Loading...
S-2 Contractors, Inc ~ CP16002 City of Tigard CONTRACT CHANGE ORDER/ 13125 SW Hall Blvd. im Ti d,Ure on 97223 AMENDMENT #1 SUMMARY >T _ (5reg 639-4171 7223 FIELD CHANGE ORDER FORM Fax- (503) 684-7297 www.dd- r ov Project Title: FY2015-16 Pavement Rehabilitation Project Manager: Mike hlcCarth Contractor: S-2 Contractors, Inc. Orial Contract#: CP16002 Effective Dates: 9/21/15 Change Order/Amendment Amount: $55,831.73 Accountin Strin :412-8000-56005-95001-140 Amendment Percentage Runnin Total: 5% AMENDMENT DETAILS Quantity adjustment City requested more pavement bars be added to increase visibility ADA ratnp modification at Walnut and Brookside and at Walnut and Grant Roof drain piperealigninent at the west side of N Dakota and Anton Drive There was a softs of on Springwood Drive that required additional excavation and an asphalt quantity increase Conduit replacement for signal work on Nimbus Avenue CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Original Contract 1,017,537.00 Amendment #1 56,081.73 TOTAL 1,073,618.73 REASONING FOR CHANGE ORDER/AMENDMENT Resolved final quantities Im roved pedestrian accommodations Addressed unexpected underground conditions BUDGET IMPACT AND REQUIRED ACTIONS RE ES G PRO ECT MANAGER APPROVI CITY STAFF Si azure Si azure Date Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules, regulations, and laws that may be in effect for `signature the work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed, is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed theproject's FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT FY 2015-16 PAVEMENT MANAGEMENT PROGRAM PAVEMENT REHABILITATION—CP16002 AMENDMENT #1 The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and S-2 Contractors, Inc., hereinafter referred to as Contractor, entered into on the 27`h day of May, 2015,is hereby amended as follows: 8. Consultant's Fee A. Progress Payments: City agrees to pay Contractor One minion c,..r,....eenThousand Fi-ee Hundred Thirty Seven and �Ne/100 Deflaf-s ($1,017,537.00) One Million Seventy Three Thousand Six Hundred Eighteen and 73/100 ($1,073,618.73) for performance of those services provided hereunder, which payment shall be based upon the following applicable terms: IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD S-2 CONTRACTORS,INC. 0 Sig—aaturc atu e Ma 4V1X L r ,/'CS owky/J Printed Name Printed Name Za(y- 1(Y 2�)1 Date Date CONTRACT CHANGE ORDER Contract Change Order No.: 1 Date: October 8,2015 Job No.: 14-1623.901 Contract Project: FY 2015-16 Pavement Management Program Owner: City of Tigard To. S2 Contractors,Inc. (Contractor) 6860 S.Anderson Rd.Aurora,OR 97002 (Address) You are instructed to comply with the following changes to the contract. With acceptance and approval,this contract change order becomes a supplement to the contract and all its provisions. Decrease in Increase in Item Contract Price Contract Price ITEM 1—Resolution of Estimated to Final Quantities-Quantity differences between estimated and final quantities are shown in Attachment A. The most $51,118.35 significant quantity difference was an increase in asphalt due mostly to extension of some paving limits to capture additional areas that warranted paving. ITEM 2—Flagging Required for Additional Pavement Bars for Mid-Block $693.71 Crossings—Contractor initially installed pavement bars for mid-block crossings per the detail on sheet CS1 of the plans. After seeing the installation,the City requested more pavement bars be added between each of the already-installed bars to increase visibility. Change order is for the additional cost(beyond the bid item quantity increase)required for flagging intersections during extra pavement bar installation. See Attachment B for breakdown information. Flagging for Additional Pavement Bars Estimated Quantity 1 LS Agreed Unit Price $693.71 Subtotal This Item $693.71 ITEM 3—ADA Rama Modifications at Walnut and Brookside and at Walnut $2648.24 and Grant—The Contractor was requested to modify the ramps at the NW and NE corners of Walnut and Brookside and at the NW corner of Walnut and Grant after they were installed per plan. The Contractor was directed to remove the curbing around the outside of the flat landings. Additional asphalt was also placed at the NW corner of Walnut and Brookside adjacent to the nearby resident's garden. See Attachment B for breakdown information. ADA Ramp Modifications Estimated Quantity 1 LS Agreed Unit Price $2648.24 Subtotal This Item $2648.24 ITEM 4—Roof Drain Pipe Realignment at the West Side of North Dakota and $296.83 Anton Drive(West Intersection)—The ADA ramp installation at this location conflicted with an existing roof drain. The roof drain was realigned to drain directly into an adjacent catch basin. See Attachment B for breakdown information. Realign Roof Drain Estimated Quantity 1 LS Agreed Unit Price $296.83 Subtotal This Item $296.83 G:\PDX_Projects\14\1623-Pavement Management City of Tigard\0901 Construction Phase Services�Change Order\Contract Change Order No.Ldoc ITEM 5—Soft Spot Repair on Springwood Drive—After laying the base lift of $514.60 asphalt on Springwood Drive,the Contractor encountered a soft spot in one location. The Contractor directed to excavate the soft spot to an approximate 16"depth.and fill the excavated area with asphalt in lifts of no more than 4". Change order is for the additional work required to repair the soft spot beyond the asphalt quantity increase. See Attachment B for breakdown information. Soft Spot Repair Estimated Quantity 1 LS Agreed Unit Price $514.60 Subtotal This Item $514.60 ITEM 6—Conduit Replacement for Signal Work on Nimbus Ave—Contractor $810.00 encountered a conduit between the sand pocket and junction box filled with sealant during the loop replacement on Nimbus Ave. Change order is for the time and materials required to replace this conduit to receive the new loop wires. See Attachment B for breakdown information. Conduit Replacement Estimated Quantity 1 LS Agreed Unit Price $810.00 Subtotal This Item $810.00 Reason for Contract Change Order: As described above,this contract change order addresses resolution of estimated to final quantities and additional work as requested of the contractor throughout the project. Contract Time Contract Amount Original Substantial Completion Date: August 15,2015__._ Original Contract Amount: $1,017,537.00 Original Final Completion Date: August 31,2015 Previous Adjustments Previous Time Adjustments: 0 Days (Increase/;tee): $0.00 Adjustment for this Adjustment for this Contract Change Order Contract Change Order: 0 Days (Increase/Dtee): $56,081.73 Substantial Completion Date: August 15,2015 Modified Contract Amount: $1,073,618.73 Final Completion Date: August 31,2015 G,PDX_Projects\14\1623-Pavemern Management City of Tigard\0901 Construction Phase Services\Change Order\Contract Change Order No.Ldoc x 4 00 o d o0 6 66 6 0o n o 6 6 6 6 X03 3 c v » es ss cs v3 Fn Fn F» ss r.s ds F» Fn v3 es r,s F» v> F» is v> es F» sv ss.a en sz ss r> ss bs es v> » vs .A o 0 0 0 0 0 0 0 0 0 0 0 0 n P o 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 O o v 0 0 0 0 0 00 0 0 0 0 0 0 0 R P N n .- O "V O F'Y Q (y fa fF3 v'.cv9 b9 69 69 bs bs Yi s9 69 69 69 69 69 M to Yi 69 Vi H3 FA N3 vi 69 fA Ni f9 69 69 M Vl 69 69 Y3 69 '2 ra � aa6av� rrrzzzooroa000wwaooa ¢ aaawv� v� v: c a W w w w w w a o 0 0 0 0 o w o 0 0 w 00 �.Ilw w W w w a a a o _ e i b ... — Z Id 'y o o 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 0 = G 0 0 0 0 0 0 0 O O O 00 O � O y O O O O O V 0 0 0 00 O 0o O Op n m 3 0 � 008 ° � � � o � 0 0000 SS Q Oc, - N ra 7r G � yJ W 0 0 0 0 o r o a o 0 o w w ¢ o o a ¢ a a w CL iV 7 -� � wwwwww .� � FFFoo � o W 000NN W ooww W w W � .a � .� v cy Q Z Q o z � H � z w �a � w � a q o w `o Wk, W qF QQ O C7 zW 5 0. 0 a k •, a F F w u a w o z U p 0. C] 2 � m z U a j z o �a ¢ F Z m y XOS W O O O O C.i W ? (,7 U .. .. O O O u ¢ V O o z ¢ 3a e a Z m G z r wC7 FFF y W q0 O z � F WAP 0. apya m z O XO z z z z Z z Z z z N W F a F O Z Zea ¢ W W W W w Q a o 3 u o m Wz w w w Z w w a u u u g 3 p z ¢ m u u u F g U 'S U 0 'J •-� z q KK O Z w �" g 0. z z z z z z _ a' Q w vFi O O O > > .� O a q q. �a�77 ry`�j `mm' U x Y u U U z U Z L g Z w U 0 0 0 s 8 m ? Z X N r0.n O O O a O � O wS Q Q Q Q ¢ ¢ 0 0 0 O v] O O O a s .-7 U o W a Q U U U F U m K o 0 0 1140 O O a0 O o V V V V V V �p N n P vW- - ti n - r.. V n r-i n MARK UP FOR EXTRA TC WALNUT CROSSWALKS cost mark up price 1 Labor $ 485.10 22% $ 591.82 2 equipment $ 87.08 17% $ 101.88 3 subs 8% $ - 4 material 17% $ - total: $ 693.71 FORCE ACCOUNT WORK RECORD JOB 1530 L E PROJECT: DATE: 08/17/15 DP CONTRACTOR: "2 CONTRACTORS,INC. M DESCRIPTION OF WORK: INSTALLED EXTRA CROSSWALK ON WALNUT Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg ✓3.00 $51.46 $ 62.78 $188.34 T'T OT $ 70.14 $ 85.57 $0.00 I.OREMAN Reg $50.46 w 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 LABOR Reg J 3.00 $40.54 $ 49.46 $148.38 OT $ 54.26 $ 66.20 $0.00 LABOR Re ✓3.00 $40.54 $ 49.46 $148,38 OT $ 54.26 $ 66.20 $0.00 LABOR _. ._._....._..... Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0,00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR: $485.10 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL $0.00 $0.00 SEQ.ARROW BOARD $ 4.48 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.3B $0.00 PICKUP 3.00 $ 29.03 $87.08 1 tan Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor $ 6.50 $0.00 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $87.08 OUTSIDE RENTALS,MATERIAL,SUBS Quan Rate Units DUMPTRUCK W/OP SOLO $85.00 hr $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK&TRAILEF $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 Tack gal $0.00 Sand bags $0.00 Asphalt tons $0.00 $0.00 $0.00 Corporate Offices Washineton Office: 11095 SW Industrial Way,Suite A 14328 32nd Street East Tualatin,Oregon 97062 Phone:503-885-0420;Fax 503-582-8629 Sumner,WA 98390 WA Contractor License:SPECIPM006Q Orago:GCS License:133591 CHANGE ORDER ##'I SPECIALIZED PAVEMENT MARKING, INC. Power Sweeping • Striping Related Services Date: kugust 119 2015 SPM Job 4: 3542 i RE: Additional Speeed Cushion Pavement Marking Project: 201.5-16 Pavement Management Program (Tigard) Item Description Quantity Unit Unit Price Total C01-1 Additional Speed Cushion Pavement Marking 45.00 ✓' SF 7.05 317.25 Total $ 317.25 Specialized Pavement Marldng,Inc.proposes to furnish all labor, equipment and materials necessary to complete referenced project. Quote good for 30 days from above date, after which time a price adjustment may be necessary. Proposal Excludes Layout, Traffic Control and Sweeping. By: Mark Price,President i Accepted by: S-2 Contractors f� f MARK UP CHANGING ADA ON WALNUT cost mark uprp ice 1 Labor $ 698.77 22% $ 852.50 2 equipment $ 183.05 17% $ 214.17 3 subs $ 1,355.00 8% $ 1,463.40 4 material $ 101.00 17% $ 118.17 total: $ 2,648.24 FORCE ACCOUNT WORK RECORD JOB 1535 PROJECT: DATE: 08/13/15 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: CHANGE ADA ON WALNUT Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 3.00 $51.46 $ 62.78 $188.34 OT $ 70.14 $ 85-57 $0.00 FOREMAN Reg $50.46 $ 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 FOREMAN Reg $50.46 $ 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 OPERATOR _ Reg 3.00., $49.46 $ 60.34 $18.1.02 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg 3.00 $49.46 $ 60.34 $181.02 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 6714 $ 81.91 $0.00 LABOR ..�. _ �..__ Reg 3.00+,` $40.54 $ 49.46 $148.38 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 TOTAL LABOR: $698.77 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL 12"CUTOFF SAW $ 3.21 $0.00 3"HONDA PUMP $ 7.33 $0.00 WELDER'200 AMP $ 14.41 $0.00 SEQ.ARROW BOARD $ 4.48 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.38 $0.00 PICKUP 6.00 $ 29.03 $174.16 1 ton Flathell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor 1.00 $ 8.89 $8.89 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $183.05 OUTSIDE RENTALS,MATERIAL,SUBS Quin Rate nits DUMPTRUCK W/OP SOLO 2.00 $85.00 hr'• $170,00 RLC 1.00 $1,185.00 $1,185.00 $0.00 $D.00 TOTAL SUBS: $1,355.00 Tack gal $0.00 Sand bags $0.00 Asphalt OAP 2.024 $50.00 tons $101.00 $0.00 $o.00 TOTAL MATERIAL: $101.00 PROGRESS BILLING 2015-16 TIGARD PAVEMENT MANAGEMENT ROGER LANGELIERS CONSTRUCTION CO. <� �> 62880 Mercury PI*Bend,OR 97701 * 541.318-62001 Fax 541.318.9050 `1 32929 Roberts Ct.*Coburg,OR 97408 * 541.302-66481 Fax 541-302.6647 RLC Project Number.15-194 7145 Progress Ct.*Hillsboro,OR 97124 * 503-533.57091 Fax 503.533.7891 d S2 CONTRACTORS Bid Qty Description Unit Unit Price Qty to Date To Date$ Prior Qty Prior$ Current Qty Current$ 3 CATCHBASIN ADJUSTS EA 1,036.40 - - - - 50 CURB AND GUTTER LF 27.22 50.00 1,361.00 50.00 1,361,00 1500 STANDARD CURB LF 23.12 1,501.00 34,703.12 1,501.00 34,703.12 870 GRADE CORRECTION CURB LF 22.43 937.00 21,016.91 937.00 21,016.91 - - 30 SURFACE APPLIED TRUNCATED DOM SF 45.94 30.00 1,378.20 30.00 1,378.20 6880 CONCRETE SIDEWALKS SF 11.88 7,339.00 87,187.32 7,339.00 87,187.32 - - EXTRA HIGH-EARLY CONCRETE FOR EA 500.00 1.00 500.00 1.00.1 500.00 - MANHOLES&POUR 7-17-15 EXTRA T&M WORK ON WALNUT STREET LS 1,185.00 1.00 1,185.00 1.00 1,185.00 8-13-15 TOTAL BILLED: $ 147,331.55 F 144,768.35• 2,563.20 LESS Retainage: 5.0% 7,366.58 F 7,238.42 128.16 NET AMOUNT: $ 139,964.97 F 137,529.93 2,435.04 PAYMENTS: b�iwr TOTAL DUE: $ 139,964.97 s� sc.r.r..btic RLC Billing Worksheet*Dated 8/182015 MARK UP FOR DRAIN PIPE N DAKOTA cost mark uprii�ce 1 Labor $ 125.56 22% $ 146.91 2 equipment $ 74.72 17% $ 87.42 3 subs 8% $ - 4 material $ 53.42 17% $ 62.50 total: $ 296.83 FORCE ACCOUNT WORK RECORD JOB 1530 PROJECT: DATE: 07/14115 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: REPIPE RAIN DRAIN ON NORTH DAKOTA Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 2.00 s $51.46 $ 62.78 $125.56 OT $ 70.14 $ 85.57 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg .._ $49.46 $ 60.34 SO.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR _ Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR: $125.56 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL EX35 Kobeloo SK4001V Excav $ 186.18 $0.00 EX34 KOBELCO SK 115SRDZ $ 64.10 $C.00 FX12 KOBELCO SK100 $ 53.91 $0.00 Ex8 KOBELCO EX SK905 $ 53.91 $0.00 EX23 Volvo ECR88 compact $ 43.98 $0.00 EX26 CAT 303.5 mini $ 16.92 $0.00 $0.00 $0.00 R BOMAG ROLLER BW120AAD-4 $ 25.38 $0.00 R11 Volvo Modell D022 Asphalt Roller $ 24.77 $0.00 R Sakai SW350 AC Roller $ 33.80 $0.00 R7 Cat Roller CB534DXW Drum $ 76.66 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.38 $0.00 PICKUP 2.00 F $ 29.03 $58.05 1 ton Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor $ 6.50 $0.00 COMPRESSOR 1.00 $ 16.67 $16.67 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $74.72 SUBS Quart Rate Units DUMPTRUCK W!OP SOLO $85.00 hr $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK&TRAILER $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 TOTAL SUBS: $0.00 MATERIALS PIPE&MiSC HOME DEA 1.00 $53.42 $53.42 $0.00 $0.00 $0.00 $0.00 TOTAL MATERIAL: $53.42 i 1 t r More saving. More doing' 14800 SW SEQUOIA PARKWAY TIGARD, OR 97223 503-639-3500 4002 00002 59184 07/14/15 06:53 AM CASHIER DORIS - DML3877 i 754826027382 ABS PIPE -A> 15.62 3" X 10' ABS-DWV PE PIPE MAX REFUND VALUE $14.84 039645158524 20LB GROUT 4:- 13.97 QUIKRETE 20LB NON-SHRINK GROUT MAX REFUND Vf%LUE $13.27 044752110082 PVC SOLVENT -A> 5.09 80Z PVC CEMENT RED HOT LOW VOC MAX REFUND VALUE $4.84 012871528972 ABS EL 4> 3" ABS EL 60 DEG HXH 2®9.32 18.64 MAX REFUND VALUE $17.71/2 012871528927 ABS EL -,A> 2.91 3" ABS EL 45DEG STREET HXSPG MAX REFUIN' 'JE $2.76 -----5% Off :.c rt Offer, No defer------ 56.23 5% Ott C�ed!t Offer, -2.81 MUST RETURN ALL ITEMS FOR A FULL REFUND ---------------------------------------- SUBTOTAL 53.42 SALES TAX 0.00 XXXXXXXXXXXX6467 HOMEL53DEPOT $53.42 AUTH CODE 014861/9025121 TA S .2 CONTRACTORS INC CASEY MIKE P.O.#/JOB NAME: 1530 • � il�ll��l ����lll�lliilllll�Il�lII111111I�IIHlII�! 4002 02 59184 07/14!2015 1728 RETURN POLICY DEFINITIONS POLICY ID DAYS POLICY EXPIRES ON A 1 90 10/12/2015 THE HOME DEPOT RESERVES THE RIGHT TO LIMIT / DENY RETURNS. PLEASE SEE THE RETURN POLICY SIGN IN STORES FOR DETAILS. �c�x*�:ecex>rrx�rcxce:xz�rxwx x*x�c�rvrxx�r�:*x*xx ENTER FORA CHANCE TO WIN A $5 , 000 HOME DEPOT GIFT CARD? Share Your Opinion With Us! Complete the brief survey about your store visit and enter for a chance to win at: www.h/ "nt.com/opinion COMPAR7 N UNA BREVE ENCUESTA '"n DE GANAR. HF MARK UP FOR SOFT SPOT REPAIR SPRINGWOOD cost mark up price 1 Labor $ 232.92 22% $ 284.16 2 equipment $ 118.50 17% $ 138.65 3 subs $ 85.00 8% $ 91.80 4 material $ 187.50 17% $ 219.38 total: $ -733.98 FORCE ACCOUNT WORK RECORD JOB PROJECT: DATE: 07/22/15 CONTRACTOR: S-2 CONTRACTORS,INC_ DESCRIPTION OF WORK: SOFT SPOT REPAIR ON SPRINGWOOD(75 SF) Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 1.00 $51.46 $ 62.78 $62.78 OT $ 70.14 $ 85.57 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR.....__...._.._.._.�_......_ Reg 1.00 $49.46 $ 60.34 $50.34 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg 1.00 $49.46 $ 60.34 $60.34 OT $ 67.14 $ 81.91 $0.00 LABOR Reg 1.00 $40.54 $ 49.46 $49.46 OT $ 54.26 $ 6620 $0.00 LABOR _ Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR $232.92 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as f of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL EX35 Kobelco SK4001V Excav $ 186.18 $0.00 EX34 KOBELCO SK 115SRDZ 1.00 $ 64.10 $64.10 Ex12 KOBELCO SKI 00 $ 53.91 $0.00 EX8 KOBELCO EX SK905 $ 53.91 $0.00 EX23 Volvo ECR88 compact $ 43.98 MOO EX26 CAT 303.5 mini $ 16.92 $0.00 $0.00 $0.00 R BOMAG ROLLER BW120AD-4 1.00 ✓ $ 25.38 $25.38 R11 Volvo Modell DD22 Asphalt Roller $ 24.77 $0.00 R Sakai SW350 AC Roller $ 33.80 $0.00 R7 Cat Roller CB534DXW Drum $ 76.66 $0.00 Trailmax Trailer(Eq.Tdr) $ 5.38 $0.00 PICKUP 1.00 $ 29.03 $29.03 1 ton Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 PlateCompector $ 6.50 $0.00 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $118.50 SUBS Quan Rate Units DUMPTl kAROP SOLO 1.00 $85.00 hr $85.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK Y TRAILER $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 TOTAL SUBS: $85.00 MATERIALS Tack gal $0.00 Sand bags $0.00 Asphalt 3.75 $50.00 tons $187.50 $0.00 $0.00 TOTAL MATERIAL: $187.50 MARK UP FOR NIMBUS GONDOIT cost mark uprp ice 1 Labor 22% $ - 2 equipment 17% $ - 3 subs $ 750.00 8% $ 810.00 4 material 17% $ - total: $ 810.00 FORCE ACCOUNT WORK RECORD JOB 1530 PROJECT: DATE: 06/31115 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: INSTALL NEW CONDOM FOR LOOP ON NIMBUS AVE Plus Reg OT burden DESCRIPTION HOURS Rate Rate 2e% TOTAL SUPER _-� Reg $51.46 $ 64.84 $0.00 OT $ 70.14 $ 88.38 $0.00 FOREMAN _ Reg $50.46 $ 63.58 $0.00 OT $ 68.64 $ 86.49 $0.00 FOREMAN ._.. Reg $50.46 $ 63.58 $0.00 OT $ 68.64 $ 86.49 $0.00 OPERATOR Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 OPERATOR --- __._. Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 OPERATOR _______- Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 LABOR _ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOR __ _ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOR------ _.._.__ ..._.,_ ._ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOf?.---._---._." Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68,37 $0,00 LABOR_. ............ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ $8.37 $0.00 OPer Apprentice,Aq2 __-.