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 FG 173.74 MATCH EX \ \ \ \ \ \ \\ \\ \\ BOL \ \ G FG 174.01 FG 174.31 FG 174.61 FG 174.86 FG 175.00 FG 173.46 MATCH EX. MATCH EX. EG 174.82 FG 173.16 MATCH EX. MATCH EX. FG 175.02 MATCH EX. MATCH EX. \ MATCH EX. 9.07' D 9.08' 10.00' 9.80' 9.08' 9.08' � 9.08' 10.44' U L 3.4% 3.3% 3.1% 3.0% 3.3% D 3.3% 2.8% D � 1.3% 2.00 `9� 1.0% ?o? b� b� 14 �, o- - -�� � - - oo - - -c�, � - - -i� �- - �� o - N_ FG 175.23 N - FG 175.50 - - D c0 00 m m 1` 00 ti CO 00 ti 00 ti 00 M a, -MATCH EX.- - c�i MATCH EX. O N O N O N O N O N O N O N O O WL -00 9.07' WM 9.08' 9.08' 9.08' 9.08' 9.08' 9.08' p ------- FG 175.12 o I­ o (0 WM 3.2% 3.2% 3.2% 3.2% X3.2% D3.2% 3.2% ``� o ``� 00 FG f7-2.89-/" 72.89 FG 173.18 FG 173.47 FG 173.76 D FG 174.05 FG 174.34 � FG 174.63--// 10.% 4.69', 4.202' D 15.78'(oFG 175.76 , p p3.2/0 3.2/0 3.2/0 3.2/0 1.00 � V �, o � �-FG 175.25 01-01 0 FG 174.97 O o O C:) 3.2/o C 50.55' 5.00' TC 174.32 23.13' c 20.00' TC 175.73 D FL 173.78 FG 175.06 D FG 175.70 FL 175.23 p 3.2% V 3.2% 3.2% 3.2% D EOA 173.68 EOA 175.39 FL 173.65 ,��L' TC 174.15 0 0 o • O � D o0 o EOA 173.82 ^c�, � o � o ACV '�7 FG 175.58 FG 174.94 h v ^,�ti' � 20.00' O 3.2% ,Ary. ED 0 ^Ati .33' .4 6 20.00' D 4 6 5.33' o 6.0% 3.2% 12.6% A\ EOA 174.66 o FL 174.64 C3 SW MAIN ST TC 175.17 4 EOA 174.92 o / EOA 174.75 FL 174.89 EOA 175.57 EOA 174.74 FL 175.54 EOA 175.74 FL 174.71 FL 174.72 TFC=FL'� Z TFC=FL FL 175.71 D TC 175.21 TC 175.22 TC 176.21 IL O D� h �o Cb O O '� �L O D� h O O O O O h O ^ O O O / A� CO 5+50/ 16+00/ Evil, a n CURVE DATA TABLE 3 0 a # R L A DESC ALIGNMENT START END 0 C34 3.00' 2.36' 045000' 00.00" EOA MAIN ST 15+90.25, 10.38' LT 15+92.37, 9.50' LT t-----------y o U Q_ -----------� C E=1 LJ U 2 I 0 c� N 4 r� 02 o� IOh UO i m O N KEY MAP 0 5' 10' �a N�m� SCALE 1" =5' PRO,cFss/ CONSTRUCTION DOCUMENTS G I N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C10. 10 OFFICE PUBLIC WORKS DEPARTMENT ffi/PIZ ` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 36 °N W EST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX: 503-624-0752 94 �? �Y D. �°° • 0 WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 54.00' 4 4 4 415+501 4 4 1 FG 173.91 16+00/ ON cS` 01 cS` ON ON 01 ON 0 0\ 6) 6 'lp c rr cS` '6� -� \ c9 O \ cS` 6' > c9 O cs� 57 tS 6� -� d� c9 O EOA 174.37 \ 1 E p DL a FL 174.34 EOA 174.38 p Q TC 174.84 FL 174.35 EOA 173.55 D EOA 173.72 EOA 174.20 TC 174.85 p FL 173.52 FL 173.69 FL 174.17 V D TC 174.02 TFC=FL TFC=FL EOA 174.43 SW MAIN ST C36 \ FL 174.38 5.33' TC 174.88 \ 12.8% EOA 174.48 30.12' D 15.00' 0 p 5.33 08 00 FL 174.43 cv o 3.2% p 6.2% Ln 3 r� .2% LOrn ,�� o o TC 174.93 � � � O C0 °O ACV V 15.00' 5.33' 4.79' * NON-TYPICAL CURB D `V 2.1% 10.3% 3.5% EXPOSURE FG 174.21 puti FG 174.76 FG 173.90 1 EOA 174.84 D o o SEE STAIRWAY ELEVATION VIEW, FL 174.81 o o THIS SHEET TC 175.41* EOA 175.00 FL 174.97 30.12 FG 173.85 TC 175.47 � � 3.2% D X1.43' FG 174.02) D FG 174.33 EOA 174.63 55.67 5.33 15.00'r-- 23.13 p 7.66 5.00 D 3.2%73.2% D 2.1% 3.5% 3.5% 1.2% FG 75 54 FG 175.96 1.50 6FG 173.85 FG 174.78 TC 175.14 �7 3 2% FG 176.01 D o0 00 V FL 174.58 � ba FG 175.61 00 0o FG 175.47 00 � FG 176.17 7 D � � CD � FG 174.59 p FG 175.14 � � 67.02'17 ' FG 174.08 15.20'D 5.00' 5.16' 10.21' 9.62' ' 0.70' X4.93 2.42 1.50' 10.75 1.50 5.00 3.2% D 2.1% ° 3.5% 3.5% 3.5% 3.5% 1.2% 3.2°/ 1.3% 3.2% 0.7% 3.2% 3.5% FG 174.39 `'' [n o oo �, c��Io No 10.75 FG 174.41 D TC=FG o C6 �/M b o FG 175.50 1 5.00' W 3.2% ti N � o V 00 0'� - 1.0% FG 175.63 � c.6 o c� ti ELEV - .N �- - - - - -04 04 NN - `�'- -8.39' - � M - - - - G175.55 FG 175_97 - 18" 11" 11" 18" PER PLAN FG 173.81 FG 174.05 `V o 04 CO o 2 6% `V FG 175.67 FG 176.85 -- -4/ ---- ----- _1% g M B B TC 174.01 12.12' �, G�� FG 175.12 0 5.00' -0.6� 41 0.5% MATCH EX. 2.0% FG 175.34 9.64' o o _1-0/0 F 7 < FG 174.13 MATCH EX. ti o 0 1.0% 8/o FG 176.68 MATCH EX. r- C o0 11.7 /0 0o v D bo b8 EG 176.68 rn LO MATCH EX. MATCH EX. 6, o FG 176.80 rn �_ ELEV _1% _ a 12.12' 8.00' ' 5.00' I `6 2' 5.00' 6 06' EG 176.70 PER PLAN FG 173.79 2.00 15.20 0 FG 174.95 9.6 0 2.3% - 1-0/0 _ a° MATCH EX. -1.0% 2.00' FG 174.63 1.7/o FG 175.74 11 7% 1.0/o FG 174.05 ° MATCH EX.= MATCH EX. a MATCH EX. 0 0.0% 0 TC 174.87 \ FG 176.91 _ 0 0 0 FG 176.86 70 MATCH EX. 2.00' \ EG 176.64 \ \ EG 176. FG 176.77 d a lei LO 0.5% FG 175.73 FG 176.91 FG 176.92 MATCH EX.\ DIr MATCH EX., MATCH EX. MATCH EX. STAIRWAY ELEVATION VIEW CURVE DATA TABLE 3 # R L A DESC ALIGNMENT START END 0 C35 8.01' 12.56' 089051' 38.13" EOA MAIN ST 15+52.41, 43.73' RT 15+60.41, 35.73' RT C36 3.00' 2.36' 0450 00' 00.00" EOA MAIN ST 15+81.13, 9.50' RT 15+83.25, 10.38' RT 0 U 1 a 1 U 2 1 -----------� �- 0 c� N 4 o� �y w I IOh j O i KEY MAP N Lu 0 5' 10' o� N� O p w SCALE 1" =5' m, a 2 -g PRopF, CONSTRUCTION DOCUMENTS I. \4C'IN�F 'L Revisions and Addendums ENGINEERING DIVISION SHEET o 7253 PE Description Date No. By CITY OF T I GA R D CIO. 1 7 W PORTLAND OFFICE �1 PUBLIC WORKS DEPARTMENT ADDENDUM #02 11/04/21 1 JAJCENTURY 5500 MEADOWS ROAD,SUITE 250 OREGON k/WFWEST LAKE OSWEGO,OR 97035 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 37 � T/GARD, OREGON 97223 503.419.2130 OFFICE OF 8, 2�� �� 503.639.2710 FAX VOICE. 503-639-4171 2= g� E N G I N E E R I N G FAX: 503-624-0752 94 �? etro �Y D. � � WWW.T/GARD-OR.GOV GRADING DETAILS a ONE INCH (REF) FILE NO EXPIRES: DESIGN. JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 x FG 177.23 FG 177.04 MATCH EX. FG 178.18 X MATCH EX. FG 178.18 MATCH EX. FG 176.96 � FG 178.24 FG 178.78 FG 176.71 MATCH EX. MATCH EX. x MATCH EX. FG 177.01' TC 177.22 \ \MATCH FG 178.15 MATCH EX.� � FG 179.16 EX. FG 178.40TC=FG \ � MATCH EX. \ FG 179.77 FG 179.75 FG 176.82 FG 177.41 2.89' 6.39' 5.33' 15.00' FG 177.98 MATCH EX. EG 179.73 EG 179.72 4.00' ' MATCH EX. 2 9% 2 9% 2 9% MATCH EX. MATCH EX. ° 6°7 4.66 3.46' 8.00' 8.09' 14.78' 1 A n 3.8% 4.4/0 0.8/0 1.3/0 4.7% 4.7% \ 4.7% o FG 179.80 V o o ono 6.39' � � 6.00' ;t D 15.00' 0 4.1 /0 on CD Mcg No � � � o ( � � - coo � EG 179.77 `3.2% No 3.2% Bio 3.3% � � Mm � cfl o � rn D ti X---X_--x- In N M NCO NCO N 6-Le N nj 32.70' FG 176.89 2.94' -6.39' -6.00' p - - 15.00' FG 177.89 4.00' 5.00' 5.00' 3.42' 8.00' 8.09' ~ 14.76' p 3.5% 3.2% 4.7% D 3.2% TC=FG 2.6% 2.6% 2.7% 3.5% n 4.6% 3.6% 4.9% EG 176.83 6.5% FG 179.74 0 0 o o 0 0 0 0 0 0 -010 D FG 176.92 0 0 0 0 0 o FG 176.91 0 o FG 178.25 0 o FG 178.74 FG 179.03 0 o FG 179.19 rn o EG 179.73 D 35.52' EG 176.87 o 6.39' o 6.00'o TC 177.41 F _ FG 178.12 FG 178.37 0 o �p 0.25 4.42 15.00' FG 177.99 16.09' 4.50' 1 � � ' 3.4% 4.7% 3.2% 6.5% VERTICAL CURVE 4.9% 4.9% 4.9% •�,?0 , o o FG 179.69--/"' 79.69 0 0 EOA 176.48 FG 176.93 TC 178.97 0 FG 179.91 � oN FG 176.16 FL 176.45 EOA 177.84 FL 178.47 D TC 176.95 EOA 177.36 FL 177.81 EOA 178.45 14.67' �, \ EOA 176.88 FL 177.33 TC 178.31 �' 5.2% FG 180.00 FG 176.55 FL 176.85 TC 177.83 EOA 178.72 EOA 176.68 TFC=FL �'� FL 178.74 FL 176.65 �� 9� TC 179.24 9 TFC=FL 9 �' c�0 u�0 0 0 EOA 176.07 � FL 176.06 TC 176.56 EOA 179.57 FL 179.59 12.02' 12.02' TC 180.09 /FG 1 .89 3.2% 3.2% FG 177.66 �c38 EOA 176.08 FG 177.27 EOA 179.71 FL 176.05 SW MAIN ST FL 179.68 EO179.96 TC 180.18 FLL 179.93 TC 176.55 D / / / TC 180.43 ^� ,�� h o w o o o v o o N M h o w rn o N ^� A A �' �' A v' w' vry v' v' w' �' m' �' �' rn' o' rn' rn' rn' o�' rn' o� o� o� 0 0 0 16+50/ 17+00 CURVE DATA TABLE # R L A DESC ALIGNMENT START END C37 2.25' 5.30' 135000' 00.00" EOA MAIN ST 16+34.27, 9.50' LT 16+35.86, 13.34' LT 2 C38 3.00' 2.36' 0450 00' 00.00" EOA MAIN ST 17+30.75, 10.38' LT 17+32.87, 9.50' LT o U ----------- L----------- O U 2 l I 0 c� N R 2� p�p� o� I Oh UO i m O N KEY MAP ^In 0 5' 10' C N�m� SCALE 1" =5' PRO,cFs191, / CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF TIGARD C10. 12 ffi/` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. .3S °N W EST LAKE OSWEGO,OR 97035 M T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS o F 503.419.2130 OFFICE ' 8, 2�� 503.639.2710 FAX VO/CE.' 503-639-4171 E N G I N E E R I N G FAX: 503-624-0752 94 �Y D. \/°° 9 WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 7 16+50 a 41 ZI 17+00 - - - - _Z1 _ Z1 6) 61 6) 0 6' 61 6' 6' 6' -1 > -� -� -� -� -� -� -� -� CP CP CP CP CP CP CP CP CP CP 0 c9 do c9 do 0 0 0 0 6� O O O O O O cry S7 cS 6� CP 'c9 O CP 57 cS 6� c9 O 7 cP c5` 6� - CP c9 'O EL 1 8.49 SW MAIN S T EOA 176.77 EOA 177.12 EOA 177.29 EOA 178.06 EOA 178.25 FL 178.49 FL 176.74 FL 177.09 FL 177.26 FL 178.03A FL 178.22 TC 178.99 TC 177.24 TC 177.59 TFC TFC=FL TC 178.72 \ \ C4� EOA 178.59 rn 24.00' FL 178.53 3.2% TC 179.03 1 17 5.33' D5.33' 6.2% U-) rn LO rn 12.9% 40 24.00' 4o � � EOA 176.64 3.7% FL 176.69 '�7 TC 177.19 FG 177.30 D FG 178.07 90-) 00') EOA 179.02 � o D cj TC 179.45 EOA 176.80 D FL 178.95 rrrrri V FG 178.76 IMFG 177.42 FG 178.19 59.67' Q TC 177.39 24.00' 14.83' 11.86' 3.00' 18.16' FG 176.21 3.2% 3.2% 3.8% 4.6% 5.0% VERTICAL CURVE 1.50' FG 176.69, FL 176.89 0 8 0 8 J o 0 3.2% FFG 176.38 1.00' 99 o o D FG 179.30 0 o FG 180.18 FG 180.53 FG 176.89 3.2% (0 D � � 0 5.25' 9.73' 6.00' 18.52' 24.00' �/ 4.83' 11.86' 3.00' 6.02' 6.05' 6.06' 0 013.2% o FG 177.48 0 0 � o 0 oo 03.2/0 3.2/0 3.2/0 3.2/0 3.8/0 4.6/0 5.0% 5.3/0 5.7/0 5.8/0 1.50' 5.25' 10' - n o 2.00' �, FG 178.25 `� FG 178.82 `� o o FG 179.51 o 0 1.3% 1.3% �I 2.00 TC=FG o o �/ o 0 00 rZ_ N 0.0/0 0 � o - �' �i � FG 179.36 FG 179.83 Lci o `n 6.21' 7.31' �V O u? co Lq (9 d'6;�S- �V `I' W V FG 176.40 6.00' � ti ti - - 41 - -0.0% - 2.2% 5.6% 3.00' - 6.02' -6.05' 6.05' �Ii FG 177.29 D� TC 179.21 FG 179.41 5.0 OV 5.3% 5.7% 5.8% FG 176.23 FG 176.74 FG 176.74 FG 176.88 0,-'�\° FG 178.87 �V "' -I/ FG 180.58 M T E 0 7.31' V5.8 00' 3.50' �o o `� II 5.5% % V FG 177.58 24.00 FG 178.59 V 2 9% MATCH EX. FG 179.56 FG 179.88 CO N LO o i MATCH EX. MATCH EX. FG 180.23 FG 176.88 FG 178.70 D MATCH EX. MATCH EX. 5.85' FG 177.29 FG 176.87 1.9% FG 176.77 MATCH EX. MATCH EX.\ FG 176.76 MATCH EX. \ \\MATCH EX. 10.5% CURVE DATA TABLE # R L A DESC ALIGNMENT START END 3 C39 2.25' 5.30' 135000' 00.00" EOA MAIN ST 16+54.09, 13.34' RT 16+55.68, 9.50' RT 0 C40 5.00' 7.85' 090° 00' 00.00" FL MAIN ST 16+66.87, 40.00' RT 16+71.87, 35.00' RT C41 3.00' 2.36' 0450 00' 00.00" EOA MAIN ST 17+08.11, 9.50' RT 17+10.23, 10.38' RT 0 U Q r-----------% I I Lj c a 1 1 U 2 1 1 3 0 c� N R o� o Ch KEY MAP N La 0 5' 10' o� N� O p w SCALE 1" =5' m, a 2 g PRO,cFS CONSTRUCTION DOCUMENTS C'INE�F,p/°'L Revisions and Addendums ENGINEERING DIVISION SHEET o 7253 PE Description Date No. By CITY OF T I GA R D C 10. 13 W PORTLAND OFFICE �1 PUBLIC WORKS DEPARTMENT ADDENDUM #02 11/04/21 1 JAJENTURY 5500 MEADOWS ROAD,SUITE 250 OREGON � WECST LAKE OSWEGO,OR 97035 13125 S.W. HALL BLVD.T/GARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS 39 � 503.419.2130 OFFICE OF MetroG 8, 2�� �� 503.639.2710 FAX VOICE. 503-639-4171 FAX: 503-624-0752 94 2= g� E N G I N E E R I N G �Y D. WWW.T/GARD-OR.GOV GRADING DETAILS a FILE NO ONE INCH (REF) EXPIRES: DESIGN: JAJ I DRAWN: AJF I CHECK: RDV I PROD. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I I I I j FG 183.14 MATCH EX. FG 182.03 1 ' FG 183.24 0 N TC 182.46 2.00' 2.00' MATCH EX. FG 184.38 4 0 FG 181.74 O MATCH EX. -3.5% b o MATCH EX. FG 185.21 N C FG 186.88 MATCH EX. 1 0 o FG 187.42 FG 181.1800 c�i co MATCH EX. FG 185.59 � MATCH EX. Qo MATCH EX. N I � - MATCH EX. FG 183.36 MATCH EX. o_ _ FG 186.20 _ - zo r- --- -- N o _ o _ - - - MATCH EX. 0.0% 00 N (D do 0.84 ------ - No � ti_ - - rn � - 0 11.40 oLq � r� � 0 5.4% FG 183.21 -to_ - - - - - � � mc�i FG 185.30 rnN o �? o �? _ - - - - C,4 r.- 0 0 4.4� c)i t _ _ _ _ _ _ _ TC 183.84 - - 25.44' 17.19' 7.00' 29.36' MATCH EX. n 20.00' 12.83' 6.00' 11.93' N 12.79' N 11.44' FG 181.05 o FG 182.02 o FG 183.61 o FG 184.69 0 0 5.3% 5.3% 6.6% "'' N 4.9% � 4.9% FG 181.89 p 1.2/0 5.4/o �i FG 187.42 E G 181 .0 0 5.4/0 4.7/0 1.2/o V o0 0 \ TC=FG p oo 00 00 0 � ooh � N MATCHEX.G FG 181.54 00 0o D o0 00 00 0o FG 185.37 D FG 186.00 FG 186.67-/ 00 11.52' 4.7� > c6 c6 FG 181.98 p co ( � c � (0 ` (D rr ° 20.73 FG 180.93 12.32 6.01 7.00 30.20 20.00 12.83 X6.00 24.72 6.1 /0 ° ° ° ° � ° FG 183.55 ° FG 184.63 ° ° FG 185.31 � ° FG 186.61 � FG 187.32 4.9/0 4.9/0 4.9/0 1.2/0 5.4/0 szz 5.4/0 4.7/0 1.2/0 5.3/o �j o WM FG 185.24 � o o 000 11.15' `no V ^' o FG 181.92 Er) `n \ �' FG185.18 LO6.00' LO � `�' N � 6.2% � '`o°\° FG 181.83 � ° � `V 70 ^ TC-FG 6.00 TC=FG r� r� p ti � ° � O , - FG 183.39 6 c� gyri o ,, ooc1.0%, 00 .`�j0 x � 1.2% 20.00' FG 184.62 1.51' � 1.27 o� FG 181.84 FG 181.91 6.2% 0.1% 1.5% 6.05' TC=FG TC=FG 1.2% C45 D 20.22 FG 185.27 FL 186.09 EOA 186.75 FG 180.53 CI) � o ti 6.7% TC 186.59 FG 186.73 a 8.00 �i 5.41 C14 TC 187.27 FG 181.45 � D c�i EOA 185.26 o FG 180.44 cO� \ 2.4 /o FG 185.17 J'3% FL 185.23 MATCH EX. °° 70 C^��� FG 181.64 EOA 184.66 OA 185.19 TFC=FL o`yJ S2 0O' '' o o FL 184.63 FL 185.16 00 �6.00 o FG 181.05 0110 (1.5%) o TFC=FL TFC=FL D 1.38' EOA 183.30 EOA 182.93 G�`2 0• c1•\° 3.2% C44 1'6% 6,14' FL 182.90 FL 183.27 0 1.5% FG 181.74 TC 183.40 TFC=FL D 2.72' 4.59' 7.82' 5.9% 6.1% 6.0% C43 FG 181.64 8.00' / EOA 180.28 EOA 180.56 0.84' EOA 181.11 1.5% EOA 181.73 FL 180.25 FL 180.53 EOA 181.65 6.0% /FL 181.08 FL 181.62 FL 181.70 TFC=FL TFC=FL / TC 181.58 TFC=FL SW � EOA 180.12 EOA 181.03 D TFC=FL D ST FL 180.09 FL 181.00 / D pZ/ D '� " co rn o ^ TFC=FL TFC=FL ,�. N. �� o N M � h o w N � o, h oN � rn o ^ N M rr h co K w rn o ^ co N� `1ti' N N N' ni ni �V N N M M M M M M M M M rr rr rr d h' h' N M o w W w w w w cU w c'0') cU cU cU w w cU w w w co w �h cb ��. �� o��o 'l o o ^ N co d co c0 ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ ^ r\ ���' ��h �h C{j� ��. CO C� pip e0 17+50 - - - - 18+00 c:) / ^ 00 ^m 00 - -I o cn. �. s. �, r-. co, rn, o. �• c" > > > > cA cw cA FG 181.86 ocn ocr� ocn ocA ocn ocn ocn dD � > > > FG 181.98 0 - - - _ 18+50 \ < < ; < < < < ; < < w 3�1 FG 185.69 FG 185.82 cf) 0 CURVE DATA TABLE # R L A DESC ALIGNMENT START END C42 12.00' 11.37' 054° 17' 01.11" EOA MAIN ST 17+36.62, 11.00' LT 17+46.37, 15.99' LT O o C43 201.51' 29.92' 0080 30' 29.58" EOA MAIN ST 17+47.37, 9.50' LT 17+77.18, 11.72' LT 2 C44 0.75' 1.68' 1280 24' 16.90" EOA MAIN ST 17+56.10, 12.41' LT 17+56.75, 11.22' LT C45 198.50' 31.54' 0090 06' 12.60" EOA MAIN ST 18+41.88, 23.85' LT 18+73.17, 27.50' LT ; U ' � ,�7�37� c U 0 2 I 0 c� N Q O IOh UO i O R M KEY MAP 0 5' 10' �a N� m�R � SCALE 1" =5' � pPRO,cFss/ CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET ENGINEERING DIVISION CITY OF T I GAR D CIO. 14 o 3P Description Date No. By �W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT RM/F CENTURY 40 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. ON W EST LAKE OSWEGO,OR 97035 : T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� 503.419.2130 OFFICE VOICE' 503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX: 503-624-0752 94 �Y D. \/°° WWW.T/CARD-OR.GOV GRADING DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN, JAJ DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 FG 181.86 FG 181.98 17�50 _ _ - - 18+00 ( FG 185.69 cp cp cA cP cP 7cP 78 cP cP cA ;p r-. CO. rn, C:) c.► co' Lo o / 18+50 FG 185.82 o > > > > 7 7 c� N N N c9, - - M M M M M co M co N N N M M 6? o �. dD cQ D 9 cc co cp M co co N M - - < < < < \ \ < < c,� cr p o c,� < < < < cA cA co M M M d d o' ` C' Co.co 00 co co F- EOA 180.52 < < < < < < < < � � co co oho � ` ` ! ` �s cps FL 180.49 I cr Scp S cA6, 18 (:P61 TC 180.99\ I D 0 .0 . 7 , -1 CPO-)s 16" EOA 180.56 EOA 181.63 FL 180.53 FL 181.60 TC 181.03 C47 TFC=FL � a FG 181.62 o` 8'08' FOASW MAIN ST V � 1.5% FL 181.631.63 I TFC=FL D 60 0 65 0 FG 181.67 p O EOA 180.34 �V `�' ho�oo °0 0 FL 180.42 TC 180.92 FG 182.03 D EOA 180.00 TC FG 16 00, FG 182.09 OQ \\ \\ FL 179.97 EOA 185.50,, I TC 180.47 \ � � -1/ �o� D � `�'� FL 185.47 TC 185.97 EOA 180.99 �, rn o' EOA 185.25 EOA 185.33 TC 181.71 FG 182.27 FL=TFC=EOA FL 185.30 EOA 185.41 EOA 185.47 _- FL 181.21 FG 182.09 D `�' TFC=FL FL 185.38 FL 185.33 14.49' 3.62' 5.56' `�' I \\\\ FG 185.24 FG 185.34 TC 185.88 TC 185.98 TC 181.46J 8.00' MATCH EX. 6.8% 6.8% 6.8%/ 0 0�3°�° � � \\\�'� ,, 0.8% FG 185.91 o -110 o � D h �9 EOA 185.11 m o FL 180.96 D � o O' FL 185.12 FG 180.53 23.67' 10.67' TC 185.54-,, 8.51 2.55' i 6.8% 0.7% D ,` 00 ° � � � I EOA 185.07 � o $,7% 1.1 /0 0,2°�0 FG 185.95 Q •o p� 0 0 FG 186.04 +..MATCH EX. rn° FL 185.08 Ob. ° h °\° T FG 182.15' FG 182.22 �, �0 ° FG 182.91 TC 185.50 00 0 .2�° 0) o 6.76 (FG 184.96 `I' 70 cP, �, ( I ? 50 .0 0.4% FG 185.96 E B o EOA 182.92 �' °�° � ° � 1� FL 182.89 FG 183.48 EOA 184.91 CO A� 8 o p• Oo�o MATCH EX. �, FL 184.92 .39 0 0. �0 B Q ° FG 186.06 FG 183.01 C TFC=FL I TFC =FL �O 1.14' 6��� p 0 `'j e ° Q o m MATCH EX. p 2.82' LO 7' 000 D - G O16- 3.5% 1 0��' 2.5°°c2.5°/ FG 186.16 �V `V 6.50' 7.7 0 0 0 o co ° ° MATCH EX. -FG 183.01 0.0%� 1.5% °O o°0 rn o o p f 00 °? `o o ° (32 w ��� FG 185.87 _ - \li .li o � O O 7 °°� � o o Oo0 �� o o I O o 0 2i• � FG 185.81 2• ol° � I o 0 P CO EOA 184.81 O °\° Q •S D� FG 186.09 I coo `° 8.47'�°°° 0 EOA 183.02 D FL 184.82 °°cO Hca 0o O- 3 c,.Q - _ 6.50 ° o 0 ,- 3co FG 186.04 -0.0% 0.9%>°O° FL 182.99 I TFC=FL o°6,70S FG 185.53 ° 7 1.54' TFC=FL FG 184.78 20 0- 00 O FG 185.93 I I FG 183.56 p co' - 0 i FG 183.07 `FG 183.07 4.5% FG 183.03 EOA 184.65 ,�\° '�' O�'r'cS. I '� � � � +o _ FL 184.66 __7 �' 3.6 0' ,�q,`L FG 185.89 C) o cS0 N ° EOA 183.04__ ___ __ - TC 185.16 , C) / o I 00 � o6 N ,� h ---FL 183.05 �/FG 185.47 `s0 °° c� TC 183.01 ° �' o\ o `� 00 6.50' p 4.96' cun) EOA 184.52 \o`s <00°�° FG 185.58 / ° -2.4/° , `L 1.0/o i I FL 184.53 76'09, �o�°\° I '� / TC 185.03 , 0-0 FG 183.36 I FG 183.29 ,- `�*D I FG 185.52 EOA 182.94 a, FG 185.10 00 FL 182.91 00 TC 183.41 / i � °\° cr, 0 / EOA 184.34 0cb 00 o C)�' F L 184.35 N (b (0 � �`b I TC 184.85 ; `b o � 07/" 3,04, 6) p6.50' i FL 182.79 � 0.5% 0�00' 0.9% � i TC 183.29 I i FG 184.87 .li CURVE DATA TABLE c o I FG 183.36 �I \4/ o6 I >? # R L A DESC ALIGNMENT START END FG 184.90 I r-- """ I o� o~o o i 4.00' �5.00' ti °\°184.2 i i x C46 2.25 5.30 135 00' 00.00" EOA MAIN ST 17+45.01, 13.34 RT 17+46.60, 9.50 RT ti o CO 1.0%i EOL 184.25 ° 1.0% W C47 201.50' 16.31' 004° 38' 14.16" EOA MAIN ST 17+47.37, 9.50' RT 17+63.66, 10.16' RT FG 183.43 i TC 184.75 FG 184.84 FG 184.79 C48 41.50' 59.74' 082° 28' 22.87" EOA MAIN ST 17+63.66, 10.16' RT 18+03.94, 48.98' RT / o 0 N 6.50 I EOA 182.89 00 � o �? I 1.0%7 i FL 182.86 y `l' CO o coo I C49 24.45' 26.11' 061° 11' 49.23" FOW SCOFFINS ST 0+19.83, 34.13' RT 0+40.65, 20.50' RT I I D TC 183.36 �2 � � N '. o CO CO 00 C50 11.49' 9.47' 047° 12' 10.63" EOA SCOFFINS ST 0+48.19, 10.50' RT 0+56.62, 14.18' RT D I I I ^ I o h I � rr I �t ter' M M 00 E C51 13.50' 11.11' 047° 09' 22.88" EOA SCOFFINS ST 0+56.62, 14.18' RT 0+66.52, 18.50' RT _0 _� _ C15 C-5 co co co � �' __- Q° J X I I I I I I if C52 41.50' 71.34' 098° 29' 28.77" EOA SCOFFINS ST 0+32.34, 58.13' LT 0+73.38, 10.50' LT I KEY MAP a^ 0 5' 10' cl ca N�m� SCALE 1" =5' � ciPRop., / CONSTRUCTION DOCUMENTS G N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C10. 15 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ` C E N T U RY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 4 1 °N W EST LAKE OSWEGO,OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS o f 503.419.2130 OFFICE ' 8, 2 �� 503.639.2710 FAX VOICE. 503-639-4171 E N G I N E E R I N G FAX: 503-624-0752 94 �? �Y D. \/° WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK- RDV I PROD. NO. 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 ° D ° ICV JcV Q D Nk4 C V FG 184.80 FG 184.87 FG 184.89 FG 184.85 MATCH EX. FG 184.84 FG 184.81--N,,\. 16.26' 14.36' Q 20.02' 28.08' 5.02' 0.31 Q ° 0.1% 0.3% 0.0% Q 0.1% FF 0.2% 00 00 � 1oo � - � \ o o Ln A o Lo o Lo o Ln Ln 00 Q Ln r D 6 r i L6 r L6 r 6 1 � D FG 184.80 16.26 14.36 20.02 ° 28.08 5.00 .4 M 0.1% 0.3% 0.0% 0.1% FG 184.73 2.1% 0.31 ° D ° 00 o -110 FG 184.82 00) �FG184.77 00 00 Op FG 184.77 00 EOA 184.21 EOA 184.22 FL 184.22 FL=EOA C53 ------- - TC 184.72 TC 184.63 ------ EOA 184.22 MATCH EX. EOA 184.26 FL 184.23 FL 184.27 EOA 184.22 EOA 184.22 TC 184.73 FL 184.23 FL 184.23 M TC 184.77 TC 184.73 TC 184.73 i� 1+00 1+50 2+00 2+30 184.1 184.0 183.9 183.7 183.8 SW SCOFFINS ST 183.6 183.5 183.4 183.3 EOA 183.52 183.2 EOA 183.49 FL 183.48 TC 183.91 1831 FL 183.02 TC 183.96 EOA 183.05 FL 183.46 MATCH EX. 183.0 - TC 183.52 61.63' 5.00' Q Q ° Q 0.7% p 1.0% ° p 0 ° U? o p D Q D zo Lq D p ( CO CO Q D D ° 61.63' ° D 5.00'V ° D 0.7% 2.4% 0.21 Q D O FG 183.58 FG 184.03 W FG 183.90 I MATCH EX. o I ° 2 0 U O U 2 I CURVE DATA TABLE r I I N 1 I I # R L A DESC ALIGNMENT START END i i C53 201.50' 18.86' 0050 21' 44.71" EOA SCOFFINS ST 1+10.02, 10.50' LT 1+28.85, 11.38' LT I 1 I 1 oh I I 0o I I QUL------� a M KEY MAP 0 5' 10' �a N�m� SCALE 1" =5' � PRO,cFs191, / CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C10. 16 Wff/ PORTLAND OFFICE PUBLIC WORKS DEPARTMENT °N k` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 42 W EST LAKE OS 130 OF OR 97035 TIGARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS O�� �� 503.419.2130 OFFICE � VOICE'�503-639-4171 OF 8, 2 �L� E N G I N E E R I N G 503.639.2710 FAX FAX. 503-624-0752 94 �? �Y D. �°° � � 0 WWW.T/GARD-OR.GOV GRADING DETAILS FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK- RDV I PROD. NO. 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 STORMWATER KEYED NOTES \ N 01D INSTALL PVC STORM SEWER PIPE, 162.72 162.74 \ � STATE FARM INSURANCE CO., SOUTHWEST OFFICE SUPPLY I LENGTH, SLOPE, AND SIZE AS SHOWN. NO LIMIT MARTIAL ARTS, 12245 SW MAIN STREET2O INSTALL STANDARD MANHOLE, 162.67 162.69 0) m \ YENS CHINESE RESTAURANT, SEE CLEAN WATER SERVICES DWG. NO. 010. " 7o Ns \ NEW SHOES PROFESSIONAL SHOE, & CURB " �, n N 3 INSTALL ATRIUM INLET, PERFORATED PIPE AND 8 SD CB #7 " .amu o \ \ MAIN STREET STAMP & STATIONARY 1 1 0 EX. SDMH #3411 5 \ 12255 SW MAIN STREET 1 I CLEANOUT(S) AS SHOWN, SEE DETAIL 1, SHEET C12.1. _O 1 4 INSTALL TRENCH DRAIN, SIZE & LENGTH AS SHOWN, -------- O " EE DETAIL 1, SHEET C12.2. SD AlAI #1 3 " \' 4 12", L=15.7' O s "� ----�- SD Al #2 3 " - - \ CONNECT TO EXISTING STORM STRUCTURE. SO 15.0%- oo vVwVm _ 6 ° -J ° ° I �< o o ° `wn� "� v y \ CONSTRUCT STORMWATER PLANTER, 10" L = 12' 1 ° ° �' ° ° ° - ° - - ° - 6 SEE DETAIL 1, SHEET C12.1. o ° _ ° ° o v o ° Q v v cn 1 ° ° ° ° ° ° ° ° ° " ° -� (V \ INSTALL TWO-WAY CLEANOUT, SEE DETAIL 2, SHEET C12.2. 10 SD MH #12 I 1 \ Lu ° ` ° " ""�" "1 "" 11 ° 1 SD MH #4 2 1 10', L = 14'--", 4' d' \ INSTALL CONTECH STORMFILTER CATCH BASIN, G G v - �I Y ° - 0 " S - 12.5% SEE DETAILS ON SHEET C12.3. 0 20' 40' 2 SD MH #1 D 2 SD MH #2 10", L = 14' S - 16.6% SW MAIN ST ° U O CONNECT TO EXISTING STORM PIPE. 4 z VERIFY INVERT ELEVATION AND NOTIFY ENGINEER OF ANY D D D °v 1 � I 1~1 DISCREPANCIES. SCALE 1° =20' 10+00 I " 11+00 10" "L - 39' 1 " " ~ 2 SD MH #5 I I W LU 11+00 10 INSTALL FLAT TOP MANHOLE, W W o °L 12N 00 W W ° W W 13+00 W W W W 14+00 W 6 W O SEE CLEAN WATER SERVICES DWG. NO. 050. JN _ _ S - 0.5/0 W � o Z - w - - - - VV - _ - - � W _ _ W _ _ _ 10", L = 24' 1 O1 12", L = 30' 10" L = 31' 1 "ft-ft S SS - SS - - ° S - 0.5% S - 0.5% o o J 11 CONSTRUCT CONCRETE CHECK DAM, 1 �1 S �I� SS ° 5� ,J 66 _ �� S 9 2/o = I ' 1 SEE DETAIL 5, SHEET C12.1. STq TS - - 9TS - - " ' e ° ° U Lu W 12 INSTALL IN-LINE TRENCH DRAIN CATCH BASIN ''•.( Tl L �I����Ir���C����'� \\ f ` (� ACO K3-903G/S OR APPROVED EQUAL. - -' --- , S = 2.0% - - c SEE SHEET C11.3 0 "" SSP " ° ° ° SD AI #3 \3 FOR CONTINUATION o " " ° STRUCTURE TABLE ° "" " W° W " " " W" " o ° °oy- -6" L =W 25"' 1 yam_" SD MH #6 - y " z " S S = 12.7% " " " " " "" " " "" "" "" " " RIM/SUMP CONNECTION 8 x NAME LOCATION i SD CB #3 - -�- - ° S "W " "� --- cn - " "" " 1" 8" L = 18' " - - ELEVATION DATA SDCO #1 7 9 I - ° GV ° " "% ` L=12", 15.0' 4 - 163.10 163.10 � � \ r � >� D "/ � SD CO #2 7 9 S = 11 .3% 9 COMMERCIAL ST NORTH RIM 162.95 I EI IN (S) 8' 157.50 \ 3 I SD Al #5 1 (NORTH) ( ) �\ 1 EX. SDMH #3411 STA 0+48.23, 8.06' LT SUMP 155.65 IE IN (W) 10" 157.50 163.06 CURB 163.06 \ I ° (n I _J1 10",I L 1I 17' IE OUT (NW) 18" 155.65 07 BOL n J�) I U) S 11210% MAIN ST RIM 162.87 1 I cn cn o I (DSD Al #1 IE OUT (SE) 10" 159.44 U) BOL STA 11+22.00, 26.00' LT SUMP 158.79 ANTIQUE BARBERSHOP OREGON RIFLEWORKS I BOL + WAGS PET RESORT 12290 SW MAIN STREET 12260 SW MAIN STREET I BOL -' 12230 SW MAIN STREET SD Al #2 MAIN ST RIM 163.21 IE OUT (SE) 10" 159.78 mI STA 12+10.00, 20.00' LT SUMP 160.52 cn 0 cnI MAIN ST RIM 165.75 IE IN (S) 6" 157.43 ; --A I I SD Al #3 STA 12+94.00, 18.00' RT SUMP 157.33 IE OUT (NW) 10" 157.33 cn 0 MAIN ST RIM 167.93 y SD Al #4 STA 13+90.00, 17.60' LT SUMP 165.24 IE OUT (S) 10" 164.50 180 180 SD Al #5 MAIN ST RIM 169.07 IE IN (SE) 10" 165.74 J 0� U) (6 C/5 C6 STA 14+15.00, 24.50' RT SUMP 165.90 IE OUT (SW) 10" 165.64 co Lu o w X SD CB #3 MAIN ST RIM PER PLAN IE IN (E) 8" 159.67 X w w w STA 11+07.45, 22.50 RT SUMP 154.34 IE OUT (N) 10 156.34 Lu 175 LO 175 COMMERCIAL ST (NORTH) RIM PER PLAN SD CB #7 IE OUT (E) 10" 158.62 = STA 0+54.91, 11.48' LT SUMP 156.62 FINISH GRADE p MAIN ST RIM 163.68 � SD CO #1 IE OUT (W) 8" 160.00 AT q- ALIGNMENT STA 11+17.71, 35.23 RT co 170 04 _ -0 170 MAIN ST RIM 165.80 _ z EXISTING SURFACE PROPOSED U) SD CO #2 IE OUT (N) 6" 160.60 p o AT q ALIGNMENT � WATER - STA 12+78.16, 37.39' RT cn IE IN (NE) 18" 156.14** U) W 0 MAIN ST RIM 163.41 IE IN (NW) 10" 158.04 165 _ - 165 SD MH #1 STA 11+20.00, 14.43' LT SUMP 156.04 IE IN (S) 10" 156.14 - - - - - _ i IE OUT (W) 18" 156.04 EXISTING WATER-N. �� ' _ -___-__ __ -- IE IN (NE) 18" 156.69** MAIN ST RIM 164.46 IE IN (NW) 10" 157.45 ___----- - O SD MH #2 STA 12+10.00, 6.00' LT SUMP 156.59 IE IN (SE) 12' 156.69 160 ------ _- -- 160 HUTH - - --- - g" L = 90 S - 3.4% IE IN (NE) 18" 157.21 ° MAIN ST RIM 165.97 IuflEll SD MH #4 IE IN (SE) 10" 157.21 o I O 18", L - 90', S - 0.5% _ 18", L = 84', S = 0.5% STA 12+94.00, 5.50' LT SUMP 157.11 IE OUT (SW) 18" 157.11 155 8 , L = 17 , S = 14.0% - - 155 ---------� I L i ----- - --- -- -- IE IN (NE) 18" 160.40 J SD MH #5 MAIN ST RIM 168.31 IE IN (N) 10" 162.81** VEXISTING CONCRETE ENCASED STA 13+84.00, 5.50' LT SUMP 160.30 IE IN (SE) 12" 160.40 COMM DUCT BANK IE OUT (SW) 18" 160.30 0 150 U) EXISTING 150 IE IN (SE) 10" 165.66 18", L = 58', S = 0.5% U) SANITARY SEWER MAIN ST RIM 167.93 IE IN (NE) 10" 162.80** w� EXISTING STORM b SD MH #6 E2 SEWER CD STA 13+84.00, 24.80' RT SUMP 160.55 IE IN (E) 8" 163.80** Y 3 X IE OUT (NW) 12" 160.55 w zS " 10+00 11+00 12+00 13+00 14+00 14+25 SD MH #12 MAIN ST RIM 163.07 IE IN (NW) 8" 159.94 oa STA 10+58.49, 29.95' LT SUMP 159.84 IE OUT (N) 8" 159.84 N2MAIN ST CENTERLINE ALIGNMENT PROFILE VIEW * MECHANICAL INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 060 a H: 1"=20' ** OPEN INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 080 .u, V- 1'=5' CONSTRUCTION DOCUMENTS ° �Eo PROF�ss �� ��C'► N FF X02 Revisions and Addendums ENGINEERING DIVISION SHEET 9 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 1 1, 1 W CENTURY PORTLAND OFFICE �1 H a� 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 43 TIGARD, OREGON 97223 ON WEST LAKE OSWEGO,OR97035 MAIN STREET PHASE 2 IMPROVEMENTS � � 0�4> 503.419.2130 OFFICE VOICE. 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. \10 0� 0 WWW.TIGARD OR.GOV 2 �? STORMWATER PLAN AND PROFILE - MAIN ST - STA 10+00 TO STA 14+25 FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK: RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 STORMWATER KEYED NOTES I � BOOMBA FIT LLC/ALL STOPS PIPES ACE SEWING & VACUUM ASIAN PEARL BODY I TIGARD MAIN STREET CLEANERS LENGTH, SLOPE, AND SIZEO INSTALL PVC STORM SEWER PIPE, AS SHOWN. & DISCOUNT TOBACCO 12185 SW MAIN STREET & FOOT MASSAGE 12155 SW MAIN STREET 12215 SW MAIN STREET 12175 SW MAIN STREET O2 INSTALL STANDARD MANHOLE, I SEE CLEAN WATER SERVICES DWG. NO. 010. \\\\\ 186.16 CURB 186.39 I O3 INSTALL ATRIUM INLET, PERFORATED I \ I o 10", L = 23' 1 PIPE AND CLEANOUT(S) AS SHOWN, S = 20.8% 186.18 186.41 I SEE DETAIL 1, SHEET C12.1. o SD CO #3 9 Bo 7S 11 2.8%2 O I 5 EX. CB #4488 - I 4 INSTALL TRENCH DRAIN SIZE & LENGTH AS SHOWN 4 1211, L=83.0 - \\\\\ \\\\\ \\\ c } ----- - SD Al #8 3 4 12", L-7.0 O8 SD CB #6 O , ---------- - --v- - - ----- SEE DETAIL 1, SHEET C12.2. D o D o o °o � x �� � 1 14 ---------- • _TSD Al #6 WM ---- X S = 0.5% MIN. - - - - - O5 CONNECT TO EXISTING STORM STRUCTURE. wm y y y y °v V D (V I y '° ° °` ° ° D v ° 6 g D °' O CONSTRUCT STORMWATER PLANTER ED o o - E ° ° o77 D o , ° o g 3 SD AI #10 , EE - S y y o 0 ° o g B SEE DETAIL 1, SHEET C12.1. 6" L = 24' � 1 10", L = 24' o 0 6 � o D yr y y y a �° ., y y y eo y Ty ° y 8" L = 19' 1 yy O7 INSTALL TWO-WAY CLEANOUT ° O = o S = 8.1% 2 SD O y < cvp o y 1 L=G 13.0% y© yy yyy12",yL = 14' S = 11.3% SEE DETAIL 2, SHEET C12.2. G - G S = 3.1% $ INSTALL CONTECH STORMFILTER CATCH BASIN, y y 2 SD MH #7 ° D o $ , O SW MAIN ST 6 10", L = 71' 1 O SEE DETAILS ON SHEET C12.3. (f� 3 7 o ° D D D D O ° o D - - SD MH #10 2 - _ W S - 8.8% O CONNECT TO EXISTING STORM PIPE. 7 TT 15+00 D o ° 1 10" L - 32' 16+00 1 10 L = 20 17+00 2 SD MH #9 1 18+00 VERIFY INVERT ELEVATION AND NOTIFY ENGINEER L y W W W Vw" _^ o � S = 0.5% W W _ W S = 6.6%� W Ij° _ W W OF ANY DISCREPANCIES. W _ _ _ <D I 6 - W - 010", L - 32 y ° - - SD All #9\3 - 10") L - 32' 1 W �'' _ W �- FOR CONTINUATION 19+00 .I oo°oo - 11 CONSTRUCT CONCRETE CHECK DAM, o S = 2.0% y q 11, �S = 3.0% / � SS SS SS © y °° ° ° ° y - _T ° ° SS _ S SS SS y ` `SSD o _ SS _ Sy SS S S 5 ' `w - w 5J SS SEE DETAIL 5, SHEET C12.1. U I ■y y "x y w 13 INSTALL AREA DRAIN TYPE II, 0 1 6", L = 19' y o o y y� ° T T SEE CLEAN WATER SERVICES DWG. NO. 380. y ° E S = 8.5%, o a � �� �, ° T , ` ` _ C, p y y ° y ° y S G - 14 CONNECT TO PERFORATED PIPE ON BOTH ENDS, y y y y w,a y y y y y y y y y WM/ y y y y y y y 3 SD Al #7 y y y y y y y 6 o y y y y y y '� y G p ° srse E6 INSTALL COUPLINGS AND ELBOWS AS NEEDED. 3R y_+' y �y/ j y y y y y y y y y y y y G y y y y \Y✓ y MB MB MB MB y y y y y y y y y y y y y s p y D y y y y W B 6" L = 15' 13 g SD AD #1 o y y y y y y � y y y SD AD #2 13 y 9 ` yyy 1 y ►- _ o STRUCTURE TABLE L=4", 61.0' 4 = � S 16.0% - ------- - - ---- - 179.35 179.46 o sT ----- cv 179.39 - I (n RIM/SUMP CONNECTION -�-� 179.45 � � NAME LOCATION O SD CO #4 GV CURB cn I SD CO #6 7 9 179.31 CURB 179.42 I < I y ELEVATION DATA D O 176.35 176.41 � I MAIN ST RIM PER PLAN IE IN (SE) 8" 174.15 sTs UNITED STATES POST OFFICE X AMEKI(;AN FAMILY INSURANCE U5 BANK � C) y SD AD #1 STA 16+55.02, 27.00' RT SUMP 167.03 IE OUT (NW) 10" 169.03 12210 SW MAIN STREET 12196 SW MAIN STREET 12160 SW MAIN STREET ° 1n I _ 11 MAIN ST RIM PER PLAN IE IN (SE) 8" 177.14** z SD AD #2 STA 17+33.37, 27.00' RT SUMP 169.84 IE OUT (NW) 10" 171.84 y SD Al #6 MAIN ST RIM 174.16 IE IN (NE) 10" 170.73 y STA 15+91.00, 19.50' LT SUMP 171.51 IE OUT (S) 10" 170.63 SD Al #7 MAIN ST RIM 174.18 IE IN (E) 6" 168.93 ** STA 15+80.41, 25.50' RT SUMP 166.15 IE OUT (NW) 10" 166.15 MAIN ST RIM 175.06 SD Al #8 STA 16+23.00, 19.50' LT SUMP 172.56 IE OUT (SW) 10" 171.63 195195 U5 U) � U) U) U) (/jZ SD Al #9 MAIN ST RIM 178.04 IE IN (SE) 6" 174.61 X w w < STA 17+02.00, 14.50' RT SUMP 173.26 IE OUT (NW) 10" 173.26 w w EXISTING SURFACE C/) U SD Al #10 k 120 MAIN ST RIM 178.76 IE IN (NW) 10" 175.32 ~ STA 17+66.99, 20.00' LT SUMP 175.90 IE OUT (SE) 12" 175.22 190 AT ALIGNMENT C/) CD 0 190 X it MAIN ST RIM PER PLAN rn w = SD CB #6IE OUT (SW) 10" 183.24 FINISH GRADE 2 STA 18+75.40, 28.08' LT SUMP 181.24 AT ALIGNMENT 2 ct) 10", L = 71', S = 8.8%- _ MAIN ST RIM 172.29 IE IN (NW) 6" 169.69 185 00 0 185 SD CO #3 STA 15+06.02, 30.00' LT IE OUT (SE) 6" 169.69 = MAIN ST RIM 174.99 SD CO #4 IE OUT (W) 6" 171.26 p STA 15+91.04, 35.50' RT U) _-- _ MAIN ST RIM 178.47 PROPOSED - --- 180 SD CO #6 STA 17+02.46, 33.00' RT IE OUT (NW) 6" 176.18 180 = - _- _ WATER 0 -- - - _ --� IE IN (NE) 18" 165.99 ---- - SD MH #7 MAIN ST RIM 174.17 IE IN (SE) 10" 165.99 _ ----- L EXISTING STA 15+72.00, 5.50' LT SUMP 165.89 IE IN (N) 10" 168.71** 175 EXISTING CONCRETE ENCASED _ - __ _ - COMMUNICATION DUCT BANK - --- _______ _ --- - _ SANITARY SEWER EXISTING 175 IE OUT (SW) 18" 165.89 r IE IN (NE) 18 169.50 '� ---- --- ---- _ - WATER MAIN ST RIM 178.36 ** 12, 0 I I __ _ a = 3 4% SD MH #8 + IE IN (SE) 10" 171.95 IR L J_ _ --- _ 18�� L _ 41 S STA 17 02.00, 5.50 LT SUMP 169.40 IE OUT (SW) 18" 169.40 = 3.2% ** z 170 _ 77 18„ U = 65 S 170 IE IN (NW) 12" 174.77 7///T MAIN ST RIM 181.61 3 ��� - --- SD MH #9 STA 17+66.88, 5.50' LT SUMP 171.60 IE OUT SW1818" 171.60 18 , L = 130 , S 2 a _ - 11 IE IN (NE) 10" 177.00* No 165 165 SD MH #10 MAIN ST RIM 183.36 IE IN (SE) 15" 173.21 STA 18+08.00, 6.20' LT SUMP 173.11 IE IN (NW) 8" 177.00* 2.9% IE OUT (SW) 18" 173.11 * MECHANICAL INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 060 Q,C3 I ** OPEN INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 080 In ZS 14+25 15+00 16+00 17+00 18+00 19+00 0 20' 40' 0 Ny MAIN ST CENTERLINE ALIGNMENT PROFILE VIEW H: 1"=20' z SCALE 1" =20' o v: 1'=5' CONSTRUCTION DOCUMENTS ° �Eo PROP,, C'► N FF ss X02 Revisions and Addendums ENGINEERING DIVISION SHEET 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C1 1.2 W E N T U RY PORTLAND OFFICE �1 H a.°.. 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 44 ON $/�//WCEST LAKEOSWEGO,OR97035 MAIN STREET PHASE 2 IMPROVEMENTS TIGARD, OREGON 97223 0�4> �� 503.639.2710 OFFFAX VOICE: 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. V OOH �; WWW.TIGARD-OR.GOV 2 �? STORMWATER PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ I DRAWN- AJF I CHECK: RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 v, 164.62 CURB 164.60 Z D ° �\ MCDONALD S STORMWATER KEYED NOTES i 12090 SW MAIN STREET 164.65 164.63 D wP VVs ° ,■' > ' • ' DD D ° D ° uD 1 INSTALL PVC STORM SEWER PIPE, SD CB #5 O U) ° D - - - - - - - - - - - O LENGTH, SLOPE, AND SIZE AS SHOWN. D ooaQ SD MH #11 2 9 T EX. CB #4939 '\JO2 INSTALL STANDARD MANHOLE, ° D D SEE CLEAN WATER SERVICES DWG. NO. 010. SEE SHEET C11.1 �`' 10", L = 30' (D - - 1S _ coo D D ° D O8 INSTALL CONTECH STORMFILTER CATCH BASIN, w FOR CONTINUATION S = 0.5% 1 N °° �T9 STS D S SEE DETAILS ON SHEET C12.3. W J� w EX. SDMH #4949 v> SD MH #3 O2 SEE SHEET C11.2 I `o 1 9 O CONNECT TO EXISTING STORM PIPE. I � I I I oD g 0+80 FOR CONTINUATION o S / �, - - �� - _ - - - S _ VERIFY INVERT ELEVATION AND NOTIFY ° I SW COMMERCIAL ST / DD 10", L - 46'O 1+00 2+00 2+30 ENGINEER OF ANY DISCREPANCIES. 0 o STS - o �' // S = 0.5% SW SCOFFINS ST _ v ` ,, G G p G cn r� ° 10", L = 16'0 °r-° S I OO i a I>° �- > I S D S = 0.5% SS I I i � . c°oe eD � I I ° I a ' D D ° D D L6 A fn s D L L L L D D° ' ° D Q O v�J� ° w I r SD CB #4O D ° ' SD CB #8 8 Z ° O I I' I 164.42 164.46 > ■� � , ' � ' , IUS BANK ' 182.85-/17182.89 12160 SW MAIN STREET ELJ 164.38 CURB 164.42 182.79 CURB 182.83 STRUCTURE TABLE NAME LOCATION RIM/SUMP CONNECTION ELEVATION DATA EX. CB #4939 SCOFFINS ST RIM 184.37 IE OUT (NW) 12" 181.51 STA 2+22.01, 14.69' LT SUMP 178.26 EX. SDMH #4949 SCOFFINS ST RIM 184.26 IE IN (SE) 12" 180.26 175 _ 175 195 195 STA 1+97.85, 14.04' LT SUMP 178.73 IE OUT (NW) 12" 179.76 Z Y Z_ U) Y (n (A U c Q Q Q U) Q L COMMERCIAL ST (SOUTH) RIM 164.39 mQ m 00 m X W SD CB #4 STA 0+60.94, 20.20' RT SUMP 158.36 IE OUT (N) 10" 160.36 Lu W W W w op COMMERCIAL ST (SOUTH) RIM PER PLAN 170 0o OU 170 190 ao = g U 190 SD CB #5 IE OUT (SW) 10" 160.43 STA 0+47.66, 22.78' LT SUMP 158.43 x X D w W X W W U) W p W SCOFFINS ST RIM PER PLAN cn w SD CB #8 STA 0+67.51, 19.00' RT SUMP 176.83 IE OUT (N) 10" 178.83 165 165 185 185 IE IN (SE) 12" 161.24* SD MH #3 SCOFFINS ST RIM 164.72 IE IN (S) 10" 160.28** STA 0+23.57, 598.38' RT SUMP 157.23 IE IN (NE) 10" 160.28** 0 o IE OUT (NW) 12" 157.23 IE IN (S) 10" 178.60* n 160 O 160 180 0 EX. 12" CONC, L = 135', S = 0.8% 180 SCOFFINS ST RIM 184.38 IE IN (SE) 12" 178.52* O SD MH #11 STA 0+36.94, 15.49' LT SUMP 174.14 IE IN (NE) 12" 179.31* EX. 12", L = 24', S = 5.2% IE OUT (NW) 15" 174.14 * MECHANICAL INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 060 155 V12", L - 61', S - 0.9% 155 175 wa 175 ** OPEN INSIDE DROP, SEE CLEAN WATER SERVICES DWG. NO. 080 COMM BTM 158.45 15 STS TOP 158.00 150 150 170 170 STS BTM 156.83 SS TOP 155.67 IR z 00 u 3 0+00 1+00 0+00 1+00 2+00 2+30 COMMERICAL ST (SOUTH) CENTERLINE ALIGNMENT PROFILE VIEW SCOFFINS ST CENTERLINE ALIGNMENT PROFILE VIEW wa o H: 1"=20' H: 1"=20' V: 1'=5' V: 1'=5' U mU w� 2 �O 3 2� hzS 0 0 20' 40' NW N� 2 m SCALE 1" =20' a mo o ��g PROF CONSTRUCTION DOCUMENTS � s C' NF /O2 Revisions and Addendums ENGINEERING DIVISION SHEET 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C 11.3 W CENTURY PORTLAND OFFICE �1 H a 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 45 ON WEST LAKE OSWEGO,OR 97035 MAIN STREET PHASE 2 IMPROVEMENTS TIGARD, OREGON 97223 0�4> 503.639.2710 FAXOFFVOICE: 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. \10 OH 0; WWW.TIGARD OR.GOV 2 a ONE INCH (REF) STORMWATER PLAN AND PROFILE - SCOFFINS ST FILE NO EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 175 175 175 175 175 175 180 180 cci) z ccn z C/i z - (f) z 60Q oo Q � oo Q 00 Q p w °° w °° 4t w m it w CO cn co 0� * 2 Q 2 2 LO w 170 0 170 170 170 170 0 cn O p 170 175 O co Q 175 = X o0 UD = p D w Q 0 c w � w w cn cn 0 D J- cn 165 - 165 165 165 165 165 170 170 ri COMM BTM 160.21 - 0 STS TOP 159.38 /AI' / a 160 160 160 Q 160 160 160 165 Q 0 13 1 165 ; 1iIy,L °i° L = 16' 6", L = 25' -9 2 m Him S = 2.0% 12", L = 61' 10", L = 24' S = 12.7% S 155 10", L = °39' 155 155 1- 155 155 S = 0.5% I 155 160160 S = 0.5/o S = 0.9/0 SS BTM 158.29 P112", L = 30 COMM BTM 158.45 STS TOP 158.18 S = 0.5% SS BTM 162.18 COMM BTM 157.41 STS TOP 158.00 STS TOP 161.53 STS TOP 157.18 0+00 0+75 0+00 0+75 0+00 0+50 0+00 1+00 STA 11 +15 STORM LATERAL PROFILE VIEW STA 12+10 STORM LATERAL PROFILE VIEW STA 12+94 STORM LATERAL PROFILE VIEW STA 13+84 STORM LATERAL PROFILE VIEW H: 1"=20' H: 1"=20' H: 1"=20' H: 1"=20' V: 1'=5' V: 1'=5' V: 1'=5' V: 1'=5' 185 (n Y 3: � `S 185 190 190 190 C/) (n U) Y 190 190 190 195 195 � Y � Y c/) z U) Z (n z cn Z cn Z °° X COO X m 00 X 00 o0 X m X m Lu w 2 w 2 w 2 w 2 ti ti c\I 2 180 = 0 180 185 185 185 00 a, 185 185 0 185 190 0 = 190 Q Q Lu o w o W o w w o Q o cn cn o 175 175 180 0 180 180 180 180 - 180 185 185 0 0 0 0 - 170 170 175 175 175 0 175 175 175 180 180 EFTQ 6", L = 19' n 6", L = 15' ° �/ 12", L = 26' S - 16.0% COMM BTM 170.67 S = 8.5/o S - 0.8% STS TOP 169.79 STS BTM 175.82 165 10", L = °32' 165 170 170 170 SS TOP 175.22 170 170 1 ppv =3.0°0 170 175 175 S = 0.5/° - li COMM BTM 168.09 �. 10", L = 20' 46' Q o2 ° COMM BTM 176.84 STS TOP 166.99 1 S ' 2.p /° S - 6.6% COMM BTM 173.59 15 , L = - STS TOP 172.56 S = 2.0% STS TOP 175.09 0 0+00 0+50 0+00 0+50 0+00 0+50 0+00 0+50 0+00 1+00 s a STA 15+72 STORM LATERAL PROFILE VIEW STA 16+55 STORM LATERAL PROFILE VIEW STA 17+02 STORM LATERAL PROFILE VIEW STA 17+33 STORM LATERAL PROFILE VIEW STA 18+08 STORM LATERAL PROFILE VIEW mU H: 1"=20' H: 1"=20' H: 1"=20' H: 1"=20' H: 1"=20' E i V: 1'=5' V: 1'=5' V: 1'=5' V: 1'=5' V: 1'=5' eo 3 a-1 "Q 0 0 20' 40' NW N� 2 m SCALE 1" =20' a mo o ��p PROFF CONSTRUCTION DOCUMENTS s C' N FFS/O2 Revisions and Addendums ENGINEERING DIVISION SHEET 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF T I GAR D C1 1.4 W� CENTURY PORTLAND OFFICE �1 H 3 a� 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. 46 �N WEST LAKE OSWEGO,OR97035 MAIN STREET PHASE 2 IMPROVEMENTS � � TIGARD, OREGON 97223 o= �� v�4' 0�4> �� 503.639.2710 FAXOFFVOICE: 503-639-4171 OF ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 <�y D. V OOH WWW.TIGARD-OR.GOV 2 a ONE INCH (REF) STORMWATER LATERAL PROFILES FILE NO EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 WIDTH VARIESNOW- ATRIUM INLET GRATE TALL CURB, ATRIUM INLET, THICKENED CURB AND GUTTER, SEE DETAIL 1, SHEET C6.1 SEE DETAIL 2, THIS SHEET 2" MIN. FREEBOARD SEE DETAIL 3, SHEET C6.1 WIRE ROPE, NOTES 6" MIN. TO LOWEST I.E. IN MANHOLE SEE NOTE 1 MANHOLE FRAME SIDEWALK 18" STORMWATER Q�PN 1. WIRE ROPE TO BE -!" - 16" STAINLESS (1% SLOPE) GEOTEXTILE FOR ROADWAY STEEL, 7 STRANDS OF 19 WIRES. SLOPE VARIES) TOP OF STORMWATER ) °d SOIL MIX �\MQE SEPARATION ° ( EPDXY MANHOLE FRAME TO STD. FLAT TOP a ° ° PLANTER TOPSOIL REINF. CONC. PIPE CLASS III 2. SECURE GRATE IN PLACE WITH \\ ° ° d 54-INCHES OF WIRE ROPE. LOOP\\ \\ \\ \\ \\ \\ ° z \ \\ \\ \\ \\ \\ \\ \\ \\ \\ \\ \\ \\ \\ ° ° ° d° LINER INER ATTACHMENT 41,, ON\////,\\////,\\////,\\//////\ • � EAND SG ORFATWEI.RCERRIMOPPEEAACRHOUEND UO-F#4 REBAR U-BOLT WIRE ROPE WITH 3" OVERLAP.DETAIL 4, THIS SHEET B OLT SLOPE TO DRAIN 3. DRILL 2" DEEP HOLES INTO PIPE AND / ° d 23 3" EPDXY 4" REBAR U-BOLT (2" X 4") IN 30 MIL HDPE / \ \ SLOPE AS NEEDED TO MAINTAIN 4 / O�O�O�O�O�O �j/\//\// UNDISTURBED SOIL HOLES. GEOMEMBRANE LINER o 0 0 0 0 0 0 0 ° ° 24" ° /\\// /\\� OUTLET PIPE ° ° ° 10" PVC PIPESL /\/ ° °° d ° 4. GRATE TO BE CAST IRON, ASTM A48 3" DEEP (3/4" -%4") CLEAN /% °° a d ° K //%\/%\//\�/\i/\; \ OPE PER PLAN CL30. CRUSHED CHOKER COURSE ROC / \\ /\\/\\/\\/\\/\\ \\/\/\/ 3000 PSI COMMERCIAL 263„$ �i��/\�� //\ \ \ \ \ •� .� .� /�\�/�\�/�\//\//\//\//\/\//\//\//\//\//\//\/� 25_ GRADE CONCRETE 4 4" 15" DEEP (1 %2 - %4") CLEAN 6". 6 PERF ORATED 3., CRUSHED DRAIN ROCK DRAIN PIPE \/i\//,�//\//\/// 4 NOTES EXISTING SUBGRADE o) 1. PROVIDE PROTECTION FROM ALL VEHICLE TRAFFIC, EQUIPMENT SECTION A-AL 254" STAGING, AND FOOT TRAFFIC IN PROPOSED FACILITY AREAS PRIOR �24 4" 33 4,. TO, DURING, AND AFTER CONSTRUCTION. 2. PLANTER SHALL BE FLAT BOTTOM IN ALL DIRECTIONS TO WITHIN 1 LENGTH VARIES ATRIUM INLET GRATE 24" X 4" REVERSIBLE MANHOLE FRAME INCH. 4" WIDE CURB CUTS, CENTERED ON CHECK DAM, AS NEEDED, 6" LONG CURB 3. STREET SIDE CURB CUTS TO BE LOCATED AS SHOWN IN THE PLANS. EVERY OTHER JOINT (TYP) SEE DETAIL 4, THIS SHEET// TAPERS (TYP) ATRIUM INLET 2 4. SIDEWALK SIDE CURB CUTS SHALL BE LOCATED AS SHOWN. NOTCHES ATRIUM INLET a °A d d N.T.S. SHALL BE 1" LOWER THAN THE ADJACENT SIDEWALK AND SLOPE ° d TRENCH DRAIN, C12.1 TOWARDS THE FACILITY. SEE DETAIL 2 THIS SHEET d ° ° 4 SEE DETAIL 1, SHEET C12.2 d 5. SEE STORMWATER PLANS FOR ATRIUM INLET INSTALLATION a ° 6' TYP. TREE LOCATIONS. d TOP OF TALL CURB 61 CONCRETE CHECK DAM, ° 45° BEND CENTERED ON 4" WIDE CURB CUTS 6. BOTTOM OF PERFORATED DRAIN PIPE SHALL BE SET AT THE BASE OF TALL CURB-° (AS NEEDED) TALL CURB TOP OF THE DRAIN ROCK LAYER. - SIDEWALK cn TOP OF CHECK DAM d w_ 2 MIN. FREEBOARD 7. ACTUAL ELEVATIONS AND DIMENSIONS TO BE CONSTRUCTED AS 4" WIDE CURB CUTS, TO LOWEST I.E. IN 41 6 PERFORATED Q 4 2" MIN. FREEBOARD IDENTIFIED ON THE PLANS. 4 ° DRAIN PIPE, S0% CENTERED BETWEEN JOINTS > ° a -- a ° ° TO LOWEST I.E. IN 8. PERFORATED DRAIN PIPE SHALL HAVE A MINIMUM CLEARANCE OF 5.0' _ ° ° ° - a - - -°- ° - ° ° d 3" ° FROM ALL TREES, MEASURED FROM THE SOF THE PIPE TO THE M ° A. ° °d FLAT ° FLAT OF THE TREE. STAKE TREES PRIOR TO PIPE INSTALLATION. a d ° ° •- a'"°--------------- CENTER '"'"'s'"'"'"-"7°''' ° ° ° d FLAT \ \//\/\//\//\//\j LAP SPLICE #4 REBAR TO ° ° ° STS STS D STS STS STS STS \ \/\/\/\/\/\ \� :_ .__ ___�________ ° 9. WHEN AN ATRIUM INLET IS NOT PRESENT, THE FINISH GRADE OF THE '\\ \\ \ 1.3' \ ° \\ \\ \\ \\ \\ \\ \\ EMBEDDED REBAR %\\ a------""a " i // / / // // // // // /, / /j ° d ° ° 8 PLANTER BOTTOM SHALL EQUAL THE INVERT ELEVATION OF THE �� 18" WIDE CURB CUT (TYP), GEOTEXTILE FOR /\/\/\ M \ \/\/\/\/\/\/\ 12" MIN. OVERLAP TYP / ° ~ d MANHOLE A CLEANOUT, \j\j\� �A) \\/\ \\/\\ \\ \\ \\ \\ \\ ( ) /\ ° ° = w ° g ° ° TRENCH DRAIN. SEE DETAIL 3, THIS SHEET SEE DETAIL 3, SHEET C12.2 SEPARATION //\//\//\//\ C� #4 REBAR ° ° 3���/\�//\�//\� PROVIDE ' / w Q ° d M m = > 10. WHEN A CHECK DAM IS PRESENT, SEE DETAIL 5, THIS SHEET FOR WATER TIGHT SEAL ° DRAIN PIPE AND CLEANOUT PLACEMENT. PLAN VIEW 30 MIL HDPE �O�O�O O O 0 °� 0 40 0 �° 0 0 0 4" DIA. WEEP HOLES ° °° ° GEOMEMBRANE LINER �\ /� 8" O/C SPACING, /\\//\\//\ ° d ° ° ° ° ° d 4" AGG BASE;/ /\/\/\i d �, �� �� \ SEE NOTE 2 \//\//\//\'� 4" AGG BASE STORMWATER PLANTER1 /i�/ice/ice/ice /�/i�/ice/i� 6" WIDTH VARIES N.T.S. C12.1 NEW CURB, CHECK DAM, SECTION C-C SECTION D-D B \ OR PLANTER WALL C a METAL INLET ASSEMBLY, Q TOP OF STORMWATER ° ° u ° a d 18" WIDE CURB CUT, THICKENED CURB SEE CLEAN WATER SERVICES PLANTER SOIL ° AND GUTTER, DWG. NO. 753 Q ° ° SEE DETAIL 3, THIS SHEET „ SEE DETAIL 3, Q ° ° ° ° 3 24 SHEET C6.1. d _ \/\\/\/ CONCRETE CHECK DAM, d ° _ ° a Q N +I \\ CENTERED ON 4" WIDE CURB CUTS #4 REBAR 4 VARIES �/ TRIM LINER TO TOP ° - 3 d �° N 2 0%' STORMWATER L EDGE OF FLAT BAR. D a ° ° ° ° d D SPLASH PAD d d a ON CLEAN CONCRETE ° d ° d ° ° EX a „ PLANTER FG ° d SURFACE, ADD SILICONE a ° ° ° ° SPLASH PAD ° /� -- - a-----�---�----a-4- ----a---- ----A--------a-------- - ° - 3" 18" OPENING 3" 4" MIN. BURY DEPTH Q SEALER TO TOP%2" OF d ° ° ° NOTES ° O O LINER, PER MFR - °w w o 4" AGG BASE RECOMMENDATIONS ° _ ° 0 o 1. SEE STORMWATER PLANS FOR CHECK DAM N - O O O Q ° � ° w � LOCATIONS. d ° � U CLEANOUT, o (D ° D 2" x%4" CONCRETE HIT ° o ° SEE DETAIL 3, d°° z 0 ° 2. WEEP HOLES TO BE PLACED WITHIN DRAIN ROCK 3 ANCHOR AT 12" O/C Q' z ° D ° w LAYER. TOP OF WEEP HOLE TO BE SAME a SECTION B-B d _ SHEET C12.2 Y Q N 6 R Q ° ° ° ° \ \ \ _U 00 ELEVATION AS THE TOP OF DRAIN ROCK LAYER, :Qt (TYP) 4 1 2" x%8" ALUMINUM ° „ ON LOWEST SIDE OF CHECK DAM. 0 NOTE FLAT BAR 4" WIDE CURB CUT ° 6 PERFORATED U o� a Q (TYP) d DRASEEINOTE 4 °N PIPE, ° ° ° 3. MINIMUM 3" PLANTER WALL. EMBEDMENT FOR CURB AND ^� FOR IRREGULAR SHAPED CURB CUTS, THE METAL INLET ASSEMBLY, B OPENING SHALL BE 1.5' WIDE AND THE SPLASH Q 30 MIL HDPE LINER C 4. PERFORATED DRAIN PIPE SHALL ONLY BE SEE CLEAN WATER SERVICES CURB AND GUTTER, PAD SHALL BE 1.5' LONG ON THE SHORT SIDE. PLAN VIEW PLACED ON THE LOW SIDE OF THE LOWEST DWG. NO. 753 PLAN VIEW SEE DETAIL 2, SHEET C6.3. CHECK DAM. a 18" WIDE CURB CUT 3 LINER ATTACHMENT 4 CONCRETE CHECK DAM 5 N.T.S. N.T.S. N N.T.S. 012.1 C12.1 C12.1 N� m� dV ��gPROP,, CONSTRUCTION DOCUMENTS d'1 C' N FF O2 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P 7r- Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 12. 1 Q:W CENTURY PORTLAND OFFICE 1 T, a� 5500 MEADOWS ROAD,SUITE 250 , ON WEST LAKE O.2130O OR 97035 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 47 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. V OOH WWW.TIGARD OR.GOV 2 �= STORMWATER DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN. AJF I CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 WI LLIILLI I QryI ACO TRENCH GRATE U I , TYPE IRON LONGITUDINAL, STANDARD CAST IRON FRAME AND COVER, j OR APPROVED EQUAL z I SEE CLEAN WATER SERVICES DWG. NO. 310 ui FINISH GRADE TALL CURB w (D I (ASPHALT, CONCRETE, OR PAVERS) SCREW TYPE PLUG _ I TRENCH FURNISHING CONCRETE COLLAR (2' DIA. AND 4" THICK), W/CLEANOUT .09 SIDEWALK Q I DRAIN ZONE PROVIDE%2" GAP BETWEEN CLEANOUT PIPE MIN .09 ON .09 AND COLLAR ADAPTOR COVER ° EXPANSION EXPANSION JOINT* TRENCH DRAIN DIMENSION TABLE 1 MAX a JOINT TOP OF STORMWATER N a a SIZE A B W H PLANTER SOIL ° 57 1.0% , 1.0% _ FLAT L , a 4" 6" 6" 5.12" 6.69" a a a a a ° °a ° ° 12" 10" 10" 14.2" 12.80" \/ ° WATERTIGHT PIPE PLUG W/STOPS OR � � � / / / / / / / O = a O O WATERTIGHT THREADED CAP, AS j \\ %"-0 AGGREGATE \/\/ /\ APPROVED BY THE CITY / 4 8" SOLID \\ \\ \\ \ A 6 MIN. AROUND / / / / PVC PIPE a o CLEANOUT \ \i ° NOTES * OMIT EXPANSION JOINT WHEN 6 PVC / \\/\\/\ INSTALLING TRENCH DRAIN 1 . 4" TRENCH DRAIN ALL BE ACO KS100 a° a ° ADJACENT O AC PAVEMENT. OR APPROVED EQUAL. 4" OR 12" TRENCH 2. 12" TRENCH DRAIN SHALL BE ACO KS300 m \ DRAIN CHANNEL, OR APPROVED EQUAL. \� \ \\ \\ \\ O \ PVC \/\� �] ° a SEE NOTES \ ELBOW � \\ a - a 3. ALL CHANNELS SHALL BE CONSTANT 0 0 0 0 0 / , DEPTH (NON-SLOPING). SLOPE PER PLAN MATCH EXISTING SLOPE \/\/\\/ 0 0 0 0 0 4" AGG BASE ������ 4. SEE GRADING DETAILS FOR ELEVATION INFORMATION. \\ \ a a \\ \\ SEND CAP \/\� �/ \/\//\� 8 PERFORATED �/ PVC \ \\ �\\�/\�\\� A W A 5. IN-LINE CATCH BASINS SHALL BE ASO �/ �j� / ,/ /\/�\/�� DRAIN PIPE K3-903G/S/ OR APPROVED EQUAL. \ \ \ \\ �\ COUPLING PVC 8 SOLID \\ 2-WAY PVC WYE PVC PIPE 6. SEE MANUFACTURER SPECIFICATION FOR BOTTOM OF TEE CLEANOUT TEE 8" SOLID FURTHER INSTALLATION INSTRUCTIONS. ENCASED IN CONCRETE PVC PIPE TRENCH DRAIN N.T.S. C12.2 TWO-WAY CLEANOUT 2 STORMWATER FACILITY CLEANOUT 3 N.T.S. C12.2 N.T.S. C12.2 LOCATE FRAME AND COVER MANHOLE STEPS SEE �BN MIN. BETWEEN STD DRAWING NO. 100 WATERTIGHT SEAL RSTANDARD MA(TY AL)RAME OVER LEDGE OF AT LEAST CI<°UT -------- ENCAPSULATED 12" IN WIDTH •• /\ RUBBER GASKET 58" DIA. N -\ SEE STD DRAWING 110, 120, 130. •. USING NON-SHRINKING / Z i y' GROUT. ---------- O y F- 48" MINIMUM PRECAST w --- - '< -� --------- PVC •." PIPE CONSTRUCT CHANNEL ' .•-•.•.': AND MIN 12" SHELF IN ---- PIPE 5" MINIMUM -- ___ FIELD, 1"/FT SLOPE 8" s;.' ' 27" I.D. : TYP �: :• y ` 25" MAX. (n ;r.