__-. Reg $ - $0.00 OT $ $0.00 Reg $ - $0.00 OT $ $0.00 Reg $ - $0.00 OT $ $0.00 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL OUTSIDE RENTALS,MATERIAL.SUBS uan Rae Urfu DUMPTRUCK W/OP SOLO $85.00 fir $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK WIOP TRUCK&TRAILER $115.00 fir $0,00 SUNDOWN ELECTRIC 1,00 $750. S $750.00 Tack gal $0.00 Sand gags $0,00 Asphalt tons $0.00 $100 $0.00 Sub-Total $750.D0 S-2 REP. City of Tigard CONTRACT CHANGE ORDER/ 13125 SW Hall Blvd. im Ti d,Ure on 97223 AMENDMENT #1 SUMMARY >T _ (5reg 639-4171 7223 FIELD CHANGE ORDER FORM Fax- (503) 684-7297 www.dd- r ov Project Title: FY2015-16 Pavement Rehabilitation Project Manager: Mike hlcCarth Contractor: S-2 Contractors, Inc. Orial Contract#: CP16002 Effective Dates: 9/21/15 Change Order/Amendment Amount: $55,831.73 Accountin Strin :412-8000-56005-95001-140 Amendment Percentage Runnin Total: 5% AMENDMENT DETAILS Quantity adjustment City requested more pavement bars be added to increase visibility ADA ratnp modification at Walnut and Brookside and at Walnut and Grant Roof drain piperealigninent at the west side of N Dakota and Anton Drive There was a softs of on Springwood Drive that required additional excavation and an asphalt quantity increase Conduit replacement for signal work on Nimbus Avenue CHANGE ORDER DETAILS UNIT QTY UNIT$ TOTAL$ Original Contract 1,017,537.00 Amendment #1 56,081.73 TOTAL 1,073,618.73 REASONING FOR CHANGE ORDER/AMENDMENT Resolved final quantities Im roved pedestrian accommodations Addressed unexpected underground conditions BUDGET IMPACT AND REQUIRED ACTIONS RE ES G PRO ECT MANAGER APPROVI CITY STAFF Si azure Si azure Date Date Contractor is hereby authorized by the City of Tigard to perform CONTRACTOR the additional work described below in accordance with the terms and conditions detailed in the original contract along with all applicable rules, regulations, and laws that may be in effect for `signature the work. The unit pricing in the original contract shall apply to all additional work. A copy of this form, once completed, is to be forwarded to the Purchasing Office to ensure all changes to the encumbrances are met. Remember—the cumulative total of Amendments cannot exceed theproject's FY budget. Date CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT FY 2015-16 PAVEMENT MANAGEMENT PROGRAM PAVEMENT REHABILITATION—CP16002 AMENDMENT #1 The Agreement between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and S-2 Contractors, Inc., hereinafter referred to as Contractor, entered into on the 27`h day of May, 2015,is hereby amended as follows: 8. Consultant's Fee A. Progress Payments: City agrees to pay Contractor One minion c,..r,....eenThousand Fi-ee Hundred Thirty Seven and �Ne/100 Deflaf-s ($1,017,537.00) One Million Seventy Three Thousand Six Hundred Eighteen and 73/100 ($1,073,618.73) for performance of those services provided hereunder, which payment shall be based upon the following applicable terms: IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD S-2 CONTRACTORS,INC. 0 Sig—aaturc atu e Ma 4V1X L r ,/'CS owky/J Printed Name Printed Name Za(y- 1(Y 2�)1 Date Date CONTRACT CHANGE ORDER Contract Change Order No.: 1 Date: October 8,2015 Job No.: 14-1623.901 Contract Project: FY 2015-16 Pavement Management Program Owner: City of Tigard To. S2 Contractors,Inc. (Contractor) 6860 S.Anderson Rd.Aurora,OR 97002 (Address) You are instructed to comply with the following changes to the contract. With acceptance and approval,this contract change order becomes a supplement to the contract and all its provisions. Decrease in Increase in Item Contract Price Contract Price ITEM 1—Resolution of Estimated to Final Quantities-Quantity differences between estimated and final quantities are shown in Attachment A. The most $51,118.35 significant quantity difference was an increase in asphalt due mostly to extension of some paving limits to capture additional areas that warranted paving. ITEM 2—Flagging Required for Additional Pavement Bars for Mid-Block $693.71 Crossings—Contractor initially installed pavement bars for mid-block crossings per the detail on sheet CS1 of the plans. After seeing the installation,the City requested more pavement bars be added between each of the already-installed bars to increase visibility. Change order is for the additional cost(beyond the bid item quantity increase)required for flagging intersections during extra pavement bar installation. See Attachment B for breakdown information. Flagging for Additional Pavement Bars Estimated Quantity 1 LS Agreed Unit Price $693.71 Subtotal This Item $693.71 ITEM 3—ADA Rama Modifications at Walnut and Brookside and at Walnut $2648.24 and Grant—The Contractor was requested to modify the ramps at the NW and NE corners of Walnut and Brookside and at the NW corner of Walnut and Grant after they were installed per plan. The Contractor was directed to remove the curbing around the outside of the flat landings. Additional asphalt was also placed at the NW corner of Walnut and Brookside adjacent to the nearby resident's garden. See Attachment B for breakdown information. ADA Ramp Modifications Estimated Quantity 1 LS Agreed Unit Price $2648.24 Subtotal This Item $2648.24 ITEM 4—Roof Drain Pipe Realignment at the West Side of North Dakota and $296.83 Anton Drive(West Intersection)—The ADA ramp installation at this location conflicted with an existing roof drain. The roof drain was realigned to drain directly into an adjacent catch basin. See Attachment B for breakdown information. Realign Roof Drain Estimated Quantity 1 LS Agreed Unit Price $296.83 Subtotal This Item $296.83 G:\PDX_Projects\14\1623-Pavement Management City of Tigard\0901 Construction Phase Services�Change Order\Contract Change Order No.Ldoc ITEM 5—Soft Spot Repair on Springwood Drive—After laying the base lift of $514.60 asphalt on Springwood Drive,the Contractor encountered a soft spot in one location. The Contractor directed to excavate the soft spot to an approximate 16"depth.and fill the excavated area with asphalt in lifts of no more than 4". Change order is for the additional work required to repair the soft spot beyond the asphalt quantity increase. See Attachment B for breakdown information. Soft Spot Repair Estimated Quantity 1 LS Agreed Unit Price $514.60 Subtotal This Item $514.60 ITEM 6—Conduit Replacement for Signal Work on Nimbus Ave—Contractor $810.00 encountered a conduit between the sand pocket and junction box filled with sealant during the loop replacement on Nimbus Ave. Change order is for the time and materials required to replace this conduit to receive the new loop wires. See Attachment B for breakdown information. Conduit Replacement Estimated Quantity 1 LS Agreed Unit Price $810.00 Subtotal This Item $810.00 Reason for Contract Change Order: As described above,this contract change order addresses resolution of estimated to final quantities and additional work as requested of the contractor throughout the project. Contract Time Contract Amount Original Substantial Completion Date: August 15,2015__._ Original Contract Amount: $1,017,537.00 Original Final Completion Date: August 31,2015 Previous Adjustments Previous Time Adjustments: 0 Days (Increase/;tee): $0.00 Adjustment for this Adjustment for this Contract Change Order Contract Change Order: 0 Days (Increase/Dtee): $56,081.73 Substantial Completion Date: August 15,2015 Modified Contract Amount: $1,073,618.73 Final Completion Date: August 31,2015 G,PDX_Projects\14\1623-Pavemern Management City of Tigard\0901 Construction Phase Services\Change Order\Contract Change Order No.Ldoc x 4 00 o d o0 6 66 6 0o n o 6 6 6 6 X03 3 c v » es ss cs v3 Fn Fn F» ss r.s ds F» Fn v3 es r,s F» v> F» is v> es F» sv ss.a en sz ss r> ss bs es v> » vs .A o 0 0 0 0 0 0 0 0 0 0 0 0 n P o 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 O o v 0 0 0 0 0 00 0 0 0 0 0 0 0 R P N n .- O "V O F'Y Q (y fa fF3 v'.cv9 b9 69 69 bs bs Yi s9 69 69 69 69 69 M to Yi 69 Vi H3 FA N3 vi 69 fA Ni f9 69 69 M Vl 69 69 Y3 69 '2 ra � aa6av� rrrzzzooroa000wwaooa ¢ aaawv� v� v: c a W w w w w w a o 0 0 0 0 o w o 0 0 w 00 �.Ilw w W w w a a a o _ e i b ... — Z Id 'y o o 0 0 0 0 0 0 0 0 0 0 0 00 0 00 0 0 0 0 0 0 0 = G 0 0 0 0 0 0 0 O O O 00 O � O y O O O O O V 0 0 0 00 O 0o O Op n m 3 0 � 008 ° � � � o � 0 0000 SS Q Oc, - N ra 7r G � yJ W 0 0 0 0 o r o a o 0 o w w ¢ o o a ¢ a a w CL iV 7 -� � wwwwww .� � FFFoo � o W 000NN W ooww W w W � .a � .� v cy Q Z Q o z � H � z w �a � w � a q o w `o Wk, W qF QQ O C7 zW 5 0. 0 a k •, a F F w u a w o z U p 0. C] 2 � m z U a j z o �a ¢ F Z m y XOS W O O O O C.i W ? (,7 U .. .. O O O u ¢ V O o z ¢ 3a e a Z m G z r wC7 FFF y W q0 O z � F WAP 0. apya m z O XO z z z z Z z Z z z N W F a F O Z Zea ¢ W W W W w Q a o 3 u o m Wz w w w Z w w a u u u g 3 p z ¢ m u u u F g U 'S U 0 'J •-� z q KK O Z w �" g 0. z z z z z z _ a' Q w vFi O O O > > .� O a q q. �a�77 ry`�j `mm' U x Y u U U z U Z L g Z w U 0 0 0 s 8 m ? Z X N r0.n O O O a O � O wS Q Q Q Q ¢ ¢ 0 0 0 O v] O O O a s .-7 U o W a Q U U U F U m K o 0 0 1140 O O a0 O o V V V V V V �p N n P vW- - ti n - r.. V n r-i n MARK UP FOR EXTRA TC WALNUT CROSSWALKS cost mark up price 1 Labor $ 485.10 22% $ 591.82 2 equipment $ 87.08 17% $ 101.88 3 subs 8% $ - 4 material 17% $ - total: $ 693.71 FORCE ACCOUNT WORK RECORD JOB 1530 L E PROJECT: DATE: 08/17/15 DP CONTRACTOR: "2 CONTRACTORS,INC. M DESCRIPTION OF WORK: INSTALLED EXTRA CROSSWALK ON WALNUT Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg ✓3.00 $51.46 $ 62.78 $188.34 T'T OT $ 70.14 $ 85.57 $0.00 I.OREMAN Reg $50.46 w 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 LABOR Reg J 3.00 $40.54 $ 49.46 $148.38 OT $ 54.26 $ 66.20 $0.00 LABOR Re ✓3.00 $40.54 $ 49.46 $148,38 OT $ 54.26 $ 66.20 $0.00 LABOR _. ._._....._..... Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0,00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR: $485.10 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL $0.00 $0.00 SEQ.ARROW BOARD $ 4.48 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.3B $0.00 PICKUP 3.00 $ 29.03 $87.08 1 tan Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor $ 6.50 $0.00 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $87.08 OUTSIDE RENTALS,MATERIAL,SUBS Quan Rate Units DUMPTRUCK W/OP SOLO $85.00 hr $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK&TRAILEF $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 Tack gal $0.00 Sand bags $0.00 Asphalt tons $0.00 $0.00 $0.00 Corporate Offices Washineton Office: 11095 SW Industrial Way,Suite A 14328 32nd Street East Tualatin,Oregon 97062 Phone:503-885-0420;Fax 503-582-8629 Sumner,WA 98390 WA Contractor License:SPECIPM006Q Orago:GCS License:133591 CHANGE ORDER ##'I SPECIALIZED PAVEMENT MARKING, INC. Power Sweeping • Striping Related Services Date: kugust 119 2015 SPM Job 4: 3542 i RE: Additional Speeed Cushion Pavement Marking Project: 201.5-16 Pavement Management Program (Tigard) Item Description Quantity Unit Unit Price Total C01-1 Additional Speed Cushion Pavement Marking 45.00 ✓' SF 7.05 317.25 Total $ 317.25 Specialized Pavement Marldng,Inc.proposes to furnish all labor, equipment and materials necessary to complete referenced project. Quote good for 30 days from above date, after which time a price adjustment may be necessary. Proposal Excludes Layout, Traffic Control and Sweeping. By: Mark Price,President i Accepted by: S-2 Contractors f� f MARK UP CHANGING ADA ON WALNUT cost mark uprp ice 1 Labor $ 698.77 22% $ 852.50 2 equipment $ 183.05 17% $ 214.17 3 subs $ 1,355.00 8% $ 1,463.40 4 material $ 101.00 17% $ 118.17 total: $ 2,648.24 FORCE ACCOUNT WORK RECORD JOB 1535 PROJECT: DATE: 08/13/15 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: CHANGE ADA ON WALNUT Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 3.00 $51.46 $ 62.78 $188.34 OT $ 70.14 $ 85-57 $0.00 FOREMAN Reg $50.46 $ 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 FOREMAN Reg $50.46 $ 61.56 $0.00 OT $ 68.64 $ 83.74 $0.00 OPERATOR _ Reg 3.00., $49.46 $ 60.34 $18.1.02 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg 3.00 $49.46 $ 60.34 $181.02 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 6714 $ 81.91 $0.00 LABOR ..�. _ �..__ Reg 3.00+,` $40.54 $ 49.46 $148.38 OT $ 54.26 $ 66.20 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 TOTAL LABOR: $698.77 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL 12"CUTOFF SAW $ 3.21 $0.00 3"HONDA PUMP $ 7.33 $0.00 WELDER'200 AMP $ 14.41 $0.00 SEQ.ARROW BOARD $ 4.48 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.38 $0.00 PICKUP 6.00 $ 29.03 $174.16 1 ton Flathell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor 1.00 $ 8.89 $8.89 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $183.05 OUTSIDE RENTALS,MATERIAL,SUBS Quin Rate nits DUMPTRUCK W/OP SOLO 2.00 $85.00 hr'• $170,00 RLC 1.00 $1,185.00 $1,185.00 $0.00 $D.00 TOTAL SUBS: $1,355.00 Tack gal $0.00 Sand bags $0.00 Asphalt OAP 2.024 $50.00 tons $101.00 $0.00 $o.00 TOTAL MATERIAL: $101.00 PROGRESS BILLING 2015-16 TIGARD PAVEMENT MANAGEMENT ROGER LANGELIERS CONSTRUCTION CO. <� �> 62880 Mercury PI*Bend,OR 97701 * 541.318-62001 Fax 541.318.9050 `1 32929 Roberts Ct.*Coburg,OR 97408 * 541.302-66481 Fax 541-302.6647 RLC Project Number.15-194 7145 Progress Ct.*Hillsboro,OR 97124 * 503-533.57091 Fax 503.533.7891 d S2 CONTRACTORS Bid Qty Description Unit Unit Price Qty to Date To Date$ Prior Qty Prior$ Current Qty Current$ 3 CATCHBASIN ADJUSTS EA 1,036.40 - - - - 50 CURB AND GUTTER LF 27.22 50.00 1,361.00 50.00 1,361,00 1500 STANDARD CURB LF 23.12 1,501.00 34,703.12 1,501.00 34,703.12 870 GRADE CORRECTION CURB LF 22.43 937.00 21,016.91 937.00 21,016.91 - - 30 SURFACE APPLIED TRUNCATED DOM SF 45.94 30.00 1,378.20 30.00 1,378.20 6880 CONCRETE SIDEWALKS SF 11.88 7,339.00 87,187.32 7,339.00 87,187.32 - - EXTRA HIGH-EARLY CONCRETE FOR EA 500.00 1.00 500.00 1.00.1 500.00 - MANHOLES&POUR 7-17-15 EXTRA T&M WORK ON WALNUT STREET LS 1,185.00 1.00 1,185.00 1.00 1,185.00 8-13-15 TOTAL BILLED: $ 147,331.55 F 144,768.35• 2,563.20 LESS Retainage: 5.0% 7,366.58 F 7,238.42 128.16 NET AMOUNT: $ 139,964.97 F 137,529.93 2,435.04 PAYMENTS: b�iwr TOTAL DUE: $ 139,964.97 s� sc.r.r..btic RLC Billing Worksheet*Dated 8/182015 MARK UP FOR DRAIN PIPE N DAKOTA cost mark uprii�ce 1 Labor $ 125.56 22% $ 146.91 2 equipment $ 74.72 17% $ 87.42 3 subs 8% $ - 4 material $ 53.42 17% $ 62.50 total: $ 296.83 FORCE ACCOUNT WORK RECORD JOB 1530 PROJECT: DATE: 07/14115 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: REPIPE RAIN DRAIN ON NORTH DAKOTA Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 2.00 s $51.46 $ 62.78 $125.56 OT $ 70.14 $ 85.57 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg .._ $49.46 $ 60.34 SO.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 LABOR Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 LABOR _ Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR: $125.56 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL EX35 Kobeloo SK4001V Excav $ 186.18 $0.00 EX34 KOBELCO SK 115SRDZ $ 64.10 $C.00 FX12 KOBELCO SK100 $ 53.91 $0.00 Ex8 KOBELCO EX SK905 $ 53.91 $0.00 EX23 Volvo ECR88 compact $ 43.98 $0.00 EX26 CAT 303.5 mini $ 16.92 $0.00 $0.00 $0.00 R BOMAG ROLLER BW120AAD-4 $ 25.38 $0.00 R11 Volvo Modell D022 Asphalt Roller $ 24.77 $0.00 R Sakai SW350 AC Roller $ 33.80 $0.00 R7 Cat Roller CB534DXW Drum $ 76.66 $0.00 Trailmax Trailer(Eq.Trlr) $ 5.38 $0.00 PICKUP 2.00 F $ 29.03 $58.05 1 ton Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 Plate Compactor $ 6.50 $0.00 COMPRESSOR 1.00 $ 16.67 $16.67 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $74.72 SUBS Quart Rate Units DUMPTRUCK W!OP SOLO $85.00 hr $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK&TRAILER $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 TOTAL SUBS: $0.00 MATERIALS PIPE&MiSC HOME DEA 1.00 $53.42 $53.42 $0.00 $0.00 $0.00 $0.00 TOTAL MATERIAL: $53.42 i 1 t r More saving. More doing' 14800 SW SEQUOIA PARKWAY TIGARD, OR 97223 503-639-3500 4002 00002 59184 07/14/15 06:53 AM CASHIER DORIS - DML3877 i 754826027382 ABS PIPE -A> 15.62 3" X 10' ABS-DWV PE PIPE MAX REFUND VALUE $14.84 039645158524 20LB GROUT 4:- 13.97 QUIKRETE 20LB NON-SHRINK GROUT MAX REFUND Vf%LUE $13.27 044752110082 PVC SOLVENT -A> 5.09 80Z PVC CEMENT RED HOT LOW VOC MAX REFUND VALUE $4.84 012871528972 ABS EL 4> 3" ABS EL 60 DEG HXH 2®9.32 18.64 MAX REFUND VALUE $17.71/2 012871528927 ABS EL -,A> 2.91 3" ABS EL 45DEG STREET HXSPG MAX REFUIN' 'JE $2.76 -----5% Off :.c rt Offer, No defer------ 56.23 5% Ott C�ed!t Offer, -2.81 MUST RETURN ALL ITEMS FOR A FULL REFUND ---------------------------------------- SUBTOTAL 53.42 SALES TAX 0.00 XXXXXXXXXXXX6467 HOMEL53DEPOT $53.42 AUTH CODE 014861/9025121 TA S .2 CONTRACTORS INC CASEY MIKE P.O.#/JOB NAME: 1530 • � il�ll��l ����lll�lliilllll�Il�lII111111I�IIHlII�! 4002 02 59184 07/14!2015 1728 RETURN POLICY DEFINITIONS POLICY ID DAYS POLICY EXPIRES ON A 1 90 10/12/2015 THE HOME DEPOT RESERVES THE RIGHT TO LIMIT / DENY RETURNS. PLEASE SEE THE RETURN POLICY SIGN IN STORES FOR DETAILS. �c�x*�:ecex>rrx�rcxce:xz�rxwx x*x�c�rvrxx�r�:*x*xx ENTER FORA CHANCE TO WIN A $5 , 000 HOME DEPOT GIFT CARD? Share Your Opinion With Us! Complete the brief survey about your store visit and enter for a chance to win at: www.h/ "nt.com/opinion COMPAR7 N UNA BREVE ENCUESTA '"n DE GANAR. HF MARK UP FOR SOFT SPOT REPAIR SPRINGWOOD cost mark up price 1 Labor $ 232.92 22% $ 284.16 2 equipment $ 118.50 17% $ 138.65 3 subs $ 85.00 8% $ 91.80 4 material $ 187.50 17% $ 219.38 total: $ -733.98 FORCE ACCOUNT WORK RECORD JOB PROJECT: DATE: 07/22/15 CONTRACTOR: S-2 CONTRACTORS,INC_ DESCRIPTION OF WORK: SOFT SPOT REPAIR ON SPRINGWOOD(75 SF) Plus Reg OT burden DESCRIPTION HOURS Rate Rate 22% TOTAL SUPER Reg 1.00 $51.46 $ 62.78 $62.78 OT $ 70.14 $ 85.57 $0.00 OPERATOR Reg $49.46 $ 60.34 $0.00 OT $ 67.14 $ 81.91 $0.00 OPERATOR.....__...._.._.._.�_......_ Reg 1.00 $49.46 $ 60.34 $50.34 OT $ 67.14 $ 81.91 $0.00 OPERATOR Reg 1.00 $49.46 $ 60.34 $60.34 OT $ 67.14 $ 81.91 $0.00 LABOR Reg 1.00 $40.54 $ 49.46 $49.46 OT $ 54.26 $ 6620 $0.00 LABOR _ Reg $40.54 $ 49.46 $0.00 OT $ 54.26 $ 66.20 $0.00 TOTAL LABOR $232.92 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as f of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL EX35 Kobelco SK4001V Excav $ 186.18 $0.00 EX34 KOBELCO SK 115SRDZ 1.00 $ 64.10 $64.10 Ex12 KOBELCO SKI 00 $ 53.91 $0.00 EX8 KOBELCO EX SK905 $ 53.91 $0.00 EX23 Volvo ECR88 compact $ 43.98 MOO EX26 CAT 303.5 mini $ 16.92 $0.00 $0.00 $0.00 R BOMAG ROLLER BW120AD-4 1.00 ✓ $ 25.38 $25.38 R11 Volvo Modell DD22 Asphalt Roller $ 24.77 $0.00 R Sakai SW350 AC Roller $ 33.80 $0.00 R7 Cat Roller CB534DXW Drum $ 76.66 $0.00 Trailmax Trailer(Eq.Tdr) $ 5.38 $0.00 PICKUP 1.00 $ 29.03 $29.03 1 ton Flatbell Truck $ 45.62 $0.00 Jumping Jack $ 5.48 $0.00 PlateCompector $ 6.50 $0.00 COMPRESSOR $ 16.67 $0.00 JACKHAMMER $ 1.01 $0.00 AIR DRILL $ 1.47 $0.00 TOTAL EQUIP: $118.50 SUBS Quan Rate Units DUMPTl kAROP SOLO 1.00 $85.00 hr $85.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK W/OP TRUCK Y TRAILER $115.00 hr $0.00 DUMPTRUCK W/OP hr $0.00 TOTAL SUBS: $85.00 MATERIALS Tack gal $0.00 Sand bags $0.00 Asphalt 3.75 $50.00 tons $187.50 $0.00 $0.00 TOTAL MATERIAL: $187.50 MARK UP FOR NIMBUS GONDOIT cost mark uprp ice 1 Labor 22% $ - 2 equipment 17% $ - 3 subs $ 750.00 8% $ 810.00 4 material 17% $ - total: $ 810.00 FORCE ACCOUNT WORK RECORD JOB 1530 PROJECT: DATE: 06/31115 CONTRACTOR: S-2 CONTRACTORS,INC. DESCRIPTION OF WORK: INSTALL NEW CONDOM FOR LOOP ON NIMBUS AVE Plus Reg OT burden DESCRIPTION HOURS Rate Rate 2e% TOTAL SUPER _-� Reg $51.46 $ 64.84 $0.00 OT $ 70.14 $ 88.38 $0.00 FOREMAN _ Reg $50.46 $ 63.58 $0.00 OT $ 68.64 $ 86.49 $0.00 FOREMAN ._.. Reg $50.46 $ 63.58 $0.00 OT $ 68.64 $ 86.49 $0.00 OPERATOR Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 OPERATOR --- __._. Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 OPERATOR _______- Reg $49.46 $ 62.32 $0.00 OT $ 67.14 $ 84.60 $0.00 LABOR _ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOR __ _ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOR------ _.._.__ ..._.,_ ._ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68.37 $0.00 LABOf?.---._---._." Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ 68,37 $0,00 LABOR_. ............ Reg $40.54 $ 51.08 $0.00 OT $ 54.26 $ $8.37 $0.00 OPer Apprentice,Aq2 __-.__-. Reg $ - $0.00 OT $ $0.00 Reg $ - $0.00 OT $ $0.00 Reg $ - $0.00 OT $ $0.00 All Equipment used is charged at minimum 112 day rate. If using Daily rate:Equip used over 3 hrs charged for 1 day.OT charged as%of day CONTRACTORS OWNED EQUIPMENT by Hr DESCRIPTION Quan RATE TOTAL OUTSIDE RENTALS,MATERIAL.SUBS uan Rae Urfu DUMPTRUCK W/OP SOLO $85.00 fir $0.00 DUMPTRUCK W/OP SUPER $105.00 hr $0.00 DUMPTRUCK WIOP TRUCK&TRAILER $115.00 fir $0,00 SUNDOWN ELECTRIC 1,00 $750. S $750.00 Tack gal $0.00 Sand gags $0,00 Asphalt tons $0.00 $100 $0.00 Sub-Total $750.D0 S-2 REP. CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM (THIS FORM MUST ACCOMPANY EVER Y CONTRACT Contract Title: FY2015-16 PMP Pavement Rehabilitation (,Overla, Number: Contractor: S-2 Contractors,Inc. __ Contract Total: $1,017,537 Contract Overview: Services including construction of asphaltic concrete inlays and overlays,asphalt concrete removal and repair, adJustment of facilities to match new pavement level, applying sealant. Work will include temporary signagg,protection and traffic control, stripinand pavement marking and construction of concrete curbs and ramps. Initial Risk Level: ❑ Extreme ❑ High ❑ Moderate ® Low Risk Reduction Steps: Insurance recluirements from matrix Risk Comments: Risk Signature: Contract Manager: Mike McCarthy Ext: 2462 Department: PW/Engineering Type: ❑ Purchase Agreement ❑ Personal Service ❑ General Service ® Public Improvement ❑ IGA ❑ Other: Start Date: 5/27/15 End Date: 12/31/15 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE S-2 Contractors Inc. $1,017,537.00 Eagle-Elsner Inc $1,111,129.20 Brix Paving $1,153,643.20 Knife River $1,215.657.10 Baker Rock $1,229,569.30 Account String: Fund-Division-Account Work Order—Activit; Tyne Amount FY 2014 15 412-8000-56005 95001-140 $100,000 FY 2015 16 412-8000-56005 95001-140 $917.537 Approvals - LCRB Date: May 26, 2015 Department Comments: Department Signature: T' Purchasing Comments: Purchasing Signature: City Manager Comments 4 City Manager Signature: P, kj;; After securing all required approvals,forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. CF1 0060- ■ ■ City of Tigard 13125 SW Hall Blvd Tigard, Orcgon 97223 Phone: 503-6394171 Fax: 503-684-7297 CONTRACT DOCUMENTS for the construction of FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation Project No.: CIP 2015-95001 OL Abprved by-Lori Faha,P.E.,City Engineer Bid Proposals Due& Bids Open:April 23,2015-2:00 PM Version: April 7,2015 ■ CITY OF TIGARD, OREGON CONTRACTDOCUMENTS FY 2015-16 PAVEMENT MANAGEMENT PROGRAM PAVEMENT REHABILITATION DATE DUE: Thursday,April 23,2015 TIME DUE: 2:00 pm Envelopes must be sealed and marked with project tide. Bidders must submit one (1) original of their Bid. If a bid exceeds$100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,provided in this packet,to the City no later than 4:00 pm,April 23,2015 PROJECT MANAGER: QUESTIONS REGARDING THE BID: Mike McCarthy,P.E. Joe Barrett,Sr. Management Analyst City of Tigard,Public Works Engineering City of Tigard,Procurement Office Phone: (503) 718-2462 Phone: 503-718-2477 Email: mikern&igard-ongov Email: josephna.tigard-or.gov, SUBMIT BIDS TO: Joe Barrett, Sr. Management Analyst City of Tigard—Utility Billing Counter 13125 SW Hall Blvd Tigard, Oregon 97223 2 1 P a g e CITY OF TIGARD ADVERTISEMENT FOR BIDS FY 2015-16 PAVEMENT MANAGEMENT PROGRAM PAVEMENT REHABILITATION The City of Tigard will receive sealed bids from qualified firms at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd.,Tigard, Oregon 97223 until 2:00 pm local time, Thursday, April 23, 2015 for the FY 2015-16 Pavement Management Program Pavement Rehabilitation construction project. Bids will be opened and publicly read aloud immediately after the bid's closing time and date at Tigard City Hall. The project generally consists of the following: 1. Construction of asphaltic concrete inlays and overlays 2. Asphalt concrete removal(grinding)and repair 3. Adjustment of facilities to match new pavement level 4. Applying sealant along pavement edges and joints 5. Temporary signage,protection,and traffic control 6. Striping and pavement marking 7. Construction of concrete curbs and ramps 8. Performance of additional and incidental work as called for by the specifications and plans. Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055, all bidders must submit a bid security to the City along with their bid in an amount equal to ten percent (10%) of their base bid. In the event a bid exceeds $100,000, Bidders must submit a First Tier Subcontractor Disclosure Form, provided in this packet, to the City no later than 4:00 pm local time,April 23,2015. The City anticipates this will be a prevailing wage rate project. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any contract resulting from this Invitation to Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as required under Oregon PWR law. No bid will be considered unless fully completed in a manner provided in the bid packet. Facsimile and electronic (email)bids will not be accepted nor will bids be accepted after the stated opening date and time. Bids received after the closing time will be returned to the submitting firm unopened after a contract has been awarded for the required services. Bid packets may be obtained in person at Tigard City Hall's Utility Billing Counter located at 13125 SW Hall Blvd., Tigard, Oregon 97223, on the city's website http://www.tigard-or.gov/business/bids.php or by contacting Joe Barrett, Sr. Management Analyst, at either (503) 718-2477 or joseph(dtigard-or.gov. The City may reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a finding of the City if it is in the public interest to do so. Published: Daily Journal of Commerce Tigard Times Date: April 8 and 10,2015 April 9,2015 3 1 P a g e TABLE OF CONTENTS TITLE PAGE TitlePage-----------------•----------•---........----------------........................---...--•--...............1 Advertisement for Bids 3 Table of Contents.. .................................................4 INSTRUCTIONS TO BIDDERS Section 00120 Bidding Requirements and Procedures.............................................................5 Section 00130 Award and Execution of Contract 14 BID BOOKLET AttachmentA Proposal...........................................................................................................19 Attachment B Acknowledgement of Addenda _______________________24 Attachment C Bid Certifications 25 Attachment D First Tier Subcontract Disclosure Form 26 Attachment E Bid Bond Form 27 CONTRACT BOOKLET Attachment F Public Improvement Contract 28 Attachment G Performance Bond Form 42 Attachment H Payment Bond Form.......................................................................................4 Attachment I Supplementary General Conditions ____________________46 Attachment J Special Provisions--------------------------------------------------------------------------------------------48 Attachment K Oregon BOLI Prevailing Wage Rates,,,,,,,,,,,,,,,,,,,,,,,,,•,,,,_,,_,,,,,,,,__,,,„_,_,_____,,,84 Attachment L Standard Details 85 DRAWINGS FY 2015-16 Pavement Management Program-Pavement Rehabilitation Sheets 1 through 56 Dated April 8,2015 4 1 P a g e SECTION 00120-BIDDING REQUIREMENTS AND PROCEDURES This Section replaces Section 00120 of the 2008 edition of the Oregon Standard Specifications for Construction. 00120.00 Bid Closing Time and Date -The advertisement,included in the Bid Booklet sets the deadline date and time for submitting bids. 00120.01 General Bidding Requirements - Bidders may obtain and submit Bids by paper before the deadline stated in the Advertisement for Bid and at the location stated in the Advertisement for Bid. 00120.05 Requests for Solicitation Documents - Informational Plans and Specifications (not for bidding) are available at the City of Tigard, 13125 SW Hall Blvd.Tigard,OR 97223 at no charge. Copies of the Oregon Standard Specifications may be purchased at the ODOT Procurement Office - Construction,Contractor Plans,455 Airport Road SE,Building K,Salem,Oregon 97301-5348 (telephone (503) 986-6936). The Oregon Standard Specification can be obtained on line free of charge at: hiW://www.oregon.gQv/ODOT/HWY/SPECS/standard specifications.shtml. (a) Paper Bids - Bidders must obtain Solicitation Documents from the City of Tigard, 13125 SW Hall Blvd., Tigard, OR 97223. Each request must include both the name of the person ordering or obtaining the Solicitation Documents,and the name of the Entity intending to use them. (The City will add the name of the Entity intending to use the Solicitation Documents to the list of Holders of Bidding Plans.) Bidders are cautioned that only Solicitation Documents obtained from the City of Tigard may be used to submit Bids. (b) Standards and Specifications - The work embraced herein shall be done in accordance with the following standards and specifications. Oregon Standard Specifications Version 2008—Volumes 1 &2 Available from ODOT City of Tigard Public Improvement Design Standards Download from the City's web site CWS Design and Construction Standards 07-20 www.cleanwaterservices.ore Supplementary General Conditions Included in the Bid Booklet Manual on Uniform Traffic Control Devices (MUTCD) Available from the Federal Highway Administration Oregon Temporary Traffic Control Handbook Available from ODOT Copies of these standards and specifications can be found at the locations stated above. 00120.10 Bid Booklet-The Bid Booklet may include,but is not limited to: • Proposal • Acknowledgement of Addenda • Bid Certifications • First Tier Subcontractor Disclosure • Bid Bond By signing the Certificate of non-collusion, Bidder certifies that this bid/proposal has been arrived at independently and has been submitted without collusion designed to limit independent bidding or competition. 5 1 P a g e 00120.15 Examination of Work Site and Solicitation Documents; Consideration of Conditions to be Encountered-Before submitting a Bid,Bidders shall carefully examine the site of the proposed Work,the Bid Booklet, Plans, and Specifications. Bidders shall also contact Utility owners to verify all Utilities' anticipated involvement on the Project Site. Bidders are also encouraged to review any subsurface investigation material referenced in 00120.25 that may be available. Submission of a Bid will constitute confirmation that the Bidder has examined the Project Site and Solicitation Documents, finds the Plans and Specifications to be sufficiently detailed and accurate to enable Bidder to properly perform the Work, and understands the conditions to be encountered in performing the Work and all requirements of the Contract. The City and its employees will not be responsible for loss or unanticipated costs suffered by the Bidder because of the Bidder's failure to become fully informed about all conditions of the Work,or failure to request clarification of Plans and Specifications Bidder believes to be erroneous or incomplete. (a) Clarifications-Any clarification of Plans and Specifications needed by the Bidder shall be requested in writing through the Procurement Office. Requests shall be made in sufficient time for the Agency's reply to reach all Bidders before Bid Closing. Oral explanations or interpretations given before receiving Bids for a Project will not be binding. To be binding, interpretation of the Plans and Specifications by the City must be made by written Addendum furnished to all Holders of Bidding Plans according to 00120.30. Notification of erroneous or incomplete Plans or Specifications shall also be submitted to the Procurement Office. Such notification shall also be made in sufficient time for the City to make any necessary modifications and issue Addenda to Bidders prior to Bid Closing. (b) Protest of Specifications or Terms-A bidder who believes any specifications or terms detailed in the bid packet or sample contract (Attachment F) are unnecessarily restrictive or limit competition may submit a protest in writing,to the Procurement Office. A protest may be submitted via facsimile. Any such protest shall include the reasons for the protest and shall detail any proposed changes to the specifications or terms. The Procurement Office shall respond to any protest and, if necessary, shall issue any appropriate revisions,substitutions,or clarification via addenda to all interested Bidders. To be considered,protests must be received at least seven- (7) calendar days before the bid closing date. The City shall not consider any protest against award due to the content of bid specifications or contract terms submitted after the established protest deadline. All protests should be directed to the Procurement Office and be marked as follows: Bid Specification/Term Protest FY 2015-16 Pavement Management Program—Pavement Rehabilitation City of Tigard Attn: Joe Barrett,Sr.Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 If a bid protest is received in accordance with section above, the bid opening date may be extended if necessary to allow consideration of the protest and issuance of any necessary addenda to the bid documents. The City is not .obligated to consider any protests unless the issue has first been submitted for clarification and a decision issued under subparagraph(a) above. 00120.16 Material, Equipment, and Method Substitutions - When the Contract specifies certain Materials, Equipment,and/or methods, the Bidder shall include those Materials, Equipment, and/or methods 6 1 P a g e in the Bid unless the Engineer has issued an Addendum granting approval to substitute. The procedure for requesting approval is as follows: (a) Written Request - If a Bidder proposes to use Materials, Equipment and/or methods other than those specified,the Bidder shall send a written request to the Engineer, at least seven Calendar Days prior to Bid Opening, including complete descriptive and technical information on the proposed Materials,Equipment and/or methods. (b) Functional Similarity - Materials and Equipment proposed for substitution shall be similar in design,and equal or better in quality and function to those specified. (c) Manufacturer's Information - If manufacturers' brochures or information is needed, the Bidder shall submit three copies of each with all pertinent information clearly marked. (d)Differences - The Bidder shall specifically note all differences between the specified Materials, Equipment and/or methods and the proposed substitutes. (e) Cost - Where a substitute will result in alteration of the design or space requirements, or any other modifications to the Plans, the Bidder shall include in the substitution request all items of cost for the revised design and construction. (f) Notification of Holders of Bidding Plans - If the Engineer approves any proposed substitution, such approval, and any modifications necessitated to the design and construction by the substitution,will be acknowledged by Addenda. Unless the Engineer has approved substitutions of Materials, Equipment, and/or methods prior to opening of Bids, the Bidder shall furnish the items specified in the Contract. Substitution after Award is specified in 00180.31(b),00180.31(c),and 00180.31(d). 00120.17 Use of City-Owned Land for Staging or Storage Areas - The Contractor may use Agency- owned property for staging or storage areas,subject to the following limitations: (a) Within Normal Right-of-Way Limits - If approved by the Engineer, the Contractor may use available property within the normal Right-of-Way limits for the purpose of constructing improvements under the Contract, as long as such use does not unduly impede other legitimate users of the Right-of-Way or adjacent properties. Where the City owns, or has rights to, other adjacent properties in the Project area, "normal Right-of-Way" is limited to a line drawn across that property connecting the normal Right-of-Way limits on either side of the property. (b) Outside Normal Right-of-Way Limits - The Contractor may not use City-owned property outside of normal Right-of-Way limits for the Project without the approval of the City. If a Bidder obtains approval before submitting a Bid, use of the property will be at no cost to the Contractor,or at a cost stated by the Engineer upon granting approval,as confirmed by Addendum. If approval is not obtained before submitting a Bid, and the Contractor proposes to use City-owned property outside the normal Right-of-Way limits, then use of the property may be approved by the Engineer, but the Contractor will be assessed fair market value, as determined by the Engineer, for use of the property. 7 1 P a g e (c) Restrictions on Use-Contractors shall comply with all applicable laws,ordinances, and regulations pertaining to use of City-owned property,and shall: • Not cause unreasonable impacts on traffic and other facility users. • Clean up all hazardous materials deposited by,or resulting from,Contractor operations. • Be responsible for all costs associated with use of the property. 00120.20 Interpretation of Quantities in Bid Schedule - Quantities appearing in the Bid Schedule are approximate and are provided only for comparison of Bids. The City does not warrant that the actual individual items,amount of Work, or quantities will correspond to those shown in the Bid Schedule. Payment to the Contractor will be made only for actual quantities of Work performed and accepted or Materials furnished and accepted, as required by the Contract Quantities of Work to be performed and Materials to be furnished may each be increased,decreased,or omitted as provided in 00120.30 and 00140.30. 00120.25 Subsurface Investigations - If the City or its consultant has conducted subsurface or geologic investigations of the proposed Project Site,the results of the investigations may be included in written reports. If reports have been prepared, copies will be available at the Engineer's office. If the City has retained subsurface samples, they will also be available for inspection. Bidders and the Contractor may make arrangements for viewing the samples through the City's office. The availability of subsurface information from the City is solely for the convenience of the Bidder and shall not relieve the Bidder or the Contractor of any risk, duty to make examinations and investigations as required by 00120.15,or other responsibility under the Contract Documents. It is mutually agreed to by all parties that: • The written report(s) are reference documents and not part of the Contract Documents. • The subsurface investigations made by the City are for the purpose of obtaining data for planning and design of the Project. • The data concerning borings is intended to represent with reasonable accuracy conditions and materials found in specific borings at the time the borings were made. 00120.30 Changes to Plans, Specifications, or Quantities before Opening of Bids - The City may modify the Solicitation Documents by issuance of an "Addendum" to all prospective bidders within a reasonable time prior to bid closing to allow bidders to consider them in preparing their bids,but in no case less than 48 hours before the bid closing. If an Addendum is necessary after that time,the City,at its discretion,can extend the closing date. Any Addendum issued, as a result of any change in the Solicitation Documents, must be acknowledged by submitting the "Acknowledgment of Addendum" (Attachment B) with a proposal. Only questions that are answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 00120.40 Preparation of Bids: (a) Bidding Considerations - Bids must be prepared on the Bid Proposal included in Attachment A and must be completed, signed, dated, and submitted prior to the closing date and time. All bids shall be prepared and submitted in ink or typewritten. By submitting a completed Bid Form, the Bidder is stating their conformance with all requirements of the Invitation to Bid which will be incorporated into any subsequent contract. Failure to comply with all requirements set forth in the Invitation to Bid may result in the rejection of a bid. 8 1 P a g e Bidders may refer to the following Subsections for requirements that may affect bidding considerations: • 00120.80,Preference for Oregon Resident Bidders • 00130.80,Restrictions on Commencement of Work • 00 150.55,Coordination of Work • 00 150.75,Protection and Maintenance of Work • 00160.20(a),Buy America • 00160.20(b),Buy Oregon • 00 180.20, Subcontracting Limitations • 00180.21, Subcontracting • 00180.50 (h),Contract Time • 00195.50(a-1),Incidentals • 00195.00(a),Cost of Insurance and Bonds (b) Paper Bids - The Bidders shall not alter,in any manner,the paper documents bound within the Bid Section. Bidders shall complete the certifications and statements included in the Bid Section of the Bid Booklet according to the instructions. Signature of the Bidder's authorized representative thereon constitutes the Bidder's confirmation of and agreement to all certifications and statements contained in the paper Bid Booklet. Entries in the Bid Section shall be in ink or typed. Signatures and initials shall be in ink, except for changes submitted by facsimile (FAX) transmission as provided by 00120.60(in which case FAX signatures shall be considered originals). The Bidder shall properly complete and bind all the paper documents in the Bid Section,as specified in 00120 if b tween the front and back covers of the Bid Booklet, except that the Bid Bond is not required if ano�er permissible type of Bid guaranty is provided. (see 00120.40(e)). (c) Recyclable Products - Bidders shall use recyclable products to the maximum extent economically feasible in the performance of the contract set forth in this document. (d) Bid Schedule Entries - Using figures, Bidders shall fill in all blank spaces in the paper Bid Schedule. For each item in the paper Bid Schedule, Bidders shall enter the unit price and the product of the unit price multiplied by the quantity given. The unit price shall be greater than zero, shall contain no more than two decimal places to the right of the decimal point, and shall be expressed in U.S. dollars and cents (for example, $150.25 or$0.37). Bidders shall also enter the total amount of the Bid obtained by adding amounts for all items in the paper Bid Schedule. Corrections or changes of item entries shall be in ink, with incorrect entry lined out and correct entry entered and initialed. (e) Bidder's Address and Signature Pages - Bidders shall include in the Bid the address to which all communications concerning the Bid and Contract should be sent. The Bid must be signed by a duly authorized representative of the Bidder. (1) Bid Guaranty-All Bids shall be accompanied by a Bid guaranty in the amount of 10% of the total amount of the Bid. The Bid guaranty shall be either a Surety bond,irrevocable letter of credit issued by an insured institution as defined in ORS 706.008 or security in the form of a cashier's check or certified check made payable to the Agency. (see ORS 279C.365(4)). 