•' WATERTIGHT SEAL ---- a SANDED BELL USING NON-SHRINKING CONSTRUCT CHANNEL .; m _ - FITTING '•',ti•'..= GROUT. 5" MINIMUM AND MIN 12" SHELF IN MAXIMUM 27" FROM TOP OF FIRST STANDARD FRAME AND COVER OR CONSTRUCT CHANNEL AND <:.•: a.• FIELD. STEP TO TOP OF CASTING WATERTIGHT FRAME AND COVER.SEE 12" MINIMUM SHELF IN FIELD - PIPE STD. DRAWING NO. 110, 120, OR 130 48" MINIMUM SET FRA IN NON-SHRINK GROUT I.D. a.�•� WATERTIGHT SEAL x 6" IN. `• CSP USING NON-SHRINKING a GROUT NOTES: _ _ _ SMOOTH FINAL CHANNEL TO PVC SANDED BELL D. I 4. +, SEE DRAWING 030. Lo O1 3/4 VERTICAL HEIGHT OF PIPE. -- ALL PRE-CAST MANHOLE SECTIONS SHALL CONFORM TO THE REQUIREMENTS OF ASTM C-478. GRADE RINGS (2",4",OR 6') MAXIMUM 12" SET IN SEE STD DRAWING 020 FOR POURED IN PLACE NON-SHRINK GROUT 12" MINIMUM OF 3/4"-0" a SMOOTH FINISH CHANNEL CONCRETE MANHOLE BASE. COMPACTED BASE MATERIAL 6" MIN. TO 3/4 VERTICAL HEIGHT n OF PIPE PIPE ALL JOINTS AND RUBBER GASKETS SHALL CONFORM STANDARD ECCENTRIC I.D. TO THE REQUIREMENTS OF ASTM C-443. 36" CONE MANHOLE STEPS SEE STD DRAWING NO. 100 �a •• SEE STD DRAWING 030. ALL PIPE CONNECTIONS TO MANHOLE SHALL BE WATERTIGHT. -------- KONTER BAND •'4:':•.?'.Q. POURED INTERNAL 1 :�T .;44',..t..:.;•, . SMOOTH FINISH CHANNEL 12" MINIMUM OF 3 PIPE CONNECTIONS OF 24" OR GREATER SHALL r 3 4°-0" COMPACTED ':•... REQUIRE A MANHOLE AND CHANNEL DETAIL. 48" MINIMUM p STEEL OF PIPE / ; ±a o 0 48" MINIMUM IN PLACE TO 3 4 VERTICAL HEIGHT ..�+d; . '• : a•,. a'..;ear• a BASE ROCK QPIPE CONNECTIONS OF FOUR OR MORE MAINLINES m W 12" MINIMUM OF 3/4"-0" '•"�e '�•' :.y- 6" MIN. o SHALL REQUIRE A MANHOLE CONNECTION AND CHANNEL z) (� COMPACTED BASE ROCK .. .• . DETAIL. MANHOLE SECTION ----_----- INTERCEPT (VARIABLE HEIGHT) - -- 3 PROVIDE A MINIMUM OF 8" OF INTACT (UNDISTURBED) Z MANHOLE WALL BETWEEN PIPE BREAKOUTS AS c O_ 5" MINIMUM Irl MEASURED ON THE INSIDE FACE OF THE MANHOLE. FLAT TOP v, w PIPE WATERTIGHT SEAL I BREAKOUT OF WALL FOR PIPE SHALL BE 2" MINIMUM •" V1 ' GROUT. v AND 4" MAXIMUM CLEAR OF PIPE WALL. 5" MINIMUM I.D. 6" MINIMUM AND +_< USING NON-SHRINKING ' 24" MAXIMUM OVERLAP FLEXIBLE U THIS DETAIL LIMITED TO MAXIMUM INTERIOR DROP OF �• .'?.,'. •, ''.•"+.•. CONNECTOR 12" FOR SANITARY CONNECTION AND 48" FOR STORM MANHOLE STEPS SEE= 12" MINIMUM OF 3/4"-0" •' a " 1 +• '" •' C CONSTRUCT CHANNEL AND CONNECTION. STD DRAWING N0. 100 '.' �':1.. -� 12" MINIMUM SHELF IN FIELD RIBBED COMPACTED BASE MATERIAL ,•., .;, ,: •M•:.,••.; U. WATERTIGHT/TAMPER PROOF MANHOLE FRAME AND •� CONSTRUCT x�• •-~8" MINIMUM CONCRETE'.. �• c� R HA IN AEASEMENT AN FF CHANNEL AND MIN - - PIPE Y COVE SHALL BE USED ALLD 0 12" SHELF IN FIELD K 0 R N SEAL BOOT NOTES: STREET AREAS. SEE STD DRAWING 130. 3 PIPE 1E .- SMOOTH FINAL CHANNEL TO 3/4 'VERTICAL HEIGHT OF PIPE 1. ALL JOINTS AND RUBBER GASKETS SHALL CONFORM TO THE REQUIREMENTS OF ASTM C-433. I o I.D. AFTER VACUUM TESTING GASKETS 2. ALL MANHOLE SECTIONS SHALL CONFORM TO THE REQUIREMENTS OF ASTM C-478 AND NOTES: c� -- -=- ------- ,� APPLICABLE PROVISIONS OF STANDARD MANHOLE, SEE STD DRAWING N0. 010. N 1. ALL PRE-CAST MANHOLE SECTIONS SHALL a NOTES: CONFORM TO THE REQUIREMENTS OF ASTM '� 3. STEPS REQUIRED ON FLAT TOP MANHOLES DEEPER THAN 48" FROM FINISHED GRADE TO I.E. ' C-478 AND APPLICABLE PROVISIONS OF OUT. o W WATERTIGHT SEAL. SEE NOTE 4 S 1. ALL MANHOLE SECTIONS SHALL CONFORM TO THE REQUIREMENTS OF STANDARD DRAWING NO. 010. SMOOTH FINISH � ASTM C-478 AND APPLICABLE PROVISIONS OF STANDARD MANHOLE, 4. SEE DRAWING 030 FOR WATERTIGHT MANHOLE CONNECTIONS. v, CHANNEL TO DRAWING NO. 010. 2. ALTERNATE METHODS TO BE APPROVED BY c 3/4 VERTICAL CITY/DISTRICT. RIBBED PIPE WITH GASKETS 5. ALL MANHOLE FLAT TOPS SHALL CONFORM TO ASTM C-478 AND ARE DESIGNED TO MEET 12" MINIMUM OF 3/4"-0" COMPACTED 1 HEIGHT OF 2.ALL POURED IN PLACE CONCRETE SHALL HAVE A 28 DAY STRENGTH 3. BOOTS TO BE SIZED PER MANUFACTURER'S H-20 TRAFFIC LOADING. N^ BASE MATERIAL PIPE OF 3000 PSI AND A SLUMP OF 2" TO 4". R!ECOMMENDATIONS/SPECIFICATIONS. UO =m,O QU STANDARD MANHOLE PRE- CAST/POURED IN PLACE �� MANHOLE CONNECTIONS \� FLAT TOP MANHOLE C1eanWater Services MANHOLE BASE C1eanWater Services C1eanWater Services C1eanWater Services WING N0. 010 REVISED 10-31-19 DRAWING N0. 020 REVISED 10-31-19 DRAWING N0. 030 REVISED 10-31-19 DRAWING N0. 050 REVISED 10-31-19 ^a N2 NO Eo .m.U �pPROFFss CONSTRUCTION DOCUMENTS W �\� �GINFF /O2 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 12.2 W CENTURY PORTLAND OFFICE 1 ot.Y.." 5500 MEADOWS ROAD,SUITE 250 , �N WEST OSWEGO,OR 97035 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 48 4i �� 503.419.21300FFICE � TIGARD, OREGON 97223 OF C VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 E <�y D. v00� �; WWW.TIGARD-OR.GOV 2 �= STORMWATER DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SPECIFICATIONS: 11 GAUGE (.1196") SANITARY 1)CLAMP AND BRACKETS ARE TYPE 304 STAINLESS STEEL, 11 GAUGE (.1196"). 2)3/8" 0 PINCH BOLT AND NUTS IS TYPE °D 18-8 STAINLESS STEEL. DAM RVMIes 7 "�MS�`�01"� PIPE PROJECTING 3)RELINER CLAMP/BRACKET AND ANCHOR OR BEYOND INTERIOR ; WATERTIGHT SEAL 3/8 x 16 x 1.25" APPROVED EQUIVALENTS. SURFACE OF MANHOLE USING NON-SHRINKING PRE CAST �+" CONICAL ANCHOR WALL IS NOT ALLOWED �A GROUT � HOLES (2) SANITARY ZINC ALLOY LEAD O �. _ - SEE DRAWING 030 �✓ O 1_1 4^ COVER ONLY 1 4" 2" t 12" MAXIMUM - ��✓ 1-1/8" O °' 1.25 SMOOTHCHANFINISH FOR SANITARY _I C1 0 \ 3/8" x 7/8" SS 1.50" 1✓ J O 1 1/2" PICKHOLE WASHER 1.25" 3/4 VERTICAL %.� •'':. PIPE TYPE, SIZE, ✓ MATERIALS: ® HEIGHT OF PIPE PIPE +•; AND CONNECTION 2" I.D. • i''••� s' PER PLAN, AS 75 , r: APPROVED PLASTIC: �3/a x 16 x 3" ss "', 10-3/4" MUST CONFORM WITH ASTM 95 REDHEAD :' •.! ,• �,r.• CONSTRUCT • .''v :••:. .:f; CHANNEL AND SLIDE 12" C-478. STEEL REINFORCING 3/8" DIAMETER STAINLESS SIMULTANEOUSLY BAR MINIMUM 1/2" GRADE 60. STEEL PINCH BOLT MEETING REQUIREMENTS OF ASTM A-615 ENCAPSULATED ANCHOR DETAIL CLAMP DETAIL WITH INJECTION MOLDED = `� N.T.S. N.T.S. COPOLYMER POLYPROPYLENE COVER TOP OPEN INSIDE DROP COPOLYMER POLYPROPYLENE PLASTIC WITH SERRATED SURFACES. z LLI TEE FITTING WITH BEAVER SLIDE 1/2" GRADE 60 REINFORCEMENT ® 24-3/4" N B x B x S 7 S w w a o_ r � 22 1 2 I z o f �l Q -• INFLOW PIPE PLUG END NOTES: 27" m Q PIPE LENGTH AS STORM .° 5.3/4" 1. ALL STEPS SHALL CONFORM TO N N ' 25" THE REQUIREMENTS OF ASTM REQUIRED fir• C-478. WATERTIGHT SEAL v e 3" 7" SEE DRAWING 030 �' :•• :t. 2. MANHOLE STEPS MUST BE a •' TIGHT AND FIRMLY EMBEDDED. • WATERTIGHT SEAL : MINIMUM OF 2 CLAMPS, MAXIMUM DISTANCE ° USING NON-SHRINKING •' •.4 3. ALL STEPS WITHIN A MANHOLE 3" 3" BETWEEN CLAMPS IS 3' OR ADDITIONAL -'-MANHOLE MANHOLE GROUT ,• SHALL BE OF THE SAME WALL SEE DRAWING 030. CLAMPS WILL BE REQUIRED. :•.. DESIGN, TYPE, AND SIZE. i'• _ 12" (MIXING OF UNMATCHED STEPS 23 CONSTRUCT CHANNEL _____ ___ 'i 48" MAXIMUM I I _ 4': •;:d; IS NOT PERMITTED). 24-1/2" _ AND SHELF IN FIELD 45'DEG BEND FOR STORM _ • •' 31" e°e SMOOTH FINISH 4. STEPS ADJUSTED OR ADDED ° GROUT TO CHANNEL TO 1: PIPE TYPE, SIZE, �d SHALL BE EPDXIED IN HOLES SECTION VIEW NOTES: /•,° CENTERLINE 3/4 VERTICAL AND CONNECTION THAT ARE FREE OF MOISTURE OF BEND PIPE •. e°d'° HEIGHT OF PIPE '-, ;' PER PLAN, As •; .•. ,• AND DEBRIS. (EPDXY TO MEET 1. PIPE AND FITTINGS SHALL BE SAME SIZE a 'da • +' °.' APPROVED AS INFLOW PIPE TO MANHOLE. �/ • 3vy'.:.`w. I D l •^' ASTM C881). NOTES t 'tel r 1. SUBURBAN TYPE FOR USE IN TRAFFIC AREAS OF LOCAL AND NEIGHBORHOOD STREETS. 2.PIPE AND FITTINGS FOR DROP ASSEMBLY a.. �° �'•:•• � '•''! _1 ., 2. STANDARD TYPE FOR USE IN TRAFFIC AREAS OF COLLECTOR AND ARTERIAL STREETS. SHALL BE: DUCTILE IRON ANSI A21.50-1, .d ! .'ay • „'0 3. COVER AND FRAME SHALL BE GRAY CAST IRON ASTM A-48 CLASS 30. AWWA C150-1, AWWA C-900 OR PVC • d ' '': �:., r. ° ° CONSTRUCT 3-3/8" FOR PLASTIC 4. COVER AND FRAME TO BE MACHINED TO A TRUE BEARING ALL AROUND. ASTM 3034 SDR 35. A 4 , CHANNEL AND SLIDE SAFETY STEP a • °'.• SIMULTANEOUSLY 5. 1 1/2' PICKHOLE IN LID FOR LIFTING HOOK. MECHANICAL INSIDE DROP OPEN INSIDE (DROP `_SUBURBAN AND STANDARD �� MANHOLE \� MANHOLE STEP MANHOLE FRAME AND COVER MANHOLE C1eanWater Services C1eanWater Services CleanWater Services CleanWate� Services ?� DRAWING NO. 060 REVISED 10-31-19 IDRAWING N0. 080 REVISED 10-31-19 DRAWING NO. 100 REVISED 10-31-19 DRAWING NO. 110 SANITARY REVISED 10-31-19 F-B PERFORATED PIPE MANIFOLD PROFILE • '. ' OVERFLOW TO A •,d •,'H A CONVEYANCE 3�4° SQUARE 1" FLAT FACE LETTERING _ A A B (RECESSED FLUSH) _ L 0 10 El 0 ZE3 ❑ .Fr `! ��.� - t � `,l \- � El EX El El F 0 OO O F� IFCO-002 =L�-1 - -I -I -I -III-III-III-III-III-III ❑e a ❑ D p IO oO (�O OO '- .•. t III-III-III-III-III=III=I 2eosea ten+ ' ' 11••' '. +;II: `•4 GROWING MEDIUM ❑❑ ❑ ❑ SEE STANDARD - -III-III -1 I=I 1-III-III-III Q ❑ / ® DRAWING 320 FOR PLAN VIEW -I --III-III-III-III-III-I = - 0 FRAME AND GRATE LIAI - ii =1 =I1 1 1/2" PICKHOLE O ' O OQ QO III-III=III III III=III III III=III III 1 0 B v� CHOKER COURSE / ��� 7 8' O I omsoass 0 swNgrRx _ = DRAIN ROCK 09��^/$ TO rj�R�P� (16) 3/4" 4 • 6" MIN. TO 10" MAX. • �, 1 0000000000 0000000000 HOLES AS SHOWN ,4, FOR POURED IN PLACELOUTLET TO 6"INB-B COVER TOE' COVER BACK ~ REINFORC MENT -601 M HAL - N HOLIES CONVEYANCEPSYSTEM D 1 • FOR PRECAST 60" PERFORATED COLLECTION MAXIMUM PIPE RUNNING LENGTH OF FACILITY 4 18" o " ;' SECTION A-A E • PIPING NOTES: EN FOR PRIVATE PROPERTY, PIPING MUST BE CAST IRON, ABS SCH40, OR PVC SCH40. THREE-INCH PIPE IS - 24 3/4" DIA. ;A ," 18" REQUIRED FOR FACILITIES DRAINING UP TO 1,500 SQUARE FEET OF IMPERVIOUS AREA; OTHERWISE 4-INCH rr :a SUMP PIPE MINIMUM IS REQUIRED. PIPING INSTALLATION AND SIZING MUST FOLLOW CURRENT UNIFORM PLUMBING = �n 1/4" 7/8" . CODE=. - NOTES I - v . a: • i FOR PUBLIC FACILITIES, 6-INCH OR 8-INCH ASTM 3034 SDR 35 PVC PIPE AND PERFORATED PIPE ARE - •'a • '.'. ! • ' ' REQUIRED. 1. Y4" ALLEN HEAD BOLTS - U I� 1' LONG RECESSED. ° 2. ALL PERMANENT CLEANOUTS TO HAVE N 3. MATERIAL BOLT DOWN BENGRAYERS. 6" 0 2 7/8" 6„ SQ• NOTES SECTION A-A SECTION B-B CA TSIRON, ASTM A-48, 30. z1. BRANCH SPACING AND NUMBER OF BRANCHES TO BE CALCULATED BASED ON STORM FLOWS FROM 7 1/2" SQ' NOTES: IMPERVIOUS AREA BEING TREATED. I 2. `JO TREES OR DEEP ROOTED VEGETATION OVER PIPING. 0 3. GRADE SUBGRADE TO PROVIDE MANIFOLD WITH POSITIVE DRAINAGE. 1. ALI_ PRECAST SECTIONS SHALL CONFORM TO REQUIREMENTS OF ASTM C-478. 22 1/2" DIA. 4. CONVEYANCE SIZED AT MINIMUM FOR 25 YEAR EVENT STORM FLOWS. N 2.INSTALL STRUCTURE ON MIN. OF 8" OF 3/4"-0" COMPACTED BASE MATERIAL. 3.PRE CAST REINFORCEMENT SHALL BE REBAR MEETING ASTM A615 GRADE OR WELDED 5. DETENTION (IF REQUIRED) VOLUME BASED ON DEPTH OF DRAIN ROCK RESERVOIR LAYER AND POSITION SECTION VIEW 4.ALLEPOUREIDGI PSLACE CONCRETE SHALL HAVE A 28 DAY STRENGTH OF 3000 P.S.I. AND A SLUMP OF 6. F�ITTNGS To BEITHIN SAMETHE MATERIAL ASSDRAINCPERFORATED PIPE. 2WIR5.ARI A DRAINS IN REAR OR SIDE YARDS SHALL NOT BE BUMPED AND SHALL BE PROPERLY 7. PIPE SECTIONS EXPOSED TO SUNLIGHT SHALL BE OF MATERIAL NOT SUBJECT TO DEGRADATION FROM CHANNELIZED. THE EFFECTS OF SUNLIGHT. DETAIL o 6.PRECAST STRUCTURES CONFORMING TO COOT TYPE CG-2 CATCH BASIN INLETS ARE AN M I ACCEPTABLE ALTERNATE. (ALL GRATE MATERIALS AND DIMENSIONS SHALL MEET CWS STANDARDS =' SEE DETAIL #110 FOR MANHOLE FRAME SPECIFICATIONS. AS SHOWN ON DRAWING 320). UO s O 2U STORM WATER MANHOLE LID AREA DRAIN PERFORATED PIPE DETAILS � CLEANOUT FRAME CleanWate\ Services TYPE 11 Clea:nWater Services CleanWater Services AND COVER CleanWater Services ^W DRAWING NO. 120 REVISED 10-31-19 DRAWING NO. 380 REVISED 10-31-19 DRAWING NO. 402 REVISED 10-31-19 DRAWING NO. 510 REVISED 10-31-19 �cc Cl N� N� Eo � 0PRO,cFss/ CONSTRUCTION DOCUMENTS c' N FF O� Revisions and Addendums NGINEERING DIVISION SHEET o 3P Description Date No. By ECITY OF T I GAR D C 12.3 W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT ON k` C E N T U RY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 49 W EST LAKE OS 130 OF OR 97035 M T/GARD OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS OF 503.419.2130 OFFICE ' 9%i , �� 503.639.2710 FAX VO/CE.' 503-639-4171 �1 8 E N G I N E E R I N G FAX. 503-624-0752 94 ]? �Y D. °° WWW.T/GARD-OR.GOV STORMWATER DETAILS FILE NO alp ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN- JAJ DRAWN- AJF CHECK- RDV PROD. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 6" C6 X j 8.2 CHANNEL STORMFILTER STEEL CATCHBASIN DESIGN NOTES RAIL (TYP.) \ I MATCH TOP OF CURB STORMFILTER TREATMENT CAPACITY IS A FUNCTION OF THE CARTRIDGE SELECTION AND THE NUMBER OF CARTRIDGES. 1 CARTRIDGE CATCHBASIN GUTTER J\ HAS A MAXIMUM OF ONE CARTRIDGE. SYSTEM IS SHOWN WITH A 27"CARTRIDGE,AND IS ALSO AVAILABLE WITH AN 18"CARTRIDGE. STORMFILTER CATCHBASIN CONFIGURATIONS ARE AVAILABLE WITH A DRY INLET BAY FOR VECTOR CONTROL. 4 C6 X 82 CHANNEL 6 PEAK HYDRAULIC CAPACITY PER TABLE BELOW. IF THE SITE CONDITIONS EXCEED PEAK HYDRAULIC CAPACITY,AN UPSTREAM BYPASS STRUCTURE IS RAIL(TYP.) ;i,«' REQUIRED. MATCH TOP OF CURB � 18'� �_ CARTRIDGE SELECTION 4 a A r8' CARTRIDGE HEIGHT 27" 18" 18"DEEP ACCESS COVER CONCRETE COLLAR RECOMMENDED HYDRAULIC DROP(H) 3.05' 2.3' 3.3' r� AND REBAR TO MEET SPECIFIC FLOW RATE(9Pm/s� 2 gpm/sf 1.67*9Pm/sf 1 9Pm/sf 29Pm/sf 1.67*9Pm/sf 19Pm/sf 29Pm/sf 1.67*9Pm/sf 19Pm/sfg� 1 a HS20 IF APPLICABLE BY a 4 ` _ ______a_ -- _ CARTRIDGE FLOW RATE(gpm) 22.5 18.79 11.25 15 12.53 7.5 15 12.53 7.5 -- - -- --?a=�_ DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 \ STATE FARM INSURANCE CO., SOUTHWEST OFFICE SUPPLY \ O NO LIMIT MARTIAL ARTS, 12245 SW MAIN STREET y\ \ YEN'S CHINESE RESTAURANT, y m \ 2 13 NEW SHOES PROFESSIONAL SHOE, & Y y N MAIN STREET STAMP & STATIONARY I 'v y \ 12255 SW MAIN STREET I I a N yyy 2 ° D \ lmmm\ S r y yD y y � o e vD D _J D o �o D yo " "" pe v v p v p V v D v v D v �R v D " p " y I Ll/�, So � v D D o v e ° pv D D s v v D p vD " " y `" EJE - ( V v v ° D v D v v v p v V ° V v ° o v ° D v D D v v D NNv D y y y y yo" y y D I a D y y y y D M D v y v \ w v G G G — G — G G ■ ■ ■ ■ ° ■ srs ° Q U WATER NOTES v y y y STS D S 1 L=54.1' ■ SW MAIN STr_11 L=539.3' I a yyyyyy y" y" "yy "yyy y17 " "yyy yyy yyyyyy y y S 10+00 y�'y y " " y y "yam." " " + " y y yyay y yy y y y y1 y L=64.1 0 12+00 o ST T ° STS D13+00 STS TS 5 D 14+00STSU� 1DINSTALL 8" CL 52 DI WATER LINE, 1 L=44.1' _ _ I t 1 W LENGTH AS SHOWN, I y y■ �y y ■ +o ~ LU LV DEFLECT PIPE PER MANUFACTURERS' REQUIREMENTS AS w w co cn■ L_ = NEEDED, �lj ■ s SS ■ — V7 W ■� ■ ° W — W " J (J� SEE CITY OF TIGARD DWG. NO. 180. I 1 �— sZ 1 6 s S ■ s Ss v s ss Ss SS SS " D I I , 2O INSTALL WATER METER ASSEMBLY AND SERVICE, TS - - grs - - " I ooD - - � _ U Imo' I1 SIZE AND LENGTH AS SHOWN IN SERVICE SCHEDULE, SGP ' p D v o T " D - I " �� D 11 W CONNECT TO EXISTING, y 61 p SEE CITY OF TIGARD DWG. NOS. 180, 520, AND 521. v p p o FT ■ ■ ■ ■ " " 4cv O D v V ° O v D °� [] v D " p p D ■ " p V � D — — — icv o v SEE SHEET C13.3" y D ■ ° ° yD ' y Dy y $ o y ' y y ` 5 CONTRACTOR TO POTHOLE EXISTING UTILITY AND COORDINATE o c ; wM — - FOR CONTINUATION c� y "y "" o py � y yy-y- — ■y y " y "�y _ O RELOCATION WITH UTILITY PROVIDER IF REQUIRED. WM IC ° v V ■ I / y "y " y y y y y '•' y y y y y " y" .r y " " ' y" y " " y y D O y p X �� �_ '--- - -' - - ■ " "y CONNECTION #2, ,==== " 6 INSTALL 8" MJ GATE VALVE, 1 r— I --------� -- : S� GV y/ '�--- SEE DETAIL 2, SHEET C14.1 ��\\\\\\\ --————— d SEE CITY OF TIGARD DWG. NO. 503. D \� 11 STA 13+87.79, 13.50' RT, CONNECTION #1, � Tcv D SEE DETAIL 1, SHEET C14.1 IN � INSTALL FIRE HYDRANT ASSEMBLY, o IN II E3 SEE CITY OF TIGARD DWG. NO. 542. \ BO IN \ 13 IRRIGATION SYSTEM POINT OF CONNECTION Bo ■ cnO SEE IRRIGATION PLANS I I U) BOL y : �n � * CONNECTION #4, ANTIQUE BARBERSHOP OREGON RIFLEWORKS I °L I J ■ ++ - SEE DETAIL 2, SHEET C14.2 WAGS PET RESORT 12290 SW MAIN STREET 12260 SW MAIN STREET I BOL V ■ 12230 SW MAIN STREET rd ■ ■ ■ MEMO CIO Lu n I I I V y s cn A I 180 180 (>n I F N (n (!1 (!1 � F >� C� N N CD M N X co o X + 0o ti w 6 w N 175 I o � N - 175 r ti ti U) STA 11+08.38, 8.38' RT N FINISH GRADE _ CONNECT TO EXISTING 8" TEE, Q Q Q AT cL ALIGNMENT `- SERVICE SCHEDULE SEE DETAIL 1, SHEET 14.1 . � � 170 > > - I - 170 METER STA ADDRESS SERVICE DIA. (IN) APPROX. LENGTH (FT) z EXISTING EXISTING SURFACE _ 8" DI WATER PIPE AT cL ALIGNMENT _ — 10+98.35 N/A 2 15 u 11+80.70 12255 SW MAIN ST 1 45 3 165 - — — — 165 , — — — — — — 12+32.30 12255 SW MAIN ST 1 44 — — — — --__ 12+53.70 12255 SW MAIN ST 1 44 13+59.35 12245 SW MAIN ST 1 44 14111 160 - _ 160 3 — — — O — — _ EXISTING CONCRETE ENCASED I I Q I I _ - COMMUNICATION LINE DUCT BANK - I I I L--- � 155 I �--------- - --7 I ___ 155 EXISTING JL J - --------� STA 12+28.64, 5.73' RT EXISTING STORM SEWER PROPOSED -J CONNECT TO PROPOSED 8" SANITARY SEWER STORM SEWER PROPOSED 8" CL52 DI WATER PIPE, �o DI WATER PIPE SEE DETAIL 2, SHEET 14.1. Q1 W 10+00 11+00 12+00 13+00 14+00 14+25 0 20' 40' o� ^a N2 MAIN ST CENTERLINE ALIGNMENT PROFILE SCALE 1" =20' ° H: 1 -20 m U W V: 1'=5' a� �Ep PROP,, CONSTRUCTION DOCUMENTS W G I N FF /O2 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 13. 1 W CENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , ON WEST LAKE OSWEGO,OR 97035 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 5' CO 503.419.2130 OFFICE TIGARD, OREGON 97223 OF ° 81 2 E N G I N E E R I N G 503.639.2710 FAX VOICE: 503-639-4171 _ 94 <�y D. V OWWW.TIGARD—OR.GOV 2 OH �; �? ONE INCH (REF) EXPIRES: 6/30/2022 WATER PLAN AND PROFILE - MAIN ST - STA 10+00 TO STA 14+25 FILE NO a� DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1 I I BOOMBA FIT LLC/ALL STOPS PIPES ACE (SEWING & VACUUM ASIAN PEARL BODY( TIGARD MAIN STREET CLEANERS & DISCOUNT TOBACCO 12185 SW MAIN STREET & FOOT MASSAGE 12155 SW MAIN STREET 12215 SW MAIN STREET 12175 SW MAIN STREET I° 2 G BO 2 2 I -------------------r ---- ------- -- ° v ° X 2 Z-- ---�--T --------------------- �R s e °� — — — — --� yy yy y y y y y I , v ° -4-- �-- —°—Q -- ----- WM G e o ° ° e s e — I :1�- ---- — ----- ° o O o LJL - t ° o ° E° ev ' ` E E ° ' E Eo `e E - JE E o ° _ ' o og >� o ° ° o 0 0 , + yyyyry� e ° y ■ ° v ° Cn STS v Oy y yy y �D v SIS G ° y ° y© V ^ yyy yyy p G ° y y O G IV y y y �•J ° 5 ° r — ° WATER NOTES 1 L=539.3' L SW MAIN ST i ■ ■ ■ ■ ■ gf ■ ` STS ° °9TS7— `STS o ° STS STS STS D STS STS STS STS STS STS O� STS D ° v STS D ■ O INSTALL 8" CL 52 DI WATER LINE, ° °15+0Q 5 16+00 17+00 „ ■ 18+00 ■ LENGTH AS SHOWN, 00. i — --r— i v 19+00 DEFLECT PIPE PER MANUFACTURERS' REQUIREMENTS AS - v o ° co 0 C/) I �� I °v ■ I ■ o v NEEDED, W — — — — W — — — ° — — — - W — — — — W W c~n — — vv — ■ - SEE CITY OF TIGARD DWG. NO. 180. SS SS SS y ©y yy y °`0000 ° , SS° _ s 3 SS SS y y Sy y `SS > v _ SS y 3 yy y5y °°` 5 I S �---r 5 w SS O2 INSTALL WATER METER ASSEMBLY AND SERVICE, U 7 � � _T — �� 1 - - Jj ° — W SIZE AND LENGTH AS SHOWN IN SERVICE SCHEDULE, STS — — — T CONNECT TO EXISTING, E o ° 0 4 ' ° yyy �' T SEE CITY OF TIGARD DWG. NOS. 180, 520, AND 521. yy ` y y ° y ry y y y y y y y °y y y y - y° y y y oy y V v p y yy y y y W y y y W 0 O ° 0 p y yy yy y y y y y ■L y y \ y y G S DG ° oo 0 Jf TGJB e EB O ENCASE SANITARY SEWER PIPE IN 6" REINFORCED CONCRETE .M wm1yy y y y R' ,■—y y y y y y y y y y JACKET, L=20', O/C OF THE WATER LINE CROSSING. o y °°a oe °oo 00 ° o pa 2 2 I 2 2 — I — ———— � I _ 5 CONTRACTOR TO POTHOLE EXISTING UTILITY AND COORDINATE ------ I GV I ® (n RELOCATION WITH UTILITY PROVIDER IF REQUIRED. I I ® I v CONNECTION #3, , I I _ �5 I 0 12 INSTALSTA L HYDRANT ASSEMBLY GV I O SEE DETAIL 1, SHEET C14.2 O I \ I I }o n // , UNITED STATES POST OFFICE X I AMERICAN FAMILY INSURANCE US BANK SEE CITY OF TIGARD DWG. NO. 542. 12210 SW MAIN STREET I \ 12196 SW MAIN STREET 12160 SW MAIN STREET II y I SANITARY SEWER NOTES (n O REMOVE AND REPLACE EXISTING 6" SANITARY SEWER LATERAL (n WITH NEW 6" D3034 PVC WITHIN LIMITS SHOWN. USE FERNCO COUPLER OR APPROVED EQUAL AT CONNECTION POINTS. NOTIFY ENGINEER IF POSITIVE DRAINAGE TO MAIN LINE CANNOT BE ACHIEVED. 195 195 C/) vi vj °' cri v) v0 CO C v� cn cn co co v) z C/) CD + w X 00 00 w W Q N 7 EXISTING SURFACE w co o AT cL ALIGNMENT 190 co "' 190 X + = W 00 LL Q PROPOSED 185 8" CL52 DI 185 WATER PIPE 180 -� co _ _ _-- _ _ _— 180 SERVICE SCHEDULE o 10 I I --- _ METER STA ADDRESS SERVICE DIA. (IN) APPROX. LENGTH (FT) g FINISH GRADE - - 14+38.76 12210 SW MAIN ST 1 30 AT q ALIGNMENT 175 175 EXISTING 14+88.16 12210 SW MAIN ST 1 30 8" DI WATER PIPE 15+28.89 12215 SW MAIN ST 1 44 >? __ --- - _ 15+86.39 12200 SW MAIN ST 1 30 170 - — 170 IJIi3 _ ----- - STA 18+23.69, 8.91' RT 15+87.39 12200 SW MAIN ST 1 30 18 SEPARATION CONNECT TO EXISTING 8 TEE 11 � (MIN.) PROPOSED STORM SEWER SEE DETAIL 2, SHEET C14.2. 16+19.72 12185 SW MAIN ST 1 44 N 16+49.50 12175 SW MAIN ST 1 44 W 165 — 165 y --- 17+52.06 12155 SW MAIN ST 1 36 EXISTING EXISTING CONCRETE ENCASED Mo SANITARY SEWER COMMUNICATION LINE DUCT BANK UO 14+25 15+00 16+00 17+00 18+00 19+00 a s� a 0 20' 40' a o� MAIN ST CENTERLINE ALIGNMENT PROFILE N N� H: 1"=20' SCALE 1" =20' o U x ��gPROP,, v: 1'=5' CONSTRUCTION DOCUMENTS G N FX02 Revisions and Addendums SHEET o 72533PE Description Date No. By ENGINEERING DIVISION CITY OF TIGARD C13.2 W PORTLAND OFFICE �1 PUBLIC WORKS DEPARTMENT ADDENDUM #01 10/28/21 1 JAJ CENTURY 5500 MEADOWS ROAD,SUITE 250 13125 S.W. HALL BLVD. IMPROVEMENTS 52 I 1 OREGON ` WEST LAKE OSWEGO,OR 97035 TIGARD, OREGON 97223 MAINSTREET 2� 503.419.2130 OFFICE O F 8VOICE. 50J-6J9-4171 2 E N G I N E E R I N G 503.639.2710 FAX�FY 50J-624-0752 94 D. \100 WWW.TIGARD OR.GOV m2 FOE ONE INCH (REF) EXPIRES: WATER PLAN AND PROFILE - MAIN ST - STA 14+25 TO STA 19+00 FILE NO DESIGN- JAJ DRAWN: AJF CHECK- RDV PROD. NO: 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 C� D S I ID I° ° c/) i U) p°IJ I > CONNECTION #4, SEE DETAIL 2, SHEET C14.2 ° ° l i �n ■s + ■ ■ i 1 L=36.7' ■ 1 L=36.7' ■ w D GV ■ SEE SHEET C13.3 (,' , , `■ 4— ■ FOR CONTINUATION cu/) r ■ SW COMMERCIAL ST WATER NOTES ■ \N ■ 0+00 � I 0+80 ■ O1 INSTALL 8" CL52 DI WATER LINE, � � ■ LENGTH AS SHOWN, CONNECTION #2, ST ° D ■ STS STS — DEFLECT PIPE PER MANUFACTURERS' REQUIREMENTS AS SEE DETAIL 2, SHEET C14.2 ■ ■ ■ ■ ■ ■ NONE NEENEENEIIIIIIIII NEEDED, o I ° SEE CITY OF TIGARD DWG. NO. 180. + S D S� SS SSc\j SS\ I I e Ii + D D D p D I U) ' L L ROL I ki– D II , > ' • Z ' co DL—�-- s ' 1 a > e D DI f 1 e I CO), II D + I e co 180180_ 180 Z � Z zw z � H Q 0 . Q m LL. CO M o Q M � w U) U) 175 -IX U) c - � 175 N 04 MC) X � "t FINISH GRADE X w X CD X EXISTING SURFACE AT cL ALIGNMENT w w Q w AT ALIGNMENT U) 170 170 STA 0+06.37, 11.61' LT STA 00+79.84, 11 .10' LT CONNECT TO PROPOSED 8" DI WATER PIPE, CONNECT TO EXISTING 8" SEE DETAIL 2, SHEET 14.1. WATER VALVE, 165 165 SEE DETAIL 3, SHEET 14.2. PROPOSED II: STORM SEWER e 1 � 1 � 160 ; ; V 160 Q I I 1 3 ' ' 0 EXISTING 8" DI WATER PIPE M � � EXISTING STORM SEWER I I 155 ; �_ _ 155 2 1 1 ----- -------- 3 ---------- —J PROPOSED 8" CL521 N DI WATER PIPE oW 150 150 o= EXISTING SANITARY SEWER UO =m,O QU a 0+00 0+90 a� 0 3 0 20' 40' ^a N2 COMMERCIAL ST CENTERLINE ALIGNMENT PROFILE SCALE 1" =20' H: 1 –20 m U W V: 1'=5' a� �Ep PROP,, CONSTRUCTION DOCUMENTS �\� �G I N FF Revisions and Addendums ENGINEERING DIVISION SHEET W /O2 o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 13.3 W CENTURY PORTLAND OFFICE 1 ot.Y... 5500 MEADOWS ROAD,SUITE 250 , �N WEST LAKE O.2130O OR 97035 TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 53 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX 16 FAX: _ 94 <�y D. v00� �; WWW.TIGARD-OR.GOV 2 �? WATER PLAN AND PROFILE - COMMERCIAL ST FILE NO a� ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RQV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 07 07 D STS STS STS STJ STS STS NN w �� (0 �N w �, �, 12+10 12+20 12+30 12+40 CP 10+90 � ,t, 11+00' � WATER KEYED NOTES � 11+10� � 11+20 � 11+30 �, I 8 � �, O CUT, CAP, AND ABANDON EXISTING WATERLINE. c w w w w w w w O6 INSTALL 8" MJ GATE VALVE, SW MAIN ST SEE CITY OF TIGARD DWG. NO. 503. O INSTALL 8" X 8" MJ TEE, �_ _ _ _ w _ _ _ _ W — — — _ _ W POUR STANDARD THRUST BLOCK, cn o SEE CITY OF TIGARD DWG. NO. 560. co - w - w - w _ w _ w — 10 CONNECT MJ GATE VALVE TO EXISTING 8" X 8" MJ TEE. SW MAIN ST — W — — — — w _ _ I INSTALL 18" OF NEW PIPE AND THEN MJ GATE VALVE. N 10 cn SS SS SS SS SS SS 4 cn 6 co W S SS SS ~ C) (/) T / STSTN STS J — — — STS — — — — STS — — — — STS — — - - -- -- --- -- c T --- �1-- --- -- --- --- -- - --- S --- -- --- -- --- -- -- — — — — STS — — — — TS — — — — STS =-1 S- -- --- ST _ — — S — T — — - - - --- ---- -- ----1 -- ---S S-� - - cn V \ \ ST cn co C/) ° ° 1 p D o Q STS p °o a a 0 CONNECTION #1 CONNECTION #2 0 MAIN ST AND COMMERCIAL ST (NORTH) 1 MAIN ST AND COMMERCIAL ST (SOUTH) 2 s a SCALE: 1" = 5' C14.1 SCALE: 1" = 5' C14.1 2 0 U 3 h U w U 2 C� N 4 ah UO QU Q 4 o, n� 0 5' 10' �a N� m� SCALE 1" =5' � pPRO,cFss/ CONSTRUCTION DOCUMENTS �' N FF �� Revisions and Addendums SHEET o 3P Description Date No. By ENGINEERING DIVISION W PORTLAND OFFICE PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 14. 1 ff/` CENTURY 5500 MEADOWS ROAD,SUITE 250 ,1 13125 S.W. HALL BLVD. 54 �N W EST LAKE OSWEGO,OR 97035 TIGARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS o F 503.419.2130 OFFICE 8, 2�� �� 503.639.2710 FAX VOICE. 503-639-4171 � E N G I N E E R I N G FAX. 503-624-0752 94 2 0 WWW.T/GARD-OR.GOV WATER CONNECTION LAYOUT AND DETAILS EN D v�O a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ DRAWN: AJF CHECK: RDV PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 O 114+ O co6 cnq CD / S�S I Sys STS / STS CD S-TS /STS STs — STs STS STs D D STS D STS I _ 18+oo \ c 18+20 li — �' �— _ _ 18+�30 — 10 / ) WATER KEYED NOTES ' / O CUT, CAP, AND ABANDON EXISTING WATERLINE. W W 9 I vt I O INSTALL 8" MJ GATE VALVE, SW IWAI N ST SEE CITY OF TIGARD DWG. NO. 503. / 10 O CONNECT TO EXISTING 8" MJ GATE VALVE. INSTALL 8" 450 MJ BEND. - - - - - - - o J i co W W I +o 1W I w 10 CONNECT MJ GATE VALVE TO EXISTING 8" X 8" MJ TEE. / I INSTALL 18" OF NEW PIPE AND THEN MJ GATE VALVE. j �76 u I o (j / LLJ / 4 cn 6 cn I I SS SS cn 0 / S� N SS SS I SS SS I -� --- --- --- _ �N 0 _ F- -N--- -- 0n T T T T--- o --- - - -- --- -- --- -� _ 00 c --- -- -- N- - ---- -- -- --- -- --- -- �L � ----- O C/' V � I 7 I y N� I co I S lS — � k I C/) \ S;r + JO 3 0 i Q CONNECTION #3 CONNECTION #4 s COMMERCIAL ST (SOUTH) 1 MAIN ST AND SCOFFINS ST 2 18 SCALE: 1" = 5' I\C�14.2 a SCALE: 1" = 5' C14.2 ia 2 ° U 3 h U O a U 2 3 C� N R o o N ah UO =m,O QU U 4 N, o a o 5' 10' ^a N2 E�� SCALE 1" =5' .m.U ��pPROFFss CONSTRUCTION DOCUMENTS W �\� �GINFF /02 Revisions and Addendums ENGINEERING DIVISION SHEET o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 14.2 W CENTURY PORTLAND OFFICE 1 W a� 5500 MEADOWS ROAD,SUITE 250 , �N i WEST LAKE O.2130O OR 97035 TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 55 CO 503.419.2130 OFFICE � TIGARD, OREGON 97223 OF p� VOICE.- 503-639-4171 ° 8, 2 E N G IN E E R I N G 503.639.2710 FAX _ 94 <�y D. V OOH WWW.TIGARD-OR.GOV 2 �? WATER CONNECTION LAYOUT AND DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK: RDV I PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 As required in Off typical sections StreetI12" BEHIND S Street of construction OUTSIDE OF WITHIN 7'-0" 8'-0" PUE OR BEHIND CIDEWALK F plans PAVEMENT PAVEMENT- '_ � WHEN NO SIDEWALK Area 1' T-cut see SIDEWALK Surfacing note 1) 2 OR 1 1/2" 17"X30"X12" ROTOCAST METER BOX METER W/17"X30" ROTOCAST LID W/TOUCHREAD HOLE Topsoil or CIS 18" CAST IRON 910 BOX / directed Base Material PROVIDE 24" BY 30" MIN SERVICE LINE DEPTH 12"x20" ROTOCAST METER BOX, 4" THICK CONCRETE W/12"x20" COVER W/5-1/2"x11" ,::::•.,:;>: ; :::. ;...,;•..;;. PAD (SEE NOTE 4) CAST IRON INSERT WITH NO : • , :�.: +� = TOUCH READ HOLE IN THE TOP '°... ;. •• v v "- HAND TAMP BACKFILL OR INSERT. NO HINGED INSERTS p Of 0_ o AROUND TOP SECTION 6" MIN. ` 1 E �2" MAX. SIDEWALK ADJACENT TO CURB ul o 0 0 2„ FLG X COMPRESSION ANGLE Z 5'-6" � � \� U o 5'-0" 8 -0„ PUE STOP (FITS 1 1/2 APPLICATIONS) �3 +� Ld U o = 6" ASTM 3034 PVC l'-6" MPJ X TAPPED _ 0 U +, 2 TEE Wi (D j• � t � OPERATING NUT EXTENSION . . a COPPER PPE > _ +� 0 ^ 0 0 0 >% (SEE DETAIL NO. 505) a o o c o -0 +� c 4) 0 30" MIN SERVICE LINE DEPTH 12"x20" ROTOCAST METER BOX, Q N I rn g a N 0 .Q -97 97 0 W/12%20" COVER W/5-1/2"x11" CAST IRON INSERT WITH NO O 4- 0 i TOUCH READ HOLE IN THE TOP - MAIN LINE Q o M CJ Q OR INSERT. NO HINGED INSERTS COPPER BENDS AS NEEDED 6" Min bedding 6 s 6)) SIDEWALK WITH PLANTER STRIP AT CURB below outside of f 19. MIPT X COMPRESSION CORP pipe bell 3/4" - 0" MIN MIN crushed aggregate \/\ \ \ \ \\ NOSURCUSTOMER SIDE VEYOR TO INSTALL TEMPORARY HUB 1. S NOTES: AND GUARD STAKE AT LOT LINE FOR METER INSTALLATION. 2. BOXES SET IN CONCRETE SHALL BE 2' Min Trench \���j/�/��j % \�j/ 1) VALVE BOX OPERATING ASSEMBLY.TO RET NEXT SIZE LARGER. 9-10 1 FOR DEPTH OF SEE PLUMBING CODE NOTES: ON foundation i iii�� 3. CENTER OF METER BOX TO BE OFFSET COVER 1. CONTRACTOR TO INSTALL MJ X TAPPED 2" TEES AT 90' ANGLES TO stabilization 2) OPERATOR EXTENSION 1' FROM PROPERTY LINE. METER LOCATIONS. HORIZONTAL & LEVEL. stabilization bREQUIRED WHEN VALVE NUT 4. BANKED METERS WITH SHARED SERVICE W 2. BANKED 2" METERS SHALL HAVE 24" MINIMUM DISTANCE BETWEEN requiredif IS DEEPER THAN 3 FEET (� 24" LINE TRENCH SHALL HAVE 18" MINIMUM SERVICE TAP INSTALLATIONS FROM FINISHED GRADE. \ DISTANCE BETWEEN TAP INSTALLATIONS. 4" MIN 3. IF 2" METER IS LOCATED IN SIDEWALK AREA THE METER BOX NEEDS TO 5. IF WATER METER IS LOCATED IN A 3/4"-011 METER 3) CENTER VALVE BOX ON SIDEWALK AREA THE BOX SIZE WILL BE ROCK ANGLE BALL METER VALVE BE 28"X27"X12" ROTOCAST. IF TWO ARE BANKED THEN THE ANGLE STOPS NOTE: AXIS OF OPER. NUT. ARMORCAST 17"X30"X12" RPM 20K MUELLER 1" B24258N (THIS IS NEED TO BE AT A MINIMUM OF 30" APART. 1. 1' T-CUT FOR PIPE ONLY PROJIECTS. 4) PROVIDE 24' SQUARE BY 4' THICK COVER OR EQUIVALENT. IF TWO METERS AN ALL 1" 300 PSI BALL 2. JOINTS TO BE TACK AND SANDED.. CONCRETE PAD AROUND VALVE 24 ARE BANKED IN SIDEWALK AREA THEN VALVE NO LEAD ANGLE STOP) DISTANCE BETWEEN ANGLE STOPS WILL OR EQUAL 3. SAWCUT SHALL BE TACK COATED WITH BITUMINUS ASPHALT EMULSION. BOX OUTSIDE OF PAVED AREAS BE 24". AS SHOWN IN CONCRETE PAD DETAIL CONCRETE PAD 1" TYPE "K" SOFT COPPER TUBING - SEAMLESS APPROVED BY: APPROVED BY: APPROVED BY: APPROVED BN CITY of TIGARD NO SCALE CITY of TIGARD APPROVED SCALE CITY oa TIGARD APPROVED SCALE CITY of TIGARD NO SCALE OREGON MICHAEL A. STONE, P.E. OREGON THEODORE S. KYLE, P.E. OREGON LORI FAHA, P.E. OREGON THEODORE S. KYLE, P.E. I� + + I� ENGINEERINGDIVISION CITY ENGINEER TRENCH DWG. NO. V ENGINEERING DMSION �. TYPICAL GATE ENGINEER DWG. NO. ENGINEERING DIVISION p71•ENGINEER DWG. N0. ENGINEERING DIVISION LIT1•� � 2" & 1�' 1/LM DWG. NO. [71 PUBIdC WORKS DEPARTMENT PUBLG WORKS DEPARTMENT PUBLIC WORKS DEPARTMENT 1 WATER 'SERVICE �, PUBLG WORKS DEPARTMENT S.W.HAILL BLVD. TIGARD,OREGON 97223 JANUARY 2013 BACKFILL 1 8O TG13125 S.W.HALL BLVD. SARD,OREGON 97M JANUARY 2011 VALVE 503 TIGARD,OREGON S.W.HALL BLVD. 012S S.W.HAJLL 97 3 MARCH 2017 52O TGSARD,OREGO 97M JANUARY 2011 WATER SERVICE 521 1 VOICE:(503)6394171 8 R VOICE:(503)6394171 � VOICE:(503)639-4171 1 VOICE:(503)6394171 FAX:(503)6847297 APPROVAL DAIS FAX:(503)6847297 APPROVAL DAIS FAX:(503)684-7297 APPROVAL DA7E FAX:(503)6847297 APPROVAL DATE _j SIDEWALK ADJACENT ` - TO CURS � ;..• ; , ;•�'�• .;.; - - - r T $h ,� AI}OE It} TNAIt $ 1R, x,Top . --- - � PLUGGED TEE PLUGGED CROSS BEND PLUG OR CAP f .ROC \�` i (Iv1OISTJ DUCEON, POE S, ALL JOINTS W �'t s '�.• 'rFE:LD, I'OK I, I, %\ '� ro�••a= _ LATERAL PLUGGED CROSS TEE 1 eAA'iRON}- CONCRETE THRUST BLOCK SCHEDILE 3 OONCRETF a (BEARING AREA OF THRUST BLOCKS IN SQUARE FEET) BLOCK. M1 •I �, ' FITTING 90-BEND, TEE, OR 45' 22 1/2' 11 1/4' i SIDEWALK WITH PLANTER;' ,l Qj SIZE (INCHES) PLUGGED CROSS BEND BEND BEND STRIP AT CURB II rhe . , 4 01.9 0 -- ,• 6 04.0 02.12.1 01.1.3 :18 [ F.WALK ! , 8 07.1 03.9 02.0 01.3 ' SII ` -rlmwx 2. 12 16.0 08.8 04.5 02.3 16 28.4 15.5 08.0 04.0 Ej ��i�\y�\\ � °:. 24 64.0 34.9 18.1 09.1 3 " Mix 1 1. HYDRANTS TO BE MUELLER CENTURION. A-423,(OR APP'D EQUAL) 6" MJ, 5 1/4" "? MVO 3 PORT - TWO 2 1/2" PENTAGON 'OPERATION NUT, OPEN LEFT WITH THE FOLLOWING: ABOVE BEARING AREAS BASED ON TEST PRESSURE OF 150 P.S.I. AND AN v A. OIL RESERVOIR ALLOWABLE SOIL BEARING STRENGTH OF 1500 POUND PER SQUARE FOOT. TO R, B. BRONZE- ACTUATION NUT COMPUTE BEARING AREAS FOR DIFFERENT TEST PRESSURES AND SOIL BEARING a C. BRONZE' SEAT RING STESSES, USE THE FOLLOWING EQUATION D. WEATHER SHIELD CAP BEARING AREAS = (TEST PRESSURE/150) X (1500/SOIL BEARING STRESS) X (TABLE VALUE) x E. SAFETY SLEEVE COUPLING o F. THREADED NOZZLES WITH "O0 ' NGS 3 G. NATIONAL STANDARD THREADS''. 1. CONCRETE THRUST BLOCKS NOT PERMITTED UNLESS APPROVED BY CITY ENGINEER 2. SAFETY CHAINS TO BE REMOVED. 2. STRADDLE BLOCKS REQUIRED WHERE LINES MAY BE EXTENDED IN FUTURE SEE DETAIL NO. 561 3: HYDRANTS TO BE PAINTED USING R-1317 SAFETY YELLOW OR AN ALTERNATE' APPROVED 3. CONCRETE THRUST BLOCKING TO BE POURED AGAINST UNDISTURBED EARTH. a BY DISTRICT FIRE MARSHALL: 4. KEEP CONCRETE CLEAR OF JOINT AND ACCESSORIES. 4. HYDRANT TO BE INSTALLED TRUE AND PLUMB: 5. THE REQUIRED THRUST BEARING AREAS FOR SPECIAL CONNECTIONS ARE SHOWN ENCIRCLED ON $W THE PLANS: e.g. 15 INDICATES 15 SQUARE FEET BEARING AREA REQUIRED. w b N0 OBSTRUCTIONS WITHIN 3'_0' RADIUS OF HYDRANT. 6. IF NOT SHOWN ON PLANS, REQUIRED BEARING AREAS AT FITTING SHALL BE AS INDICATED ABOVE, ? 6 IF SUBJECT TO VEHICLE DAMAGED, PROTECTIVE POST TO BE PROVIDED. ADJUST IF NECESSARY, TO CONFORM TO THE TEST PRESSURE(S) AND ALLOWABLE SOIL BEARING M 7: VALVE BOX TO BE IN ACCORDANCE WITH STANDARD DRAWING, NO. 503 OR AS APPROVED STRESS(ES) STATED IN THE SPECIAL PROVISIONS. a^ BY ENGINEER. 7. BEARING AREAS AND SPECIAL BLOCKING DETAILS SHOWN ON PLANS TAKE PRESIDENCE OVER 8'] THRUST BLOCKS SHALL NOT BE PLACED AT HYDRANT LOCATIONS. BEARING AREAS AND BLOCKING DETAILS SHOWN ON THIS STANDARD DETAIL. BEARING AREA OF ALL A STORZ HPHA50-45NH PERMANENT HYDRANT ADAPTER' (OR EQUIVALENT) THRUST BLOCKS ARE IN SQUARE FEET. e ON THE 4 1/2" PORT. G1)1 c)k 11c:rVtl3 APPROVED HA BY: FIRE. HYDRANT NO SCALE 5 ' CITY oxE oGNARD THEODORE S. 81 NO SCALE h, =* ORCEfi?IQ" LORI FAHA, P.E. S. KYLE, P.E. (71Y ENW/EER DWG. N0. ENGINEERING DIVISION CITY ENGINEER STANDARD THRUST DWG. N0. IBl I( R A%H Ul I'1N I�f!\1 . PUBLG WORKS DEPARTMENT . a 13 2i.,, ILII UI,1) 01CIR:) 0OR 3)6G0^. AUGUST 2015 ASSEMBLY 'TIGA13125 RD,W.4 2 TIGARD,oREcoN 97223 JANUARY 2011 BLOCK 560 \UI l C:(Su3)63941.1 ---- -i 8 VOICE:(503)6394171 ."k ..:A50)61-7M1____._ APPROVAL DATE FAX: (503)6847297 APPROVAL DATE N� Eo .m.U AU�l PROFFss CONSTRUCTION DOCUMENTS �GINFF Revisions and Addendums SHEET ENGINEERING DIVISION o 3P Description Date No. By PUBLIC WORKS DEPARTMENT CITY OF TIGARD C 14.3 W CENTURY PORTLAND OFFICE 1 T d0I 5500 MEADOWS ROAD,SUITE 250 , )� �N WEST LAKE OSWEGO,OR 97035 TIGARD, S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 56 2% `�9 4i �Co 503.419.2130 OFFICE TIGARD, OREGON 97223 OF p� \ VOICE: 503-639-4171 ° 8, 2 E N G I N E E R I N G 503.639.2710 FAX _ 94 \10 OH 0, WWW.TIGARD OR.GOV 2 �? WATER CONNECTION LAYOUT AND DETAILS FILE NO a ONE INCH (REF) EXPIRES: 6/30/2022 DESIGN: JAJ I DRAWN: AJF I CHECK- RDV PROJ. NO. 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 LEGEND GENERAL NOTES: INSTALL 120/240 VOLT METERED WEATHERPROOF 1 . INSTALL ELECTRICAL OUTLET CONDUITS IN SAME TRENCH AS BMCL BASE MOUNTED SERVICE CABINET AND FOUNDATION ROADWAY WHEN POSSIBLE. Legend PER ODOT STANDARD DRAWING TM482. 2. WHEN INSTALLING GFI JUNCTION BOXES, MAINTAIN A MINIMUM 4' CLEARANCE FROM CENTER OF TREE TRUNKS. 71 Junction Box 3. SEE GENERAL CONSTRUCTION PLANS FOR LOCATION OF EXISTING EX MAINTAIN AND PROTECT EXISTING ORNAMENTAL AND PROPOSED UTILITIES. 4. COORDINATE POWER SERVICE CONNECTION WITH PGE. CONTACT EJElectrical GFI Junction Box OP STREET LIGHT POLE. PGE POWER SERVICE COORDINATOR PRIOR TO CONSTRUCTION AT PHONE NUMBER 503-326-6700. REFERENCE WORK ORDER #M3032220. GFI GFI INSTALL DUPLEX GFI RECEPTACLE NUMBER (N) (N) GFI Receptacle Number (N) N SHOWN. INSTALL WITH WEATHERPROOF COVER AND To 120/240 Volt INSIDE WEATHER PROOF JUNCTION BOX. INSTALL 6' Single Phase Power Source w PIGTAIL PLUG IN. SEE SHEET E-03 FOR DETAILS. U 200 amp, 2—pole meter Q JB INSTALL 17"X30"X18" (MIN. DIMENSION) PRECAST main circuit breaker CD a- ::3 2 CONCRETE JUNCTION BOX. U 7 6 5 7 Jg INSTALL GFI JUNCTION BOX. SEE SHEET E-03 FOR GFI GFI GFI GFI GFI DETAILS. w � N S INSTALL (S) INCH ELECTRICAL CONDUIT. U Q INSTALL (S) INCH ELECTRICAL CONDUIT AND WIRING PER PGE U REQUIREMENTS. CONTACT PGE SERVICE COORDINATOR S* 1 -30 amp, 1 —pole, 120 volt, PRIOR TO CONSTRUCTION AT PHONE NUMBER 503-323-6700. circuit breaker To l 73 14 77 79 22 REFERENCE WORK ORDER #M3032220. Circuit #1 Recepticle GFI GFI GFI GFI GFI INSTALL 4' X 4' MICROPAD TRANSFORMER BASE PER To GFI Recepticle MP PGE REQUIREMENTS. SEE DETAIL ON SHEET E-03. Circuit #2 w U z4tz Q INSTALL (N=NUMBER) (G=AWG WIRE SIZE) XHHW 1 -30 amp, 1 —pole, 120 volt-::::-- CD � � N-G circuit breaker U GROUND WIRE. To GFI Recepticle C) U Circuit #3 00� 8 4 3 2 C-(A) To GFI Recepticle N G INSTALL (N=NUMBER) (G=AWG WIRE SIZE) TYPE Circuit #4 GFI GFI GFI GFI XHHW CIRCUIT (A) WIRES. w 1 -30 amp, 1 —pole, 120 volt, U Q G = AWG SIZE SHOWN circuit breaker To GFI Recepticle L S = NUMBER SHOWN Circuit5 # W U N = SIZE SHOWN Spare Circuit 00� 12 71 70 9 GFI GFI OF GFI 1 -15 amp, 1 —pole, 120 volt circuit breaker w In Q � To Irrigation Controller U (See Irrigation Plans) U U 15 76 78 20 21 GFI GFI GFI GFI GFI New Service Cabinet W R NG DIAGRAM NEW SERVICE PANEL LOCATED ON MAN ST, STA . 13 + 52 . 3 ( 35 . 5 ' RT) a 0 0 03 ti� O I �i O o N R� aJ y p z 02 N NO CONSTRUCTION DOCUMENTS PROFFfs 1121S \A N� ' N EFa Revisions and Addendums SHEET ,8,503 ENGINEERING DVISION CITY OF T I CARD l Description Date No. By PUBLIC WORKS DEPARTMENT E-0 7 �~ 720 SW Washington St Suite 500 �� o nigiLallySigned B0z;o9 o;8z9,60 00 Port,and, Ore og 97205 ® i 13125 S.W. HALL BLVD. MAIN STREET PHASE " IMPROVEMENT S 57 a W 1� g � > TIGARD, OREGON 97223 OF 5x � www.dksassociates.col71 e VOICE. 503-639-4171 E33 FAX: 503-624-0752 94 2 9 WWW.TIGARD-OR.GOV ONE INCH (REF) ELECTRICAL OUTLETS LEGEND AND DETAILS FILE NO EXPIRES:DEC. 31, 2oz, DESIGN: CAL DRAWN: KCD CHECK: BKC PROJ. I\IO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 CONSTRUCTION NOTES TERMINATE CONDUITS AT A POINT 4" ABOVE THE MICROPAD GRAVEL BASE BY DUCT n 1TAPING THE ENDS OF THE CONDUITS WITH 5' OF PULL LINE HANGING OUT OF EACH. GFI JB DUCT TAPE THE CONDUITS TOGETHER. CONTACT PGE SERVICE COORDINATOR 1 GFI C-2 PRIOR TO CONSTRUCTION AT PHONE NUMBER 503-323-6700. REFERENCE WORK \ m C-1 GFI G5 I 7R/W 1 1 -4 2 4 O ORDER NUMBER #M3032220. `� 2 2 4 1-4 C-1 O JB GFISEE IRRIGATION PLANS FOR ADDITIONAL IRRIGATION CONDUIT TO BE INSTALLED ` co `� GFI 6 2 2 4 1-4 AT BMCL BASE. (P , , C-1 2 O 2 241-4 JB GFIC-2 C-1 y 11-4 2 4 2 4 O -- - GFI 7 I / r Ict i ♦ - - - F ;77 GFI JB � - y 2 GFI - O G _ - G - G - - - "A4 _ _ _a 3: I JB GFI J STS - - - - - - - - GFI 9 - - L M IJj --- STS -----------f STS W 8+50 \ 9+00 — 10+00 =' -=' 12+00 o CTO SW MAIN ST 13 00 TS 14 o- + 0 o W W C-3 w w w W w 1 w 1 MP GFI JB JB __ Z W ST 11 GFI 2 S 1-4 2 4 2 NN ss ss cc c/)STS - -• J O • ' V W • I � � W O - �— –, a8• – - /W GFI JB y RI - � - 000 000 00000 O 3 GFI 00 0000 O � I� 0 0 0 0 o R/W C-5 I � � O 2 4 1-4 I -r GFI JB C-4 C-3 EXISTING PGE TRANSFORMER 0 _ _ 10 GFI 1-4 2 4 2 4 O2 JB GFI 2* GFI 12 I C-3 C-4 C-3 ;a 2 O 2 4 2 4 1-4 C-3 n C-2 1-4 2 4 2 GFI JB 1-4 2 42 n GFI JB C-1 C-2 C-3 C-4 C-5 O 2 4 1-4 C-2 4 GFI O I- 8 GFI 2 1- 2 2 1_4 C-2 (n C-4 2 4 2 4 2 4 2 4 2 4 O 2 4 O 2 2 4 1-4 1-4 2 4 2 O C-2 BMCL 2 1 -4 2 4 O2 C-4 C-3 JBGFI JB GFI 1-4 2 4 2 4 2 GFI 13GFI 17 C_2 JB GFI 2 GFI JB GFI JB GFI 14 R/W 2 4 1-4 19 GFI 22 GFI O oa 000000000 -- - - - 0 E - E O - ----=- - - - - - - I ' 1 - - - - - 3a • _ - W i • • • • I •� --i • • I • • • SSS • • • • �; �� ' ' I STSG O I - - - i ♦ - - G G G .� - >TS STS STS STSI STS STS W MAIN T + STS STS - STS — +00 (� 00 STS STS STS STS 15+00 1 T- `S `S - �� I I o LU UI i W W Iw W W W W W W W W - W O Z W - W W W N I �� SS SS J - s s - w — � r -� - - I ; _ s , s i � ss ss ss � - ss ss ss ss I � _ Z I , ♦ I � •+ (S)IJj — — + I • t -- =� r� \ I ; I— LLI I - _ -� I -3: Boa. `-� 2 O O 0 0 –� L-- �// L QOO 0000 000 I • II - I QQQ 0 0 0 0 0 –i Ry cn _ /W � 5 I _ R/W C-5 — O �`� II n C-5 GFI JB C-5 0 O2 15 GFI 1-4 2 4 O2 - -5 JB GFI 11 2 4 1-4 GFI JB 1 4 4O 2 GFI JB GFI JB GFI 21 z 16 GFI 18 GFI 20 GFI c/) y 03 ¢ate J O I O 0 20' 40' a N N , 7 2 ^o SCALE 1" =20' NG PR pFF CONSTRUCTION DOCUMENTS �N ��G ' N EF,S, � Revisions and Addendums ENGINEERING DVISION SHEET o �V 18,503 Description Date No.y Dl B CITY OF T I GA R D = � l P y PUBLIC WORKS DEPARTMENT E-02 �W Digitally Signed zo;$3;,Zo_o,�oo� 720 SW Washington St, Suite 500 r,�� saOREGON Portland, Oregon 97205 • 1J125 HALL BLVD.TGARD,SOREGON 223 MAIN STREET PHASE 2 IMPROVEMENTS 5oF oY 10 �o www.dksassociates.com VOICE: 503-639-4171 Q FAX: 50J-624-0752 94 a' e 4 K. COpF'� ' 1 WWW.TIGARD-OR.GOV FILE NO o= c ELECTRICAL OUTLETS PLAN a� ONE INCH REF EXPIRES:DEC. 31, 202, DESIGN: CAL DRAWN: KCD I CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 20- 1 /2" 15- 1 /8" 3/8"xI — 1/4" SS 12-7/8„ HEX BOLT No NOTES 1. BOX DIMENSIONS ARE APPROXIMATE. EXACT CONFIGURATIONS VARY AMONG MANUFACTURERS. 2. LID THICKNESSES ARE MINIMUM. 3. BOLTS AND NUTS SHALL BE LIBERALLY COATED WITH ANTI—SEIZE COMPOUND. 4. SPLICE PROPOSED WIRING SHOWN IN PLANS INTO TWO #10 AWG CONDUCTORS INSIDE PROPOSED ENCLOSURE. 5. FOR JUNCTION BOXES TO BE INSTALLED IN TREE WELL AREA, COORDINATE INSTALLATION OF JUNCTION BOX A A AND CONDUIT WITH INSTALLATION OF TREE. N 00 00 \ \ 6. ENCLOSURE TO BE SECURED TO SIDE OF JUNCTION o �, N PWR BOX. N SEE SYSTEM IDENTIFICATION DETAIL THIS SHEET TEXTURED LID SYSTEM IDENTIFICATION DETAIL N 7 " (TYP.) PWR 3"0 HOLE 3/8'x 7 — 7/4" SS HEX BOLT TOP VIEW LIFT SLOT 3/4" ° WATERTIGHT RECEPTACLE WITH SAFETY SHROUD a HUBELL HBL 15W457 NEMA- 15R OR APPROVED �E 4' EQUAL. Po rwc� �< b�u cmc 4X4' LEVEL 0 0 o GRAVEL BASE MICROPAD o 0 0 00 0 0 o 0 o o0 0 PLACEMENT o < 0 0 WEATHERPROOF WATERTIGHT 4' 12" MAX. o �� � 3" SECONDARY ENCLOSURE WITH WATERTIGHT � � � � �` CONDUIT a CONNECTIONS TO CONDUIT AND � RECEPTACLE CORD. SIZE PER NEC 00 00 0 o 0 0 00 c ° ° REQUIREMENTS. � o0 15 0 o ° o 0 00 0 0 ° 0 0°0 2" PRIMARY CONDUIT 20" EQU°moo GROUNDING MENT 2" SECONDARY CONDUIT MICROPAD GRAVEL BASE CONDUIT oho (SEE ILLUMINATION PLANS) CONDUCTOR CONFIGURATION DETAIL (TOP VIEW) 2" PVC CONDUIT 2 PVC CONDUIT so (AS SHOWN IN ELECTRICAL OUTLET PLANS) (AS SHOWN IN ELECTRICAL OUTLET PLANS CROSS SECTION VIEW 6" PEA JUNCTION BOX AND GF/ RECEPTACLE DETAIL GRAVEL PAD �Q (NTS) w oa N NO a4 PRCONSTRUCTIONf DOCUMENTS NG ' NE `f�O Revisions and Addendums SHEET 1s,503 ENGINEERING DVISION CITY OF TI GARD Description Date No. By W 720 SW Washington St, Suite 500 PUBLIC WORKS DEPARTMENT E-03 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 59 �4 OREGON Portland, Oregon 97205 �(� T/GARD, OREGON 97223 OF 10 www.dksassociates.com VOICE: 503-639-4171 Q C FAX: 503-624-0752 94 qN K � WWW.TIGARD-OR.GOV FILE NO a ONE INCH (REF) EXPIRES:DEC. 31, 2D21 ELECTRICAL OUTLET DETAILS DESIGN: CAL DRAWN: KCD CHECK: BKC PROD. 1\IO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 LEGEND INSTALL NEW POLE NO. (N) PGE APPROVED GENERAL NOTES N PEDESTRIAN-SCALE BLACK FLUTED ALUMINUM STREET STREET LIGHTING TABLE LIGHT POLE WITH DECORATIVE COVER ON NEW 1 . ALL PROPOSED ROADWAY LIGHTING EQUIPMENT, WIRES, JUNCTION PRECAST FOUNDATION (UNLESS OTHERWISE NOTED). BOXES, AND CONDUITS SHALL BE INSTALLED AND INSPECTED PER PGE STREET LIGHT SHALL BE A POST-TOP ACORN STYLE REQUIREMENTS. LUMINAIRE LUMINAIRE, CONNECTED TO 240 VOLT POWER SOURCE. MOUNTING WATTAGE, LIGHT DISTRIBUTION, STATION, OFFSET AND 2. FOR EACH ROADWAY LIGHT, THE CONTRACTOR SHALL RUN WIRE (SIZE POLE NO. STATION OFFSET* (FT) MOUNTING HEIGHT SHALL BE AS SHOWN ON "STREET AND NUMBER AS SHOWN ON THIS PLAN SHEET) FROM THE LUMINAIRE HEIGHT (FT) PART NUMBER WATTAGE TYPE LIGHTING TABLE" ON THIS SHEET. TO THE ADJACENT JUNCTION BOX. A MINIMUM OF 6 FEET OF WIRE SHALL BE COILED WITHIN THE JUNCTION BOX FOR SERVICE 1 10+57.5 49.8' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III EX MAINTAIN AND PROTECT EXISTING ORNAMENTAL CONNECTION BY PGE. COORDINATE POWER SERVICE CONNECTION OP STREET LIGHT POLE. WITH PGE. CONTACT PGE POWER SERVICE COORDINATOR PRIOR TO 2 11+02.5 31.7 L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III CONSTRUCTION AT PHONE NUMBER 503-326-6700. REFERENCE WORK 3 11+66.4 23.0' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III ORDER #M2997863. JB INSTALL 17°X30"X18" (MIN. DIMENSION) PGE APPROVED 4 12+26.4 14.5' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III PGE1 PRECAST CONCRETE JUNCTION BOX. 3. FOR ALL ROADWAY LIGHTING JUNCTION BOXES, A MINIMUM OF 1 FOOT IS REQUIRED BETWEEN THE TOP OF THE CONDUIT AND THE JUNCTION BOX 5 12+69.9 18.5' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III REMOVE EXISTING PGE HAT SERIES STREET LIGHT LID. 6 13+26.0 36.0' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III HPL POLE. REMOVE EXISTING FOUNDATION PER THE 4. LIGHTING JUNCTION BOXES TO BE LOCATED A MINIMUM OF 6 FEET FROM 7 13+.50.8 29.8' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III STANDARD SPECIFICATIONS UNLESS OTHERWISE CENTER OF POLE TO CENTER OF JUNCTION BOX. NOTED. 8 14+16.4 14.7 R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III RX REMOVE EXISTING LUMINAIRE AND LUMINAIRE ARM. 5. LIGHTING CONDUITS SHALL BE INSTALLED IN JOINT UTILITY TRENCH g 14+84.9 14.9' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 40W III LUM WHERE AVAILABLE. 10 15+11.2 16.3' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 40W III 6. SEE GENERAL CONSTRUCTION PLANS FOR LOCATION OF EXISTING AND S INSTALL (S) INCH ELECTRICAL CONDUIT. PROPOSED UTILITIES. 11 15+96.3 17.0' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III 12 16+97.9 26.5' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III PL INSTALL POLY PULL TAPE (1200 LB MINIMUM BREAK 13 17+21.5 27.0' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III STRENGTH, NON-CONDUCTIVE). 14 17+85.7 23.7 R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III N G INSTALL (N=I\IUMBER) (G=AWG WIRE SIZE) XHHW 15 18+07.9 25.0' L 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III WIPE. 16 18+33.8 58.8' R 17 K137-P4NG-111-60(SSL)-7030-120:277-K26-3K 60W III PWR POWER SOURCE (SEE SHEET E-02) Offset measured from center of pole to roadway alignment line RR EXISTING UTILITY POLE TO BE RELOCATED BY OTHERS. UP RI EXISTING UTILITY POLE TO BE REINSTALLED BY UP OTHERS. Light Levels Summary Roadway/intersection Roadway/intersection Targeted Average Achieved Average Targeted Uniformity Achieved Uniformity Classification Illuminance (fc) �Illuminance fc) (Avg/Min) (Avg/Min)Avg'Min) INTERSECTION Main Street and Commercial Street (north side) Collector/Local 1.6 1.7 4.0 3.4 Main Street and Commercial Street (south side) CoIlector/Collector 1.8 2.0 4.0 3.3 Main Street and Scoff ins Street Collector/Collector 1 1.8 1 1.8 1 4.0 1 3.5 ROADWAY Main Street - Commercial St (north) to Commercial St (south) Collector 0.9 1.5 4.0 2.9 Man Street - Commercial St (south) to Scoffins Street Collector 0.9 1.5 4.0 3.6 PEDESTRIAN CROSSINGS Main Street - Commercial St (north) to Commercial St (south) Arterial 2.0 2.4 4.0 1.4 a 0 00 O c� o N 10 RQ h� hN h °O N PR OFF CONSTRUCTION DOCUMENTS R \A 03EF4�jo� Revisions and Addendums ENGINEERING DVISION SHEET Description Date No. B CITY OF T I G A R D l P y PUBLIC WORKS DEPARTMENT IL-0/ 720 SW Washington St Suite 500 ®1 �W Digitally Signed g U Brian K Copeland �a g neEGON9,2019:4316 Portland, Oregon 97205 13125 S.W. HALL BLVD. 60 5k g . TIGARD, OREGON 97223 MAIN STREET PHASE IMPROVEMENTS of s www.dksassociates.com VOICE. 503-639-4171 1 FAX: 503-624-0752 94 ae 9N/� OOQF.\' �' WWW.TIGARD-OR.GOV FILE NO ONE INCH (REF) EXPIRES:DEC. 31, 2021 DESIGN- DRAWN: CHECK- PR I\I 97017 BID N: ILLUMINATION LEGEND AND TABLES CAL KCD C C BKC OJ O O DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 CONSTRUCTION NOTES 0 <1 CONTACT PGE SERVICE COORDINATOR PRIOR TO CONSTRUCTION AT PHONE O > NUMBER 503-323-6700. REFERENCE WORK ORDER NUMBER #M2997863. 