9 1 P a g e If a Surety bond is submitted,Bidders shall use the Agency's standard Bid Bond form included with the paper Bid Booklet. Bidders shall submit the bond with original signatures and the Surety's seal affixed. The Bid guaranty shall be submitted by mail, delivery service, or hand delivered to the offices and addresses,and at the times given in the paper Bid Booklet Acceptable Surety companies are limited to those authorized to do business in the State of Oregon. Forfeiture of Bid guaranties is covered by 00130.60,and return of guaranties is covered by 00130.70. A Bidders bid security shall be forfeited if the Bidder fails to execute the contract promptly and properly if so awarded. The bid security of all unsuccessful bidders shall be returned after a contract has been executed or all bids have been rejected. (g) Disclosure of First-Tier Subcontractors - If a Bidder's Bid on a public improvement Project exceeds $100,000, the Bidder shall, within two working hours of the time Bids are due to be submitted, submit to the Agency, on a form provided by the Agency, a disclosure identifying any first-tier Subcontractors that will furnish labor or labor and Materials, and whose contract value is equal to or greater than: • 5%of the total Project Bid,but at least$15,000;or • $350,000,regardless of the percentage of the total Project Bid. For each Subcontractor listed,Bidders shall state: • The name of the Subcontractor, • The dollar amount of the subcontract;and • The category of Work that the Subcontractor would be performing. If no subcontracts subject to the above disclosure requirements are anticipated, a Bidder shall so indicate by entering "NONE" or by filling in the appropriate check box. For each Subcontractor listed, Bidders shall provide all requested information. An incomplete form will be cause for rejection of the Bid. The Subcontractor Disclosure Form may be submitted for a paper Bid either: • By filling out the Subcontractor Disclosure Form included in the Bid Booklet and submitting it together with the Bid at the time and place designated for receipt of Bids; • By removing it from the paper Bid Booklet, filling it out and submitting it separately to the Agency Procurement Office,at the address given in the Bid Booklet. Subcontractor Disclosure Forms submitted by any method will be considered late if not received by the Procurement Office within two working hours of the time designated for receiving Bids. Bids not in compliance with the requirements of this Subsection will be considered non-responsive. 00120.45 Submittal of Bids: (a) Paper Bids - Paper bids may be submitted by mail, parcel delivery service, or hand delivery to the offices and addresses, and at the times given in the Bid Booklet. Submit paper Bids in a sealed envelope marked with the word"Bid",the name of the Project,and the words "To Be Opened Only by Authorized Personnel" on the outside. If a delivery or courier service is used, the Bidder shall place the sealed envelope containing the paper Bid inside the delivery or courier service's envelope. 101Page Closing time for acceptance of paper Bids is the time stated in the Advertisement on the day of Bid Opening. Paper Bids submitted after the time set for receiving paper Bids will not be opened or considered. The Agency assumes no responsibility for the receipt and return of late paper Bids. (b) Submission - One (1) original and one copy of the sealed Bid must be received before the stated closing time at the address listed below. To assure that your bid receives priority treatment,please mark as follows. FY 2015-16 Pavement Management Program—Pavement Rehabilitation Due Date: April 23,2015—2:00 pm City of Tigard—Utility Billing Counter Attn: Joe Barrett,Sr.Management Analyst 13125 SW Hall Blvd. Tigard,Oregon 97223 Bidders shall include their firm name and address on the outside of the envelope. It is the bidder's responsibility to ensure that bids are received prior to the stated closing time. The City shall not be responsible for the proper identification and handling of any bids submitted incorrectly. (c) Bid Opening-Bids will be opened immediately following the deadline for receiving bids as stated in the Advertisement in Tigard City Hall. Bidders may be present; however, award decisions will not be made at the opening. 00120.60 Revision or Withdrawal of Bids: (a) Modifications To Bids - In accordance with Tigard Public Contracting Rule 30.070 (A),a Bid may be modified after submittal so long as the modification is done in writing prior to the bid's closing time and date. Any modification must be prepared on the submitting company's letterhead, signed by a company representative, and clearly state that the new modification supersedes or modifies the prior bid. To ensure integrity of the bidding process, the modification must be delivered to the City's Procurement Office in a sealed envelope that is marked "BID MODIFICATION" and list the original bid title and closing date. (b)Withdrawal of Bids -Tigard Public Contracting Rule 30.070 (B) allows for the withdrawal of a bid so long as the bidding company submits a withdrawal request in writing on company letterhead and signed by a company representative prior to the time and date of bid closing. The withdrawal request shall be delivered to the City's Procurement Office and the bid shall be returned,unopened, to the requesting bidder. 00120.65 Opening and Comparing Bids-Bids will be opened and the total price for each Bid will be read publicly at the time and place stated in the Advertisement for Bids. Bidders and other interested parties are invited to be present. Bids for each Project will be compared on the basis of the total amount of each Bid. The total amount of the Bid will be the total sum computed from quantities listed in all Bid Schedules times unit prices entered by the Bidder. In case of conflict between the unit price and the corresponding extended amount, the unit price shall govern, and the City may make arithmetic corrections on extension amounts. When an error(s) is made in extending total prices, the unit bid price will govern. Bidders are cautioned to 111Page recheck their bid for possible error(s). Error(s) discovered after opening cannot be corrected by the bidder and the contractor will be required to perform work at the unit price if their bid is accepted- 00120.70 ccepted00120.70 Rejection of Nonresponsive Bids - A Bid will be considered irregular and will be rejected if the irregularity is deemed by the City to render the Bid non-responsive. Examples of irregularities include without limitation: • The Bid Section documents provided are not properly used or contain unauthorized alterations. • The Bid is incomplete or incorrectly completed. • The Bid contains improper additions,deletions,alternate Bids,or conditions. • The Bid is submitted on documents not obtained directly from the City,or is submitted by a Bidder who has not been identified by the City as a Holder of Bidding Plans,as required by 00120.05. • A member of a joint venture and the joint venture submit Bids for the same Project. Both Bids may be rejected. • The Bid has entries not typed or in ink, or has signatures or initials not in ink (save for changes received by FAX as provided by 00120.60). • Each change or correction is not individually initialed. • White-out tape or white-out liquid is used to correct item entries. • The price per unit cannot be determined. • The Bid guaranty is insufficient or improper. • The original Bid Bond form is not used or is altered. • The Oregon Construction Contractors Board registration number and expiration date are not shown on the Bid if required in the Solicitation Document. This requirement applies to State-funded or locally funded Projects, with the exception of Aggregate production and landscape Projects (not required on Federal-Aid Projects). • A disclosure of first-tier Subcontractors, if required under 00120.400, is not received within two working hours of the time Bids are due to be submitted,or the disclosure form is not complete. • The Bidder has not complied with the DBE requirements of the solicitation. • The Bid does not acknowledge all issued Addenda. • The Bid contains entries that are not greater than zero. • The Bid contains entries with more than two decimals to the right of the decimal point. • The Bid entries are not expressed in U.S. dollars and cents. 00120.80 Reciprocal Preference for Oregon Resident Bidders-This Subsection applies only to Contracts for Projects financed without federal funds. Bidders shall complete the certificate of residency provided by the City in the Bid Booklet. Failure to properly complete the form will be cause to reject the Bid. As used in the certificate of residency and this Subsection,"Resident Bidder"means a Bidder who has: • Paid unemployment taxes or income taxes in the State of Oregon during any of the 12 calendar months immediately preceding submission of the Bid; • A business address in the State of Oregon;and • Certified in the Bid that the Bidder qualifies as a Resident Bidder. "Nonresident Bidder"means a Bidder who is not a Resident Bidder as defined above. 121Page In determining the lowest Bid,the City will,for the purpose of awarding the Contract,add a percentage increase to the Bid of a Nonresident Bidder equal to the percentage,if any,of the preference given to that Bidder in the state in which the Bidder resides (ORS 279A.120). The percentage preference applied in each state will be published on or before January 1 of each year by the Oregon Department of Administrative Services. The City may rely on these percentages without incurring liability to any Bidder(ORS 279A.120). This increase will only be applied to determine the lowest Bid,and will not cause an increase in payment to the Contractor after Award of the Contract. 00120.90 Disqualification of Bidders - The Bid(s) of a disqualified Bidder will be rejected. Any of the following reasons is sufficient to disqualify a Bidder. • More than one Bid is submitted for the same Work by an Entity under the same or different name(s). • Evidence of collusion among Bidders. Participants in collusion will be found responsible, and may be subject to criminal prosecution. • Any of the grounds for disqualification cited in ORS 279C.440. A Bidder will be disqualified if the Bidder has: • Been declared ineligible by the Commissioner of the Bureau of Labor and Industries under ORS 279C.860; • Not been registered (licensed) by the Oregon Construction Contractors Board (CCB) or been licensed by the State Landscape Contractors Board before submitting a Bid (ORS 279C.365(1)(k), ORS 701.055, and ORS 671.530). The Bidder's registration number and expiration date shall be shown in the Bid form, if requested. Failure to furnish the registration number, if requested, will render the Bid non-responsive and subject to rejection. (not required on Federal-Aid projects);or • Been determined by the CCB under ORS 701.227 not to be qualified to hold or participate in a public contract for a public improvement. 00120.91 Rejection of Bid on Grounds of Nonresponsibility of Bidder - The Bid of a Bidder who is found to be nonresponsible according to the criteria listed in 00130.10 will be rejected. Refer also to ORS 279C.375(2). 120.95 Public Records - All.bid material submitted by bidder shall become the property of the City and is public record unless otherwise specified. A bid that contains any information that is considered trade secret under ORS 192.501(2) should be segregated and clearly identified as such. This information will be kept confidential and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS 192. The above restrictions may not include cost or price information,which must be open to public inspection. 131Page SECTION 00130—AWARD AND EXECUTION OF CONTRACT This Section replaces Section 00130 of the 2008 edition of the Oregon Standard Specifications for Construction. 00130.00 Consideration of Bids (a) The City may reject any bid not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all bids upon a finding of the City that it is in the public interest to do so. (b)The City reserves the right, as allowed under Tigard Public Contracting Rule 30.085 (B) to waive any and all minor informalities that may arise in relation to this bid process. Minor informalities are matters of form rather than substance that are evident from the bid documents, or insignificant mistakes that can be waived or corrected without prejudice to other bidders or the City. The informality shall not affect price, quantity, quality, delivery, or contractual conditions except in the case of informalities involving unit pricing. (c) After opening and reading Bids, the Agency will check them for correct extensions of unit prices and totals. (see 00120.65) The total of extensions, corrected where necessary,will be used by the Agency for Award purposes. (d) Bids will be considered and a Contract awarded,if at all,within 60 Calendar Days from the date of Bid Opening,unless an extension beyond that time is agreed to by both parties and acknowledged in writing by the Bidder. 00130.10 Award of Contract-After the Bids are opened and a detem-dnation is made that a Contract is to be awarded, the Contract will be awarded to the lowest responsible Bidder. For the purposes of this Section, "lowest responsible Bidder" means the lowest Bidder who is not on the list created by the Construction Contractors Board according to ORS 701,and who has: • Substantially complied with all prescribed public bidding procedures and requirements. • Available the appropriate financial, Materials, Equipment, facility and personnel resources and expertise, or ability to obtain the resources and expertise, necessary to indicate the capability of the prospective Bidder to meet all contractual responsibilities. • A satisfactory record of performance. • A satisfactory record of integrity. • Qualified legally to contract with the Agency. • Supplied all necessary information in connection with the inquiry concerning responsibility. If a prospective Bidder fails to promptly supply information requested by the Agency concerning responsibility, the Agency shall base the determination of responsibility upon any available information,or may find the prospective Bidder not to be responsible. • Not been disqualified by the public contracting agency under ORS 279C.440. If the Bidder is found not to have a satisfactory record of performance or integrity,the City will document the record and the reasons for the unsatisfactory finding. The City shall provide notice of intent to award to each bidder submitting a bid. The notice shall state the date, time, and location of the bid award decision. The notice shall include the name of the vendor that staff recommends the contract be awarded to. Any bid comparison sheets shall be included in the notice of intent to award 141Page The Award will not be final until the later of the following. • The City has provided a written response to each timely protest, denying the protest and affirming the Award,or • The Contract is awarded by the awarding authority If the City accepts a Bid and awards a Contract, the City will send the successful Bidder written notice of acceptance and Award. Notice of Award and Contract booklets ready for execution will be sent within 60 Calendar Days of the opening of Bids or within the number of Calendar Days specified in the Special Provisions or a written mutual agreement. 00130.15 Right to Protest Award-In accordance with Tigard Public Contract Rule 30.135 any actual bidder who is adversely affected or aggrieved by the City's intent to award the contract resulting from this Invitation to Bid to another bidder shall have seven (7) calendar days after notice of intent to award to submit to the City a written protest of the notice of award. In order to be adversely affected or aggrieved,a bidder must claim to be eligible for award of the contract as the lowest responsible bidder and must be next in line for award,i.e. the protester must claim that all lower bidders are ineligible for award because they are non-responsive or non-responsible. The City will not entertain any protest submitted after the time period established under this Invitation to Bid document. The City shall issue a written decision denying or affirming the protest to every bidder providing an address to the City before any action is taken on the contract. 00130.20 Cancellation of Award-Without liability to the City,the City may for good cause cancel Award at any time before the Contract is executed by all parties to the Contract, as provided by ORS 279C.395 for rejection of Bids,upon finding it is in the public interest to do so. 00130.30 Contract Booklet-Includes the documents listed under Section 4,"Contract Documents," of the Public Improvement Contract(Attachment F). 00130.40 Contract Bonds,Certificates,and Registrations -Before the City will execute the Contract, the successful Bidder shall furnish the following bonds,certificates,and registrations: (a) Performance and Payment Bonds - When Awarded the Contract, the successful Bidder shall furnish a Performance Bond and a Payment Bond of a Surety authorized to do business in the State of Oregon as required by Tigard Public Contracting Rule 30.190(A). The successful Bidder shall submit the standard bond forms, which are bound in the Contract booklet. Faxed or photocopied bond forms will not be accepted. The amount of each bond shall be equal to the Contract Amount. The Performance Bond and the Payment Bond must be signed by the Surety's authorized Attorney-in-Fact, and the Surety's seal must be affixed to each bond. A power of attorney for the Attomey-in-Fact shall be attached to the bonds in the Contract booklet, which must include bond numbers, and the Surety's original seal must be affixed to the power of attorney. Bonds shall not be canceled without the City's consent, nor will the City normally release them,prior to Contract completion. When a coating system warranty is required by 00594.75,the Contractor shall furnish a supplemental warranty performance bond, in addition to the regular Performance Bond for the Contract to the City, executed by a surety authorized to do business in the State of Oregon. The supplemental warranty performance bond shall be in the sum of 80% of the full Contract Amount. The bond is 151Page to secure the performance by the Contractor of correction work on any coating system defects that the Contractor may be directed by the City to perform. The Contractor shall use the City-provided form for the bond except that if the surety is a multiple surety, a copy of the form for a bond with multiple sureties shall be obtained from the City. The supplemental warranty performance bond shall be signed by the Surety's authorized Attomey-in-Fact, and the Surety's seal shall be affixed to the bond. A power of attorney for the Attorney-in-Fact shall be attached to the bond in the Contract booklet,which shall include bond numbers,and the Surety's original seal shall be affixed to the power of attorney. A copy of the supplemental warranty performance bond is included near the front of the Special Provisions. Upon Third Notification, the supplemental warranty performance bond shall become effective and shall continue in full force and effect until the City has advised the Contractor that: • There are no coating system defects;or • If the Contractor has been notified that there are coating system defects, the defects have been repaired by the Contractor to the satisfaction of the City as specified under the coating system warranty and the full warranty period has expired. Supplemental warranty performance bonds cannot be canceled nor can they be released due to possible claims. (b) Certificates of Insurance - The successful Bidder shall furnish the City certificates of insurance applicable to the Project, according to 00170.70. The insurance coverages shall remain in force throughout the performance of the Contract and shall not be allowed to lapse without prior written approval of the City. Bidders may refer to 00170.70 for minimum coverage limits and other requirements. For specified Contracts, certified copies, and in some instances the original, of insurance policies may be required by the Special Provisions. (c) Workers' Compensation - To certify compliance with the workers' compensation insurance coverage required by 00170.61(a) and 00170.70(d), the successful Bidder shall complete and sign the "Certification of Workers'Compensation Coverage" form bound in the Contract booklet. (d) Registration Requirements: (1) ORS 701.055 and ORS 671.530 require that Bidders be registered with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board prior to submission of a Bid on a Project not involving federal funds. Registration with the Construction Contractors Board or licensing by the State Landscape Contractors Board is not a prerequisite to bidding on Federal-Aid Projects;however, the Agency will not execute a Contract until the Contractor is so registered or licensed. (2) Bidders must be registered with the Corporation Division, Oregon Secretary of State,if bidding as a corporation, limited liability company, joint venture, or limited liability partnership, or if operating under an assumed business name and the legal name of each person carrying on the business is not included in the business name. (3) A Contractor registered under ORS 701 may bid on a landscaping Project or perform a construction project that includes landscape contracting as a portion of the project if the landscape contracting is subcontracted to a licensed landscaping business as defined in ORS 671.520. 