3 10 1O 1 R� O 2 PL � 0 �2 PL + N r EX 1 23 RX 22 PL PL 2 � rn 310 1 - R/W JB o o o o JB JB JB GE 4 R/W • ' GE GE , V 7 O GE , . i ® ♦ O ♦ - . Q Cn - - V V10 I O — — G - G JB PL 2 - - LU ------ STS _ I STS S S � GE z TS 8+50 I 9+ 0 — 10+00 - -- , V 12+00 0 TT 13+00 SW MAIN ST I 14 S o o � RX W W I co W w -- w W, P LV ;V W z W S 1 5 ♦ I INN SS SS - SS J - W - - W - W rn I ♦ JB I JB STS - \ I ♦ GE GE U W , - °�a V Q co - -- LT C/) 000 000 0 0o Q 00 • + 00 00 0o O 00 00 R/W RX o R/W . EX P I JB � o - _ OP 3 GE � � � 3 10� 6 2 3 10O m I 2 O PL I PL r 3 10 O PL 2 O PW 1 2O y PL 22 PLO 2 PL O2 PL O JB GE JB PL 2 RX 11JB R 10 R/W GE P 13 GE 1 3 10 r) -- - ��, 10)C� o 0000000000 E E c IJjI • 8 . - - + -_5 3 10 1 ♦ V � STS I ', ��� 3 10 . � , �/ _ I •� G S O O ♦ _ _ r �- ....... 5 V GE �� - - - - - - STS STSI STS - - GE17+00 STS STS STS 18+00 ~ 0 15 v,l � 00 - STS 15 - STS -1 +00 J I J STS T i SW MAIN $T - + - IJj LU I ' t W W W W 8+80 W W WV I- W W W W - w W D W \—� T � � c� - � 14 Z: � � SS ss ss � ss � ; ����� ; ; ss s ss ss ,� , , _ I � � ss $ - w ULUI ' - -- •���`;�' W ♦ — - - - - r - - - - — E � eco T —�- � 1- - - I L;u - 2 _ I �0000000000 � 000 OO o o o (0) 0 0 0 O 12 JB I JB 1 10 GE RP - —® GE y JB R/W 3 GE O GE EX 5� C/) l O P RX RR 0 PL O 2 PL 2 O PL O 0 LUM UP RI UP o 16 1 3 10 Z s PL 22 y N w; y PL 2 e a 0 20' 40' E h m� C SCALE 1" =20' N� PROFF CONSTRUCTION DOCUMENTS N �NGs os F��j� Revisions and Addendums SHEET 00 � 9 ENGINEERING DVISION CITY OF TIGARD Description Date No. By PUBLIC WORKS DEPARTMENT 1L-02 720 SW Washington St, Suite 500 3 Digitally Signed 2021.92.2,07A6-o7'oa 13125 S.W. HALL BLVD. 61 OREGON Portland, Oregon 97205 TIGARD, OREGON 97223 MAINSTREET PHASE 2 IMPROVEMENTS of 3k a 11&6' 190 www.dksassociates.com VOICE: 503-639-4171 y� �110 Q� FAX: 503-624-0752 94 c E qN K. C0? ' WWW. FILE NO Z ILLUMINATION PLAN a� ONE INCH REF EXPIRES:DEC. 31, 202, DESIGN: CAL DRAWN: KCD CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 LUMINAIRE FIXTURE: YARMOUTH K137 (NO GLOBE) ACORN LUMINAIRE TYPE 111 DISTRIBUTION, 3000K BANNER ARM: 0 0 BANNER ARM: 24" LG. EXTRUDED ALUMINUM 24" LG. EXTRUDED ALUMINUM TUBING W/ CAST ALUMINUM TUBING W/ CAST ALUMINUM BALL CAP & 5" CLAMP-ON COLLAR BALL CAP & 5" CLAMP-ON COLLAR .o TIE DOWN BRACKET: CAST ALUMINUM W/ Cl�y O f CCy O f 5" CLAMP-ON COLLAR BANNER y BANNER (SUPPLIED BY OTHERS) (SUPPLIED BY OTHERS) 0 I TIE DOWN BRACKET- CAST ALUMINUM W/ 5" CLAMP-ON COLLAR FLOWER POT BRACKET I LID EXTRUDED ALUMINUM cvWELDED TO 5" CLAMP TIE DOWN BRACKET- ID RACKET o CAST ALUMINUM W/COLLAR TIE DOWN BRACKET- CAST ALUMINUM W/ 5" CLAMP-ON COLLAR 5" CLAMP-ON COLLAR NOTE: BANNER ARMS TO BE INSTALLED ON EVERY OTHER POLE: POLE NO. 2 POLE NO. 4 POLE NO. 7 o POLE NO. 8 POLE NO. 10 POLE NO. 12 Top Bolt Circle POLE NO. 14 ° 113 HOOP POLE: HADCO P-2065- 16-A 116 x 3'-9" LG. 5" ROUND STRAIGHT (4 PLACES) FLAT FLUTED ALUMINUM ° W/ 3" O.D. TENON, 20.00 DIA. 0. 188" x 0.267" WALL THICKNESS 0 o ANCHOR BOLT MATERIAL GRADE: � o A307 GALVANIZED STEEL 1 " DIA. x 36" BOLT @ I I " BOLT CIRCL 3.5" BASE: CAST ALUMINUM 0o W/ ACCESS COVER N ILLUMINATION JUNCTION BOX #3 HOO,0_j CO) 3" 0.C. O BASE DETAIL: Q) (6 PLACES) N REFERENCE DETAIL C) #TO 1000735 16.00" #6 x 3'-9" LO II (4 PLACES) I R o a d w a I 1 " CONDUIT WITH ILLUMINATION I I WIRING FROM JUNCTION BOX TO 18.00 LUMINAIRE POLE I 1 " CONDUIT WITH 1 ILLUMINATION WIRING 1 PRECAST FOOTING (TYPICAL, (TYPICAL) PRECAST FOOTING: I SEE DETAIL THIS SHEET) I 2" CONDUIT WITH UTILITY VAULT 20R-LB-5-PGE I PRECAST FOOTING (TYPICAL, I PULL LINE TO NEXT Precast FO O t l l 1 CC Detail I SEE DETAIL THIS SHEET) I JUNCTION BOX (Not to Sc a l e (TYPICAL) Ea I I I I U °N L J Light Pole Detail - - - - - PULLLINETO I NEXT a4 Q Side View Not to Scale Front View JUNCTION Box w� * SPECIAL FOOTING MAY BE REQUIRED AS NOTED "Q NO ON THE PLANS AND "STREET LIGHTING TABLE. " a4 PROFFfCONSTRUCTION DOCUMENT \A N EF `f�O Revisions and Addendums SHEET 18 ,503 �' ENGINEERING DVISION CITY OF TI GARD Description Date No. By PUBLIC WORKS DEPARTMENT /L-03 �U 720 SW Washington St Suite 500 0 o Digitally Signed 8021 9zoZ;ao9:,z-o,�oo� g ' �a OREGON Portland, Ore on 97205A 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 62 �- g , T/GARD, OREGON 97223 OF �o �99� �� www.dksassociates.com e VOICE: 503-639-4171 Q FAX: 503-624-0752 94 CO? --_;r=_ WWW.TIGARD-OR.GOV FILE NO ONE INCH (REF) EXPIRES:DEC. 31 2D21 ILLUMINATION DETAILS DESIGN: CAL DRAWN: KCD CHECK: BKC PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SIGNING LEGEND STRIPING LEGEND N INSTALL NEW SIGN (N). Np INST. NARROW DOUBLE NO-PASS N INSTALL NEW SIGN (N) ON NEW SUPPORT (M). Lq INST. LEFT TURN ARROW (WHITE) STANDARD DRAWINGS FOR STRIPING M ■ TM500 PAVEMENT MARKING STANDARD DETAIL BLOCKS RA INST. RIGHT TURN ARROW (WHITE) ■ TM501 PAVEMENT MARKING STANDARD DETAIL BLOCKS EXN MAINTAIN AND PROTECT EXISTING SIGN (N) AND SUPPORT. ■ TM502 PAVEMENT MARKING STANDARD DETAIL BLOCKS ■ TM503 PAVEMENT MARKING STANDARD DETAIL BLOCKS RR INST. RAILROAD CROSSING MARKING (WHITE) ■ TM505 RAIL CROSSING PAVEMENT MARKINGS RSN REMOVE AND SAVE EXISTING SIGN (N). ❑ TM515 PAVEMENT MARKERS INST. STANDARD CROSSWALK ❑ TM516 RAISED PAVEMENT MARKERS: FREEWAY MEDIAN CROSSOVER ❑ TM517 RECESSED PAVEMENT MARKERS RS REMOVE AND SAVE EXISTING SIGN (N) AND REMOVE (M) SIGN ❑ TM520 DURABLE PAVEMENT MARKINGS METHOD 'A' PROFILED M SUPPORT. S INST. 1' STOP BAR (WHITE) ■ TM521 DURABLE PAVEMENT MARKINGS METHOD 'B' EXTRUDED & METHOD 'F' SPRAY ❑ TM522 DURABLE PAVEMENT MARKINGS METHOD 'C' PROTECTED INLAID ❑ TM523 DURABLE PAVEMENT MARKINGS METHOD 'D' PROFILE WET WEATHER RIN REINSTALL EXISTING SIGN (N). N/ INST. 4" WHITE LINE ❑ TM524 DURABLE PAVEMENT MARKINGS METHOD 'E' NON-PROFILE WET WEATHER ❑ TM525 HIGH PERFORMANCE MARKINGS MODIFIED URETHANE PROTECTED INLAID RIN SLM INST. SHARED LANE MARKING (WHITE) ■ TM530 INTERSECTION PAVEMENT MARKINGS (CROSSWALK, STOP BAR, & BIKE LANE STENCIL) REINSTALL EXISTING SIGN (N) ON NEW (M) SIGN SUPPORT. ■ TM531 TURN ARROW MARKING DETAILS M ❑ TM539 TRAVERSABLE MEDIAN DETAILS INST. 8" WHITE LINE ❑ TM547 FREEWAY ENTRANCE RAMP PAVEMENT MARKINGS RXN REMOVE EXISTING SIGN. ❑ TM551 FREEWAY EXIT RAMP PAVEMENT MARKINGS ■ TM560 ALIGNMENT LAYOUT: GENERAL p INST. ON-STREET PARKING MARKINGS (WHITE) ■ TM561 ALIGNMENT LAYOUT: LEFT TURN LANE, CENTERLINE & MEDIANS RX REMOVE EXISTING SIGN (N) AND (M) SIGN SUPPORT. M HC DISABLED PARKING LEGEND (WHITE) N = SIGN NUMBER NPL NO PARKING HATCH LINES (WHITE) M = MATERIAL OPTIONS: SSC = STAINLESS STEEL CLAMP ST = PERFORATED STEEL SQUARE TUBE GENERAL NOTES: STP = PERFORATED STEEL SQUARE TUBE WITH SURFACE-MOUNT PLATE 1 . ALL LONGITUDINAL PAVEMENT MARKINGS SHALL BE LP = STREET LIGHT POLE METHOD 'B' METHYL METHACRYLATE, NON-PROFILE, 120 MILS, EXCEPT AS NOTED. 2. ALL ARROWS AND ON-STREET PARKING MARKINGS SHALL BE TYPE 'B' PREFORMED, FUSED, METHYL METHACRYLATE FILM PAVEMENT MARKING MATERIAL. ALL OTHER PAVEMENT BARS SHALL BE TYPE 'B-HS' PREFORMED, FUSED, METHYL METHACRYLATE FILM HIGH SKID PAVEMENT MARKING MATERIAL. 3. THE LOCATIONS OF SIGN INSTALLATIONS SHOWN ARE APPROXIMATE WITH EXACT LOCATIONS TO BE DETERMINED IN THE FIELD. 4. EXISTING SIGNS NOT SHOWN ARE TO REMAIN IN PLACE UNLESS OTHERWISE DIRECTED BY THE ENGINEER. a s �3 o° a� s� e� as h °o N� NS ��.D PROFFf CONSTRUCTION DOCUMENTS N ���NG$ 03 6�`r�� Revisions and Addendums ENGINEERING DVISION SHEET 9 Descrl tlon Date No. B CITY OF T I GAR D l p y PUBLIC WORKS DEPARTMENT SS-07 �W Digitally 720 SW Washington St, Suite 500 B KCopeland °a g 13125 S.W. HALL BLVD. sa OREGON Portland, Oregon 97205 T/GARD, OREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS 63 OF o �� �y 10 �� www.dksassociates.com VOICE: 503-639-4171 y� / P003 FAX: 503-624-0752 94 9,yK COP�'� WWW.TIGARD-OR.GOV FILE NO a ONE INCH (REF) EXPIRES:DEC. 31, 2D21 DESIGN- DRAWN: CHECK PR N : 97017 BID N: SIGNING AND STRIPING LEGEND CAL KCD C C BKC OJ O O DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 N EX36 O EX9 3 10 EX9 15 m 39 ST 28ST ";a29 RX1 RX12 40 ST S RX2 ST 34 r X1 RX16 3 3 RX3 EX6 ST EX2 28 ST ST 1 RX6 RX3 RX13 13 3 X1 ST 42 X1 RX3 ST 10 ST RX4 ST X1 1 ST STP ST ST STP STP ST RX10 LP 6 2 EX7 EX8 ND ST ST RA 6 /-5 RX5 RX AX`1 X1 ND W TYP. EX5 11 ST ST ST STP HC SLM RX6 — ST RR y Q O Q o x1i37 ND STP RX17 45° U) Cn CW ST X30 p ° Iw— UJ 8+50 9+ 0 10+ 11+00 S W MAIN S T 12+00 0 13+00 14 w o + w 8 O CW NPL 19 U) RX9 STP ST N D CW Q o 28 45° o � no-END O RX1 — - — — — — — — — — RX2 ST — EX6 S RX2 X21 ' 14 V� � RX17 ST 19 ST SLM SLM P LP p SSC I n 2 1 2 I 0 X1 RX1 X1 1 RX8 RX20 ST RR ST RX3 RX10 13 3 ST STP STP 8 10 3 ST 14 ST m I 15 32 ST ST ST 70 28 ST EX30 9 RX3 0 1 ST RX13 I n ST 2 9 r X3 Cn0 c� ST y o W TYP. RA ND W-2 LA a 0 0 3 p 00 s 1 y �N CONSTRUCTION NOTE Q'a 0 20' 40' M "Z 1 BUS STOP SIGN TO BE REMOVED BY OTHERS. �1 N F SCALE 1" =20' NO �O PROFFCONSTRUCTION DOCUMENTS ff �OG I N EF,Q �l Revisions and Addendums ENGINEERING DVISION CITY OF TIGARD SHEET V 18,50tion Date No. B3 escr y Di P y PUBLIC WORKS DEPARTMENT SS-02 �W Digitally 720 SW Washington St, Suite 500 !41 oa g 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 64 sa OREGON Portland, Oregon 97205 i TIGARD, OREGON 97223 OF o �� '��y o 9�� �� www.dksaSSOCIateS.com VOICE: 503-639-4171 14 01 � FAX 503-624-0752 94 a2 NK, � WWW.TIGARD-OR.GOV coe FILE NO ( a� ONE INCH (REF) EXPIRES:DEC. 31, 202, DESIGN: CAL DRAWN: KCD I CHECK: BKC I PROJ. NO: 97017 BID ON: SIGNING AND STRIPING PLAN DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 X1 41 19 STP ST 42 ST AX2�\ 31 ST24 31 X21ND X21 SLM X1 X1 ND W TYP. AX133 STP LP STP STP STP LP RX8 ST 11 33 LA W TYP. 3 19 STP 26 ST ST X1 l W-2 10 ST ST ST RX24 STP R/w SLM IF N 45° 45° 0% U) FT 0) Q W A—J 28 W cr +o0 1 +oo « SW MAIN ST 2 16+00 17+00 1 s+oo 0 18+80 wo � 2 40 39 HC TYP. W 1 /Z ST CW , C) 0 'q CW CW + ° 45° NPL 45° RX25 \ 4K75 Q ° .. 28 I X1 — , 26 TYP.(---W 19 W 28 ST RX24 I SSC TYP. STxi ND STP X1 19 X1 X2 X3 X1 X2 I STP RX24 RX16 SLM RX27 LP ST X3 X19 SLM STP RX23 ST ST ST I \S-T-/ STP 19 i RX8 15 ST 33 \�T—P/ ST 24 28 15 ST \-LT I 31 I o I 31 24 15 IST P X1 I 31 STP I X1 I X1 I STP STP RX24 X1 y I STP I n 0 X1 I STP Z ND I y I y y I I I CONSTRUCTION NOTES 0 0 ,3 I MATCH EXISTING STRIPING s 1BUS STOP SIGN TO BE REMOVED BY OTHERS. I + y I t.i < > O 2 BUS STOP SIGN TO BE INSTALLED BY OTHERS. I I 0 20' 40' oN °a I I N F SCALE 1" =20' NO �O PROFFCONSTRUCTION DOCUMENTS ff ��G ' N EFS, �l Revisions and Addendums ENGINEERING DVISION CITY OF TIGARD SHEET V 18,50tion Date No. B3 escr y Di � l P y PUBLIC WORKS DEPARTMENT SS-03 720 SW Washington St Suite 500 41 Digitally Signed g `W B"a"K`�pe'd"dAIN STREET PHASE 2 IMPROVEMENTS °a g y g 202,.0920,8,5:0,-07'00' 13125 S.W.S.W. HALL BLVD. 65 sa OREGON Portland, Oregon 97205 i TIGARD, OREGON 97223 OF o �� '��y �o �9 �� www.dksassociates.com VOICE: 503-639-4171 �q 01FAX 503-624-0752 94 2 K 0NC(Q� I WWW.TIGARD—OR.GOV a ONE INCH (REF) SIGNING AND STRIPING PLAN FILE NO EXPIRES:DEC. 31, 202, DESIGN- CAL DRAWN: KCD I CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 DO NOT � � � � i HR i NO 1 PARKING STOP , II R1 , PARKING 1 8:00 AM FZ O N I , I TO 6:00 PM LOOK BOTH i 1 , ANYTIME 1 MON-FRI WAYS TRACKS < > ARK � NG 1 1 AHEAD O NLYII , � 1 � _j - - - - L - - - - - - J W 1 0-1 R8-8 W1 1-2 R4-7 R3-4 R7-108 W1 6-9 P R3-5 SIGN NO. 1 SIGN NO. 2 SIGN NO. 3 SIGN NO. 4 SIGN NO. 5 SIGN NO. 6 SIGN NO. 7 SIGN NO. 8 SIGN NO. 9 SIGN NO. 10 SIGN NO. 11 - - - - - - � NQ i HR I NQ PARKING i HR 1 NOPARKING I 1 HR 1 1 , PARKING , 1 PARKING 1 , 1 PARKING 1 PARKING I 8:00 AM j BUS j 8:00 AM j BUS j 8:00 AM I TO 6:00 PM T p I TO 6:00 PM I TO 6:00 PM 1 ANY , MON-FRI I I , STOP 1 MON-FRI STOP I MON-FRI 1 TIME sw MAI N sT 1 1 sW COMMERCIAL sT I L - - - - - - J L - - - - - - - - J L - - - - - - - - - - - -- L - - - - - - J L - - - - - - J L - - - - - - J W16-7PL R7-108 R1 -1 R7-108 R7-108 SIGN NO. 12 SIGN NO. 13 SIGN NO. 14 SIGN NO. 15 SIGN NO. 16 SIGN NO. 17 SIGN NO. 18 SIGN NO. 19 SIGN NO. 20 SIGN NO. 21 - - - - - - - - - - � r - - - - - - - - - - - I RIGHT LANE SPEED NO 1 1 1 LIMIT 1 I I I PARKING � MUST 1 FOR 3'-011 5'-0" 1 I 1 1 1 VEHICLES 1 _ _ _ _ I O Ip I I 1 1 1 1 OVER I 3"C SW St 611C 3•'C SW St 6' I O I TURN RIGHT 1 1 EXCEPT BUS ALL WAY sw SCOFFINS sT29] 1 6 IN HEIGHT Main _ Commercial _ 1 q I I L - - - - - - - - - - - J I I O I L - - - - - - - - - - J - - - - - - - - - - - - J L - - - - - - - - J L- - - - - - - - - - - J RI-31P R2-1 R15-1 SIGN NO. 22 SIGN NO. 23 SIGN NO. 24 SIGN NO. 25 SIGN NO. 26 SIGN NO. 27 SIGN NO. 28 SIGN NO. 29 SIGN NO. 30 AIIIIIIIIIIIIIIIIIIIII1DO NOT 1 1 I NO I 41-011 CAUTION I 0 N ♦ Tigard TC WES Station ♦ Tigard TC WES Station ♦ Fanno Creek Trail RESERVED _ o.1M. MN 1 DO NOT 1 1 THROUGH 3°C 6"C ENT .►FannoCreekTrail o.inni. MIN. 0.2 MI. MIN. PARKING SW S St Tigard Heritage Trail .,.Tigard Heritage Trail 0.2 MI. MIN. ENTER 1 1 TRAFFIC 1 L - - - - - - - - - - - -I L - - - - - - - - - - - -I C1 _1 R5-1 R7-8 SIGN NO. 31 SIGN NO. 32 SIGN NO. 33 SIGN NO. 34 SIGN NO. 35 SIGN NO. 36 SIGN NO. 37 SIGN NO. 38 SIGN NO. 39 L� ACCESS AISLE s VAN No ~3 PARKING o ACCESSIBLE w, e� � N R7-8A O R7-9 O R7-9A 2 SIGN NO. 40 SIGN NO. 41 SIGN NO. 42 o I SIGNS WITH DASHED BORDER ARE 1 N EXISTING SIGNS. m$ PR OFF L- - - - - - - - - - - - - - - - -I CONSTRUCTION DOCUMENTS N ���NG$ 03 F�`r�� Revisions and Addendums ENGINEERING DVISION SHEET 9 Description Date No. B p y CITY OF T I GAR D PUBLIC WORKS DEPARTMENT SS-04 oW ❑igilally5igneriB0210 20161as3_o,,00, 720 SW Washington St, Suite 500 a 13725 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 66 sa OREGON Portland, Oregon 97205 ., TIGARD, OREGON 97223 OF co ✓G<y �0 9�6 PCO www.dksassociates.com VOICE: 503-639-4177 i N E WWW.TIGARD OR.GOV 2 94 a iq K• COP � � FILE NO a ONE INCH (REF) SIGNING DETAILS EXPIRES:DEC. 31, 2021 DESIGN: CAL I DRAWN: KCD I CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SIGN SIGN LOCATION SIGN SUB- COLOR SIGN TYPE OF SUPPORT POST FOOTING REMARKS NO. 4i DIMENSIONS STRATE LEGEND LEGEND NO. SECONDARY SIGN LOCATION 3./ MIN. DEPTH 13AC�IC�IiUl1NUSIZE LENGTH {TM200-TM201 , TM63 5) - 0 5,' � [TM 676& TM n 0 Q 3 Ell z cc Ln t w w a z 0 �_ �_ �_ d w 0 m cm W ❑ a cD 0 m ¢ H x w 3 3 L a 0= Z v❑i z J w ~ ~ W J d ❑ ❑ L7 . . J LLJ V) �2 J V WIDTH HEIGHT g ¢ p p $ ❑ ? w ^ r "' ¢ `0 a w D z �- cu 00 m m U; Vi x Ce ^' F- _Q LENGTH z ❑ = x = 7C ~ wLU N z m m C] U 0) 0) tY ry x Q ry r4 LLJ r4 U z LA U cc J ❑ O d 22 ❑ w w w w J Z Q u� �n rt '� w 0 '� m J Z LA ❑ O a a a a a w w F- F- p F- F- F- � O F- m m ❑ m Q F- H Q w - N z w tC CL a , vs g r, i F- O ca w >- w z z a a o m - x ry ¢ a '� r: J o Q ,,, a ° tY i o a0 D ^ �r o Q VJ in h F- m F- F- F- F- c ❑ w [] J w U - Q � w i Q m ❑ N ZD z o c[ r� n o0 n m z ru t• n. ry ][ O x x ❑ t- d 1 Z d PJ LO F- � d �D iL J N z W Z lD 1] W ❑ 2 Z 4 F- rV �0 W rV N r4 f- uJ F- V N Vf ❑ V) V~7 N Ln O W w2 O �' V d a ¢ m L] m D w2 w LL' U U QF- ❑ w ¢ ¢ ¢ ¢ z d ❑ G � � Ln F- F- ~ 2 � ~ � t vi 2t mS Ue ani uxJ ~ ow 2t U ~ > O U °.°`wn �U_ 1 1 1 +27.5 LT 36" 36" +r Y BK 1 f 2-112"x 2-112"- 1 2ga 12' 4' 2' 3/EDGE OF ASPHALT. 1 8+72 RT 36" 36" Y BK 1 2-112" x 2-112"- 1 Oga 15' 3.5' 2' 3/FACE OF CURB. 2 10+41.S RT 24" 32" VI SW BK ✓ 2 2"x 2" - 12ga 12, 2.5' 2' 3/FACE OF CURB. 2 10+45.5 LT 24" 32" 5W BK J 2 2" x 2" - 12ga 12' 3' 2' 3/FACE OF CURB. 2 8+72 RT 24" 32" J SW BK 2 3/MOUNT WITH SIGN 1 3 10+82 RT 30" 30" Y BK v/ 3 2-112" x 2-112"- 12ga 13.5' 3.5' 23/FACE OF CURB 3 11 +73.5 RT 30" 30" Y BK 3 V11 2-112" x 2-112"- 12ga 13.5' 3.5' 2' 3/FACE OF CURB 3 12 + 69 LT 30" 30" Y BK 3 2-112"x 2-1 /2"-- 12ga 13.5' 3.5' 2' 3/FACE OF CURB 3 13+85.5 RT 30" 30" J Y BK v/ 3 2-112" x 2-112"- 129a 13.5' 3.5' 2' 3/FACE OF CURB 3 13+93 LT 30" 30" Y BKJ 3 2-112" x 2-1 /2"- 12ga 13.5' 3.5' 2' 3/FACE OF CURB 3 16 + 29 LT 30" 30" f Y BK 3 2-112"x 2-1 /2"- 12ga 13.5' 3.5' 2' 3/FACE OF CURB 3 8+70 LT 30" 30" Y BK 3 2"x 2" - i 2ga 12.5' 3.5' 2' 3/FACE OF CURB. 5 1 1 169 LT 24" 30" SW BK 5 2"x 2" - 12ga 12' SEE REMARKS 2' 3/CENTERED IN MEDIAN 6 10+39 LT 24" 24" J SW R BK J 6 J 2" x 2" - 1 2ga ill SEE REMARKS 2' 3/CENTERED IN MEDIAN 6 11 +69 LT 24" 24" SW R BK V 6 3/MOUNT ON BACK OF SIGN 5 8 0+66 RT(SCOFFINS ST) 12" 18" SW G V" 8 J 2"x 2"- 12ga ill 2' 2' 3/FACE OF CURB 8 10+65.5 RT 120 18" + 5W G V/ 8 2"x 2"- 12ga ill 2' 2' 3/FACE OF CURB 8 11+34 RT 1211 T8" + SW G 8 2"x 2"- 12ga ill 2' 2' 3/FACE OF CURB 9 10+41.5 RT 30" 30" + Y 8K V 9 3/MOUNT ON BACK OF SIGN 2 10 10-82 RT 24" 12" Y BK 10 3/MOUNT WITH SIGN 3 10 1 3+85.5 RT 24" 12" V/ Y BK 10 3/MOUNT WITH SIGN 3 10 13+93 LT 24" 12" V/ Y BK 10 3/MOUNT WITH SIGN 3 10 1 16+29 LT 24" 12" V/ Y BK 10 3/MOUNT WITH SIGN 3 11 10 ; 79.5 LT 30" 36" SW BK 1 1 2-112" x 2-112"- 12ga 12' 2' 2' 3/FACE OF CURB. 11 17+50 LT 30" 36" 1I SW BK V/ 1 1 2-112" x 2-112"- 12ga 12' 15.5' 2' 3/FACE OF CURB. 12 1 +33 LT (SCOFFINS ST) 30" 36" SW R 11 ✓ 2-112" x 2-1 /2"- T 2ga 12' 2.5' 2' 3/FACE OF CURB. 13 11+73.5 RT 24" 12-1 J Y BK Vl 13 3/MOUNT WITH SIGN 3 13 12+69 LT 24" 12" Y BK / 13 3/MOUNT WITH SIGN 3 14 1 +54 RT(SCOFFINS ST) 12" 18" d SW G ,l 14 ,✓ 2"x 2"- 12ga ill 2' 2' 3/FACE OF CURB 14 1 T+l 1 RT 12" 18" +t SW G 14 2"x 2"- 1 2ga ill 2' 2' 3/FACE OF CURB 14 11+66 RT 1211 18" SW G 14 ✓ SEE REMARKS 3/MOUNT ON LIGHT POLE 15 0+46.5 LT(E COMMERCIAL 5T) 30" 30" V R SW 15 f 2-112" x 2-112"- 12ga 14' 3.5' 2' 3/FACE OF CURB. 15 0+53.5 LT(SC OFFINS ST) 30" 30" Vf R SW J 1 5 2-112" x 2-1 /2"- 12ga 1 5' 3.5' 2' 3/FACE OF CURB 15 0+58.5 RT(W COMMERCIAL ST) 30" 30" Vl R SW 15 2-112" x 2-1 /2"- 12ga 14' 3.5' 2' 3/FACE OF CURB. 15 1 15+83 LT 30" 30" V7 R SW 15 3/MOUNT ON BACK OF SIGN 33 15 17+67.5 RT 30" 30" R SW 15 2" x 2" - 12ga 13' 4' 2' 3/FACE OF CURB. 1 5 1 8+50.5 LT 30" 30" J R SW 1 5 Vl 2" x 2" - 12ga 13' 3.5' 2' 3/FACE OF CURB. 19 13 1 14.5 LT 12" 18.1 SW G 19 V/ 2" x 2" - 12ga ill 2' 2' 3/FACE OF CURB 19 13+5 5.5 RT 12" 18" SW G 19 ✓ 2"x 2" - 12ga ill 2' 2' 3/FACE OF CURB 19 14+57 RT 12" 18" SW G 19 2" x 2" - 12ga ill 2' 2' 3/FACE OF CURB 19 15+36.5 LT 12" 18" SW G +� 19 2" x 2p' - 12ga 11' 2' 2' 3/FACE OF CURB 19 16 1 30.5 RT 12" 18" SW G 19 2" x 2" - 12ga ill 2' 2' 3/FACE OF CURB 19 16+71 LT 1 12" 1 18" ✓ SW G J 19 2" x 2p' - 12ga ill 2' 1 2' 3/FACE OF CURB 19 17+43 RT 12" 18" SW C f 19 Vr 2" x 2p' - 12ga 11' 2' 2' 3/FACE OF CURB 11 �+ 4/ BK=BLACK NOTE, L,C,R ARE NOTE: THE LOCATIONS SHOWN ARE APPROXIMATE LOCATIONS OF POSTS BL=BLUE FACING THE SIGN. EXCEPT FOR SPEED ZONES, SCHOOL ZONES, OBJECT BR-BROWN L - LEFT POST MARKERS AND MILEPOST MARKERS. EXACT LOCATIONS FY FLUORESCENT YELLOW C CENTER POST ARE TO BE DETERMINED BY THE ENGINEER G=GREEN R = RIGHT POST Z' O=ORANGE s P=PURPLE w R=RED DISTANCE FROM EDGE OF TRAVEL LANE, MINIMUM DEPTH OF FOOTING FOR TRIANGULAR N RB=RED-BLUE FACE OF CURB, GUARDRAIL, OR BARRIER BASE BREAKAWAY AND MULTI-POST BREAKAWAY SW=SILVER-WHITE TO THE CENTERLINE OF FOOTING. FOR INSTALLATIONS IS FOR A 2' DIAMETER FOOTING. o? W=WHITE ADDITIONAL INFORMATION SEE STANDARD FOR ADDITIONAL INFORMATION SEE STANDARD Y=YELLOW DRAWINGS TM600, TM602, AND TM635 DRAWINGS TM601 AND TM602. -2 YG=FLOUR ESCENT YELLOW-GREEN N� ug Q$ PROFFff CONSTRUCTION DOCUMENTS �, �`� F Revisions and Addendums SHEET 18,506 ENGINEERING DVISION CITY OF TIGARD l Description Date No. By PUBLIC WORKS DEPARTMENT SS-05 o2 DigitallySigned20�109 018i1;i36_07,00, 720 SW Washington St, Suite 500 �1 OREGON MOB Portland, Oregon 97205 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 67 s g M TIGARD, OREGON 97223 OF www.dksassociates.com VOICE: 503-639-4171 ,q C Y 1° Q� FAX: 503-624-0752 94 J. OQF.�' WWW.TIGARD-OR.GOV FILE NO ONE INCH (REF)> SIGN AND POST DATA TABLE av EXPIRES:DEC. 31, 2021 DESIGN: CAL DRAWN: KCD CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 SIGN SIGN LOCATION SIGN COLOR SIGN TYPE OF SUPPORT POST FOOTING REMARKS No. A/ DIMENSIONS STRATE BACKGROUND LEGEND LEGEND NO W SECONDARY SIGN SIZE LENGTH LOCATION 31 MIN. DEPTH (TM200-TM201 ,TM63 5) - ❑ (TMfi76& TM678) 5_J �! 00 ca _ v F_ � cc z � LU W n w d o CL� z 0 =' � a, 0 w ,ii m = a LLj Q w Z) 2 a w Z CL } CL (1. ce kA a m w z D L+-+ I$ H rd rd `n d ❑ V 2 a w `~ d V ❑ c£ L H L L z °� w sn ❑ H z J � L m W H � � in w � a � ❑ = ❑ ❑ v -- 11 � -- o m WIDTH HEIGHT d a ❑ o ❑ 3 w m _ d m o w z m w ry � d LENGTH z ❑ ❑ - Z LA x _ x H w N z o4 m t m � LU V V Ol QL ry Y r14 LUQ �14 ry V i] CC �_ iJ co r U cn � � H N7 LU V) Z) -0 m � W � W � Y U O Q O a rl rZ LU J Z H Ln in m Q iy (A G w y� i V m m w v7 Z d u. ❑ W O W W 0 w F- J 0 ❑ rC GO } m ❑ m d F^ Q J - } ,� N W W w w 2 2E i i m - 0. w o W ❑ o - Q n O m w = a a �7 ry Q C7 w ry w o Qom+ w ,� w =) LU O r 3; V u, rt ❑ d 3 = x g g d rn ❑ � o cc ry n 00 n L L m L z ru n EL ry V) � O x x 2 O N O 'er ~ �D Q `D U_ J N z � Z LO v~1 � ❑ Z z I ry = 'D W r`i w' r" H w l w ( ❑ a rn W v~i c~ri N ❑ w wg O � p � c[ � 1 � � � � V Q � a ¢ V O � �_ � O:f � wz V V Q � = w d Q d d Z rl ❑ ~ ~ LA H ~ 2 � t LA in t 2t m 2 V EC cnQ W ~ add � � V L ❑ V m w U_ 24 0+53.5 LT (SCOFFINS ST) 18" 6" ✓ R SW ✓ 24 1 31MOUNIT WITH SIGNS 15, 28 & 31 24 17+67.5 RT 18" 6" ✓ R SW ✓ 24 3 jMOUNT WITH SIGN 15, 28 & 31 24 18+50.5 LT 18" 6" ✓ R SW 24 31MOUNT WITH SIGN 15, 28 & 31 26 14+16.5 RT 30" 36" ✓ SW BK 26 J SEE REMARKS 3/MOUNT ON LIGHT POLE 26 17+33 LT 30" 36" ✓ SW BK ✓ 26 ✓ 2-112"x 2-1 12" - 12 ga 1 2' 3.5' 23!FACE OF CURB 28 0+46.5 LT (E COMMERCIAL ST) 36" 12" ✓ G SW ✓ 28 3/MOUNT WITH SIGNS 15 & 29 28 01 46.5 LT (E COMMERCIAL ST) 36" 12" G SW ✓ 28 3/MOUNT WITH SIGNS 15 & 29 28 0+53.5 LT (SCOFFINS ST) 36" 12" ✓ G SW ✓ 28 3!MOUNT WITH SIGNS 15. 24 & 31 28 0+53.5 LT (SCOFFINS ST) 36" 12" ✓ G SW ✓ 28 31MOUNT WITH SIGNS IS. 24 & 31 28 0+58.5 LT (W COMMERCIAL ST) 36" 12" ✓ G SW ✓ 28 3/MOUNT WITH SIGNS 15 & 29 28 0+58.5 LT (W COMMERCIAL ST) 36" 12" ✓ G SW ✓ 28 3/MOUNT WITH SIGNS 15 & 29 28 17+67.5 RT 36" 12" ✓ G SW ✓ 28 3/MOUNT WITH SIGNS 15 p 24 & 31 28 17 167.5 RT 36" 1211 ✓ G SW ✓ 28 31MOUNIT WITH SIGNS IS. 24 & 31 28 18-t-5 0.5 LT 36" 1 2" ✓ G SW ✓ 28 3/MOUNT WITH SIGNS 1 5, 24 & 31 28 18+50.5 LT 36" 1 2" ✓ G SW 28 3/MOUNT WITH SIGNS IS. 24 & 31 29 0+46.5 LT (E COMMERCIAL ST) 60" 12" ✓ G SW ✓ 29 31MOUNT WITH SIGNS 15 & 28 29 0+46.5 LT (E COMMERCIAL ST) 60" 12" ✓ G SW ✓ 29 3 jMOUNT WITH SIGNS 15 & 28 29 0+58.5 LT (W COMMERCIAL ST) 60" 12" ✓ G SW ✓ 29 3,/MOUNT WITH SIGNS 15 & 28 29 0+58.5 LT (W COMMERCIAL ST) 60" 12" ✓ G SW 29 1 1 1 31MOUNT WITH SIGNS 15 & 28 31 0+53.5 LT (SCOFFINS ST) 48" 12" ✓ G SW 31 3lMOUNT WITH SIGNS 15 P 24 & 28 31 0+53.5 LT (SCOFFINS ST) 48" 1 2" J G SW J 31 3/MOUNT WITH SIGNS 1 5, 24 & 28 31 17+67.5 RT 48" 12" ✓ G SW ✓ 31 3lMOUNT WITH SIGNS IS. 24 & 28 31 17+67.5 RT 48" 12" ✓ G SW ✓ 31 3/MOUNT WITH SIGNS 15, 24 & 28 31 18-50.5 LT 48" 1 2" ✓ G SW ✓ 31 3jMOUNT WITH SIGNS IS. 24 & 28 31 18-50.5 LT 48" 12" ✓ G SW ✓ 31 3lMOUNT WITH SIGNS 1 5, 24 & 28 32 13+94.5 RT 30" 30" ✓ Y BK ✓ 32 ✓ 2" x 2" - 12ga 12.5' 3' 2' 3lOFF BACK OF SIDEWALK 33 15+52 RT 30" 30" ✓ SW RISW ✓ 33 ✓ 2"x 2" - 12ga 12' 2' 2' 31OFF BACK OF SIDEWALK 33 15-83 RT 30" 30" SW R/SW ✓ 33 ✓ 2-112"x 2-1 12" - 10ga 15P 2' 2' 3/OFF BACK OF SIDEWALK 33 17+43 LT 30" 30" ✓ SW R/SW ✓ 33 ✓ 2"x 2" - 12ga 12' 6.5' 2' 3 jFACEE OF CURB 33 17+62 LT 30" 30" ✓ SW RISW ✓ 33 ✓ 2"x 2" - 12ga 12' 2' 2' 3lFACE OF CURB I 34 9-18 LT 24" 30" ✓ G SW ✓ 34 ✓ 2"x 2" - 12ga 12' SEE REMARKS 2' 4/EDGE OF WALKING PATH I 37 9-18 LT 24" 30" ✓ G SW 37 J 2"x 2" - 12ga 12' SEE REMARKS 2' 4/EDGE OF WALKING PATH _ I � 38 9- 18 LT 24" 30" ✓ G SW ✓ 38 - - - 4/MOUNT ON BACK OF SIGN 37 39 12+90.5 LT 12" 18" ✓ SW BJG ✓ 39 ✓ 2"x 2" - 12ga 11 ' 1 2' 2' 3/FACE OF CURB 39 16+51 LT 12" 18" ✓ SW BJG ✓ 39 '' 2"x 2" - 12ga ill 2' 2' 3lFACE OF CURB 40 1290.5 LT 12" 6" ✓ SW G ✓ 40 41 MOUNT WITH SIGN 39 40 16+51 LT 12" 6" ✓ SW G ✓ 40 4! MOUNT WITH SIGN 39 41 12+96 LT 12" 18" ✓ SW BJG ✓ 41 ✓ 2"x 2" - 12ga ill 2' 2' 3/FACE OF CURB 41 16+56 LT 12" 18" ✓ SW BJG 41 ✓ 2"x 2" - 12ga ill 2' 2' 3/FACE OF CURB 42 1 2+96 LT 12" 6" ✓ SW G ✓ 42 4/ MOUNT WITH SIGN 41 42 16+56 LT 12" 6" ✓ SW G 42 1 1 1 1 1 1 1 14/ MOUNT WITH SIGN 41 1/ 2! 4! BK-BLACK NOTE: L,C,R ARE NOTE: THE LOCATIONS SHOWN ARE APPROXIMATE LOCATIONS OF POSTS BL-BLUE FACING THE SIGN. EXCEPT FOR SPEED ZONES, SCHOOL ZONES, OBJECT BR-BROWN L - LEFT POST MARKERS AND MILEPOST MARKERS. EXACT LOCATIONS FY=FLUORESCENT YELLOW C = CENTER POST ARE TO BE DETERMINED BY THE ENGINEER zo G-GREEN R - RIGHT POST 5 o O=ORANGE sy P-PURPLE 3/ 5J o R=RED DISTANCE FROM EDGE OF TRAVEL LANE, MINIMUM DEPTH OF FOOTING FOR TRIANGULAR a= RB=RED-BLUE FACE OF CURB, GUARDRAIL, OR BARRIER BASE BREAKAWAY AND MULTI-POST BREAKAWAY a In SW-SILVER-WHITE TO THE CENTERLINE OF FOOTING. FOR INSTALLATIONS IS FOR A 2' DIAMETER FOOTING. W=WHITE ADDITIONAL INFORMATION SEE STANDARD FOR ADDITIONAL INFORMATION SEE STANDARD -2 Y=YELLOW DRAWINGS TM 600, TM602, AND TM635 DRAWINGS TM601 AND TM602. N YG=FLOURESCENT YELLOW-GREEN Ng PROFFf CONSTRUCTION DOCUMENTS kG I os FR�/� Revisions and Addendums ENGINEERING DVISION SHEET a�N 9 Description Date No. B CITY OF T I GAR D p y PUBLIC WORKS DEPARTMENT SS-06 �2 Digitally SignedBoZ;.9zo;8;8.53.0,0 720 SW Washington St, Suite 500 �� ° OREGON Portland, on Ore 97205 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 68 Oregon TIGARD, OREGON 97223 OF o V&<y Ile � www.dksassociates.com VOICE. 503-639-4171 �� �/ 10 Q� FAX. 503-624-0752 94 a' e qNK. COPF'� WWW.TIGARD-OR.GOV FILE NO mz a� ONE INCH (REF) EXPIRESIGN AND POST DATA TABLE S:DEC. 31, 202, DESIGN: CAL DRAWN: KCD CHECK: BKC PROD. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 RR 20 2' RA 1. LA CK) W-2 21 � 6 � 21--1 �— T - —618 91 16" 81 9' LANE MIN MIN WIDTH 6' J— —1 7- 6 LL 25' 25' Var---� Sign W10-1 See 6' R R TM505 8' 1' RAILROAD CROSSING (white) 4" WHITE LINE 8" WHITE LINE Install per ODOT Rail Crossing Order or as shown. RIGHT TURN ARROW (white) LEFT TURN ARROW (white) For letter proportion details, see current version of Standard Highway Signs For arrow proportion details, see current version of Standard Highway Signs For arrow proportion details, see current version of Standard Highway Signs ND CW O SLM O 9' 4" 4" 12 O 1' " 1,tL „For traversable median 4��4„ 12 ,� � 12" 4" space X - 10' 3' 4„ ' 4" IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIA 71 24" (thru traffic side �) — 3 24 I 1' 3' 6" For Centerline End Marking STANDARD CROSSWALK STOP BAR 4" white lines NARROW DOUBLE NO-PASS SHARED LANE MARKING (white) TWO 1 WH ITE BARS 1 WH ITE BAR Center markingwithin lane width or as shown TWO 4" YELLOW LINES Install per Standard Drawing TM530 Install per Standard Drawing TM530 For proportion details, securrent version of Standard Highway Signs ON-STREET PARKING DETAIL (white) HC NPL 4" WHITE LINE 3'-5" 4" WHITE LINE ,I 2' (TYP.) 36° 3' DISABLED PARKING LEGEND (WHITE) NO PARKING HATCH LINES (WHITE) �3 �Q O„ s� e� as N HI 02 rr O O N� NS ��.D PROFFf CONSTRUCTION DOCUMENTS N �NG$ 03 6�`r�� Revisions and Addendums ENGINEERING DVISION SHEET 9 Description Date No. B CITY OF T I CAR D o� l p y PUBLIC WORKS DEPARTMENT SS-07 ° Digitally Signed 720 SW Washington St, Suite 500 Brian K Copeland 13125 S.W. HALL BLVD . MAIN STREET PHASE 2 IMPROVEMENTS P R O V E M E N T S 69 OREGON Portland, Oregon 97205 TIGARD, OREGON 9722O Fo www.dksassociates.com VOICE: 503-639-4171 a� KFAX: 503-624-0752 94 9 � � WW ONE INCH (REF) W.TIGARD—OR.GOV FILE N O EXPIRES:DEC. 31, 2D2, STRIPING DETAILS DESIGN: CAL DRAWN: KCD CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 MUTCD TABLE 2D-2: RECOMMENDED MINIMUM LETTER HEIGHTS ON STREET NAME SIGNS Recommended Minimum Letter Height Type Of Mounting Type Of Street Or Highway Speed Limit Blank Height Initial Upper Case Lower Case Prefix/Suffix Overhead All Types All Speed Limits 24 inches 12 Inches** 9 Inches** 6 Inches Post Mounted Multi - Lane More Than 40 MPH 18 Inches 8 inches 6 Inches 4 Inches Post Mounted Multi - Lane Less Than 40 MPH 12 Inches 6 Inches 4.5 inches 3 Inches Post Mounted 2 - Lane All Speed Limits 12 Inches* 6 Inches* 4.5 inches* 3 Inches *On local 2-Lane Streets With Speed Limits of 25 MPH or Less, 8"Blank With 4"initial Upper-Case Letters And 3"Lower-Case Letters May Be Used. "For Dual Stacked Overhead Signs Or Overhead Signs Where Standard Letter Heights Yield Sign Sizes Longer Than 12' In Length, 8" Initial Upper-Case with 6"Lower-Case Letters May Be Used. 1) Street Name Signs: $N A) it is the contractors responsibility to verify the final street names with the County Survey Office aN SW Taylor St at(503) 846-8723 before ordering and installing street name signs. 2 2.5 B) Street name signs for cross streets shall be designed to the standard for the road approaching the cross street. SW go th AVE 81 C) Use flat blade aluminum blanks. D) Post mounted street name signs shall be two (2)sided, without borders and be installed on fop of post with special brackets, unless they meet the following conditions: 3„ ¢„ Any street name sign 48"or greater in length or 12"or greater in height will need to be 6" Svc Taylor St ¢ 12" single-sided and riveted to the post. Double-sided signs with brackets are not 3" 4„ allowed for larger sign sizes. E) Overhead street name signs shall be one (I)sided, without borders and be installed with TPelco bandin uivalent brackets ore t e adjustable brackets. SW go th Ave 12" 9 9 Yp F)Prefixes shalt be used for all street name signs. Prefixes:all upper case letters Suffixes: upper and lower case letters �" sSuperscript for numerical street names:all lower case letters BN SW Taylor St 6" 18" G)All street name sign text, exluding superscript, shall be center justified type C font. 5' s" H) Common abbreviations : use MU TCD table IA-1, with these exceptions: Ave-Avenue; Lp=Loop; Ln=Lane; Wy=Way SW go th AVE) 18" f Typical Street Name Sign installation For Sign Tree u� Arterial Intersections. o Typical Street Name Sign YP � Installation For Local & Collectors Intersections. ap Major Steet TO STOP P 5i9i' Of �9 Sign Tree Edge 2� of 6a�a �1in to 6ay� 7'�Ir1 CROSS INTERSECTION Sign Tree ell TEE INTERSECTON 36Mrs � 010 s�@� TYPICAL SIGN LOCATIONS Of Guru ��-� Fad �� NTS Face rl "0 V o �. �V1 WASHINGTON COUNTY �3 ��� DEPARTMENT OF LAND USE & s� TRANSPORTATION STREET NAME SIGNS E o+eFcvr� ENGINEERING SECTION �N PLOT STAMP; 07/05/17 12:09P KELLYE EFFECTIVE DATE: WASH. CO. # 71 10, �N CAD: 651 1 .DWG 7/01/17 6511 02 oa NG NPR CONSTRUCTION DOCUMENTSO �O Revisions and Addendums SHEET ,8,503 ENGINEERING DVISION CITY OF T I GARD � Description Date No. By PUBLIC WORKS DEPARTMENT SS-08 oa U������Y$�gn��goii.o zo;g�z34-o�00 720 SW Washington St, Suite 500 �� Portland, Oregon 97205 73125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENT S 70 a g ■ TIGARD, OREGON 97223 OF s .. '�*iw www.dksassociates.com VO/CE: 503-639-4171 FAX: 503-624-0752 94 1 WWW.TIGARD-OR.GOV FILE N O o= c SIGNING DETAILS a� ONE INCH REF EXPIRES:DEC. 31, 202, DESIGN: CAL I DRAWN: KCD I CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 R/W / \ - — — — — E - - - - E RX SST G - - - G - - - - - - 12+00 o SW MAIN ST 13+00 I SS SS SS SS SS SS SS SS SS SS SS SS SS SS SS -------------------------------- T�- - - - T - - - ------- - ------------------------------- -- -- - _ T _ - - ---------------------------- - - - - - - - --- ------------------ ---------- ------- ------ --------- - -------- - - - - - - I E -\- E - E - - - - - - E - - E - - \ SST i � I I v y O I i i R/W I I R/W U) rn n - Cn Cr I ~ I I LEGEND C RX REMOVE EXISTING RECTANGULAR RAPID FLASHING BEACON SST SYSTEM (PSST MOUNTED). a s o� r 0 10' 20' e� as 10 ALE 1" = 10' a2 °o N� 4 PROFFf CONSTRUCTION DOCUMENTS N <-/NG$ 03 6�f/� Revisions and Addendums ENGINEERING DVISION SHEET 9 Description Date No. B p y CITY OF T I GAR D PUBLIC WORKS DEPARTMENT TS-0/ o W Digitally Signed"'" zo;8z644- 720 SW Washington St, Suite 500 a 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 7oF 3 a OREGON Portland, Oregon 97205 � � T/GARD, OREGON 97223 o �� '�4 y 10 NO,C�ro �� WWW.dksassoCiates.Com VOICE: 503-639-4171 y� / P FAX: 50J-624-0752 94 1�E qN/( COPF,�, 9 WWW.TIGARD-OR.GOV FILE NO mz a ONE INCH (REF) FLASHING BEACON REMOVAL PLAN EXPIRES:DEC. 31, zo2, DESIGN- CAL DRAWN: KCD CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 POLE NO. 2 PBH PS 2 1-5 14 PP 2R CC POLE NO. 3 R/W STA. 14+99 (19.97' LT) PP STA. 15+12 (13.54' LT) E — E — — — — E — G — — G 00000000 U) 000000000 I I c� 5+00 1640 - I SW MAIN ST U) 0°0°00000000 n SS SS SS S S SS 3 SS SS SS S SS --- ---- - --- - - --- ----- ------- - - - ------- --- ------- ------- ----------- ---------- - - - -- -- -- - - -- — - - T -T- - - - - - - T T - T 7- -- ----- --- - -------- ---------- ------- ---- ------ - -=_�, _ _- --- -- ----- - - - �; I -7T- 1-5 POLE NO. 1 CC 2R PP 14 2 PS PBH POLE NO. 3 STA. 14+93 (13.83' RT) PP STA. 15+06 (20.00' RT) R/W LEGEND_ POLES CONDUITS PP INSTALL PEDESTRIAN SIGNAL PEDESTAL WITH FRANGIBLE S INSTALL (S) INCH ELECTRICAL CONDUIT. BASE. (SEE ODOT STANDARD DRAWING TM457) PS INSTALL PEDESTRIAN PUSH BUTTON POST WITH FRANGIBLE BASE. (SEE ODOT STANDARD DRAWING TM457) WIRES AND CABLES INSTALL (X=NUMBER) SIDED SOLAR-POWERED FLASHING PP BEACON SYSTEM ON PEDESTRIAN PEDESTAL (SEE SHEET TS-03 _ INSTALL (X = NUMBER OF CABLES) CONTROL CABLE(S) WITH (N FOR DETAILS). G = NUMBER) (G = AWG WIRE SIZE) AWG CONDUCTORS. CABINETS CC INSTALL RECTANGULAR RAPID FLASHING BEACON CONTROLLER CABINET. (SEE SHEET TS-03 FOR DETAILS) E SIGNALS 0 10' 20' N OPBH INSTALL APS PUSH BUTTON WITH MOUNT ("PUSH BUTTON TO TURN ON WARNING LIGHTS" R10-25). SCALE 1" — 10' �N a2 °o N� NS kil ��.D PROFFf CONSTRUCTION DOCUMENTS N �NG$ 03 Revisions and Addendums ENGINEERING DVISION SHEET Description Date No. B CITY OF T I CAR D 9 o= � l p y PUBLIC WORKS DEPARTMENT TS-02 oa I)igitallySigned IrianK operand 5- 720 SW Washington St, Suite 500 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 72 a OREGON s Portland, Oregon 97205 m TIGARD, OREGON 97223 OF o �� '��y 10 9�� WWW.dksassoCiateS.Com VOICE: 503-639-4171 Q FAX: 50J-624-0752 9 4 4NK COPES 1 7WTIGARD—OR.GOV FILE NO ONE INCH (REF) EXPIRES:DEC. 31, FLASHING BEACON PLAN zo2, DESIGN- CAL DRAWN- KCD CHECK- BKC PROJ. NO- 97017 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Solar Panel Energy Source 0000000000 Frangible Base 0000000000 0000000000 0000000000 Pole-Mount Radio Network Controller ( 19"H x 10"W x 6"D) T 9" x 12" R10-25 R or L Pedestrian Pushbutton Sign. 1° 36" x 36" Wl 1-2 Std. Yellow 9„ (ASTM Type IX Sheeting) "' Pedestrian Crossing Sign (2 each) TTN See TM677 For (SSC) Stainless Steel Clamp Detail PUSH 12" Rod Circle (RC) BUTTON TO 12" 3' Min � %4" Anchor Rods x 30" L x 4" hook TURN ON (ASTM A36 Or A307 Or F1 554) WARNING Rapid Flashing Bar Clear LIGHTS ® Lenses W/Amber LED's (2 each) ---FTDETAIL "A". - N N W 18" x 30" Wl 6-7p Supplemental Std. Yellow (ASTM Type IX Sheeting) Arrow Plaque (2 each, pointing towards crosswalk). See TM677 For (SSC) Stainless Steel Clamp Detail Note: Frangible Base Mounted Flush With Sidewalk Or Island. See TM457 For Additional o Solar Panel Energy Source Information 0000000000 0000000000 0000000000 0000000000 _ 0000000000 0 30 Lb. Building Install Pedestrian Pushbutton Paper Gasket And R10-25 Instruction sign (Typ.) As Called for on PlansLD- See TM467 For Details m Std. Pedestrian Signal Pedestal Conduit 4" Dia. Std. Galvanized Steel Pipe (ASTM A53, Sch. 40, 4 1 /2" O.D.) (Size As Req'd.) ,`�7A, Pole-Mount Radio Network ' W/ Frangible Base Controller ( I TH x 1 OV x 6"D) �i See TM457 For Additional Details Ln Construct Foundation According To ' . TM457 "Vehicle Signal Pedestal" ; . • :- (See Detail "A" At Right For Rod Circle). ' 5/8" X 8' Ground Rod Front View Side View RECTANGULAR RAPID FLASHING BEACON SYSTEM PEDESTRIAN PEDESTAL INSTALLATION (TWO SIDED) ° _o ~3 O¢� J O rr O �N a: h- riN 42 °O NG NO �O PROFFCONSTRUCTION DOCUMENTS ff N <1 0,G I N EF,Q �� escrRevisions and Addendums ENGINEERING DVISION CITY OF TIGARD SHEET �V 18,503 y Description Date No. B � l P y PUBLIC WORKS DEPARTMENT TS-03 720 SW Washington St, Suite 500 �� W Digitally Signed zoz;.o9 Copeland o 18:28:19-07'00' g °a13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 73 sa OREGON Portland, Oregon 97205 i TIGARD, OREGON 97223 OF o �� '��y �o � �� WWW.dkSaSSOCIateS.COC71 VOICE: 503-639-4171 �� �q �Q FAX 503-624-0752 94 02 NK C�Q� I WWW.TIGARD-OR.GOV ONE INCH REF EX (REF) FLASHING BEACON DETAILS FILE NO a� PIRES:DEC. 31, 2021 DESIGN- CAL DRAWN- KCD CHECK: BKC PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 Ice- 0 7 STA: 14+09.48 � m � OFF: 36.50 LT � STA: 14+07.48 STA: 11+07.11 OFF:40.16 LT \STA: 11+52.12 OFF: 38.50 LT STA: 11+1 LT OFF: 39.93 LT 4 STA: 14+00.02 ` r w PA ` OFF: 38.50 LT 4 STA: 11+64.11 OFF: 36.90 LT ° 5 STA: 13+95.48 STA: 11+23.20 OFF: 37.37 LT _ _ _ 0 -A \ OFF:40.08 LT STA: 11+70.12 - �}FF STA:13+9 5.4 OFF:39.84 LT l� OFF 34.50 L 0 M WM WM WM WM o P PA- N O � SPA G pq ® PA ` STA: 14+07.48 + � \ 0 3 TY PA OFF: 34.50 LT cv STA: 11+23.17 D4 ... $ TYP O OFF: 35.08 LT STA: 11+52.09 0000000, _ OFF: 34.93 LT � �I PA Q -� KEYED NOTES R STA: 12+19.87 3 - OFF: 17.17 LT STA: 12+22.13 SW MAIN ST <49 O LU O CONSTRUCT TREE GRATE ,0+00 M PA 11, 00 - - OFF: 14.44 LT -00 13OD 1400 L4.1 LU STA: 12+21.007 Z Z I W T CONSTRUCT SCORE JT/TYP r314 D4�H N OFF: 15.80 LT ►� '�� O Z (f� CONCRETE SCORING PATTERN L4.2 �� TYP STA: 13+69.67 CL T OFF: 34.50 RT+ $ INSTALL METAL BENCH3 z�/1 �1�/ 1�� « ® STA: 13+57.67 oaaeoo T U ��jzy jZ-/� T - - }1� �� 3 TYP OFF: 34.50 RT PA 2 O T T 1z���1 � - I- 05 INSTALL BICYCLE RACK CV J d L4.3 CV , i Oco 4 PA loo co 7 CONSTRUCT ART PLATFORM O _ _ - � o PA PA_ 2 STA: 10+91.79 - -- 2 STA: 11+38.54 - y Z P OFF: 34 50 RT 7 - CONSTRUCT FLAG POLE 5 OFF: 25.50 RT / OFF:25.50 R v v- - - _- $ STA: 12+96.19 STA: 13+06.19 STA: 13+69.67 O SLEEVE L4.3 0 gcv / OFF: 34.50 RT OFF: 39.50 RT -- cv \ STA. 13+01.19 STA: 13+65.12 � � STA: 12+96.19 � \ 5 I / OFF: 39.50 RT �� OFF: 37.00 RT OFF: 36.9 0 RT 4 / STA: 13+55.92 STA: 13+ 7.67 M 7 OFF: 37.25 RT OFF: 38.50 RT SHEET NOTES Bo Bo 0 1. SEE THIS SHEET FOR MATERIALS AND LAYOUT NOTES. RBOL v/ y MATERIALS LEGEND LAYOUT LEGEND MATERIALS NOTES SYMBOL ITEM SYMBOL ITEM 1. PROVIDE EXPANSION JOINTS WHERE CONCRETE SIDEWALK MEETS SCORE JOINTS AT STA:x+xx.xx MANUFACTURED STONE VENEER SEATWALL. SEE SHEET L4.0 FOR DETAILS. CONCRETE SIDEWALK OFF:X.XX LT STATION LABEL 2. MATERIAL SYMBOLS ARE DIAGRAMMATIC IN NATURE AND MAY NOT BE TO SCALE. REFER TO LAYOUT AND DETAIL SHEETS FOR ACTUAL SIZES. ED TREE GRATE STA:x+xx.xx 1 STATION LABEL WITH KEYED NOTE OFF:X.XX RT ® METAL BENCH 15+0 STREET CENTERLINE AND STATION 3 O ti BICYCLE RACK LAYOUT NOTES W 1. VERIFY ALL DIMENSIONS AND PROJECT LAYOUT PRIOR TO ANY CONSTRUCTION OR INSTALLATION OF MATERIALS. IF LAYOUT CONFLICTS ARISE, CONTACT THE 0 ❑D ART PLATFORM CITY. 0 U 2. DIMENSIONS ARE TO FACE OF BUILDING, PAVING, WALLS, AND CURBS, ETC. 0 o FLAG POLE SLEEVE UNLESS INDICATED OTHERWISE. 0 oN 3. WRITTEN DIMENSIONS TAKE PRECEDENT OVER SCALE OF PLANS. wo °y PA PLANTING AREA 4. INSTALL INTERSECTING ELEMENTS AT 90 DEGREE ANGLES TO EACH OTHER �o UNLESS INDICATED OTHERWISE g� W 5. STATION POINTS INDICATE CRITICAL LAYOUT POINTS (WORK POINTS) FOR wz LOCATING SITE DETAILS. SEE SITE DETAILS SHEETS FOR SPECIFIC LAYOUT d POINTS. ati 0 20' 40' N N �O ^'2 O^ 511, N W SCALE 1" =20' .o yU CONSTRUCTION DOCUMENTS STER Revisions and Addendums ENGINEERING DVISION CITY OF T I GARD SHEET Description Date No. B LANDSCAPE ARCHITECTURE L1.0 P Y ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT W W M 110 SE Main St.,Suite 100 13125 5.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 74 WORKS. Portland OR 97214 Ph:503 222 5612VOICE.TIGARD, OREGON 97223 OF F.MichaelFahaOREGON V Fax:5032222283 VOICE: 503-639-4171 94 10/31/1988 kI FAX: 503 624-0752 �� �� Email:info@greenworkspc.com www.TlGARooR.Gov PEDESTRIAN MATERIALS AND LAYOUT PLAN FILE NO a� ONE INCH (REF) C�gAE AR�� DESIGN: WS I DRAWN: VS CHECK: RT I PROJ. NO: 17C/P-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I I STA: 14+86.81 9 OFF: 37.00 LT I I STA: 17+34.62 ® � STA: 14+82.87 \ OFF:28.50 LT OFF:40.00 LT STA: 14+82.87 STA: 14+94.415 I 4 STA: 17+27.57 7 STA: 18+00.59 OFF: 34.46 LT F OFF:37.50 LT OFF:25.60 LT OFF:23.79 LT - - BOL r' \ STA: 17+15.45STA17 99.36 OFF:28.50 LT r - - OFF'24.99 - - - - - - - - -K L1.3 - - - - � - - - - - - - - - _ - - ' ^ 1 10M LLj PA44 N ° + PA cv ° �- O T PA PA o °000000eo v PA o I ® ® 3 TYP STA: 17+19.95 A P� PA J P TY $ PA OFF: 24.00 LT G - G _ _ _ 3 r STA: 17+34.55 - KEYED NOTES 1-1.3 OFF:24.00 LTOFF:` \ 22.59 LT CONSTRUCT SCORE JT/TYP 314 t-<� ------1 -00 16+00 2 18+00 15+00 ---------------- �C O CONCRETE SCORING PATTERN L4.2 LU Uj - 7 _ ----- -- - I SW MAIN ST - _ 19+00 1 \ INSTALL METAL BENCH L4.3 TYP $ o I M I PA ® ` PA I O INSTALL BICYCLE RACK L4.3 - Xir _ - - � - ���'T STA: 17+43.69 �1 /QT//1- °°°° - �7 �/T - 4 U W /T i�/T/�L 1�L T r 00 I ® FF:34. RT T T - _ _ \ A - T _ _ 07 CONSTRUCT ART PLATFORM y _ _ L4.3 O I CONSTRUCT FLAG 5 WM WM PA W ° I PA PA I O STse gg ® POLE SLEEVE L4.3 \ V, _ _ STA: 16+63-8.61 _ _ STA: 17 22.56 _ _ _ _ _ 17+43.68_ _ _ _ _ _ n O INSTALL BICYCLE STATION � - - - - - - - - - - � + STA: _ ` 0 9 3 TYP OFF: 36.75 RT OFF:3 . OBT OFF:39.50 RT 1 - 1'1 _ I STA: 17+38.68 - - - - - - _ - G STA: 16+61.3 STA: 16+62.61 STA: 17+22.56 5 11 1 OFF:39 5 RT OFF: 38.00 RT 7 OFF: 39:50 RT OFF: 37.00 RT z G V kcv STA: 17+29.60 I o I C / I X 4 OFF:37.90 RT I T n SHEET NOTES 1. SEE SHEET 1-1.0 FOR MATERIALS AND LAYOUT NOTES. MATCHLINE STA 0+79 SEE SHEET L 1 .2 MATERIALS LEGEND LAYOUT LEGEND SYMBOL ITEM SYMBOL ITEM SCORE JOINTS AT STA:X+XX.XX o CONCRETE SIDEWALK OFF:XXX LT STATION LABEL ® METAL BENCH STA:X+XX.XX1 STATION LABEL WITH KEYED NOTE OFF:XXX RT BICYCLE RACK 1+ STREET CENTERLINE AND STATION ❑o ART PLATFORM o FLAG POLE SLEEVE N 0 PA PLANTING AREA oa os oa z� s_ ao �o �U I Q ''NI t ELi ` o a4 I NS 0 20' 40' o N oSCALE 1" =20' a�I o CONSTRUCTION DOCUMENTS aNRevisions and Addendums SHEET � ST' � LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD "U Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L I. 1 W •, � 24z • Addendum #2 21/11/04 1 WS W� TAS- vuv uV 110 SE Main St.,Suite 100 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 75 Portland,OR 97214 TIGARD, OREGON 97223 OF �, F. GEG Michael N ) WORK& Ph:503 222 5612 VOICE: 50,3-6J9-4771 94 s � OREGON � 10/31/1988 w Fax:503 222 2283 E �� �� Email:info@greenworkspc.com ' I/i/I/i W TIGARD 60R.GOV 2 ONE INCH (REF) CAPE ARPEDESTRIAN MATERIALS AND LAYOUT PLAN O DESIGN: WS DRAWN: VS CHECK: RT PROJ. NO: 970 1 7 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 A� 1\ I- EB W W D zz I I go � , m CV CV — — T — — — — T I I icv o, G PA KEYED NOTES QI CONSTRUCT SCORE JT/TYP 314 g -- 3 TYP Z„ O CONCRETE SCORING PATTERN2+00 L4.2 — -- a s SW SCOFFINS S ® I 3 TYP SHEET NOTES 0 F + 1. SEE SHEET 1-1.0 FOR MATERIALS AND LAYOUT NOTES. _ 2. SEE SHEET 1-1.1 FOR OVERLAPPING PEDESTRIAN PA _ _ _ _ �� MATERIALS AND LAYOUT INFORMATION. I � I A� — PAI I ® PAr� � I I I P I LI � II MATERIALS LEGEND LAYOUT LEGEND SYMBOL ITEM SYMBOL ITEM SCORE JOINTS AT STA:X+XX.XX CONCRETE SIDEWALK OFF:XXX LT STATION LABEL ❑o ART PLATFORM STA:X+XX.XX 1 STATION LABEL WITH KEYED NOTE OFF:XXX RT o FLAG POLE SLEEVE 15+0 STREET CENTERLINE AND STATION 3 O ti N PA PLANTING AREA W ti �I O R O O U O O O O R o N J O O N 2 T R O g� �I N W �FY N� w ZI E� 0 0 Q ati N N 0 20' 40' N N �O ^O O^ 511, N W SCALE 1" =20' .o yU CONSTRUCTION DOCUMENTS STER Revisions and Addendums ENGINEERING DVISION CITY OF T I GARD SHEET Description Date No. B LANDSCAPERONME TALL SIGN L 1.2 P Y ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT ,1 W W 110 SE Main St.,Suite 1001,3125 S.w. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 76 WORK& Portland,03 222 5612 E TIGARVOICE:, OREGON 4171 OF r— F.Michael Faha OREGON V Fax:5032222283 VOICE: 503-639-4171 94 10/31/1988 FAX: 503624-0752 Email:info@greenworkspc.com www.TlcARooR.Gov PEDESTRIAN MATERIALS AND LAYOUT PLAN FILE NO a ONE INCH (REF) QPE AR�� DESIGN: WS I DRAWN: VS CHECK: RT I PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 16+00 STA: 14+82.87 1 STA: 14+90.75 OFF: 5.99 LT OFF 25.99 LT O SW MAIN ST TW 173.00 TYP 3 ' PA TW 173.00 TW 173.00 0 BUS SHELTER - SEE STA: 14+74. 7 KEYED NOTES 6 S A: 14+82.8 CIVIL PLANS 0 F:21.50 LT 1 STA: 14+90.74 0 F: 17.12 L 1 PA 71 OFF: 17.12 L CONSTRUCT MANUFACTURED STONE -- ---- T - -- - - T ---- T -- - T ---- T -- - T -- T -- - T --- T -- - T -- --- T -- T T -- T - - -- -- T - -- ---- T - -- O VENEER SEATWALL L4.0 1 000000000 T - - T - T - - - - - - - J - - CONSTRUCT SCORE JT/TYP 9/ 3 - T ---- - - - T T - - - T T - -� - -- T -- TZ - T - -- -- - O CONCRETE SCORING PATTERN 6 INSTALL LITTER RECEPTACLE TYP 3 8 O L4.3 \ CONSTRUCT FLAG POLE 5 - � \2J SLEEVE L4.3 SW MAIN ST STA: 16+24. 7 TA: 16+13.62 OFF: 34.50 RT STA: 16+32.37 TA: 16+37.62 15+00 FF:34.50 RT 1 Sf,A: 16+24.37 OFF: 34.50 RT FF:34.50 RT SHEET NOTES TA: 16+13.62 0 F: 36.00 STA: 16+32.37 S A: 16+37.62 1 OFF: 36.00 RT 1 OFF: 36.00 RT OFF:35.87 RT 1 1. SEE SHEET 1-1.0 FOR MATERIALS AND LAYOUT NOTES. TW 178.00 - ---- ------ ----- TRANSIT PLATFORM AND SEATWALL "A" ENLARGEMENT SCALE: 1" = 5'-0° _ L PA 1 PLAN -- PA TW 178.00 0' 2.5' 5' TW 177.80 TW 177.80 -- -- - -- -- - -6 - - - - - - - - = 15+00 I SEATWALL "C" ENLARGEMENT SCALE: 1" = 5'-0" SW MAIN ST PLAN 0' 2.5' 5' MATERIALS LEGEND LAYOUT LEGEND 0 0 0 0 0 0 0 0 SYMBOL ITEM SYMBOL ITEM 000000000 00000000 TYPC3 SCORE JOINTS AT CONCRETE SIDEWALK STA:XX+XX.XXOFF:X.XX RT STATION LABEL 1 TA: 15+15.60 TW 174.30 STA: 15+24.96 1 BUS SHELTER - OFF: 17.12 RT OFF: 17.12 RT SEE CIVIL PLANS ---------- TA: X+XX.XX MANUFACTURED STONE VENEER SEATWALL OFF:X.XX RT 1 STATION LABEL WITH KEYED NOTE - - - - T -- - T _ --_ /T -- - T - - -- - --- - - - - - - i - T - - T - - T - - i - - T - - T - - T - N T - T - - TW 174.30 - - - - T - T LITTER RECEPTACLE TW XXX.XX SPOT ELEVATION - - T -- T - T - - - - T PA -- T - T - - T - - - - - -- >/Z/ - T - - - - - - - T �- - T W y i i TW 174.30 ! LA': 15+32.95 6 o FLAG POLE SLEEVE o a OFF:21.50 RT V V ALIGN FEATURES AILao U o pA PLANTING AREA 15+00 Mp STREET CENTERLINE AND STATION _a STA: 15+15.60 E LiSTA: 15+24.96 OFF:27.07 RT g a OFF:27.071 RT 1 a� Np TRANSIT PLATFORM AND SEATWALL "B" ENLARGEMENT SCALE: 1" = 5'-0" 2 PLAN N o 0' 2.5' 5' a�I o� CONSTRUCTION DOCUMENTS aN Revisions and Addendums SHEET ST' LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD C�lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L 1.3 W •,� � 24z • Addendum #2 21/11/04 1 WS ��^1I nV l W� TAS- vuv uV 110 SE Main St.,Suite 100 13125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 77 Portland,OR 97214 TIGARD, OREGON 97223 OF F. OREGlFaha WORK& Ph:503 VOICE: 50,3-6J9-4771 94 s OREGOQj N 10/31/1988 Fax:503 222 2283 FAX: 503-624 0752 i Email:info@greenworkspc.com ' WWW.TIGARD OR.GOV ONE INCH (REF) �c`�PE ARcPEDESTRIAN MATERIALS AND LAYOUT PLAN ENLARGEMENTS o DESIGN: WS I DRAWN: VS CHECK: RT I PROJ. NO: 97017 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 IRRIGATION SCHEDULE IRRIGATION NOTES 1. LOCATE EXISTING AND PROPOSED UTILITIES PRIOR TO EXCAVATION. IRRIGATION HEADS 2. SYSTEM OPERATION AND DESIGN IS BASED ON 100 POUNDS OF PRESSURE (PSI) AND 22 SYMBOL DESCRIPTION MANUFACTURER/ MODEL ARC PSI GPM RAD GALLONS A MINUTE (GPM) AT THE SHUTOFF VALVE. VERIFY THE DESIGN PRESSURE AND VOLUME PRIOR TO INSTALLATION AND NOTIFY THE CITY OF ANY DISCREPANCIES. 0 ROTARY NOZZLE HUNTER MP CORNER PROS-12-PRS40-CV ADJ 40 VAR 13' 3. REFERENCE PLANTING PLAN(S) PRIOR TO INSTALLATION OF NEW VALVES. LOCATE VALVES IN 0 ROTARY NOZZLE HUNTER MP STRIP PROS-12-PRS40-CV LCS 40 0.22 5'X15' ORNAMENTAL PLANTING BEDS WHEREVER POSSIBLE. DO NOT LOCATE IN STORMWATER 0 ROTARY NOZZLE HUNTER MP STRIP PROS-12-PRS40-CV RCS 40 0.22 5'X 5' FACILITY BEDS WITHOUT PRIOR APPROVAL OR IF INDICATED OTHERWISE. ADJUST VALVE 0 ROTARY NOZZLE HUNTER MP STRIP PROS-12-PRS40-CV SST 40 0.44 5'X30' LOCATIONS TO ELIMINATE CONFLICT WITH PROPOSED PLANTINGS AND PATTERN LAYOUTS. ROTARY NOZZLE HUNTER MP1000 PROS-12-PRS40-CV 210-2700 40 VAR 14' ROTARY NOZZLE HUNTER MP1000 PROS-12-PRS40-CV 90-2100 40 VAR 14' 4. STAKE PROPOSED VALVE LOCATIONS AND OBTAIN APPROVAL BY CITY PRIOR TO INSTALLATION ROTARY NOZZLE HUNTER MP2000 PROS-12-PRS40-CV 90-2100 40 VAR 19' OF NEW IRRIGATION SYSTEM. m ROTARY NOZZLE HUNTER MP800SR PROS-12-PRS40-CV ADJ 40 VAR 10' 5. VERIFY THE DIMENSIONS AND LAYOUT OF ALL NEW PLANTING AREAS PRIOR TO INITIATING 0 BUBBLER RAIN BIRD 130OA-F 3600 40 2.00 V-3' WORK AND IMMEDIATELY NOTIFY CITY OF ANY DEVIATIONS FROM PLANS. 