161Page (4) A landscaping business may bid on a Project or perform a Contract that includes the phase of landscape contracting for which it is not licensed if it employs a landscape contractor, or subcontracts with another licensed landscaping business,licensed for that phase. (e) Business Tax and Federal Id No.Required-The City of Tigard Business Tax is required from the successful Bidder. Chapter 5.4 of the Tigard Municipal Code states any business doing business in the City of Tigard shall pay a City of Tigard Business Tax. No contracts shall be signed prior to the obtaining of the City of Tigard Business Tax. Upon award of proposal, contractor shall complete a Federal W-9,Request for Taxpayer Identification Number and Certification Form for the City. 00130.50 Execution of Contract and Bonds: (a) By the Bidder- The successful Bidder shall deliver the required number of Contract booklets with the properly executed Contract, Performance Bond, Payment Bond, certification of workers' compensation coverage,and the required certificates of insurance, to the Procurement Office within 15 Calendar Days after the date on which the Contract booklets are sent or otherwise conveyed to the Bidder under 00130.10. The Bidder shall return the originals of all documents received from the City and named in this Subsection,with original signatures. Certificates of insurance shall also be originals. Certificates of insurance for coverages that are permitted by the City under 00170.70(a) to be obtained by appropriate subcontractors shall be delivered by the Contractor to the City together with the Contractor's request under 00180.21 for approval of the subcontract with that subcontractor. No copies of these documents will be accepted by the City. Proper execution requires that: (1) If the Contractor is a partnership, limited liability partnership, joint venture, or limited liability company, an authorized representative of each Entity comprising it shall sign the Contract, Performance Bond,and Payment Bond,and an authorization to sign shall be attached. (2) If the Contractor is a corporation, the President and the Secretary of that corporation shall sign the Contract, Performance Bond, and Payment Bond. However, if other corporate officers are authorized to execute contracts and bonds, the successful Bidder shall furnish with those documents a certified, true and correct copy of the corporate bylaws or minutes stating that authority. If only one officer is signing,then the bylaws or minutes must include the authority to sign without the signature of others. The successful Bidder shall also include the title(s) or corporate office(s) held by the signer(s). (b) By the City - Within seven Calendar Days after the City has received and verified the properly executed documents specified in 00130.50(a), and received legal sufficiency approval from the City Council (if required), the City will execute the Contract. The City will then send a fully-executed original Contract booklet to the successful Bidder,who then officially becomes the Contractor. (c) Contract-After the award,the Contractor and the City will enter into a public improvement contract incorporating the terms and conditions of the Public Improvement Contract and the bid response. Vendors taking exception to any of the contract terms shall submit a protest or request for change in accordance with Section 00120.15(b) "Protest of Specifications or Terms" or their exceptions will be deemed waived 00130.60 Failure to Execute Contract and Bonds - Failure of the successful Bidder to execute the Contract and provide the required certificates, certifications, and bonds may be cause for cancellation of the Award,and may be cause for forfeiture of the Bid guaranty under ORS 279C.385. Award may then be made to 171Page the next lowest responsible Bidder,the Project may be re-advertised,or the Work may be performed otherwise as the City decides. The forfeited Bid guaranty will become the City's property, not as a penalty but as liquidation of damages resulting from the Bidders failure to execute the Contract and provide the certificates,certifications,and bonds as required by these Specifications. 00130.70 Release of Bid Guaranties - Bid guaranties will be released and checks returned seven Calendar Days after Bids are opened, except for those of the three apparent lowest Bidders on each Project. The guaranties of the three apparent lowest Bidders will be released and checks returned to unsuccessful Bidders within seven days of the Agency's execution of the Contract. 00130.80 Project Site Restriction-Until the City sends the Contractor written Notice to Proceed with the Work, and the Contractor has filed the public works bonds required in 00170.20, the Contractor shall not go onto the Project Site on which the Work is to be done, nor move Materials,Equipment, or workers onto that Project Site. The Contractor will not automatically be entitled to extra compensation because the commencement of Work is delayed by failure of the City to send the Contract for execution. However, if more than 30 Calendar Days elapse between the date the Bid is opened and the date the City sends the Contract to be executed,the City will consider granting an adjustment of time for completion of the Work to offset any actual delay to Contract completion resulting directly from delay in commencement. 00130.90 Notice to Proceed-Notice to Proceed will be issued within five Calendar Days after the Contract is executed by the City. Should the City fail to issue the Notice to Proceed within five Calendar Days of Contract execution,the Contractor may apply for an adjustment of Contract Time according to 00180.80(c). 181Page rATTACHMENT A PROPOSAL CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation 'Phis 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: FY 2015-16 Pavement Management Program—Pavement Rehabilitation Bid Due Date: %-I ! Z3 I 15 Name of Submitting Firm: 5—Z 6,nVa,C�Cf1 �o c The Undersigned (check one o/'tfre%allwvil{g and pwrid,: uddilionul illor»icztitl ): An individual doing business under an assumed name registered under the laws of the State of ;or A,,.partnership registered under the Laws of the State of ;or corporation organized under rhe lau^s of the State of { {'� ; or _ A limited liability corporation organized under the lAws of the State of ; hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: ll q ar lt'\A 5Q--, ' \ L.) �n� i �ll�aal Se--)e- A-e-� Th:j5gtNA F.;,� b:c�,t(C :thd 0 /100 Dollars (ea 01`i+ S r• ' ) and the Undersigned agrees to be bound by all documents comprising the Contract Documents as defined in the Contract. The Undersigned declares that it has carefully examined the site(s) of the work, the Contract Documents, and forms. Submission of this bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered, as to the character, quality and scope of cork to be performed, the quantities of materials to be furnished, and as to the requirement of the Contract Documents. Accompanying herewith is a Bid Security which is equal to ten percent (10"(1) of the total amount of the Basic Bid. 191 BID SCHEDULE FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation Project No:CIP 2815-95001 OL Item No ODOT Section Number& Item Description Quantity Unit Unit Cost Total Cost ROADWORK 1 00305-CONSTRUCTION SURVEY WORK 1 LS S t Z yce-'- S I.LfoyC. —' 2 00310-REhIOY'AL OF SLRFACINGS 1,390 SQY D S Roadwork Total $ DRAINAGE AND SEWERS 3 fK)490-ADD hL1NHOLE PAVING RINGS 49 17A S T_ S—D,� S 1�a 2.-9C',a-''- 4 W490-hIINOR ADJUS•IMEN'T OF NIANHOLE 10 EA S ICE,+°.� S 3,e0c), 5 011490-ADJUSTING WATER OR GAS VALVE BOXES 47 E.1 $ 150.0 $ -1 tS•Z• `" 6 00490-ADJUSTING CATCH BASINS 3 F.1 5 0 t�! S 00490-.�DJUS I ING MONLTII;N1'BOKE.S 8 E.1 S i�C.4— S I'2C0 8 00490-RE•PL..10E OR INSTALL MONUhIEN'T BOX 24 EA SS 5V0, Drainage and Sewers Total $ 36,-ICC . BASES 9 00610-RECONDT11ONING EXISI1NG RO IDWAY 1 L.S S Is"ec.`{., $ 00620-COLD PLANE P_VFAil NT REN-10Y'll,,0- '3' 10 INCHUS DEEP 8.050 LQYD S 3. -- s Z��56 S, 00620-COLD PLANE PAN XIEN'T RE,NIOt AI,2 � 11 5,''_'0 SCZYT) 4 S 1i� INCHrS DEEP 17 00620-COLD PLVN'E PANTINIEN7 RENIOV.0,3 4 820 SQY D s y; 5 INCHES DEEP ' 13 00640-_1GGREG.VFE BASE 246 'ION S -) 0. S Z av 14 00640-AGGREGATE SHOULDEKS 11 TON S 1,-C s I,r Q . `? Bases Total $ -71 . WEARING SURFACES 00'45-LEZ'EL 2,112 I\CH DENSE HhL1C hIIZ"T•ITRE, _' S s �A — IL 15 PG!ri-?' 5,980 TON 16 00745-CURB SEMANG 13,700 LF S S 9 - 1? 00"45-6 INCH WIDE 111 k-114ERED EDGE SEAL '1,4?0 LF S , 4 S 1`�,b7 • OL 18 00'49-EXTRA FOR SPOT GRIND AIvD INLAY 1,210 SQYD S l�•�= S 12, ARLAUS 19 00'49- .1SPH.Arl'BER NIS 208 L1A 20 00149-.1.SPHAL SPEED CUSHIONS 8 EA 5Z:5w"4 $ -Lialco' • C-4 d 00 21 00759-CONCRETE CURBS,CIMB.SND Gl:ITER 50 Lt S Lf 0 •p_ S 2.1 Coo It 22 00-59-CONC ItE'TE CURBS,STANDARD CURB 1,50() T.,t S 3 C s 4 S,ccV, ?i 60"59 -C(-)N(Mrl',CURBS,GRADE CORRLCII(M 8,70 LF 330, S 201.. r+� 24 00759-TRUNC-ITED DONIES 30 SQFT S too c ,L` s -S O cy 25 0059-CONCI(F1'h W,AJ-KS 6,880 SQFI s zo.7�"17 S 5-7, Z Wearing Surfaces Total $ "7 Cl S, J 13ci , c•J PERMANENT TRAFFIC SAFETY AND GUIDANCE DEVICES 26 00855-BI-DIREC`IIO2N3L BLUE TYPE LAR KA RI{ERS 32 Elk 5 -7. v"� 5 ZZ4 " 27 00860-LONGITUDLN-U.P?A1'r-A1E.1\"T I,t�LRKINGS- 2,400 LF s • s�'Lo�o�_0j PAINT 00865 TIi R.\L 10PL kSIIC,ElTRUDBD,SURFACE, vJ NUN-PROFILED 28 21, 20 LF S �• S Zi ZZc', -" 0A29 00867-PAVEMENT LEGEND,TYPEB-IIS:- RRO%S 26 F �.I S o.", S TD20. 40 pJ 30 0086"-P NEMEI I L EGEIND,TYPE B-HS:BUMP 15 EA s I C O• S rav. 0086"-PANT-MEXT LEGEND,TYPE B-HS:SPEED �= 31 CUSHION 8 E-1 s �C, s G,qGL7 00867-P_ \'Ei LENTT LEGE.\TD, A*PE B-FIS:"SCHOOL 32 3 FA S 1, . s 3,Cct} 33 00867 PALATI ENT LLE NLD,Ti-PE B-HS:BICYCLE 8 ,� S `6,• r s Z,y ) •' I_kNTE SI'MBOLS 34 0086"-RAVENIENT B-'alt,n-PE B-I-S 1,77 SQFT s c S 1'394931 — Permanent 5493 -Permanent Traffic Safety and Guidance Devices Total $ PERMANENT TRAFFIC CONTROL AND ILLUMINATION SYSTEMS 00990-LOOP DL;TECTOR LNSTA1J-s1TION,NIMBUS3 35 ANTI AND SCROLLS FERRY RD 1 IS s n�• S or7i7 00990 -LOOP DETECTOR INST_-LU- iTON,�G'- '�ti I' 36 STAND TIEDEK N ANTE 1 LS S Cc�O. 5 7,a�? 3_ 00990-LOOP DETECTOR INSTALL. ITON,WALNUT 1 � s 0LC� 5 h) STAND 99Q' 'tkl Permanent Traffic Control and Illumination Systems Total $ 15-,OLZ), PROJECT TOTAL $ ( ,C r 00 0 Dollars BID TOTAL I'\WORDS 211Pagc ATTACHMENT B ACKNOWLEDGMENT OF ADDENDA CITY OF TIGARD FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation I/WL HANTC RECEIVED THE FOLLOWING ADDENDA: 1 none recchv ! write `.'None Rrcei»ed' 3. 2. 4. Li 3 J ►s Date S atur of Proposer Tide Corporate Name 1'24,n 24 ATTACHMENT C BID CERTIFICATIONS CITY OF TIGARD FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation Non-discrimination Clause The Contractor agrees not to discriminate against any client, employee or applicant for employment or for serN ices, because of race,color,religion, sex, national origin, handicap or age with regard to,but not limited to, the follovnng: employment upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; selection for training; rendition of services. Ir is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or contract from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by. Firm Name: S'-Z~ Gt0t"5 ( n C Address: Officer's signature: Ar r Type or print officer's name: 1'asc 25 ATTACHMENT D FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation BID #:CIP 2015-95001 BID CLOSING:Date: April 23,2015 Time: :02 _0 gm This form must be submitted at the location specified in the Imitation to Bid on the advertised bid closing date:and within two working hours after dhe advertised bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed, the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter "'NONE" if there are no subcontractors that need to be disclosed. (attach additional sheets if needed). NAME DOLLAR VALUE CATEGORY OF WORK Yn S 2) �.�� +1t��1 t!�,.=nSk�t. [ , C 7 A C S"2� 4) Failure to submit flys form by the disclosure deadline will result in a nonresponsive bid. A nonresponsive bid will not be considered for award. Form submitted by (bidder name): Contact name: �r'`�1 t4`�=� � - Phone #: S 6 S 1 000) Page 26 ATTACHMENT E BID BOND CITY OF TIGARD FY 2025-16 Pavement Management Ptogtam Pavement Rehabilitation We,S-2 Contractors, Inc. (Nuuc of Principal.) and Western Surety Company m South Dakota Corporation, 'Name of Surety) authorized to transact Surety business in the State of Oregon, as "Surety,"hereby jointly and severally bifid ourselves, our respective heirs, executors, adtrunistrators, successors, and assigns To pay unto the Citi- of Tigard ("Obhgcc'7 the sum of Ten Percent of Total Amount Bid-- and r_/100 Dollars($100/6 of Bid-- 3 WHEREAS,the condition of the obligation of this bond is the Principal bas submitted a bid or proposal to the Obligee in response to Obligee's solicitation for the project identified as FY 2015-16 Pavement Management Program—Pavement Rehabilitation,which bid or proposal is made a part of this bond by reference,and Principal is required to furnish bid security in an amount equal to ten percent(I0%)of the total amount of the bid pursuant to the solicitation document. NOW, THEREPORE, if the bid or proposal submitted by Principal is accepted, acid if a contract pursuant to the proposal or bid is awarded to Principal, and if Principal enters into and executes such contract within the brae specified is the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment bond required by Obligee within rbe time fixed by Obligee, then this obligation shall be void;otherasse,it shall remain in Cull force and effect IN WITNESS WHEREOF, we have caused this instrument to be executed and scaled by our duly authorized legal representatives this 23rd day of April 2015 PRINCIP • Eagle gLsker,, SURETY. Western Surety Company By BY ATMFC�'EY IN-FACT _ 5igmature Gloria Bruning 01V Name&TiActcst5 LJ Signature 1201 SW 12th Ave., #500 Address Portland, OR 97205 City State zip Page 27 f ZZ ut pzgoq szotagnuoJ uouatuasuo_) arta yatm pon4siVoi (c-)Soo-jo, S-Up ut paquasap ss 31ro.A uou:)rmsuoo tuzo333d Ryn ott,n szomimoagns jjs my sagnzaa .{gmxq zapprg pjssaaans att,I, :Agj-d,"Nct uoRa-lo zapun paztnbaz ss pzgoq szoi:mwoD uouanzusuo,) alp ipl A% O00'O£S 3o mnotuu oya ut .uazns aaszodzoa u tjatm puoq sago-n 3ggnd g pajg snj pau�hszapun at{a Itry 3[.TO n alta 3o Sus 3o Vutuuuvaq ay oa zoud lrt7 ayr oz 3oozd ap!lxozd Urgs pau$rszapul-j agga sat3uzaa zatpztq P-.)U*Szapul-1 atj,L juzapaj or ilv,..Uuoa ssajun paaaajaz aq I" it pus a:,.rsuodsazun pjq otp wirtu ljtm zoqumu alta )sojastp pu>'zaasfdaz of ampzd uagtunu uous.usaaz atp asojastp pug 'Cso.TOL oa C£O.10L 5210 tpt vl aaugpzo�as to pzsoq uoiatszan uo� uouanzasuoJ 1.10�310 aya ttatx>`pazaaaaz aq ismu zcxaormuo7 s `ptq s li mrttugns os uontpuaa g sv — 3o ajsp uoututdra trg tl31n _57 L9 sl zagtuttu uonrazstRIz HX) s�pau2Tszapun arty •alfzm 3o saagz 2mfm.tazd atp 3o luauiisd alp ox Wuturgazad OLB':)GLZ q2nomp009'76LZ "0 3o SUOISuaozd atp IPp" dldtuoa or `aasxtuoa g papzsIAg 3t `saa.7& pau�tszaput-j arty -93uou=op iuotuazmaozd alp ulgttm papnjatn muatuazmbag uouav a in>tuzg3V itrg tpt3. patldtuoa (rolvir aly°jjd ° ) .LOQ\ Shr14 ❑ St'H Poalsnpui7 arty •uoRaz0 uj ssazppe ssouts-nq s (ralvis -Iqp rgVVv Araya) Loo. SdH StfH Fl Pug stpuour Z asgd atp rrttjarm uo2#az0 Tit S;)= atuoaur zo atratu iojduraun prod (rryvys a/ym c�r' ��ar,�a) LUIR S`VI I ❑ SVI-1� Pau2tszapu, aq,L •prg arty 3o Vutuado it,aj33o atp m zoud uoszad tjans oa p2m)TTrnujujoa aq 1ou ff�m pug prg alp tptsN, pagstuzn3 puoq Xus uo :ilazns S11 .10 pauStszapu,rj aya 3o IUZSE zo aaiojduta us jou uoszad Aug oa sauaSu zo saaSoldura sat zo pouVtszapun mp Acl palgatutnutuoa uaaq aou angq prg atp 3o sauaauoa ;)qj, (Z) pus :uounaduioa zo 8utpptq tuapuodoput ouaq or poudusap a7uatzm30p uonmr.)ilos alp to paquasap SoxA as zo `juaurdmba `sarjddns`sFp;ogcua 3o zopum zatpo Aug tp�» uouas 3o asznoa uotutuoa pauusld :to ` urrpu viszapun `auatuaaz$g Aus jnotptm pus tpr. uotsnljoa lnoyyA pauuugns �iutaq st pug apuapuadaptn as panuzs uaaq sutj prg bgtl j. (j) amp sagpzao pau'tszapul-1 art j, •pauzruaz aq jjtgs.huro;)S ptq alp'puoq auatuSgcj pus'puoq aauguu03zad`ruzod ruanuaazVV plus szaatlap dloum pug saznaaxa pauVtsxaptiq alp 3t :to `sptq aup 3o 2uruado arta ao} aas zmm arta 3o sArp (Og) nits trngt n paldxmis lou s't pqj aqa )r anq`.uondo s Sii:) alp atp 3o.Wodozd alp owooaq ABr a LlunoiS Prq atp uatta `sutzo3 4=uo7 ayz trrataaaz zaa)s sSup (o j) uaa tnyttm puoq auawked puu puoq aamtmo3zad atp 2ftnptfuxrd zo tuzo3 ivawaaTVV atp lJuutraaxa zatpta ut saing3ap paa`TszapuI alp F agtp pug `puoq luaw.tud pus `puoq aauguzzo3zatj `tuza3 ivatuaaz5}1 paurgu-aaogg alp zanrlap put; aanaaxa oa poAszapun alp 30 oznitrg alp iq utsasns T[t11.ut7aya tjatgn sa3stuup paasptnbtl ao aznmLu ayst 3oazaya atmotug OT lb-743 .,14t:) alp stn ,wor a ur 1}al st ptil aq1 V*uudtzuoaau !4unaas piq atp isya saax2t: :r l#in3 pauStszapulq oq.L •rasMUO:) atp 3a iunotug alp ut gasa Puog auatu.igd Put puoq 03usurz03zad v dlddns oa . .qv- c poatszapul-1 auza atp Wur3a SIT-) alp oa uontnui0jut Aug at 0 jastp (say):iugdtuoa (sat) azns ptss sazrzotpns Sgazaq patr`dtszapu� atjy u w -> '^S u�{Ca(Yl aq ff!za puoq juaur_isd Pug puoq a�ustuzo3zad alp anss-t oa poa anbaz (sat).Uasns iq L -.14t} atja sq poptnozd stzrzo3 alp Stun `urns aagztuoD arta 3o (o,�ol) ruxuad pazpuntj auo oa junba iunotuu ug to tlasa puoq auaurisd izonv3suus s pug puoq a:)usuzz03z2d SJ0MJSPVS s `swzo3 3:)=UOJ arta !?utAra]az z313E SAgp (01) uaa trttjatna `pzt.$ty 30 _u17mp of zaetjap pus aaroaxa ai `iagrauo-� ayt papzgmg 3t `saaz s pau�tszapulj DILL accordance with ORS 701.035 to 701.055 at the time the subcontractor(s) made a bid to «-ork under the contract. The successful Bidder hereby certifies that,in accordance with the W-orker's Compensation Law of the State of Oregon,its Worker's Compensation Insurance provider is S P1%%V: ,Policy No. ?E�Z-A 7 ,and that Undersigned shall submit Certificates of Insurance as required. Name of Company: S -c��'� (c1 C'�of 5 1 n c . Company Address: 16 6G S A r J -s wi Federal Tax ID: u'LSca,4 Telephone: Fax: (-SEAT..) I attest that I have the authority to commit the firm named above to this Bid amount and acknowledge that the firm meets the qualifications necessary to perform this Mork as outlined in the Invitation to Bid. 1 understand that I will be required to provide necessary information to verify that the firm me• s these qualifications if selected for the subsequent Agreement. Authorized Signature: 11� /Printed Name & Title: Date: 1231 2Aa1 S- 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 prodded to the City could subject the successful Contractor to a twenty eight percent(28"o) backup withholding. Western Surety Company PO'*i'FR OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-M-FACT Know All h1en By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly oreanize d and existing corporation ha%ing its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O Forker, Ray M Paiement,John D Klump, Gene M Dietzman, James P Dooney, Vicki Mather, Gloria Bruning, Richard W Kowalski, Brent Olson, J Patrick Dooncy, Karen A Pierce,Joel Dietzman,Christopher A Reburn,'rami Jones,Individually of Portland.OR,it,true and lawful Attorneys)-in-fact with full power and authority hereby conferred it).ign,seal and execute for and on its behalf bonds. undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to hind it thecby as fully and to the same extent as if such instruments were signed by a duly atnhorizcd officer of the corporation and all the acts o1 said Attorney,pursuant to the authority hereby given.am hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-bdw printed on the reverse hereof,duly adopted,as indiwied,by the shareholdus of the corporation. In 141tncss Whereof. WESTERN SURETY COMPANY has caused these presents to he signed by its Vice President and its corporate seal to be hereto affixed on this 12th day of Rlay,2014. r�crye WESTERN SURETY COMPANY ��eo POgq)��S :s aul f Bruflat,Vice President State of South Dakota l JT County of Minnehaha SC On this 12th day of Slay,2014,before me personally carne Paul T.Bruflht,to ate known,who,being by me duly so-urn,did deptxe and say: that he resides in the City of Sioux Falls.State of South Dakota;that tic is the Vice President of WESTLRN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said curperration and that he signal his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. 41y commission expires f` J.MOHR {r June 23.2015t NOTARY PUntdC rSOUTH DAKOTA iJ21 8.•h! _ J.Mohr,Notary Public CERTIFICATE. 1,L. Nelson, Assistant Secretary of WLSTF.RN SLRFTY COMPANY do hereby certify that the Power of Attorney hereinabme se forth is still in force,and further certify that the By-Law of the crnjxxetion printgd on the reverse hereof i ill in force. In testimony whereof i ha%e hereunto subscribed my name and affixed the seal of the said curporetiott this�7�day of _. WESTERN SURETY COMPANY i 44 �lsPay iF L. on,Alssisiwa Secretary Form F4280 7 2012 ATTACHMENT F PUBLIC IMPROVEMENT CONTRACT—PWR COVERED PROJECT CITY OF TIGARD FY 2015-16 PAVEMENT MANAGEMENT PROGRAM PAVEMENT REHABILITATION THIS CONTRACT,made and entered into this 27's day of May, 2015, by and between the City of Tigard, a municipal corporation of the State of Oregon,hereinafter called"City" and S-2 Contractors, Inc. hereinafter called"Contractor",duly authorized to perform such services in Oregon. RECITALS WHEREAS,the City requires services which Contractor is capable of providing,under terms and conditions hereinafter described;and WHEREAS,time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Bid Proposal; THEREFORE,in consideration of the promises and covenants contained herein,the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following: A. Construction of asphaltic concrete inlays and overlays B. Asphalt concrete removal(grinding) and repair C. Adjustment of facilities to match new pavement level D. Applying sealant along pavement edges and joints E. Temporary signage,protection,and traffic control F. Striping and pavement marking G. Construction of concrete curbs and ramps H. Performance of additional and incidental work as called for by the specifications and plans. 2. Prevailing Wage The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages are incorporated herein by reference as if fully set forth. The Contractor agrees that the workmen in each trade or occupation required for the work to be done pursuant to the contract,employed in the performance of the Contract,either by the Contractor or Subcontractor or other person doing or contracting to do any part of the work contemplated by the Contractor shall be paid not less than the prevailing, minimum hourly rate of wage specified by the Commissioner of the Bureau of Labor, and attached hereto. If this project is subject to both Federal Davis-Bacon Act requirement and State of Oregon Prevailing Wage Rate requirements, the Contractor must ensure that workers will be paid the higher of the applicable federal or state rate. If the Contractor fails to pay for labor or services, the City may pay for those labor and services and withhold these amounts from payments that are due the Contractor in accordance with ORS 279C.515 Contractor shall provide proof as requested to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as required under Oregon PWR law. Contractor shall also require in every subcontract to this Agreement that the subcontractor file a public works bond with the Construction Contractors Board in the amount of$30,000 prior to starting work on this project unless otherwise exempt. For contracts $50,000 or greater, the City shall pay a fee equal to one-tenth of one percent (001) of the price of the contract to the Bureau of Labor and Industries. The fee shall be paid on or before the first progress payment or sixty (60) days from the date work first began, whichever comes first. 3. Pre-Construction Conference Contractor and listed subcontractors shall attend and participate in any pre-construction conferences described or listed in the general conditions before any work is started on the project site. 4. 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 contract documents include the documents with the following titles that are bound in the solicitation documents and the standard documents comprised of the Oregon Standard Specification for Construction,2008,Volume 1 and Volume 2. Solicitation Documents Advertisement for Bids Bidding Requirements and Procedures Award and Execution of Contract Proposal Acknowledgement of Addenda Bid Certifications—Non-Discrimination Clause First Tier Subcontract Disclosure Foran Bid Bond Form Public Improvement Contract Performance Bond Payment Bond Supplementary General Conditions Special Provisions Drawings Standard Documents General Conditions (Oregon Standard Specification for Construction, 2008, Volume 1 as amended by the Special Provisions) Standard Specifications (Oregon Standard Specification for Construction, 2008, Volume 2 as amended by Technical Specifications) City of Tigard Public Improvement Design Standards CWS Design and Construction Standards 07-20 Manual on Uniform Traffic Control Devices(MUTCD) 5. Cm's Representative For purposes hereof, the City's authorized representative will be Mike McCarthy, P.E., Senior Project Engineer,who can be reached by mail gat 13125 SW Hall Blvd.,Tigard,Oregon 97223; by telephone at(503) 718-2462,or via email at mikem@tigard-or.gov. 6. Contractor's Representative For purpose hereof, the Contractors authorized representative will be Jeff Shunn, President, who can be reached by mail at 6860 S Anderson Road,Aurora,Oregon 97002 or by telephone at(503) 651-4000. 7. Contractor Identification Contractor shall furnish to the City the Contractors employer identification number, as designated by the Internal Revenue Service, or Contractors social security number, as City deems applicable. 8. Compensation A. Progress Payments: City agrees to pay Contractor One Million Seventeen Thousand Five Hundred Thirty Seven and No/100 Dollars ($1,017,537.00) for performance of those services provided hereunder,which payment shall be based upon the following applicable terms: 1. The City will pay only for measured Pay Item quantities incorporated into the Work or performed according to the terms of the Agreement. The Contractor understands and agrees that Pay Item quantities listed in the Schedule of Items do not govern payment. 2. 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. 3. 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. 4. Contractor shall prepare and submit each month to the City Engineer at 13125 SW Hall Blvd, Tigard, Oregon 97223, a statement of services rendered, indicating the description of each service used in the proposal and the dollar amount of each service completed through the state date,together with a request for payment duly verified by the Contractor's Representative and copies of certified payroll statements. 5. Payment by the City shall release the City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the statement of services. Payment of installments shall not be considered acceptance or approval of any work or waiver of any defects therein. 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. 6. Contractor shall include proof of payment to any and all subcontractors and suppliers with each statement submitted to the City. The City shall retain the right to withhold payments if required proof of payment to subcontractor and suppliers is not included with a statement. 7. As required under State of Oregon Prevailing Rage Rate (PWR) Law, the City shall withhold 25%of any progress payment amounts owed to Contractor if Contractor has failed to file certified statements with the City. B. Timing of Payments: Progress payments, less a five percent retainage as authorized by ORS 279C.555, shall be made to the Contractor within twenty (20) days of the City's receipt of the statement of services. The Contractor agrees that the"Time of Completion" is defined in the Bid Proposal, and agrees to complete the work by said date. The Contractor and City agree that the City will suffer damages each day the work remains uncompleted after the Time of Completion and that the amount of those damages are difficult to calculate. Contractor and City agree that a reasonable amount of damages for late completion is $700.00 per day and Contractor agrees to pay damages in that amount if the work is not completed by the Time of Completion. C. Final Payment: The Contractor shall notify the City in writing when the Contractor considers the project complete,and the City shall,within 15 days after receiving the written notice,either accept the work or notify the Contractor of work yet to be performed on the contract. Upon acceptance by the City, the entire balance due to the Contractor, including the retained percentage, shall be paid to the Contractor, by the City within 30 days after the date of said final acceptance. The City shall pay to the Contractor interest at the rate of one and one-half percent per month on the final payment due the Contractor, to commence 30 days after the work under the Contract has been completed and accepted and to run until the date when final payment is tendered to the Contractor. If the City does not,within 15 days after receiving written notice of completion, notify the Contractor of work yet to be performed to fulfill contractual obligations,the interest provided by this subsection shall commence to run 30 days after the end of the 15-day period. As a further conditions of final acceptance,the City may require the Contractor to submit evidence, satisfactory to the City's Representative, 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 City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 9. Status Of Contractor As Independent Contractor Contractor certifies that: A. Contractor acknowledges that for all purposes related to this Agreement,Contractor is and shall be deemed to be an independent Contractor as defined by ORS 670.600 and not an employee of City, shall not be entitled to benefits of any kind to which an employee of City is entitled and shall be solely responsible for all payments and taxes required by law. Furthermore,in the event that Contractor is found by a court of law or any administrative agency to be an employee of City for any purpose, City shall be entitled to offset compensation due,or to demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the full extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Contractor or to a third parry) as a result of said finding. B. The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest,has or will receive any remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. C. If this payment is to be charged against Federal funds,Contractor certifies that he or she is not currently employed by the Federal Government and the amount charged does not exceed his or her normal charge for the type of service provided. D. Contractor and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. E. Contractor certifies that it currently has a City business license or will obtain one prior to delivering services under this Agreement. F. Contractor is not an officer,employee,or agent of the City as those terms are used in ORS 30.265. 10. Subcontracts-Assignment&Delegation Contractor shall submit a list of Subcontractors for approval by the City, and Contractor shall be fully responsible for the acts or omissions of any Subcontractors and of all persons employed by them, and neither the approval by City of any Subcontractor nor anything contained herein shall be deemed to create any contractual relation between the Subcontractor and City. This agreement, and all of the covenants and conditions hereof, shall inure to the benefit of and be binding upon the City and the Contractor respectively and their legal representatives. Contractor shall not assign any rights nor delegate any duties incurred by this contract, or any part hereof without the written consent of City, and any assignment or delegation in violation hereof shall be void. Any and all subcontracts issued by the contractor shall contain a provision that workers shall be paid not less that the PWR Law specified minimum wage. 11. Contractor- Payment of Benefits- Hours of Work A. The Contractor shall: 1) Make payment promptly, as due, to all persons supplying to such Contractor labor or material for the prosecution of the work provided for in this contract; 2) Pay all contributions or amounts due the under the Industrial Accident Fund form the Contractor or subcontractor incurred in the performance of this Agreement; 3) Pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 4) Not permit any lien or claim to be filed or prosecuted against the City of Tigard, on account of any labor or material furnished; B. The Contractor or the Contractors Surety and every Subcontractor or the Subcontractor's Surety shall file certified statements with the City in writing in form prescribed by the Commissioner of the Bureau of Labor and Industries, certifying the hourly rate of wage paid each worker which the Contractor or the Subcontractor has employed upon such public work, and further certifying that no worker employed upon such public work has been paid less than the applicable prevailing rate of wage,which certificate and statement shall be verified by the oath of the Contractor or the Contractor's Surety or Subcontractor or the Subcontractor's Surety that the Contractor or Subcontractor has read such statement and certificate and knows the contents thereof and that the same is true to the Contractor's or Subcontractor's knowledge. 1) The certified statements shall set out accurately and completely the payroll records for the prior week, including the same and address of each worker, the workers correct classification,rate of pay,daily and weekly number of hours worked,deductions made and actual wages paid. 2) Each certified statement required herein shall be delivered or mailed by the Contractor or Subcontractor to the City. A true copy of the certified statements shall also be filed at the same time with the Commissioner of the Bureau of Labor and Industries. Certified statements shall be submitted as follows: a) Each Contractor or Subcontractor shall preserve certified statements for a period of three years from the date of completion of the contract. C. The Contractor agrees that if the Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a Subcontractor by any person in connection with this contract as such claim becomes due, the proper office of the City of Tigard may pay such claim to the person furnishing the labor or services and charge the amount of the payment against funds due or to become due to the Contractor by reason of such contract. Payment of a claim in this manner shall not relieve the Contractor or the Contractor's Surety from obligation with respect to any unpaid claims. D. Contractor agrees that no person shall be employed for more than ten (10) hours in any one day, or 40 hours in any one week, except in cases of necessity or emergency or when the City deems it in the best interest of the public or policy absolutely requires it, in which event, the person so employed for excessive hours shall receive at least time and a half pay for the following- 1) ollowing1) For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days,Monday through Friday;or 2) For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days,Monday through Friday;and 3) For all work performed on Saturday and on the legal holidays specified in ORS 279C.540. E. The Contractor agrees to provide a written schedule to all employees showing the number of hours per day and days per week the employee may be required to work. F. No City employee shall be required to work overtime or on a Saturday, Sunday or holiday in the fulfillment of this contract except where the Contractor agrees to reimburse the City in the amount of money paid the employee for such work as determined by state law, the City's personnel rules or union agreement. The Contractor shall require every subcontractor to comply with this requirement. G. If Contractor or any first-tier subcontractor fails to pay a person famishing labor or material within 30 days after receipt of payment form the City or from the Contractor to a subcontractor, the Contractor or first-tier subcontractor shall owe the person the amount due plus interest commending at the end of the 10 day period that the payment is due under ORS 279C.580,unless payment is subject to a good-faith dispute. The interest rate shall be as specified in ORS 279C.515(2). If the Contractor or any subcontractor fails, neglects, or refuses to pay a person furnishing labor or material, the person may file a complaint with the Construction Contractors Board, unless the payment is subject to a good faith dispute as defined in ORS 279C.580. H. Contractor shall include a clause in each contact with a subcontractor a requirement that the contractor pay the subcontractor for satisfactory performance within 10 days of receipt of payment from the City for the work. Contractor shall include in contracts with subcontractors an interest provision for such payments in compliance with ORS 279C.580. Contractor shall include a clause in each contract with a subcontractor requiring the subcontractor to meet the same payment and interest standards as required by ORS 279C.580(4). 12. Drug Testing Program ORS 279C.505 requires that all public improvement contracts contain a provision requiring contractors to demonstrate that an employee drug-testing program is in place. The Contractor demonstrates that a drug-testing program is in place by signing of the contact. The drug testing program will apply to all employees and will be maintained for the duration of the Contract awarded. Failure to maintain a program shall constitute a material breach of contract. 13. Contractor's Employee Medical Payments Contractor agrees to pay promptly as due, to any person, co-partnership, association or corporation famishing medical,surgical, and hospital care or other needed care and attention incident to sickness or injury to the Contractors employees, all sums which the Contractor agreed to pay for such services and all money and sums which the Contractor collected or deducted from employee wages pursuant to any law, contract or agreement for providing or paying for such service as referenced in ORS 279C.530. 14. Early Termination A. This agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of 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. 15. 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 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. 16. Access to Records City shall have access to such book, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts, and transcripts. 17. Work is Pmpgayyof City All work performed by Contractor under this Agreement shall be the property of the City. 18. Adherence to Law A. Contractor shall adhere to all applicable laws governing its relationship with its employees, including but not limited to laws, rules, regulations, and policies concerning workers' compensation,and minimum and prevailing wage requirements. B. To the extent applicable, the Contractor represents that it will comply with Executive Order 11246 as amended, Executive Order 11141, Section 503 of the Vocational Rehabilitation Act of 1973 as amended and the Age Discrimination Act of 1975, and all rules and regulations issued pursuant to the Acts. C. As provided by ORS 279C.525, all applicable provisions of federal, state or local statutes, ordinances and regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the work under this contract are by reference incorporated herein to the same force and affect as if set forth herein in M. If the Contractor must undertake additional work due to the enactment of new or the amendment of existing statutes, ordinances or regulations occurring after the submission of the successful bid,the City shall issue a Change Order setting forth the additional work that must be undertaken. The Change Order shall not invalidate the Contract and there shall be, in addition to a reasonable extension, if necessary, of the contract time, a reasonable adjustment in the contract price,if necessary,to compensate the Contractor for all costs and expenses incurred, including overhead and profits, as a result of the delay or additional work. Pursuant to ORS 279C.525(1),the following list identifies Governmental Agencies of which the City has knowledge that have enacted Environmental Laws which may affect the performance of the work: FEDERAL AGENCIES 7 Agriculture • Department of Forest Service • Soil Conservation Service ➢ Defense • Department of Army Corps of Engineers ➢ Energy • Department of Federal Energy Regulatory Commission ➢ Environmental Protection Agency Department of Health and Human Services ➢ Housing and Urban Development • Department of Solar Energy Conservation Bank ➢ Interior,Department of • Bureau of Sports Fisheries and Wildlife • Bureau of Outdoor Recreation • Bureau of Land Management • Bureau of Mines • Bureau of Indian Affairs • Bureau of Reclamation • Geological Survey • Minerals Management Service ➢ Labor,Department of • Mine Safety and Health Administration • Occupational Safety and Health Administration Transportation,Department of • Coast Guard • Federal Highway Administration Water Resources Council STATE AGENCIES Administrative Services,Department of Agriculture,Department of ➢ Columbia River Gorge Commission Consumer&Business Services,Department of Oregon Occupational Safety&Health ➢ Division Energy,Department of ➢ Environmental Quality,Department of ➢ Fish and Wildlife,Department of ➢ Forestry,Department of Geology and Mineral Industries,Department of ➢ Human Resources,Department of Land Conservation and Development Commission Parks and Recreation,Department of Soil and Water Conservation Commission i State Engineer !- State Land Board Water Resources Board LOCAL AGENCIES ➢ City Council ➢ County Court ➢ County Commissioners,Board of ➢ Port Districts Metropolitan Services Districts ➢ County Service Districts ➢ Sanitary Districts Water Districts ➢ Fire Protection Districts 19. Changcs City may at any time, and without notice, issue a written Change Order requiring additional work within the general scope of this Contract, or any amendment thereto, or directing the omission of or variation in work. If such Change Order results in a material change in the amount or character of the work, an equitable adjustment in the Contract price and other provisions of this Contract as may be affected may be made. Any claim by Contractor for and adjustment under this section shall be asserted in writing within thirty (30) days from the date of receipt by Contractor of the notification of change or the claim will not be allowed. Whether made pursuant to this section or by mutual agreement, no change shall be binding upon City until a Change Order is executed by the Authorized Representative of City, which expressly states that it constitutes a Change Order to this Contract. The issuance of information,advice,approvals,or instructions by City's Representative or other City personnel shall not constitute an authorized change pursuant to this section. Nothing contained in this section shall excuse the Contractor from proceeding with the prosecution of the work in accordance with the Contract,as changed. 20. 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 parry 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. 21. 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. 22. Warranties All work shall be guaranteed by the Contractor for a period of one year after the date of final acceptance of the work by the Owner. Contractor warrants that all practices and procedures, workmanship, and materials shall be the best available unless otherwise specified in the profession. Neither acceptance of the work nor payment therefore shall relieve Contractor from liability under warranties contained in or implied by this contract. 23. Attomey'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. 24. Goveming Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 25. Conflict Between Terms It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the proposal of the Contractor, this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. 26. Indemnification Contractor warrants that all its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state and local laws,it being understood that acceptance of a contractor's work by City shall not operate as a waiver or release. I 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 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. 27. Insurance Contractor and its subcontractors 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 Contractors 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 and its subcontractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain, at contractor's expense, and keep in effect during the term of this contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (1996 ISO or equivalent). This coverage shall include Contractual Liability insurance for the indemnity pro-tided 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 Employers 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 City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Certificates of Insurance: As evidence of the insurance coverage required by the contract, the contractor shall furnish a Certificate of Insurance to the City. No contract shall be effected until the required certificates have been received and approved by the City. The certificate will specify and document all provisions within this contract. A renewal certificate will be sent to the above address 10 days prior to coverage expiration. G. Independent Contractor Status: The service or services to be rendered under this contract are those of an independent contractor. Contractor is not an officer,employee or agent of the City as those terms are used in ORS 30.265. H. Primary Coverage Clarification: All parties to this contract hereby agree that the contractors coverage will be primary in the event of a loss. I. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability, professional liability, pollution and errors and omissions policies required by this contract. 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 satisfactoryto Ci certi �in to the issuance of such insurance shall be forwarded to: City f5 g City of Tigard Attn: Contracts&Purchasing Office 13125 SW Hall Blvd Tigard,Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work. 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. 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 caused by negligence or neglect connected with this contract. 28. Method and Place of Giving Notice,Submitting Bills and Maldng Payments All notices, bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices,bills and payments sent by mail should be addressed as follows: CITY OF TIGARD S-2 CONTRACTORS,INC. Atm: Mike McCarthy Attn: Jeff Shunn,President Address: 13125 SW Hall Blvd Address: 6860 S Anderson Road Tigard,Oregon 97223 Aurora,Oregon 97002 Phone: (503)718-2462 Phone: (503) 651-4000 Fax: (503)624-0752 Fax: (503) 651-4004 Email: mikematiQard-or.gov Email: jshunn&s2contractorsinc.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. 29. Hazardous Materials Contractor shall supply City with a list of any and all hazardous substances used in performance of this Agreement. That list shall identify the location of storage and use of all such hazardous substances and identify the amounts stored and used at each location. Contractor shall provide City with material safety data sheets for all hazardous substances brought onto City property, created on City property or delivered to City pursuant to this Agreement. For the purpose of this section, "hazardous substance" means hazardous substance as defined by ORS 453.307(5). Contractor shall complete the State Fire Marshall's hazardous substance survey as required by ORS 453.317 and shall assist City to complete any such survey that it may be required to complete because of substances used in the performance of this Agreement. 30. Hazardous Waste If, as a result of performance of this Agreement, Contractor generates any hazardous wastes, Contractor shall be responsible for disposal of any such hazardous wastes in compliance with all applicable federal and state requirements. Contractors shall provide City with documentation, including all required manifests, demonstrating proper transportation and disposal of any such hazardous wastes. Contractor shall defend,indemnify,and hold harmless City for any disposal or storage of hazardous wastes generated pursuant to this Contract and any releases or discharges of hazardous materials. 31. 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 hill force and effect and shall in no way be affected or invalidated thereby. 32. Demolition—Salvage and Recycling As required by ORS 279C.510, Contractor shall salvage or recycle any construction and demolition debris if feasible and cost-effective. 33. Complete Agreement This Agreement and attached exhibits constitutes the entire Agreement between the parties. No waiver,consent,modification,or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent,modification,or change if made,shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor,by the signature of its authorized representative,hereby acknowledges that he has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Architect has executed this Agreement on the date hereinabove first written. This Agreement was awarded by Tigard's Local Contract Review Board at their May 26,2015 business meeting. CTTY OF TIGARD S-2 CONTRACTORS,INC. Signature Signature r 1'1)IAP�� 71 1G�hU (14811i6Aw`. S!'lun h ✓.�/5�`. Printed Name&Title Printed Name&Title �� �•201� G - 3-ice Date Date ATTACHMENT G PUBLIC IMPRPOVEMENT CONTRACT -PERFORMANCE BOND CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation Bond Number: 929611411 Project Name:FY 2015-16 Pavement Management Program Pavement Rehabilitation Western Surety Company (Surety ##1) Bond Amount No. 1: $1,017,537.00 (Surety #2)* Bond Amount No. 2:* $ *If using multiple sureties Total Penal Sum of Bond: $1,017,537.00 We, S-2 Contractors, Inc. as Principal, and the above identified Surety(jes), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves,our respective heirs,executors,administrators, successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond)One Million Seventeen Thousand Five Hundred Thirty Seven 8 o/100--$1,017,537.00 (Provided, that we the Sureties bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a contract with the City of Tigard, the plans, specifications, terms, and conditions of which are contained in the above-referenced project solicitation; WHEREAS, the terms and conditions of the contract, together with applicable plans, standard specifications, special provisions, schedule of performance, and schedule of contract prices, are made a part of this Performance Bond by reference,whether or not attached to the contract(all hereafter called"Contract');and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements, plans, and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety: NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the principal herein shall faithfAy and truly observe and comply with the terms of the contract and performs the contract within the time prescribed by the contract, then this obligation is null and void; otherwise it shall remain in full force and effect. If the contractor is declared by City to be in default under the contract, the surety shall promptly remedy the default, perform all of contractor's obligations under the contract in accordance with its terms and conditions and pay to City all damages that are due under the contract. This obligation jointly and severally binds the contractor and surety and their respected heirs, executors,administrators, and successors. Nonpayment of the bond premium shall not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. This bond is executed for the purpose of complying with ORS 279C and the Tigard Public Contracting Rules, the provisions of which are incorporated herein and made a part hereof. Said surety for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the contract, or the work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time,alteration,or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 28th day of May 2015 PRINCIPAL: S-2 C tors, I Signature e-Ff 1,w n Printed Na&)X'1�4z� mz ,``,N�N�tarbei Atte sC CT �•`woel�PQ RA To '�. SURETY: Western Surety Company (Add sig wtures for each surety if using muhiplt bondr) BY ATTORNEY-IN-FACT: n A q8g (Power of Altornry must aca�mpaery each jurety bond) a� ORGG�� Gloria Bruning ra"I'll,��.:, e,`,,`,`�� Name Signature 1201 SW 12th Ave., #500 Address Portland, OR 97205 City State Zip 503-224-2500 503-224-9830 Phone Fax Pagc 43 ATTACHMENT H Pi1BIJC IMPROVEMENT CONTRACT-PAYMENT BOND CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation Bond Number:929611411 Project Name:FY 2015-16 Pavement Management Program Pavement Rehabilitation Western Surety Company (Surety #1) Bond Amount No. 1: $1,017,537.00 (Surety #2)* Bond Amount No. 2:* $ *If man,g multole sureties Total Penal Sum of Bond: $1,017,537.00 We, S-2 Contractors, Inc. as Principal, and the above identified Surety(tes), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves,our respective heirs,executors,administrators, successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond)One Million Seventeen Thousand Five Hundred Thirty Seven Et No/100---$1,017,537.00(provided, that we the Sureties bind ourselves in such sum "jointly and severally" as well as "severally' only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a contract with the City of Tigard, the plans, specifications, terms, and conditions of which are contained in above-referenced project solicitation; WHEREAS, the terms and conditions of the contract; together with applicable plans, standard specifications, special provisions, schedule of performance,and schedule of contract prices,are made a part of this Payment bond by reference,whether or not attached to the contract(all hereafter called"Contract');and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements,plans, and specifications,and schedule of contract prices which are set forth in the Contract and any attachments, and all authorized modifications of the Contract which increase the amount of the work,or the cost of the Contract,or constitute authorized extensions of time for performance of the Contract,notice of any such modifications hereby being waived by the Surety: NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal shaft faithfully and truly observe and comply with the terms, conditions, and provisions of the Contract, in all respects, and shall well and truly and fully do and perform all matters and things by it undertaken to be performed under said Contract and any duly authorized modifications that are made,upon the terms set forth therein, and within the time prescribed therein, or as extended therein as provided in the Contract, with or without notice to the Sureties,and shall indemnify and save harmless the City of Tigard its officers,agents,and employees against any claim for direct or indirect damages of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors, and shall promptly pay all persons supplying labor, materials, or both to the Principal or its subcontractors for prosecution of the work provided in the Contract and shall promptly pay all contributions due the State Industrial Accident Fund and the State Unemployment Compensation Fund from the Principal or its subcontractors in connection with the performance of the Contract; and shall pay over to the Oregon Department of Revenue all sums required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claim to be filed or prosecuted against the City on account of any labor or materials furnished; and shall do all things required of Page 44 the Principal by the laws of the State of Oregon, then this obligation shall be void,otherwise, it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. This bond is given and received under the authority of ORS Chapter 2790 and Tigard Public Contracting Rules,the provisions of which are incorporated into this bond and made a part hereof. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 28th day of May 1 2015 PRINCIP • S-2 Contracto I . °°°pf111i1t100rrr�, ByzygmLure TO � QPpORgTF = ��� S h.a'1n [ ��•i 1��f1T Printed &Title C G Attest OREG� SURETY: Western Surety Company (Add signatmres for each surrto f msing mu&ple bends) BY ATTORNEY-IN-FACT: (Power-0f-Attornry must acmmparry eacb surety bond) Gloria Bruning Name Signature 1201 SW 12th Ave., #500 Address Portland, OR 97205 City State Zip 503-224-2500 503-224-9830 Phone Fax Pagc 45 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Philip O. Forker, Ray M Paiement, John D. Klump, Gene M Dietzman, Vicki Mather, Gloria Bruning, Richard W Kowalski, Brent Olson, J Patrick Dooney, Karen A Pierce, Joel Dietzman, Christopher A Reburn, Tami Jones, Individually of Portland,OR,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of April,2015. ary� WESTERN SURETY COMPANY �PO44 f\O;D z eI►`M o aul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 3rd day of April,2015,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires • J.MOHR NOTARY PUBLIC June 23,2015 � SOUTH DAKOTA 4 J.Mohr,Notary Public CERTIFICATE I, L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation11prrintpd on the reverse hereof is till in force. In testimon whereof I have hereunto subscribed my name and affixed the seal of the said corporation this d�01"h day of �.1.5. org111 WESTERN SURETY COMPANY �1 j z m SE i L.Nelson,Assistant Secretary Form F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ATTACHMENT I SUPPLEMENTARY GENERAL CONDITIONS CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation The following provisions supplement and amend the General Conditions (defined in the Agreement). Section 00120,Bidding Requirements and Procedures-- Note that this section has been modified earlier in these bid documents Section 00130,Award and Execution of Contract— Note that this section has been modified earlier in these bid documents Section 00150.40(a) Cooperation and Superintendence by the Contractor, General--Add the words, "within the limitations in Oregon Law regarding public records."to the end of the sentence in bullet item 7. Section 00160.10 Ordering,Producing and Furnishing Materials--Delete the last two sentences in the opening paragraph. Section 160.10(b)Approval of Quantity of Materials Ordered--Delete the sentence,"Therefore,the Contractor is cautioned to order or produce Materials only after having received the approval of the Engineer." Delete the sentence,"Excess Materials,ordered or produced by the Contractor,without approval of the Engineer,may be purchased by the Agency at the sole discretion of the Agency. (see 00195.80)" Section 165.03 Testing by Agency--Delete the words"its central laboratory,field laboratories,or other" from the first sentence. Section 170.10(d) Agency's Payment of the Contractor's Prompt Payment Obligations--change the word"ODOT"to"Agency". Section 170.70,Insurance-- Delete entire section. Section 170.72 Indemnity/Hold Harmless--Delete entire section. Section 170.94 Use of Explosives-- Change the first sentence to read,"The Contractor shall obtain the Engineer's approval and shall comply with all Laws pertaining to the use of explosives." Section 180.20(a) Subcontracting Limitations, General--Delete the first sentence. Section 180.22 Payments to Subcontractors and Agents of the Contractor--Delete the second paragraph. Section 180.31(b)(1) Reason for Substitution--Add the following word to the beginning of the first bullet. "In the judgment of the Engineer". Section 180.50(c) Beginning of Contract Time--change the paragraph to read,"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." 00180.50(h) Contract Time Limitations — Paving work on this project shall not commence before July 1, 2015. Page 46 Sidewalk ramp work may commence before July 1, 2015, however, the total dollar amount of work performed before,July 1, 2015 shall not exceed $100,000. Work to be done under the Contract must be substantially complete before august 15, 2015. All punch list items and cleanup must be complete by August 31, 2015. Section 195.10 Payment for Changes in Materials Costs,Delete entire section. Section 195.12 Steel Material Price Escalation/De-Escalation Clause--Delete entire section. Section 195.50(a)(2)Value of Materials on Hand -- Delete paragraph. Section 195.50(b) Retainage: Change the first paragraph to read. "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. Section 195.60 Advance Allowance for Materials on Hand: Delete entire section. Section 195.80 Allowance for Materials Left on Hand: Delete entire section. Section 199.40 Claims Decision Review,Delete entire section. Page 47 ATTACHMENT J SPECIAL PROVISIONS CITY OF TIGARD FY 2015-16 Pavement Management Program Pavement Rehabilitation The Special Provisions contained herein have been prepared by or under the direction of the following Registered Engineer. Gabriel E.Crop GIN 70713 ossaux ✓GAY 11.206 RENEWS —31-15 WORK TO BE DONE The Work to be done under this Contract consists of constructing pavement improvements and associated preparation and finish work on the streets shown on plans entitled: FY 2015-16 Pavement Management Program Pavement Rehabilitation APPLICABLE SPECIFICATIONS The Specification that is applicable to the Work on this Project is the 2008 edition of the "Oregon Standard Specifications for Construction". All work shall be in accordance with these specifications except where specifically modified in this document and on the plans. For this project,when the specification says`Agency' it may typically be understood to mean`City'in project-specific cases,but may refer to the Oregon Department of Transportation,especially in cases of standards and testing. All number references in these Special Provisions shall be understood to refer to the sections and subsections of the Standard Specifications and Supplemental Specifications bearing like numbers and to sections and subsections contained in these Special Provisions in their entirety. Section 00120—Bidding Requirements and Procedures Note that this section has been modified earlier in these bid documents Section 00130—Award and Execution of Contract Note that this section has been modified earlier in these bid documents SECTION 00140-SCOPE OF WORK 00140.30 Agency-Required Changes in the Work—Add the following. The City may add work,up to 25%of the total project value without changes in unit prices except for specific items where the addition significantly changes the character of the work Page 48 The City may delete streets from this project and/or reduce the length of work along streets up to 25%of the total project value without changes in unit prices. The City's anticipated budget for this project is$1,050,000 with the majority of that available in the City's 2015- 2016 fiscal year budget beginning July 1,2015. Only$100,000,for work on sidewalk ramps,is available during the current fiscal year. The City may add or delete streets or sections of streets to meet this budget without changes in unit prices except for specific items where the addition significantly changes the character of the work. SECTION 00150 — CONTROL OF WORK Comply with Section 00150 of the Standard Specifications modified as follows: Add the following. A project superintendent (whose contact information has been provided to the city) shall be physically present at the work site at all times that work is being performed This superintendent shall have a full set of project Plans and specifications with them on the jobsite. This superintendent shall be sufficiently free of other tasks to effectively manage the project,including being available to communicate with city project staff at all times. The Contractor's attention is directed to Section 105.55, "Cooperation with Other Contractors," of the Standard Specifications. Certain work within this contract requires coordination with the work of other agencies or contractors. The Contractor shall cooperate fully with other agencies/ contractors and carefully fit his own work to such other work as may be directed by the Engineer. The Contractor shall not commit or permit any act to be committed which will interfere with the performance of work by any other agency/contractor. 00150.50 Cooperation with Utilities —Add the following: The Contractor shall notify all utility agencies which may be affected by the construction operation at least 48 hours in advance when their services will be affected by the work. The following information is included for the Contractor's convenience: Utility Notification Center 503-246-6699 800-332-2344 Llihhu AAgeen Contact Phone Water City of Tigard Sam Morrison 503-718-2600 24-hour 503-639-1554 Sanitary Sewer City of Tigard Theresa Reynolds 503-718-2704 Storm Sewer City of Tigard Theresa Reynolds 503-718-2704 Power PGE 24-hour 503-464-7777 Damage&Repair 503-736-5662 Service Coordinators 503-736-5450 Cable Comcast Ken Parris 503-596-3811 Damage&Repair 503-617-1212 Telephone Frontier 24-hour 1-877-462-8188 Bob Plant 503-644-7153 Gas NW Natural Bob Keller 503-816-0299 Damage&Repair 503-226-4211 Page 49 Street prep shall include replacing and installing survey monument boxes as specified in plans. Those requiring adjustment can be done during the overlay process. It is the contractor's responsibility to adjust utility structures and maintain adequate access to those utilities (in the judgment of the engineer)regardless of cooperation (or lack thereof) from affected utilities. SECTION 00165—QUALITY OF MATERIALS Comply with Section 00165 of the Standard Specifications,modified as follows: 00165.04 Cost of Testing—Delete the first paragraph SECTION 00170—LEGAL RELATIONS AND RESPONSIBILITIES Comply with Section 00170 of the Standard Specifications modified as follows: 00170.80(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 accepted by the City. The Contractor shall provide adequate protection for property, trees, landscaping, and other items adjacent to the work area. Existing trees,property,shrubs,plants,or other items that are not to be removed but are injured or damaged by reason of the Contractor's operations shall be replaced in kind at the Contractor's expense. Contractor shall repair all damages to Work performed, Materials supplied, and Equipment incorporated into the Work,except as otherwise provided in this Section. SECTION 00180 — PROSECUTION AND PROGRESS Comply with Section 00180 of the Standard Specifications modified as follows: 00180.41 Project Work Schedules—Add the following- The ollowingThe contractor shall provide a work schedule acceptable to the engineer a minimum of 7 days in advance of any lane closures indicating the date work is planned for each street. Should rescheduling become necessary, no work shall be done until the City approves the revised schedule and residents are provided notice with adequate time(normally 24 hours) before the work commences. Prior to performing each specific work task, the contractor is required to inform the city inspector(s) specifically what tasks will be performed and precisely when and where those tasks will be performed. Work performed without providing advance notice to city inspectors may be rejected for failure to provide advance notice,even if no other reason is documented for such rejection. Add the following subsection: 00180.50(h) Contract Time Limitations — Paving work on this project shall not commence before July 1, 2015. Sidewalk ramp work may commence before July 1, 2015; however, the total dollar amount of work performed before July 1, 2015 shall not exceed $100,000. Page 50 Work to be done under the Contract must be substantially complete before August 15,2015. All punch list items and cleanup must be complete by August 31,2015. 00180.85(b) Liquidated Damages –Add the following paragraph: The liquidated damages for failure to complete the Work on time required by 00180.50(h) will be $700 per Calendar Day. SECTION 00195–PAYMENT Comply with Section 00195 of the Standard Specifications modified as follows: 00195.10 Payment for Changes in Materials Costs–This section is not used on this project. SECTION 00210–MOBILIZATION Comply with section 00210 of the Standard Specifications modified as follows: 00210.90 Payment–Delete this subsection and replace with"No separate payment will be made for mobilization." SECTION 00220–ACCOMMODATIONS FOR PUBLIC TRAFFIC Comply with Section 00220 of the Standard Specifications modified as follows: 00220.02 Public Safety and Mobility—Replace the bullet that begins,"When included in the..."with the following bullet: • Use portable changeable message signs(PCMS)according to Section 00225. Replace the bullet that begins,"For all sidewalk or..."with the following bullet and sub-bullets: • The maximum closure time for any single curb ramp shall be one week. Submit traffic control plan and pedestrian detour plan for ramp closures. Plan shall include but is not limited to work area protection, sidewalk closures and detours. • For all sidewalk or sidewalk ramp closures, install signs and other TCD as shown on the plans. Mount signs between the panels of a Type II barricade and place barricades facing pedestrian traffic. • Close the sidewalk at a point where there is an alternate way to proceed,or provide signing and other TCD to indicate an alternate pedestrian route.Place closure signing at the closure point in the middle of the existing pedestrian facility facing pedestrian traffic. • Provide additional TCM and an alternate pedestrian route that, as nearly as is practical, matches existing facility features and meets the accessibility requirements in Part 6 of the MUTCD and the requirements of the Americans with Disabilities Act(ADA). • Pave the alternate pedestrian route surface or provide an approved, non-slip 60 inch minimum wide surface meeting the requirements of the ADA. • Where a 60 inch minimum width along the entire alternate pedestrian route is not possible, provide 60 by 60 inch passing spaces every 200 feet along the route. • Protect pedestrians and delineate the alternate pedestrian route by placing pedestrian channelizing devices (PCD),or other approved devices,between the alternate pedestrian route and the work area. Page 51 Keep PCD in place, except as required for actual work, until the existing pedestrian facility is reopened. • Reopen the existing pedestrian facility during non-work hours or continue to provide an alternate pedestrian route. Replace the bulleted item that begins"Do not stop or hold vehicles...."with the following. Do not stop or hold vehicles for more than 5 minutes. Replace the bulleted item that begins`Do not block driveways'with the following. Do not block driveways, intersections or approaches without the approval of the Engineer. Provide reasonable access, such as temporary ramps,to driveways,intersections or approaches at no expense to the City. Replace the bullet that begins,"Do not perform work..."with the following bullet: • Do not perform work that restricts traffic access to and from both sides of the traveled way at the same time. Add the following bullets to the end of the bullet list: • Do not place work zone signs or sign supports that will block existing walkways or existing bikeways,except at the closure point of a walkway or bikeway. Add the following: All streets shall remain open to traffic throughout construction unless otherwise described in subsection 00220.40(e). The contractor must obtain the engineer's approval of a traffic control and signage plan for each street on which traffic will be disrupted at least 7 days before work on that street begins, shall implement the plan before occupying any portion of the street, and shall maintain traffic control in accordance with that plan, or as otherwise directed by the engineer, for the duration of the work. The amount of time that a roadway is left unstriped or with temporary striping must be minimized. Permanent striping must be replaced on the roadway as soon as feasible; a maximum of 14 calendar days after construction activity removes or covers roadway striping. The amount of time that a roadway is left with a rough surface from pavement grinding must be minimized. Pavement overlays must be constructed as soon as feasible; a maximum of 48 hours after pavement grinding. Do not place work zone signs or supports that will block existing walkways or existing bikeways unless otherwise approved by the engineer. The engineer and/or inspector may order immediate stoppage of work and restoration of normal traffic patterns at any time if,in their judgment,such action is necessary to reduce excessive delays and/or protect public safety. Page 52 00220.03 Work Zone Notifications—Add the following. The contractor shall provide site-specific temporary signage, with sign appearance and installation as approved by the engineer, on each street on which the contractor will be working to notify residents and street users of the specific schedule for work on that street. Signs shall be placed a minimum of 7 days before any work affecting use of the street. The contractor shall deliver door-hanger notifications to each residence or property that is either along a project street and/or whose primary access route would be via the project street. Door-hangers shall be marked with the dates and times that the street would be significantly affected. Door-hangers shall be delivered 48 to 72 hours before traffic would be significantly impacted on that street. In the event of a significant schedule change, door-hangers shall be redelivered with the revised work dates/times 24 hours before significant street impacts. Work may be not allowed if timely notification has not been provided. The city will provide door-hangers for the contractor to add schedule information and deliver. Notify emergency services and organizations listed below 10 calendar days in advance of street closures. The following information is provided for the contractor's convenience: • Emergency Services 911 • City of Tigard Police Department(Non-Emergency) 503-629-0111 • Tualatin Valley Fire&Rescue (Amber Cross) 503-612-7000 • United States Post Office(Non-Emergency Services) 503-968-0753 • United States Post Office(Emergency Services) 503-968-2991 • Tigard-Tualatin School District Qean Devenport) 503-431-4046 • First Student 503-431-2345 • Tri-Met—Road Operations 503-962-4949 • Pride Disposal(Kristin L.) 503-625-6177 00220.40(e) Lane Restrictions—Replace the paragraph that begins "Do not close any..."with the following: Typical allowable work hours for this project will be from 7:30am to 7:00pm,with exceptions including the following. Each street except Walnut Street and 92°d Avenue may be closed to through traffic for up to two days total while paving and grind/inlay is in progress,as long as detour plans have been approved by the engineer and fully implemented. Local access must be maintained to all properties throughout construction. The contractor must obtain approval from the Oregon Department of Transportation to occupy any portion of the right-of-way of State Highways—such as Pacific Hwy 99W,Hall Blvd,and ramps to or from Interstate 5 or Highway 217. The contractor must obtain city approval of a traffic control,signage,and detour plan for each street at least 7 days before the closure begins. Nimbus Avenue may be paved on a Saturday. Weekend work on other streets is not permitted unless specifically authorized by the Engineer. Page 53 00220.60(a-1) Contractor Responsibility -Replace the bullet that begins, "Keep roads, streets, bikeways..."with the following bullet: • Keep surfaces being used by public traffic free of all dirt,mud,gravel,materials,or other debris. SECTION 00225—WORK ZONE TRAFFIC CONTROL Comply with Section 00225 of the Standard Specifications modified as follows: 00225.02 General Requirements-Replace this subsection,except for the subsection number and title, with the following: Provide and maintain all TCM. The Engineer may verbally or in writing require immediate changes to the TCM being used on the Project. Immediately make these changes,as directed. Submit all proposed TCM revisions to the Engineer for approval. Do not start work on any stage of construction until the TCP has been reviewed and accepted and all TCM are in place and the TCP is operating satisfactorily. During construction,determine if TCM,in addition to those in place,are required and immediately notify the Engineer. Immediately make changes as approved or directed,but do not place or remove devices without prior approval. Work may be suspended as specified in 00180.70 or the TCM may be performed by the Agency if the Contractor fails to correct an unsafe condition. Costs for work performed by the Agency will be deducted from monies due the Contractor. When paving operations create an abrupt edge,protect traffic by installing signing according the "2-Lane, 2-Way Roadway Overlay Area" detail shown on the standard drawings. Protect transverse pavement joints according to 00745.62. When a cold planed pavement surface is used by traffic,install a Type"04" 'BUMP" (W8-1-48) sign approximately 100 feet in advance of the transverse paving edge. Face signs toward incoming traffic and install them before opening the cold planed surface area to public traffic. Protect exposed transverse and longitudinal cold planed pavement edges according to 00620.40. During flagging operations,monitor the length of traffic queues and when extended traffic queues develop, protect traffic by providing advance flagger(s) and additional signing according to the "Extended Traffic Queues for Advance Flagging" detail shown on the standard drawings. Add the following subsection: 00225.25 Safety Apparel-Workers,except flaggers,working within highway right-of-way and exposed to traffic or construction equipment shall wear high-visibility safety apparel that meets the Performance Class requirements of the most current version of ANSI/ISEA 107,"American National Standard for High Visibility Safety Apparel and Headwear Devices". Wear safety apparel that at least meets the following minimum requirements: Daytime: Class 2 upper body garment Nighttime: One of the following. Page 54 • Class 3 upper body garment • Class 2 upper body garment and Class E trousers or gaiters • ANSI Class 2 or 3 fluorescent orange-red,fluorescent yellow-green or a combination of the two of these colors for the apparel background material color • Fluorescent yellow-green,orange,yellow,or bright white hardhat or baseball-style cap. Wear hardhats when there is danger of falling or flying objects or electrical shock or burns • Wearing high-visibility safety apparel that exceeds the minimum class requirements is allowed. 00225.27(a) Flagger Equipment- Replace this subsection,except for the subsection number and title, with the following- Equip ollowingEquip flaggers as follows: For daytime and nighttime flagging operations,wear high-visibility safety apparel that meets the Performance Class requirements of the most current version of ANSI/ISEA 107,"American National Standard for High Visibility Safety Apparel and Headwear Devices". Wear safety apparel that at least meets one of the following minimum requirements: • Class 3 upper body garment • Class 2 upper body garment and Class E trouser or gaiters • Safety apparel with background material colors according to 00225.25. • A hardhat or baseball-style cap according to 00225.25. • A minimum 18 inch x 18 inch"STOP/SLOW" paddle made of rigid substrate and fabricated using type"Rl"/"04" sheeting,or a flagger STOP/SLOW paddle from the QPL. A 24 inch x 24 inch STOP/SLOW paddle is recommended for higher speed situations or where more visibility is desired. • Portable,self-contained two-way radio and repeaters,as required,with a range suitable for communications throughout the Project Site. 00225.27(b) Flagger Station Lighting-Replace the bullet that begins"Provide flagger illumination..." with the following bullet: Provide sufficient flagger illumination to completely illuminate the flagger during flagging operations. 00225.28 Traffic Control Supervisor-Replace this subsection,except for the subsection number and title,with the following: Equip Traffic Control Supervisor(TCS) as follows: • Safety apparel according to 00225.25. • Portable,self-contained two-way radio with a range suitable for the Project Site,when necessary. • Cellular telephone active at all times. • A vehicle that is equipped with a roof or post mounted rotating amber light or strobe light that is visible for 360 degrees. 00225.32 Traffic Control Supervisor-Replace this subsection,except for the subsection number and title,with the following. Page 55 When the bid schedule does not include an item for a TCS,appoint a trained person on the Project Site during working hours and on call at all other times who: • Meets the requirements of 00225.31. • Inspects and maintains TCD location,operation,quality,cleanliness,and effectiveness. • Is equipped with a cellular telephone. • Is equipped with a two-way radio,when necessary. • Has the authority to assign and control flagging operations. • Has filed their name and phone number with the Engineer and local police. • Notifies the Engineer of any corrective measures made to the TCP if the TCP is not functioning as required, or to accommodate site conditions. Maintain the original intent of the TCP and do not implement changes to the TCP before revisions are approved by the Engineer. When the bid schedule includes an item for a TCS,provide a TCS who meets the requirements of 00225.31. The TCS shall possess a current ODOT"Oregon Certified Traffic Control Supervisor" card. A TCS with a current card from another State Department of Transportation or from the American Traffic Safety Services Association may obtain an Oregon Certified TCS card upon successful completion of ODOTs Recertification Class. Before beginning work on the Project,the TCS shall: • File with the Engineer and local police,their name and a telephone number at which the TCS can be contacted at all times. • Have the documents listed in 00225.01 and applicable standards and specifications available at all times. The TCS duties include the following: • Supervise work zone traffic control measures, operations, activities, and conditions, including lane closures,lane or traffic shifts,detours, flagging operations,rolling slowdowns, and temporary traffic signal work. • Oversee all applicable requirements of the Contract to ensure the convenience, safety and orderly movement of motor vehicle,bicycle,and pedestrian traffic. • Attend meetings specifically scheduled to discuss the TCP and TCM. • Discuss proposed TCM and coordinate implementation of the TCP with the Contractor and the Engineer. • Make revisions to the TCP according to the following: • Make temporary revisions to the TCP in the event of an emergency and immediately follow-up with and report any changes to the Engineer. • Notify the Engineer before making any revisions to the TCP and indicate why revisions are necessary. • The