6. STAKE PROPOSED TREE LOCATIONS AND OBTAIN APPROVAL BY CITY PRIOR TO INSTALLATION IRRIGATION EQUIPMENT OF NEW IRRIGATION SYSTEM. SYMBOL DESCRIPTION MANUFACTURER/ MODEL 7. INSTALL THE IRRIGATION CONTROLLER AT THE LOCATION SHOWN ON THE PLANS, ON THE SPECIFIED PEDESTAL PER THE MANUFACTURER'S RECOMMENDATIONS. VERIFY AND LOCATE POC POINT OF CONNECTION (POC) VARIOUS EQUIPMENT POWER SOURCE PRIOR TO INSTALLING CONTROLLER. VERIFY THE FINAL LOCATION WITH THE AUTOMATIC CONTROL VALVE HUNTER ICV CITY PRIOR TO INSTALLATION. EXTEND THE CONTROL WIRE CONDUIT FROM CONTROLLER AND DAYLIGHT SIX INCHES INTO PLANTING BED FOR INSTALLATION OF AUTOMATIC CONTROL VALVE DRIP ZONE CONTROL KIT HUNTER ACZ-075-25 WIRES. O QUICK COUPLER VALVE RAIN BIRD 44-LRC 8. LOCATE BACKFLOW PREVENTION DEVICES A MINIMUM OF S AWAY FROM CURBS OR N ISOLATION VALVE NIBCO T-1 13-K VEHICULAR PAVING WHEREVER POSSIBLE. © CONTROLLER - PEDESTAL MOUNT PED-SS-A2C-1200-M (ACC2 W/ SOLAR-SYNC) 9. MAIN LINES AND LATERAL LINES ARE SHOWN DIAGRAMMATICALLY FOR CLARITY. MAIN AND i MANUAL DRAIN VALVE VARIOUS LATERAL LINES SHOWN IN PAVED AREAS SHALL BE PLACED IN ADJACENT PLANTING BEDS UNLESS SPECIFICALLY INDICATED AS PASSING UNDER PAVING IN SLEEVING. OBTAIN CITY'S APPROVAL PRIOR TO MAKING CHANGES IN ROUTING OF PIPE LOCATION OF VALVES. PIPING 10. RESTORE ALL EXISTING AUTOMATIC IRRIGATION SYSTEMS IMPACTED BY CONSTRUCTION TO SYMBOL DESCRIPTION FULLY OPERATIONAL CONDITION. IRRIGATION LATERAL LINE IRRIGATION MAIN LINE IRRIGATION PIPE SLEEVE MAIN LINE PIPE SIZE LABEL LATERAL LINE PIPE SIZE LABEL 6"SL.-o PIPE SLEEVE SIZE LABEL 0­4 PIPE BOOT MISC SYMBOL DESCRIPTION IRRIGATION RESTORATION: REPAIR EXISTING IRRIGATION SYSTEM IMPACTED BY CONSTRUCTION #� IRRIGATION HEAD SPRAY PATTERN 3 O N CONTROL VALVE TARGET w STATION NUMBER 00 AREA DESIGNATION: S = SHRUB D = DRIP s X a UI X" 00.0 FLOW IN GPM s VALVE SIZE O O a o NI ,o o� o= w� 0 w 21 Eg o �o g� R ti �^I �N NN F� O^ ti O O N .O b� �U CONSTRUCTION DOCUMENTS 4i Revisions and Addendums SHEET "a S TER LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF T I GARD Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L2.0 o i • 242 • ����M �� 110 SE Main St.,Suite 100 13725 S.W. HALL MAIN STREET PHASE 2 IMPROVEMENTS 78 F.Michael Faha WORK& Portland,OR 97212 TIGARD,OICE.- OREGON 97223 OF OREGON L7 Ph:503 222 5612 VOICE: 50,3-6,39-4771 9 10/31/1988 4I Fax:503 222 2283 94 FAX: 503624-0752 E Email:info@greenworkspc.com ' / WWW.TIGARDOR.GOV a ONE INCH (REF) ~ IRRIGATION SCHEDULE AND NOTES FILE NO DESIGN: RT DRAWN: RT CHECK: WS PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NtL 0 0 INSTALL IRRIGATION LATERAL 2" ��'� 4 LINE ALONG BACK OF CURB / \\ ` 1 11 �\ S 6 © S PAVING ONLY- LIMIT " n 1 10.6 \ I 1 17.1 TRENCHING IMPACT TO \\ n $ SL \ I EXISTING TREE ROOTS '0��� M 3 2 I 3 r - L �� D 7 © S - - - - - - - - — .. � 11 SL 2T -A M 3 411 4.00 wn 8 g 1 4 0 --- D — - — — —�— T T r 77 77-71 2 $ an 8" S M 81 S M 1 WM W W 8" SL--,, — T S �1 • 11 L a I • 0 � j 1N " TYP 10 S L M M M M K K K K — -- T M M K K K� T 11 -- -- -- — 3 1 11 TYP M �A Y4 \ OI a° � K K o � T a T K � K KEYED NOTES K M oo°°000°o IRRIGATION MAINLINE INDICATED T K K K Q J a , , DIAGRAMMATICALLY- INSTALL AT INTERIOR ~ 1 CD _ ,opo s/ S — O SIDE OF SIDEWALK WHERE FEASIBLE QD I I (/) WO INSTALL POINT OF CONNECTION (POC) L „ T S C 12+00 13+00 14+00 I ' , 1 < IW ' "- W _ - I I w w w •• SW MAIN ST - w 611 w Allw I W� 2 INSTALL CONTROLLER - 2 - W TYP 4 I I w w \` Z O PEDESTAL MOUNTED L4.4 Iz% T Qs 11 6°SL—'t I T Y" 9 T 4 J INSTALL IRRIGATION PIPE IN 4 3 �,�T�1��'� � / I � _ � O � 12 TYP _ - - a- - PLANTING AREA L4.4 Ivi r ® � - l' -��1 ��� �� INSTALL IRRIGATION PIPE ANDUj 4 OP ——— — — — - �� _1 _,;, _ ® - - /° M r D r Y411 4"S "M� I ® SLEEVE (UNDER PAVEMENT) L4.4 cv — 1/,1. 2" L i ------- � .- -- \ I 11 2' L L J 11 11 3 g n M T cv ° T ,\ a' _ II I o , sa°�a \ a � 6 INSTALL AUTOMATIC CONTROL 1 ° T M M M C M M M M M M O VALVE ASSEMBLY L4.5 C 4" M e—m L ® ® — \ — — X V) .v INSTALL DRIP CONTROL ZONE 2 x — ASSEMBLY L4.5 I (J 0 / �� 2 TYP 10 INSTALL QUICK COUPLER 3 IRRIGATION RESTORATION - acv I ® VALVE ASSEMBLY L4.5 EXTENTS MAY VARY, VERIFY PRIOR TO CONSTRUCTION �/ ® INSTALL ALL IRRIGATION INSTALL MANUAL DRAIN 4 B0 M EQUIPMENT WITHIN RIGHT-OF-WAY O VALVE ASSEMBLY L4.5 B0 o I' INSTALL SPRAY HEAD - 5 I I B01 n I 10 SWING JOINT ASSEMBLY L4.5 111 _ Rn r 11 INSTALL BUBBLER AT 1 y O STREET TREE L4.6 Q INSTALL IRRIGATION PIPE BOOT 2 �.6 SHEET NOTES 1. SEE SHEET L2.0 FOR IRRIGATION SCHEDULE AND NOTES. 0 NI O W y I .p O o I o o op 2 U ao C2 �U ,O N� J NI O O I 0 0 20' 40' a� �I oW N� 21 SCALE 1" =20' g � I o CONSTRUCTION DOCUMENTS ^I aNRevisions and Addendums v�ST%� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD SHEET L�'� Description Date No. By ^ n n ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L2. 7 W • 24z • Addendum #2 21/11/04 1 WS (OI EE �V I T v u u V 110 SE Main St.,Suite 100 13125 S.w. HAS 7 2 MAIN STREET PHASE 2 IMPROVEMENTS 79 Portland,OR 97214 TIGARD, OREGON 97223 �S C-- F. GEGMichael N �. WORK& Ph:503 222 5612 VO/CE: 503-639-4171 OF OREGON V FAX: 503624-0752 94 3� 9 10/31/1988 '� Fax:503 222 2283 Email:info@greenworkspc.com WWW.TIGARD OR.GOV IRRIGATION PLAN a� ONE INCH (REF) C�9AE AR�� FILE NO DESIGN- RT DRAWN- RT CHECK- WS PROD. NO. 97077 BID ON- DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I EXTEND SPARE VALVE WIRING FOR THREE FUTURE ADDITIONAL ZONES WITHIN AUTOMATIC CONTROL VALVE BOX n \ I cc, I - I 5 op _ i © S TYP 10 5 TYP 1 BOL TYP 12 1�'2" 19.4 - - - - - - - - - - - - - - — — o� - - - - — � - - r � — - - - — 1 I - - - - - - - - - - - - - - - - - - - - - - R — — J NLO — 3 4" L rma TM MiiAlf v 4SL3, M ® " � M ----3 ------ — T M s �� s4�� mo6SM � � T - � - - � _ _ _ - KEYED NOTES a000° IRRIGATION MAINLINE INDICATED T T 6°SL ` 10 M M T M --- - - - DIAGRAMMATICALLY - INSTALL AT (/) LU INTERIOR SIDE OF SIDEWALK \—OTYP `I _QTYP ��` 6"SL 4- O SL 0 3 INSTALL IRRIGATION PIPE IN 4 15+00 WHERE FEASIBLE — — '�°° _ \\ — — e°° _ ►� O PLANTING AREA L4.4 T — INSTALL IRRIGATION PIPE AND 4 z Z I n7 w w w 10 TYP w SW MAIN ST✓ 12 w w \\ 4 1P 9 w w - - �°°� 4 SLEEVE (UNDER PAVEMENT) L4.4 J T 00000 3 TYP T M M T 4 M - - - 5 \ Y" � 34 ° L M M M ® „ T S - - - _ 05 INSTALL ISOLATION VALVE ASSEMBLY W _ _ _ � _ _ _ w U 7 T/T - - - - / T M 7 T T - M - T T y7 /T /T /y �—� �� T i /J' / / T� � 1 - T /T -�� _ _ 'I L7/ M �� M n°,'°° �1 � 1 / 11 � �1 — - (/) — L _ — o T J / s / T _ _ INSTALL AUTOMATIC CONTROL T — L =— M M T 6"SL �" M M T T 2" I _ _ T — W — 4" 4' S s „ „SL - _ T VALVE ASSEMBLY L4.5 4 S INSTALL QUICK COUPLER 3 M M ® L _ --- L T S L — M M M M I �O sTse EB °°°°° VALVE ASSEMBLY L4.5 — — — —I o M — — — — 3/�� M 0 -- e _ _ _ _ _ _ _ _ M 4 S 2 SL INSTALL MANUAL DRAIN 4 — — - - - - - - - - - - — - - �y- - OO VALVE ASSEMBLY INSTALL ALL IRRIGATION L4.5 ---- ' - � INSTALL SPRAY HEAD - 5 GV EQUIPMENT WITHIN RIGHT-OF-WAY O _' 10 ® I 11 \ O SWING JOINT ASSEMBLY L4.5 o II \\\ I , I cv 1 � ° z \ O INSTALL IRRIGATION PIPE BOOT 2 IX I y 12 I y MATCHLINE STA 0+79 SHEET NOTES SEE SHEET L2. 3 1. SEE SHEET L2.0 FOR IRRIGATION SCHEDULE AND NOTES. 0 NI O 2 y til ,pO o R 'oI o 16 o� 2 ao U I � N J 4 NI O i E WI y a I ti 0 20' 40' N W 7 �I oW N N, SCALE 1" =20' o� o > CONSTRUCTION DOCUMENTS 2 PI ST�� Revisions and Addendums ENGINEERING DVISION CITY OF T I GARD SHEET r Description Date NO. B LANDSCAPE ARCHITECTURE L2.2 P y D n n ENVIRONMENTAL DESIGN ,1 PUBLIC WORKS DEPARTMENT W )r_:w4wig� Addendum #2 21/11/04 1 WS ����I�V Iv u V 110 SE Main St.,Suite 100 73925 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 80 Portland,OR 97214 TIGARD, OREGON 97223 F.Michael N j WORK& Ph:503 222 5612 VOICE: 50J-6J9-4771 F OREGON 3 a Fax:503 222 2283 94 10/31/1988 w FAX: 503624-0752 Email:info@greenworkspc.com 2 www.TiGARD-oR.GOV a ONE INCH (REF) C`�pE X10IRRIGATION PLAN FILE NO DESIGN: RT DRAWN: RT I CHECK: WS PROJ. NO: 97077 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 A� 1\ ^1 O N o I D I c� LU II D EB 7 IRRIGATION RESTORATION - I Z EXTENTS MAY VARY, VERIFY PRIOR I J TO CONSTRUCTION I I � L► I �KN� JI = Lu 107/77 - KEYED NOTES II s s s s © 3 INSTALL IRRIGATION PIPE IN 4 ® M — — — M - - - O PLANTING AREA L4.4 3 TYP 2+�_ I / INSTALL IRRIGATION PIPE AND 4 ® SLEEVE (UNDER PAVEMENT) L4.4 s , � SW SIC ST ® I INSTALL SPRAY HEAD - 5 /// 4 TYP + + + 1 O SWING JOINT ASSEMBLY L4.5 U' SHEET NOTES o — — — — — — — — — — — — — — II 1. SEE SHEET L2.0 FOR IRRIGATION SCHEDULE AND NOTES. 2. SEE SHEET L2.2 FOR OVERLAPPING IRRIGATION I INFROMATION. L w G 3 Z5 I O NI O h �I O Q O O O O O 4 0 0l o/ o¢ 2a I �I h J 21 E� I �N 0 20' 40' NN }O w� o^ N ^4 SCALE 1" =20' yU a CONSTRUCTION DOCUMENTS Revisions and Addendums SHEET LANDSCAPE NDAPE ARCHITECTURE ENGINEERING DVISION CITY OF T I GAR D Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L2.3 AIN STREET PHASE 2 IMPROVEMENTS 110 SE Main St.,Suite 100 v-• 13125 S.W.S.W. HALL BLVD. 8 1 F.Michael Faha Portland,OR 97214 �� T/GARD, OREGON 97223 F OREGON Ph:503 222 5612 ` VOICE: 503-639-4171 10/31/1988 � WORKS O Fax:503 222 228394 FAX: 503-624-0752 a E Email:info@greenworkspc.com � WWW.TIGARDOR.GOV J aJ ONE INCH (REF) �`QAE AR�� IRRIGATION PLAN FILE NO DESIGN: RT DRAWN: RT CHECK: WS PROJ. NO: 17C/P-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 PLANTING SCHEDULE PLANTING NOTES 1. PROVIDE PLANTING SOIL MIX AND STORMWATER SOIL MIX TO THE COMPOSITION AND DEPTHS TREES IN ACCORDANCE WITH THE PLANS, STANDARD SPECIFICATIONS, AND SPECIAL PROVISIONS OF THE CONTRACT DOCUMENTS. SYMBOL BOTANICAL NAME COMMON NAME SIZE & TYPE SPACING QTY 2. INSTALL ALL PLANTS IN ACCORDANCE WITH THE PLANS, STANDARD SPECIFICATIONS, AND SPECIAL PROVISIONS OF THE CONTRACT DOCUMENTS. ACER FREEMANII AUTUMN BLAZE 2" CAL, B&B AS SHOWN 9 + 'JEFFSRED' FREEMAN MAPLE 3. INSTALL BARK MULCH ONLY IN NON-STORMWATER PLANTING AREAS. ACER FREEMANII ARMSTRONG MAPLE 2" CAL, B&B AS SHOWN 8 4. PLANT QUANTITIES ARE LISTED FOR CONVENIENCE ONLY. ALL COUNTS SHALL BE VERIFIED V 'ARMSTRONG' MAPLE PRIOR TO INSTALLATION. IN THE CASE OF A DISCREPANCY BETWEEN THE SCHEDULE AND THE PLANS; PLANTS INDICATED ON THE PLAN SHALL SUPERCEDE QUANTITIES LISTED IN THE CARPINUS BETULUS PYRAMIDAL EUROPEAN 2" CAL, B&B AS SHOWN 2 SCHEDULE. 'FASTIGIATA' HORNBEAM 5. UTILITY LOCATIONS SHOWN ON PLANS MAY DIFFER FROM FIELD CONDITIONS. FIELD VERIFY ALL UTILITIES PRIOR TO INSTALLATION. CONFLICTS BETWEEN ANY EXISTING AND PROPOSED - QUERCUS BICOLOR SWAMP OAK 2" CAL, B&B AS SHOWN 9 UTILITIES ARE TO BE BROUGHT TO THE ATTENTION OF THE OWNER'S REPRESENTATIVE IMMEDIATELY. MAINTAIN A MINIMUM S HORIZONTAL DISTANCE FROM UNDERGROUND UTILITIES AND TREES. SHRUBS I GROUNDCOVERS 6. PLANTS INDICATED WITHIN STORMWATER FACILITIES DESIGNED WITH PERMANENT POOLS OF WATER OR FACILITIES ANTICIPATED TO BE FREQUENTLY INUNDATED SHALL BE ENTIRELY SYMBOL BOTANICAL NAME COMMON NAME SIZE & TYPE SPACING QTY DEWATERED PRIOR TO PLANTING. CORNUS SERICEA 'KELSEYI' KELSEYI DOGWOOD 1 GAL CONT AS SHOWN 420 7. CONTRACTOR SHALL PROVIDE A TWO YEAR PLANT ESTABLISHMENT MAINTENANCE PERIOD FOR ALL INSTALLED PLANTS. HELICTOTRICHON BLUE OAT GRASS 1 GAL CONT AS SHOWN 78 SEMPERVIRENS IRIS DOUGLASIANA DOUGLAS IRIS 1 GAL CONT AS SHOWN 219 INSTALL 3 PLANTS PER SYMBOL AT 8"± SPACING (ACCENT PLANTS) @o ROSA X 'RADRAll' KNOCKOUT ROSE 3 GAL CONT AS SHOWN 85 0 SPIREA BETULIFOLIA GLOW GIRL SPIREA 3 GAL CONT AS SHOWN 40 'TOR GOLD' o SPIREA JAPONICA 'WALBUMA' MAGIC CARPET SPIREA 3 GAL CONT AS SHOWN 241 CAREX MORROWII 'ICE DANCE' ICE DANCE JAPANESE SEDGE 1 GAL CONT 15" OC 1,293 HEMEROCALLIS STARBURST DOUBLE 1 GAL CONT 24" OC 577 X 'MONOLD' GOLD DAYLILY + + + + + + + JUNCUS PATENS SPREADING RUSH 1 GAL CONT 18" OC 246 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 MAHONIA REPENS CREEPING MAHONIA 1 GAL CONT 18" OC 713 0 0 0 0 0 0 0 LIRIOPE 'BIG BLUE' BIG BLUE LIRIOPE 1 GAL CONT 12" OC 837 3 MISC a z NI SYMBOL DESCRIPTION 0 w ROOT BARRIER I I I STORMWATER PLANTER s U L — — — — - - - - O 0 BARK MULCH BED 0 �a o NI ..o ox o 2� ti 2� I �I 0 w 21 Eg o I �o g� ati h I v ^ �N NN F� O^ ti O U N .O b� �U 4i CONSTRUCTION DOCUMENTS Revisions and Addendums SHEET "a S TER LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF T I GARD Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L3.0 o i • 242 • ����M �� 110 SE Main St.,Suite 100 13725 S.W. HALL MAIN STREET PHASE 2 IMPROVEMENTS 82 F.Michael Faha WORK& Portland,OR 97212 TIGARD,OICE.- OREGON 97223 OF OREGON L7 Ph:503 222 5612 VOICE: 50,3-6,39-4771 9 10/31/1988 4I Fax:503 222 2283 94 FAX: 503624-0752 E Email:info@greenworkspc.com ' / WWW.TIGARDOR.GOV a ONE INCH (REF) ~ PLANTING SCHEDULE AND NOTES FILE NO DESIGN: VS DRAWN: VS CHECK: RT PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 0 0 DO NOT INSTALL PLANTS BEYOND �\ DRIPLINE OF EXISTING TREE AND BACKFILL WITH PLANTING SOIL MIN 2 ROWS OF GROUNDCOVER PLANTS - TYP MIX (UTILIZE METHOD "B" n BACKFILL WITH PLANTING SOIL MIX AT EXISTING MATURE TREES PLANTING AREA PREPARATION) Z +0�� \ (UTILIZE METHOD "B" PLANTING AREA PREPARATION) -- p 1 TYP Fr \\ N _ 0 o -A o TYP 10 - - - - - - s:,' o� 0 \ - - - - - - - - 0 0 o � 0 o b 0 0 0 M NM WM WM O 0 \ �` _ D _ O _ N TYP9 I o +++ + o +++ + + o + +, ♦ ♦ o I + o+++ ♦ �- N cv D4 O I I M KEYED NOTES - - - - - - - - - - - 0 0 0 00 0 _ 0 0 0 _AQTYPO 2 TYP 3 4 TYP O TYPO? $ O C) 10 INSTALL PLANTING SOIL MIX 10-00110110 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 11 ' L4.7 r) ni �O — 2ao is+°°-I as+o° LL!SW MAIN S� 2 O 1 D4� O5 1 2 TYP TYP 9 j Z 20 INSTALL STORMWATER SOIL MIX L4.7 SIM 3O O C` SIM 3 J PLANT DECIDUOUS TREE - 1 � 3 ` W � �11. �` F i � O_ � BALLED AND BURLAPPED L4.7 r _ + � T T/�11 �� 4 OP - _ _ +++++ + ++ - T ++++ C� ® INSTALL TREE STAKING — — M FM -- --- CO \\ C 0 0 05 INSTALL ROOT BALL STABILIZATION J -� c coo _ 0 0 L4.7 PLANT SHRUB PLANTING - 6 v v- - - — — 0 0 0 0 0 o° 6 TYP gc� 0 CONTAINER L4.7 � - - - - - - � TCV C7 - -� 3 4 TYP 1 TYP PLANT GROUNDCOVER PLANTING - � TYP ��� I O CONTAINER L4.8 3 10 2 ® PLANT TYPICAL PLANT SPACING eo L4.8 BOn I eon n I O PLANT ACCENT PLANTINGS 3 r I i 2 Rni L4.8 �I 10 INSTALL ROOT BARRIER 4 L4.8 SHEET NOTES 1. SEE SHEET L3.0 FOR PLANTING SCHEDULE AND NOTES. 3 O 2 4 N O N N Q, O 4 O O O U J O Y ii of o 2� Y til �O 2� a� J h' �N W Z z5 I Q N zt 0 20' 40' N^ d O «N O^ SCALE 1" =20' ^a yU CONSTRUCTION DOCUMENTS h J os ��STER Revisions and Addendums LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF T I GARD SHEET o� Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L3. 7 • 242 • RIE[EH ,1 ,G � 110 SE Portland,dt,OR1972114 1,3125 G RD,SOREGON 97223 MAIN STREET PHASE 2 IMPROVEMENTS 83 `, r.. F.Michael Faha OF WORK& ax:503 222 2283 FAX: 503—639-4171 94 9 1%31/10 88 � Fax:503 , Email:info@greenworkspc.com FAX: 503-624-0752 i 1 WWW.TIGARD—OR.GOV a ONE INCH (REF) CAE A��� PLANTING PLAN FILE NO DESIGN: VS DRAWN: VS CHECK: RT PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 I ' I n I Y MIN 2 ROWS OF GROUNDCOVER PLANTS - TYP I \ ® I II REPLACE PLANTS DAMAGED OR REMOVED BY ® CONSTRUCTION WITH SAME PLANT SPECIES 1 TYP — Bogy - - - - - - - - - - - G — — — — — — — — XP - - - - - - - - - — — — — — — — 0 00 0 0 0 0 0 0 0 - - - - J 11 11 1 ^ 0 M wM L I I I I � No I + i ---� o — + + +++ + i o 0 0 o Gv Q �! �� �r oy 00000° _ _ - - - --- - — — — - — - - � - - - - KEYED NOTES I— I— — — \\ - - - - 3 OTYP ., 2 TYP \—OTYP SW MAIN ST TYP® 6 QD TYP 10 10 INSTALL PLANTING SOIL MIX 1 ��` — — 5.00 — — 16 00 — — — 17 00 — — e.o _ L4.7 z I �� -QTYP 3 ®TYP 7 ®TYP 9 TYP 1 TYP 2 TYP � — 19.00- 2 INSTALL STORMWATER SOIL MIX ft--ft (f) O L4.7 J _ ► 3 ♦ U rL^� ++ -r= TT �T - �T�- T l T l��- - ♦ r _ T _ _ - - � � O BALLED DAENCDIDBU - TYP 10- - ORULSATPRPEEED- L4.7 �11/ 1I _ - T 4 +++++ + ++,-+ +++ — T _ ® INSTALL TREE STAKING _ ++ ++++ +++ _ L4.7 T � O — T _ y PLANT SHRUB PLANTING - 6 wM wM w ° Io 0 0 0 _ o 0 o I O STSG EB © CONTAINER L4.7 _ 1 — — — — — — ° — — — 0 0 0 0 y B PLANT GROUNDCOVER o • • • 00000 000 000 0000 0�0 G r n O PLANTING - CONTAINER — — — — — — — — Gv1 1�1 $ PLANT TYPICAL PLANT SPACING 2 O ® Z L4.8 to I / 1 I I GV I cn o / 9 PLANT ACCENT PLANTINGS 3 y O L4.8 I I 10 INSTALL ROOT BARRIER 4 I MATCHLINE STA 0+79 SEE SHEET L3. 3 SHEET NOTES 1. SEE SHEET L3.0 FOR PLANTING SCHEDULE AND NOTES. 3 O 2 J NI O W y I ao �^I 00 op 2V s^I ao z2 J r- �U C' NU J NI O O I 0 0 20' 40' o� a oW N 2, SCALE 1" =20' g � I o CONSTRUCTION DOCUMENTS ^I aNRevisions and Addendums v�ST%� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD SHEET L�'� Description Date No. By ^ n n ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L3.2 W • 24z • Addendum #2 21/11/04 1 WS (O EE �V I T v u u V 110 SE Main St.,Suite 100 13125 S.w. ON BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 84 Portland,OR 97214 T/GARD, OREGON 97223 �� r F. GEGMichael N �. WORKS. Ph:503 222 5612 VO/CE 503 639-4171OF OREGON V FAX: 503624-0752 94 10/31/1988 Fax:503 222 2283 �t�, Email:info@greenworkspc.com � ' 1 �/�/�/,T/GARDOR.GOV PLANTING PLAN a� ONE INCH (REF) C�9AE AR�� FILE NO DESIGN: VS DRAWN- VS CHECK- RT PROD. NO. 97077 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 A� 1\ ^1 II I V I mC/) I I I S W I o w Ee LU> w I I D 7 = I 00— I o Z LU ° J (/� 0I 1 ' O � B W I o � Q oCV cv T — — - - T U) I I\ H Z I I cv 4 z o KEYED NOTES LLI J I g 10 INSTALL PLANTING SOIL MIX L4.7 wo I z 1 TYP °° Uj U I I 9 6 TYP — — —+— 6 PLANT SHRUB PLANTING - 6 Y — — — O CONTAINER L4.7 — ® 7 8 + SW SCOFFINS ST TYPOPLANT GROUNDCOVER O + O PLANTING - CONTAINER L4.8 + — ++ 1 °0000 I 8 2 PLANT TYPICAL PLANT SPACING L4.8 PLANT ACCENT PLANTINGS L4.8 o o r I 0 o °o I I 0 oa ao 00 00 o SHEET NOTES oI 1. SEE SHEET L3.0 FOR PLANTING SCHEDULE AND NOTES. U L i I 2. SEE SHEET L3.2 FOR OVERLAPPING PLANTING I y� o / INFORMATION. 3 O ti 2 a N N O W ti I O R O O U O O O O W R o N "O O Z Z Z� M J ti N w Z E� 0 0 Q ati o^ N N 0 20' 40' N N O ^'2 O^ 511) N W SCALE 1" =20' .o yU CONSTRUCTION DOCUMENTS Revisions and Addendums ENGINEERING DVISION CITY OF T I GARD SHEET Description Date No. B LANDSCAPE ARCHITECTURE L3.3 P Y ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT ,1 WW M 110 SE Main St,Ph:503 222512 13125 S.W. HALL BLVD MAIN STREET PHASE 2 IMPROVEMENTS 85 WORK& Portland OR 97214 VOICE.TIGARD, OREGON 97223 OF C., F.Michael Faha 3� OREGON V Fax:5032222283 VOICE: 503-639-4171 94 E � 10/31/1988 kI FAX: 503 624-0752 � �� Email:info@greenworkspc.com ' 1 WWW,r/GARDOR.GOV a ONE INCH (REF) QPE AR�� PLANTING PLAN FILE NO DESIGN: VS DRAWN: VS CHECK- RT PROJ. NO- 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 CIP CONCRETE WALL LAYOUT END POINT MORTAR SETTING BED2 — — ftft --------- 4 1 L4.1 SKATE /00 �� PRECAST CONCRETE CAP - TYP L4.1 A DETERRENT- TYP / a p a p l L4.0 % 1/4"♦ ADHERED MANUFACTURED-- F, ANUFACTURED d ° TW 4 PRECAST i TYP i STONE VENEER (AMSV) - TYP d LAYOUT END POINT r o � l ° d L4.0 CONCRETE CAP All / ° ADHERED MANUFACTURED � 2 1._3.. STONE VENEER (AMSV) - TYP MORTAR JOINT (BED JOINT/ � / EDGE OF CONCRETE PAVING - FI POINTING MORTAR - TYP ° I - < U, ❑� � / SEE CIVIL PLANS11 L4.0 aCIP CONCRETE WALL Cn Q ADHERED MANUFACTURED � PAADHERED I r • ° —1 `—" D STONE VENEER AMSV - TYPMANUFACTURED STONE FG I° 10" Q Lli D Fa DCS ( ) ALIGN EDGE OF CONCRETE VENEER (AMSV) - TYP ° ° ° N D CONCRETE SIDEWALK- PAVING W/ FACE OF AMSV- TYPJ MORTAR JOINT `_ I I I ° 1 00� © FG SEE CIVIL PLANS L4.7 PLANTING SOIL MIX SKATE DETERRENT (BED JOINT) - TYP COO / /� — — — — — — MORTAR SCRATCH COAT -1 BETWEEN PRECAST — 2 2" 3 FG _ J CONCRETE CAP WITH ` L4LU .1 SKATE CLR TOP OF BARK MULCH MORTAR JOINT a DETERRENT-TYP (2) #4 VERT REBAR @ L4.0 / 18" OC MIN TYP -�' – I Ut' a� CIP CONCRETE WALL - BEYOND CD DENSE-GRADED AGGREGATE CIP CONCRETE WALLLU ° (10) #4 CONT HORIZ REBAR COMPACTED SUBSOIL 11-211 #4 REBAR TIE @ 12" OC SECTION "A" ELEVATION "B" LAYOUT END POINT PLAN "C" PAY LIMIT a LAYOUT END POINT MANUFACTURED STONE VENEER SEATWALL SCALE: 1" = 1'-0 1 SECTION / ELEVATION / PLAN Oil 311 611 1211 2 TW SKATE DETERRENT L4.1 CIP CONCRETE WALL V _ - 7 " V V F V V V F V V F V V° 3/4" CHAMFER -TYP ADHERED MANUFACTURED 1 B N �j ° ° ° �V ° ° ° ° ° V J 1/8 X 1/8 CONT DRIP EDGE STONE VENEER (AMSV) - TYP MORTAR SETTING BED AND L4.0 C, ~ a p a p a p a p a p a p " SCRATCH COAT V V V V V V � a � a � a � 1 � a r � a � a Ia MORTAR SETTING BED AND MORTAR JOINT (BED JOINT) - TYP o o o I o o v PRECAST CONCRETE CAP d ° SCRATCH COAT °° � ADHERED MANUFACTURED B „� d ° COORDINATE HOLE DIA WITH 3/8" COMPRESSIBLE FILLER W/ 4 < STONE VENEER (AMSV) - TYP 1 1/2 d TYP °a d PRECAST CONCRETE CAP BACKER ROD AND JOINT SEALANT TYP FG a (EXPANSION JOINT) a° d d d MANUFACTURER V, 111111 111IF111111 111111.4 VA�/VA��VA��VA��VA 1/2" DIA X 4" STAINLESS STEEL SECTION "A" A 3/4" DOWEL W/ NON-SHRINK GROUT - \ \ \ \ \ °° ° ° a CONCRETE SIDEWALK- SEE CIVIL PLANS ° a ° \��\��\\�� 1 PLANTING SOIL MIX TW 2 SKATE 4 PER CAP (2 PER END CAP) \ L4.7 L4.1 DETERRENT CIP CONCRETE WALL d ° \\/\\/\\ CIP CONCRETE WALL LEDGE SUPPORT TYP3/4" CHAMFER NOTE: ° a ° \\j\�j\\\ _ aaaa � ° //\\//\\/ FOR ADHERED MANUFACTURED STONE I I PRECAST CONCRETE CAP - TYP PRECAST CONCRETE CAP AGGREGATE BASE - SEE CIVIL PLANS ° \ \ VENEER UNITS SHALL MATCH DESIGN MORTAR JOINT REFERENCE SAMPLE. 411 3"TYP N 1/2" DIA X 4" STAINLESS STEEL DOWEL - BEYOND W ELEVATION "B" ADHERED MANUFACTURED STONE VENEER ti 0 a 0 0 MANUFACTURED STONE VENEER AT PAVING SCALE: 3" = 1'-0" MANUFACTURED STONE VENEER AT PLANTINGS SCALE: 3" = 1'-0" PRECAST CONCRETE CAP SCALE: 3" 2 SECTION 3 0" 1" 2" 4" SECTION 0" 1" 2" 4" SECTION / ELEVATION 0" 1" 2" 4" O O a o NI �o o�I ^2 �I ti O O �I OW J N� E� o �o a� NN N N `r O w� O^ ti O O N �U CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay IST LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.0 o i • 242 • � �� 110 SE Main St.,Suite 100 7.3125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 86 r, F.Michael Faha �. WORKS Portland,OR 9721Ph:503 222 2 V/CARD, OREGON 97223 OF 3a � OREGON L7 O Fax:503 –, VOICE: 503-639-4171 94 10/31/1988 FAX: 503—624—0752 Email:info@greenworkspc.com z / WWW.TICARDOR.GOV J' SITE DETAILS FILE NO a� ONE INCH (REF) CAPE AR�� DESIGN: WS DRAWN: VS I CHECK: RT I PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 1'-6" 21'-0" T-0 7/8" V-6 3/8" FACE OF SEATWALL - NOTES: CONCRETE CAP L4.1 SKATE DETERRENT-TYP BELOW 1. CONCRETE CAP LAYOUT PLAN DIMENSIONS ARE SHOWN FROM EQ EQ EQ CENTER TO CENTER OF TYPICAL 3/4" GAP BETWEEN CAPS. CONCRETE 1 SCHEDULE C? A CAP SCHEDULE INDICATES ACTUAL CONCRETE CAP DIMENSIONS. - 1 2. SEATWALL ORIENTATION IS SAME AS PLAN SHEETS. 2 CAP ID LENGTH WIDTH 80 SKATE DETERRENT B FACE OF SEATWALL - BELOW CD �, L4.1 Lu A — F— F F — " 1 4 — � �, CONCRETE CAP JOINT PRECAST CONCRETE SPACE - SEE NOTE 1 B 2'-15/8" 1'-6" � - �-o CAP - TYP I I CL CL CL1 c� 1'-0" 9'-11/2" 1'-0" 1'-0" 3'-6" 1'-0" D Lu C V-9 5/8" 1'-6" LIJ B MORTAR JOINT - TYP E 1 � Q EQ EQ EQ EQ EQ D 2'-5 7/8" 1'-6" SKATE DETERRENT - TYP 2 1 � _ — �IF— co E 1'-6.. 1._6.. 6 1 r rLL4.1 D 1 Lu C9 A G G G G A - A H H A LIJ1rL F 2'-3 1/2" 1'-6" � I 1 I I i ao CL 4- rL CL rL rL CL rL G 2'-2 5/8" 11-611 E C C C A MORTAR JOINT - TYP I S D I � H 1'-8 1/4" 1'-6" SEATWALL "Cl" SEATWALL "C2" EQ EQ EQ PRECAST CONCRETE CAP - TYP 4 L4.0 L� I A I o SEATWALL "A" 1'-6 3/81' 5-7 1/8" 1'-0" SEATWALL "B" — — J NORTH VP ONCRETE CAP LAYOUT SCALE: 3/8" = 1'-0" LAN 0" 8" 16" 32" NOTE INSTALL SKATE DETERRENT BETWEEN EACH PRECAST TREE ROOT BALL - BELOW CONCRETE CAP PANEL. GRATE FRAME TYPE "R" 4 (AT CURB) L4.1 2 PL 1/4" STAINLESS STEEL SKATE STAINLESS STEEL SECURITY DETERRENT WITH BRUSHED FINISH BOLT - PER MANUFACTURER L4.2 L4.2 6'-0 5/8"± CURB AND GUTTER- SEE -----� ------ N EASE EXPOSED EDGES 410CIVIL PLANS a _ a � TW a C14 +I L4.2 SCORE JOINT-TYP a °d00 43 5 _ — C? o : - 4 PRECAST CONCRETE CAP L4.2 V QQO�� �j ROOT BARRIER L4.0 TREE GRATE CONCRETE CURBA � o c°oc°oc°o�000 ----�- AND GUTTER - \\ \\ I GRATE FRAME TYPE S 1/2" a ! !'� n� (AT CONCRETE SIDEWALK) SEE CIVIL PLANS \/\ /\\� - 3 �' DECIDUOUS TREE - V-0 1/2" a — a a as a a VA�/�\/ VA�/�/ L4.7 BALLED AND a 8" THICKENED CONCRETE III III III I BURLAPPED - SIMILAR EDGE AT FRAME - BELOW 5 ROOT BARRIER - BELOW I I ' ' ' � I I � III � I L4.7 ROOT BALL LAYOUT CENTER POINT STABILIZATION 3 O r SKATE DETERRENT SCALE: 3" V-0" TREE GRATE SCALE: 1/2" = 1'-0" TREE GRATE - CROSS SECTION SCALE: 1" = 1'-0 2 SECTION PLAN SECTION 0" 111 2" 4" 3 0" 6" 12" 24" 4 0" 3" 6" 12" �I ao O J O O O� O cU W^I 00 do U CO c' NI t o E WI o� a� �I N� o� v� �I 0 W o N� ZI v Q o� air CONSTRUCTION DOCUMENTS 2_I �N STE� Revisions andAddendums ENGINEERING DVISION CITY OF TIGARD SHEET L�' Description Date NO. B LANDSCAPE ARCHITECTURE L4. 7 p y D nn ENVIRONMENTAL DESIGN ,1 PUBLIC WORKS DEPARTMENT 1 24a Addendum #2 21/11/04 1 WS (OREELI V v u V 110 SE Main St.,Suite 100 . T G R� S REG�N 97223 MAIN STREET PHASE 2 IMPROVEMENTS 87 WORK& Portland,OR 97214 OF F.Michael Faha OREGON V Ph:503 222 5612 VOICE: 50,3-6,39-4177 Fax:503 222 2283 94 10/31/1988 FAX. 503 624-0752 Email:info@greenworkspc.com z � WWW.TIGARDOR.GOV ONE INCH (REF) c`�PE A� SITE DETAILS FILE NO DESIGN: WS DRAWN: VS CHECK: RT PROJ. NO: 970 1 7 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 COORDINATE DIMENSION WITH GRATE TYPE "S" ANGLE PERIMETER FRAME TYPE "S" - CONDITION FOR A LEVEL TREE GRATE 1/4" SIZED TO COORDINATE WITH GRATE INSTALLATION THICKNESS TREE GRATE #3 REBAR EMBEDMENT ANCHOR ° 4 4 TREE RATE ° ° ° ° x7, FG ° ANGLE PERIMETER FRAME TYPE "R" ° ° IFg ° ° o ° ° ° TOOLED ° 4 ° 4 ° PL 1/4"X 2" X 2" TAB ° 44 CONTRACTION JOINT 4CONCRETE SIDEWALK- SEE CIVIL ° W/9/16" HOLE FOR ANCHOR- INSTALLED ° ° ° ° ° PER MANUFACTURER INSTRUCTIONS ° ° °4 4 ° PLANS ° ° ° ° ° ° 4° ° ° ° a ° 4 1/2" DIA X 4 1/2" LENGTH STAINLESS ° 4 a ° O° ° STEEL WEDGE ANCHOR @ EA TAB o ° 4 °° ° \X\ \X BARK MULCH ° ° 4 ° 4 ° ° Q ° 4 ° ° ° ° //\\/\/\j\\ 4 ° ° / BARK MULCH w ° ° ° CONCRETE SIDEWALK- ° ° 4 ° ° 4 A/VA/VA/\ 04 ° ° ° 4 ° ° SEE CIVIL PLANS ° °° ° ° ° ° CURB AND GUTTER - SEE CIVIL PLANS ° ° AGGREGATE BASE - SEE CIVIL PLANS4 ° ° CONSTRUCTION LEDGE - 2" MIN ROOT BARRIER 411 TREE GRATE FRAME CONNECTION - CAST SCALE: 3" = 1'-0" TREE GRATE FRAME CONNECTION - ANCHORED SCALE: 3" = 1'-0" SCORE JOINT 1 SECTION 2 SECTION 3 SECTION NOT TO SCALE 011 111 211 411 011 1 11 211 411 ADJUST RUN OF SCORE JOINTS VAR- SEE PLANS AS REQUIRED TO ALIGN WITH I WHEELCHAIR ACCESSIBLE TRANSVERSE JOINT - TYP UTILITY BOX UTILITY BOXES LONGITUDINAL JOINT-TYP TRANSVERSE JOINT-TYP SPACE - 3'X 3' MIN 3 w � LONGITUDINAL JOINT- TYP TREE GRATE EQ RUN CUj/) Q w 4 L4.1 OF JOINTS EQ RUN OF JOINTS EQ RUN OF JOINTS JI. ART 1 6„+_ CONCRETE CURB AND -� L4.3 PLATFORM TYP GUTTER- SEE CIVIL PLANS > w d ° ° 0C? a _� ° 4 d d a ° METAL O _. a � d d a D ❑ 3 d d° a BENCH a SCORE JOINT- TYP a 4 ° 31-011+ L4.2° a ° �, d O� TYP 4 ° w d a 4 ° °4 PROVIDE SCORE JOINT da d AT GRADE BREAK- SEE UTILITY BOX TYP_ 5 l 5 FLAG POLE ° d CIVIL PLANS a FLAG POLE SLEEVE SLEEVE L4 3 L4.3 CONCRETE SIDEWALK- PLANTING PLANTING AREA(PA) CONCRETE CURB - EQ RUN OF EQ RUN OF EQ RUN OF SEE CIVIL PLANS AREA (PA) 3 SEE CIVIL PLANS JOINTS JOINTS JOINTS CONCRETE DRIVEWAY- SCORE JOINT- TYP PROVIDE SCORE JOINT NOTE: �.2 N' SEE CIVIL PLANS AT GRADE BREAK- SEE ALL TRANSVERSE JOINTS SHALL BE CIVIL PLANS ADJUST RUN OF SCORE JOINTS AS PERPENDICULAR TO CURB LINE AND ALL W SIDEWALK AND DRIVEWAY PATTERN REQUIRED TO ALIGN WITH UTILITY BOXES FURNISHING ZONE PATTERN LONGITUDINAL JOINTS SHALL BE PARALLEL TO CURB LINE UNLESS INDICATED OTHERWISE. a 0 0 TYPICAL CONCRETE SCORING PATTERN SCALE: 1/4" = 1'-0” PLAN 0' 1' 2' 4' a Ln0 a 0 0 o N ^Q o� 0 NW J N N w Z E� o �o a� N^ N^ ` o ,W O^ N oW N� yU a� CONSTRUCTION DOCUMENTS Revisions and Addendums SHEET LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD Description Date No. By ENVIRONMENTAL DESIGN BLIC WORKS DEPARTMENT L4.2 PU o i • 242 • � �� N 0, �� 110 SE Main St.,Suite 1001 . °,°° SW. HA« BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 88 WORK& Portland,OR 97212 VOICE, OREGON 97223 OF r. F.Michael Faha F-, �� 9 OREGON =- 3a V Fax:5032222283 � VOICE: 503-639-4171 94 10/31/1988 �i FAX: 505-624-0752 . E Email:info reenworks c.com z � @9 p / WWW.TIGARD—OR.COV ONE INCH (REF) `�C�pE A���~ SITE DETAILS FILE NO DESIGN: WS DRAWN: VS CHECK: RT PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTES: EXISTING SALVAGED AND NOTES: 1. ALIGN BENCH WITH BACK EDGE OF RESTORED BICYCLE RACK 1. MAINTAIN 12" CLEAR MINIMUM FROM BUS SHELTERS CONCRETE SIDEWALK. rL (4) 1/2" DIA X 3 1/2" LENGTH AND 6" CLEAR MINIMUM FROM EDGE OF PAVING. 2. METAL BENCH STYLE VARIES SSTL PIN HEX BUTTON HEAD 2. ORIENT DOOR OPENING AWAY FROM PLANT BEDS. (BACK OR BACKLESS). WITH DROP-IN ANCHOR 3. PROVIDE THICKENED CONCRETE SIDEWALK IF MANU'F ANCHORS REQUIRE DEEPER PROFILES. EXISTING SALVAGED AND RESTORED Al EXISTING FLANGE -TYP EQ EQ MANUFACTURER PROVIDED 4 METAL BENCH - SEE NOTE 2 ANCHOR BOLT(S) LAYOUT CENTER/ MIDDLE POINT PLAN 4._4..+ LAYOUT CENTER POINT CA LITTER RECEPTACLE LAYOUT CENTER/ MIDDLE POINT WITH DOOR EXISTING SALVAGED AND CL CLRESTORED BICYCLE RACK 1/2" DIA X 3 1/2" LENGTH STAINLESS STEEL 1/2" DIA X 3 1/2" LENGTH SSTL CONCRETE SIDEWALK- PIN HEX BUTTON HEAD WITHIN STAINLESS C CPIN HEX BUTTON HEAD WITHIN SEE CIVIL PLANS FG STEEL DROP-IN ANCHOR - TYP SSTL DROP-IN ANCHOR -TYP FGV r� IF y r' b CONCRETE SIDEWALK- SEE CIVIL PLANS FG -' MANUFACTURER PROVIDED ANCHOR EQ EQ ° �° a ° ` ° — ` CONCRETE SIDEWALK- SECTION / ELEVATION BOLT(S) ° ^ SEE CIVIL PLANS rL rL SECTION PLAN (BOTTOM) METAL BENCH SCALE: 1" -0 BICYCLE RACK SCALE: 1" = V-0 LITTER RECEPTACLE 1 SECTION / ELEVATION „ „ „ 2 PLAN / SECTION 0 3 6 12 0" 3" 6" 12" SECTION / ELEVATION / PLAN NOT TO SCALE NOTE: PROVIDE MEDIUM BROOM FINISH PARALLEL TO 2111 LAYOUT CENTER/ MIDDLE POINT -6SIDEWALK TRAFFIC. 1-1/4" SCHEDULE 40 PVC PIPE FLAG POLE 3/4" CHAMFER - TOP FG VERTICAL SLEEVE HORIZONATL EDGE ONLY ° � I � °° a < ° °° CONCRETE SIDEWALK- ADJACENT PLANTING AREA ° ° a ° SEE CIVIL PLANS +I ° ° ° ° d ° ° ° ° 4 ° ° ° g VA VA VA \ ° ° ° d ° - 3nCLR(3) #4 REBAR TIES ° �/ ° a °a 2'-6" SQUARE CIP CONCRETE RXKX;� � ° ° ° g g- 3/8 DIA DRAINAGE HOLE ART PLATFORM � �¢ ° N III � � �� � � � � ��`t-`� � AGGREGATE BASE ,a I- -iI IIIIIIIII �-� COMPACTED SUBSOIL _III—III- III „ N 0 ti 0 a 0 0 ART PLATFORM SCALE: 1" = 1 -0 FLAG POLE SLEEVE SCALE: 3" = 1'-0" 4 SECTION SECTION U 0" 3" 6" 12" 0" 1" 2" 4" O O a o NI �o o�I ^2 �I ti O O �I MW J N� E� o �o a� NN N N `r O w� O^ ti O O N CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay �� �� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.3 o i • 242 • � �� 110 SE Main St.,Suite 100 TIGAR S.W. ON BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 89 r, F.Michael Faha �. WORK& Portland,OR 5612 � VOICED, OREGON 97223 OF OREGON V Ph:503 222 5612 � VOICE.' 50,3-639-4171 10/31/1988 Fax:503 222 2283 94 E Email:info reenworks c.com FCX: 50 3624-0752 z � @9 P 1 WWW.TIGARD OR.GOV J' SITE DETAILS FILE NO a� ONE INCH (REF) CAPE AR�� DESIGN: WS I DRAWN: VS I CHECK: RT PROJ. NO: 77CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTE: NOTES: NOTE: INSTALL BACKFLOW PREVENTOR PER BACKFLOW PREVENTION DEVICE MAINTAIN 10X PIPE DIA WATER METER - SEE CIVIL PLANS 1. ALL WIRES SHALL BE CODE AND REQUIREMENTS OF PREVAILING (CROSS CONNECTION CONTROL DEVICE) DOWNSTREAM AND 5X PIPE INSTALLED PER LOCAL CODE. JURISDICTIONS. RECTANGULAR VALVE BOX WITH DIA UPSTREAM CLEAR 3 2. FOLLOW MANUFACTURER'S LOCKING COVER - TOP OF BOX 1/2" DISTANCE BETWEEN A BACKFLOW PREVENTION DEVICE RECOMMENDATIONS FOR STAINLESS STEEL EXTERIOR ABOVE MULCH IN PLANTING BEDS EQUIPMENT OR FITTING MOUNTING INSTRUCTIONS. CONTROLLER ENCLOSURE INSTALLATION FROM FLOW FLOW SENSOR 3. CONCRETE BASE SHALL - OL, o MIN HORIZ INTERIOR CLEARANCE SENSOR AS INDICATED. EXTEND AS INDICATED BEYOND ZINC PLATED STEEL BASE WITH - FOR ALL COMPONENTS PER CODE TN� QUICK COUPLER VALVE CONTROLLER IN ALL STAINLESS STEEL MOUNTING L4.5 DIRECTIONS. STUDS SET IN CONCRETE BASE GATE VALVE - LINE SIZE EACH SIDE ASSEMBLY 4. INSTALLATION TECHNIQUES FROM 30" MIN CLEAR TO FIRST TEE / ELL MAY VARY ACCORDING TO 12" CONCRETE BASE - SLOPE / DRAIN TO EDGES - MAIN LINE PIPE TO ZONES SOURCE �OR PER MANUF INSTRUCTIONS MANUFACTURER TYP = 1 > BOX EXTENSION > M TO SYSTEM INSTRUCTIONS. FG - Lu M ■■■++■■*4■■i■�■■ FS ■■ • ■■=■■■"■■■■■■■ > - o ADJUSTABLE PIPE SUPPORT- TYP 10X 5X 5 z ° ° - O = UNION EACH SIDE CD ISOLATION VALVE ASSEMBLY z _ a d a 1" DIA CONDUIT FOR 120 VAC WIRING FROM _LIJ 8" MIN DEPTH DRAINAGE BACKFILL 4 L4.4 (LINE SIZED) - TYP � - ° ° ELECTRICAL SERVICE MANUAL DRAIN __ 4 � O � � v' %' '' 4X8X8MASONRY UNIT -TYP L4.5 v� ( ) VALVE ASSEMBLY MAIN LINE - TYP COMPACTED SUBGRADE 2 DIA CONDUIT FOR COMMON AND CONTROL a � 4 X8 X 8 MASONRY UNIT- BEYOND MASTER VALVE CLEAR DISTANCE RUN SEE NOTE I - = WIRE - EXTEND TO 5' BEYOND EDGE OF FCOW1_ 1 III_THIS DETAIL DETAIL - CONCRETE BASE CONCRETE THRUST BLOCK FILTER FABRIC WRAP TO COVER IRRIGATION SUPPLY FROM METER BOX OPENINGS POINT OF CONNECTION POC 2(:D�S ONTROLLER - PEDESTAL MOUNTED 3 BACKFLOW PREVENTION DEVICE ASSEMBLY 1 PLAN NOT TO SCALE ECTION NOT TO SCALE SECTION NOT TO SCALE NOTES: 1. EXTEND PIPE SLEEVES 24" BEYOND EACH SIDE OF PAVING OR STRUCTURE, UNLESS INDICATED � TOP OF BOX 1/2" ABOVE MULCH IN PLANTING BEDS OTHERWISE. ROOFING NAIL TO MARK ROOFING NAIL TO 2. PIPE SLEEVE DIAMETER SHALL BE A MINIMUM OF SLEEVE MARK SLEEVE TWO TIMES PIPE DIAMETERS IT CONTAINS. 6" MIN FROM EDGE ( ) 10" ROUND VALVE BOX OF TRENCH, PAVING TRENCH BACKFILL AREA - TRENCH BACKFILL AREA - 3. PROVIDE THE FOLLOWING PIPE COVERAGE: " " " " - 24" MINIMUM DEPTH UNDER PEDESTRIAN WALKS; OR FOOTING FGSEECIVIL PLANS FG SEE CIVIL PLANS `V 6" PVC SCHEDULE 40 SLEEVE - LENGTH AS REQUIRED 36" MINIMUM DEPTH UNDER VEHICULAR PAVING. PLANTING SOIL MIX/ p r PAVING AND BASE — PAVING AND BASE _ - SECURE/WIRE TO VALVE 4. REPAIR TRENCH SETTLEMENT IN OPEN PLANTING STORMWATER SOIL �r, - Cn - (4) STANDARD UNIT PAVING BLOCK AREAS AND RESTORE FINISH GRADES PRIOR TO _ oo 0 o WARNING TAPE - IN = WARNING TAPE - IN TRENCHES PLANTING AND MULCHING. FG MIX BACKFILL o oo 0 o TRENCHES UNDER o - oo UNDER ROADWAYS ONLY = 6" MIN DEPTH DRAINAGE BACKFILL z // // z 1 C11 ROADWAYS ONLY z 2" o o o TRACER WIRE - FILTER FABRIC z %�� �\ TRACER WIRE w o��o o - TRACER WIRE w o - - "PIPE ZONE" CLASS C TABLE A ao o0 0 0 "PIPE ZONE" CLASS C o CLEAN SAND LATERAL LINE o _ - GATE VALVE (LINE SIZE) - WITH RISING STEM AND A - CLEAN SANDPIPE SLEEVE WITH CROSS HANDLE NPS B C D o CLASS A BACKFILL PIPE SLEEVE WITH o D(allLATERAL LINE AND MAIN (NPS) = Z EXCAVATED NATIVE MATERIAL — • LATERAL LINE - SEE <4" 6" 4" 8" ch - � --�177_ I TABLE A LINE - SEE TABLE A IRRIGATION MAIN LINE - DEPTH PER PLANS I II - _ 4" 10" 4" 8" MAIN LINE BEDDING COURSE 1 UT BEDDING COURSE PVC SCH 80 MALE ADAPTER - TYP 6" 10" 4" 8" COMMON AND CONTROL WIRE B A B B A B BUNDLE AT 10' INTERVALS CONTROL WIRE IN 1 8" 10" 6" 10" PLANTING AREA ( ) PIPE SLEEVE UNDER PAVEMENT- PIPE SLEEVE UNDER PAVEMENT- SEPARATE 2" DIA SLEEVE STANDARD UNIT PAVING BLOCK - TYP W LATERAL LINE ONLY MAIN AND LATERAL LINE ti 0 a 0 IRRIGATION PIPE TRENCHING ISOLATION VALVE ASSEMBLY SECTION NOT TO SCALE SECTION NOT TO SCALE U O O a o NI 0 0 o^I 02 a o�I �I ` W J N� E� o �o a� NN N N `r O w� O^ ti O U N �U CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay �� �� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.4 o i • 242 • � �� 110 SE Main St.,Suite 100 7.3125 S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 90 r, F.Michael Faha �. WORKS Portland,OR 9721Ph:503 222 2 V/CARD, OREGON 97223 OF 3a � OREGON L7 O Fax:503 –, VOICE: 503-639-4171 94 10/31/1988 FAX: 503—624—0752 Email:info@greenworkspc.com z / WWW.TICARDOR.GOV J' IRRIGATION DETAILS FILE NO a� ONE INCH (REF) CAPE AR�� DESIGN: RT—f DRAWN: RT I CHECK: WS I PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTE: NOTE: 10" ROUND VALVE BOX EXACT FITTING REQUIREMENTS, LINE SIZED GATE VALVE EXACT FITTING REQUIREMENTS, GATE VALVE - LINE SIZED 1/2 ABOVE BARK MULCH IN PLANTING BEDS COMPONENT SHAPES AND SEQUENCE COMPONENT SHAPES AND SEQUENCE VALVE BOX - TOP OF BOX 1/2"ABOVE MAY DIFFER FROM THAT SHOWN. VALVE BOX- RECTANGULAR MAY DIFFER FROM THAT SHOWN. MULCH IN PLANTING BEDS + QUICK COUPLER VALVE - MOUNT ABOVE BASE COILED WIRE - 30" LENGTHVALVE ID TAG -- OF VALVE BOX AND ADJUST HT AS WATERPROOF WIRE CONNECTOR -TYP o r NECESSARY TO ACCEPT KEY TOP OF BOX 1/2" ABOVE BARK MULCH IN WATERPROOF WIRE CONNECTOR - TYP — FILTER FABRIC PLANTING BEDS aaaaaa,aaaaa (4) STANDARD UNIT PAVING BLOCK y� COILED WIRE - 30" LENGTH tl _U46" DEPTH DRAINAGE BACKFILL - ` z VALVE ID TAG z � — SCH 80 PVC NIPPLE - 3/4" X 8" MIN AUTOMATIC CONTROL VALVE SCH 40 PVC STREET ELL N — DRIP CONTROL ZONE KIT LATERAL LINE z a„aa SCH 40 PVC T X T 90 DEG ELL LATERAL LINE SCH 80 PVC NIPPLE - 3/4 X 8„ MIN co UNION - EACH SIDE OF VALVE co ^ MAIN LINE UNION - EACH SIDE OF VALVE (4) 4 X 8 X 8 MASONRY BLOCK - TYP _ C (4) 4 X 8 X 8 MASONRY BLOCK- TYP SCH 40 ELBOW OR TEE FILTER FABRIC — ,— SCH 40 PVC STREET ELL 6” MIN DEPTH DRAINAGE BACKFILL 6 MIN DEPTH DRAINAGE BACKFILL — _ #4 REBAR X 36 LONG - FASTEN WITH 2 I ( ) FILTER FABRIC MAIN LINE MAIN LINE STAINLESS STEEL WORM DRIVE HOSE CLAMPS AUTOMATIC CONTROL VALVE ASSEMBLY 2 DRIP CONTROL ZONE ASSEMBLY 3 QUICK COUPLER VALVE ASSEMBLY 1 SECTION NOT TO SCALE SECTION NOT TO SCALE &SECTION NOT TO SCALE NOTE: SPRAY HEAD SHALL BE A MINIMUM — TOP OF BOX 1/2" ABOVE MULCH IN OF 1"AND MAXIMUM OF 3" FROM EDGE PLANTING BEDS OF WALK, PAVING, CURB, OR EDGER. 10" ROUND VALVE BOX TOP OF BARK MULCH `V 6" PVC SCHEDULE 40 SLEEVE - LENGTH AS REQUIRED SECURE /WIRE TO VALVE M (4) STANDARD UNIT PAVING BLOCK _ 6" MIN DEPTH DRAINAGE BACKFILL — POP-UP SPRAY HEAD ASSEMBLY FILTER FABRIC I I IRRIGATION MAIN OR LATERAL LINE - DEPTH PER PLANS PVC THREADED NIPPLE I — - N PVC ELL PVC SCH 40 - 90 DEG STREET ELL ANGLE VALVE WITH MARLEX - 90 DEG STREET ELL RISING STEM AND j PVC THREADED NIPPLE CROSS HANDLE o0 o POLY-PIPE - 12" MIN /36" MAX LENGTH ° 0 3" LONG PVC THREADED NIPPLE 12" WIDE X 24" DEPTH DRAIN POCKET WITH LATERAL LINE AV DRAINAGE BACKFILL oG' 00� MARLEX- 90 DEG STREET ELL �� FILTER FABRIC PVC SCH 40 TEE OR ELBOW ti 0 a ^I 0 MANUAL DRAIN VALVE ASSEMBLY SPRAY HEAD - SWING JOINT ASSEMBLY SECTION NOT TO SCALE SECTION NOT TO SCALE U O O a o NI 0 0 o^I 02 a o�I �I �W J N� w 21 E� o I �o a� M I v^ NN N N `r O w� O^ ti O U N CONSTRUCTION DOCUMENTS 2i Revisions and Addendums ay S TER SHEET LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.5 o i • 242 • � �� 110 SE Main St.,Suite 100 3125 S.W. HALL BBV MAIN STREET PHASE 2 IMPROVEMENTS 9 ' F.Michael Faha �. WORK& Portland,OR 5612 TIGARD,OICE.- OREGON 97223 OF OREGON V Ph:503 222 5612 VOICE.' 50,3-639-4171 10/31/1988 Fax:503 222 2283 94 F/X: 50,3 624 0752 Email:info@greenworkspc.com z / WWW.TIGARDOR.GOV ONE INCH (REF) C�pE ARIRRIGATION DETAILS FILE NO DESIGN: RT DRAWN: RT CHECK: WS PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 TREE GRATE I 4 4:6� 1/2" BLANK DISTRIBUTION TUBING I L4.4 IRRIGATION PIPE METAL DRIP "U" HOLD DOWNS - TYP } I TRENCHING ROOT BALL z FLOOD BUBBLER - TYP I 3 LINER TREE WELL BARK MULCH co �.6ATTACHMENT IRRIGATION PIPE SLEEVE W/ 12"± TYP MAIN AND LATER LINES - PIPE FG ° L————— SLEEVE TO ENTER CONCRETE SIDEWALK- SEE CIVIL PLANS _ _ — BUBBLER-TYP STORMWATER FACILITY 6" MIN 4" CLR B TYP z /�//�//\/ \ \ \ \ \ 1/2" BLANK DISTRIBUTION TUBING RISER /\ TEE W/ 1/2" MARLEX 90° STREET ELL METAL DRIP "U" HOLD DOWNS - 2 PER SIDE co j \jam\�\jam j\\j\\j\\j\\j\\\ 1/2" BLANK DISTRIBUTION TUBING \ \\ \\ \\ \\ \\ \\ ROOT BARRIER TYP LATERAL LINE CONNECTED TO PVC TEE IRRIGATION SLEEVE / CONTROL WIRE IRRIGATION SLEEVE - EXTEND 12 BEYOND \ `/��� / /��/� STAINLESS STEEL HOSE CLAMP EDGE OF CONCRETE SIDEWALK LATERAL LINE I "PIPE BOOT" WRAP 30 MIL HDPE GEOMEMBRANE LINER I TEE, MARLEX STREET ELL AND 1/2" BLANK SECTION "B" EDGE OF STORMWATER PLAN "A" DISTRIBUTION TUBING RISER FACILITY BUBBLER AT STREET TREE 2 IRRIGATION PIPE BOOT 1 PLAN / SECTION NOT TO SCALE PLAN NOT TO SCALE TOP OF STORMWATER NOTES: d SOIL MIX 1. FOLLOW ALL MANUFACTURER INSTRUCTIONS FOR ATTACHING TO CONCRETE OR MASONRY STRUCTURES. 2. WELD SEAMS ACCORDING TO MANUFACTURER INSTRUCTIONS. CONTINUOUS CAULKING/SEALANT AT TOP - CUT EXCESS d �AAKAA/SAA/�` LINER FLUSH PRIOR TO APPLICATION 2" X 1/4" DIA STAINLESS STEEL HIT ANCHOR @ 24" OC MIN a 2" X 1/8" ALUMINUM FLAT BAR- CONTINUOUS ALONG VERTICAL SURFACE ° 30 MIL HDPE GEOMEMBRANE LINER \ CONCRETE VERTICAL SURFACE o a x ti 0 a 0 3 LINER ATTACHMENT SECTION NOT TO SCALE U O O a o NI 00 o^I 02 a o�I �I D W J N� E� o �o a� m i v^ NN N N `r O w� O^ ti O U N �U CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay �� �� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.6 o i • 242 • � �� 110 SE Main St.,Suite 100 TIGAR S.W. HILL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 92 r, F.Michael Faha �. WORK& Portland,OR 9721Ph:503 222 2 � VOICED, OREGON 97223 OF 3a � OREGON L7 Fax:503 –, VOICE: 503-639-4171 94 10/31/1988 FAX: 503—624—0752 Email:info@greenworkspc.com z / WWW.TICCRDOR.GOV J' IRRIGATION DETAILS FILE NO a ONE INCH (REF) CAPE AR�� DESIGN: RT I DRAWN: RT CHECK: WS PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTES: NOTE: NOTES: 1. BARK MULCH LAYER IS AN ADDITION TO THE PLANTING SOIL AND IS NOT THE FINISH GRADE. CONFIRM SUBGRADE/SUBSOIL IS AT 1. ROOT CROWN TO BE VISIBLE BEFORE TREE IS SET. REMOVE TOP 2. CONFIRM THE SUBGRADE/SUBSOIL IS AT THE PROPER ELEVATION PRIOR TO FINAL PLANTING SOIL INSTALLATION. PROPER ELEVATION PRIOR TO OF ROOT BALL MEDIA TO LOCATE IF NEEDED. SET ROOT CROWN (TRUNK FLARE) 3. SUBGRADE/SUBSOIL SHALL SLOPE SUBSURFACE DRAINAGE LINES AND AWAY FROM STRUCTURES, WHERE STORMWATER SOIL MIX INSTALLATION. 2. REMOVE TWINE, METAL BASKET, AND BURLAP ENTIRELY FROM 2"ABOVE FINISH GRADE - SEE APPLICABLE. FG ROOT BALL AFTER TREE IS SET. BURLAP SHALL BE CUT DOWN TO NOTE 1 AND 3 BASE OF ROOT BALL (DO NOT FOLD BURLAP). BURLAP ON BOTTOM BARK MULCH \ \ \ \ \ \ \ \ \ \//\\//\\//\\//\\//\\//\\//\\//\\//\\//\\// MAY REMAIN IF NON-SYNTHETIC. ALL MATERIALS REMOVED FROM BARK MULCH - KEEP 4" MIN AWAY CjC\jCjCjCjCjCjCjC\jCj ROOT BALL PACKAGING SHALL BE REMOVED FROM PLANTING PIT. FROM TRUNK- SEE NOTE 3 3. PROVIDE BARK MULCH ONLY AT NON-STORMWATER PLANTING AREAS. SET CROWN OF ROOT BALL AT FINISH GRADE IN REMOVE ROOT BALL PACKAGING STORMWATER FACILITIES. AFTER TREE IS SET - SEE NOTE 2 \\/\\/\\/\\/\\/\\/\\/\\/\\/\\/\\/\\/\\/\ STORMWATER SOIL MIX C) V/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/jV/ - /\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/\/ \jVAjVAjVAjVAjVAjVAjVAjVAjVAjVAjVAjVAjVAjVAjVAj\ PLANTING SOIL MIX /X\ <\ xVvv'//V//V//V//V//V//V//V//V//V//V//V//V/ (METHOD "A" PLANTING LIGHTLY TAMP SOIL AROUND ROOT / \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ j�\j\\j�\j�\j\\j\\j�\j (METHOD "A" PLANTING /%/% %/%/%/%/%/% AREA PREPARATION) BALL TO STABILIZE TREE \ \ AREA PREPARATION) \ \VA/V\\/V\/\V//\V \VVV \VV \V \V \V \VV \VVV \\ FG \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ VA VA VA VA VA VA 112 AA PLANTING SOIL MIX/ z ooh ooh ooh ooh ooh 000 � � /VA/VA/VA/VA /VA VA/VA/\ L4.7 SUBSOIL PREPARATION C C C C C C C > \/\/ /\ STORMWATER SOIL MIX COaCOaCOaCOaCOaCOaCC DRAIN ROCK LAYERS - Q i\ /\//\// //\C \ \ O��oO�DoO��oO�DoO��oO�DoO�L ova SEE CIVIL PLANS SCARIFY SIDES AND BOTTOM OF DRAIN ROCK LAYERS EXCAVATION=1 � ROOT BALL TO REST ON STABLE EXISTING SUBGRADE - - SUBSOIL PREPARATION - (STORMWATER FACILITIES ONLY) - - - SEE CIVIL PLANS 2X ROOT BALL DIA EXISTING SUBGRADE / SUBSOIL OR SEE CIVIL PLANS RECOMPACTED SUBGRADE / SUBSOIL PLANTING SOIL MIX 2 STORMWATER SOIL MIX 3 DECIDUOUS TREE - BALLED AND BURLAPPED 1 SECTION NOT TO SCALE SECTION NOT TO SCALE SECTION NOT TO SCALE VEHICULAR > NOTE: 2 X 2 VERT STAKE - TYP NOTES: TRAFFIC TREE STAKES SHALL NOT TRUNK 1. PRIOR TO PLANTING, REMOVE TREE STAKE - TYP INTERFERE WITH TREE BRANCHES. 0 PLANT FROM CONTAINER AND ROOT BALL DECIDUOUS TREE PLANTING PIT - TYP I LOOSEN SIDES BY LIGHTLY / DECIDUOUS TREE -- TEASING OR SCRATCHING � 2 X 2 HORIZ HOLD DOWN - TYP TREE GRATE � SHRUB TREE TRUNK- TYP ROOT MASS. TREE TIE - TYP WOOD SCREW- TYP (2) 2 X 2 HORIZ HOLD DOWN - 2. PROVIDE BARK MULCH ONLY SET CROWN OF ROOT BALL 1" TWO STAKE PLANWOOD STAKE SET 3" MIN CLR FROM TRUNK AT NON-STORMWATER ABOVE FINISH GRADE EXCEPT 2 X 2 X 8' MIN LONG TREE STAKES SET IN FIRM SOIL FRAME PLAN FG PLANTING AREAS. SET CROWN IN STORMWATER FACILITIES - - - - - - OF ROOT BALL AT FINISH ------- - SEE NOTE 2 #8 STL WOOD SCREW- TYP GRADE IN STORMWATER TREE TIES I I 1" CLR I I FACILITIES. BARK MULCH - KEEP 2" AWAY TYP I I FROM CROWN - SEE NOTE 2 z `, 18" MIN NOTE: > I I I - 3 DECIDUOUS TREE FG < = C-Qo w 3 DECIDUOUS TREE - BALLED 1. ALL WOOD AS PART OF I I \ I I L4.7 _ BALLED AND CID LU �L4.7 AND BURLAPPED WOOD HOLD-DOWN I I \ I I BURLAPPED - SIM /j\/j\/j\/j\/j\ \/j\/j\/j\/j\/j\ � elf \/\ rl2 FG METHOD SHALL BE I I /\\/\\/\\/\\/\\/\\ /\\/\\/\\/\ PLANTING SOIL MIX/ UNTREATED AND - /\//\//\//\//\/ /\//\//\//\//C/\ L4.7 - - - z _ I (4) 2 X 2 UPRIGHT STAKE - / / / / / / /\\/\\/\\/\\/\\/� STORMWATER SOIL MIX INTENDED TO DECAY. _ /\/\/\/\/\/\, > I � _ - arII SET OUTSIDE ROOT BALL Q i \ —III 2. INSTALL HORIZONTAL 00 AND DRIVEN INTO FIRM LIGHTLY TAMP PLANTING SOIL N' HOLD DOWNS PARALLEL V_I III_ -' V SUBGRADE BELOW I_ - FIRM AT BASE WHERE ROOT = z - WITH LONG SIDE OF EXCAVATION _ �r� III III III 1J TREE WELL. BALL RESTS - DO NOT COMPACT ti 0 a 0 TREE STAKING ROOT BALL STABILIZATION SHRUB PLANTING - CONTAINER 4 SECTION / PLANNOT TO SCALE SECTION / PLAN NOT TO SCALE SECTION NOT TO SCALE s U O O a o NI °^I o cn �a I ti O 2 �I ^W J N E� o o a h^ NN N N `r O w O^ ti O U N CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay �� �� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4. 7 o i • 242 • � �� 110 SE Main St.,Suite 100 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 93 r, F.Michael Faha �. WORK& Portland,OR 5612 TOICE.- OREGON 97223 OF � OREGON V Ph:503 222 5612 _' VOICE.' 50,3-6,39-4771 10/31/1988 �I Fax:503 222 2283 94 FAX: 503 624—0752 Email:info@greenworkspc.com z / WWW.TIGARDOR.GOV ONE INCH (REF) PLANTING DETAILS FILE NO DESIGN: VS DRAWN: VS CHECK: RT PROJ. NO: 17CIP-04 BID ON: DocuSign Envelope ID:048959C4-18BC-4386-8184-7AD55676E4E1 NOTES: EDGE OF PLANT BED OR 1. PRIOR TO PLANTING, REMOVE PLANT FROM ADJACENT PLANT MASSING ■ CONTAINER AND LOOSEN SIDES BY LIGHTLY TEASING OR SCRATCHING ROOT MASS. CL AREA FOR PLANT SPACING ADJUSTMENT I OC SPACING � I � I 2. PROVIDE BARK MULCH ONLY AT — — O ACCENT PLANTS IN GROUPS OF NON-STORMWATER PLANTING AREAS. SET I. TYP / CONTINUOUS EQUALLY SPACED OUTER 3 AT SPECIFIED SPACING - TYP CROWN OF ROOT BALL AT FINISH GRADE IN / + ROW AT EDGE OF PLANTING BED - FOLLOW STORMWATER FACILIT E GROUNDCOVER - TYP / BEDLINE AS DELINEATED ON THE PLANTING PLAN AND LOCATE PLANTS ONE-HALF OF ON CENTER DISTANCE FROM EDGE OF \ O■ _ BEDLINE OR ADJACENT PLANT MASSING, N SET ROOT CROWN 1/2"ABOVE UNLESS INDICATED OTHERWISE FINISH GRADE - TYP TRIANGULAR PLANTING GRID - BARK MULCH - KEEP 1 AWAY ALL PLANTS SHALL BE PLANTED AT EQUAL PLANT ACCENT PLANTS FROM CROWN a TRIANGULAR OC SPACING AS SPECIFIED OFF-CENTER OF GRID ON PLANTING PLAN -TYP \/\ \ \ TYPICAL PLANT i\\j\\ \\j\\j\\j \j\\j\\j /\\j ■ O 2 \//\//\ \//\//\// \//\! (� \\/\\ 41XOC 6" LOCATE PLANTS ONE-HALF OF ON-CENTER L4.8 // (�l SPACING - TYP /2 a SPACING DISTANCE PLUS 6" FROM ANY CURB, PLANTING SOIL MIX/ c� \j/\\ \j/\\//\\//\\j L4.7 STORM WATE R SOIL MIX "U SIDEWALK, OR OTHER HARD SURFACE VA A/AA �Aj�AA�A/�A//\/�A j�AA�AA�Aj�Aj UNLESS INDICATED OTHERWISE NOTE: EDGE OF PAVEMENT, CURB OR OTHER ACCENT PLANTS SHALL BE PLANTED AS INDICATED ON PLANTING PLAN. HARD SURFACE GROUNDCOVER PLANTING - CONTAINER 2 TYPICAL PLANT SPACING ACCENT PLANTING 1 SECTION NOT TO SCALE PLAN NOT TO SCALE PLAN NOT TO SCALE NOTES: 1. INSTALL ROOT BARRIER PANEL PER MANUFACTURER'S TREE TRUNK INSTRUCTIONS. i 2. INSTALL ROOT BARRIER FLUSH / — TREE ROOT BALL - BELOW AGAINST PAVING EDGE AND SET 1/2"ABOVE FINISH GRADE. DO I �� '� ROOT BARRIER - 6' MIN NOT WRAP PANELS AROUND LENGTH X 18" DEPTH - TYP ROOT BALL OR IMPEDE NORMAL ROOT GROWTH. ! EDGE OF ADJACENT 3. DO NOT DISTURB ADJACENT PAVING -TYP PAVING BASE OR SUBGRADE —WITH PANEL INSTALLATION. PLAN "A" B ADJACENT PAVING ��down�*4%` AND BASE - TYP _ BARK MULCH FG PLANTING SOIL MIX TREE ROOT BALL ROOT BARRIER - 6' MIN LENGTH X 18" DEPTH - �� INSTALL AS INDICATED ON W ENLARGEMENT SECTION "B" PLANS - TYP ti 0 a 0 4 ROOT BARRIER PLAN / SECTION NOT TO SCALE U O O a o NI °^I o cn a ti O 2� �I �W J N� E� o �o a� m i h^ NN N N `r O w� O^ ti O U N �U CONSTRUCTION DOCUMENTS 2i Revisions and Addendums SHEET ay �� �� LANDSCAPE ARCHITECTURE ENGINEERING DVISION CITY OF TIGARD �� L4lj Description Date No. By ENVIRONMENTAL DESIGN PUBLIC WORKS DEPARTMENT L4.8 o i • 242 • � �� 110 SE Main St.,Suite 100 TIGAR S.W. HALL BLVD. MAIN STREET PHASE 2 IMPROVEMENTS 94 r, F.Michael Faha �. WORK& Portland,OR 9721Ph:503 222 2 V/CARD, OREGON 97223 OF 3a � OREGON L7 Fax:503 VOICE: 503-639-4171 94 10/31/1988 FAX: 503—624—0752 ° E c� Email:info@greenworkspc.com z / WWW.TICARDOR.GOV J' PLANTING DETAILS FILE NO a� ONE INCH (REF) CAPE AR�� DESIGN: VS DRAWN: VS I CHECK: RT PROJ. NO: 17CIP-04 BID ON: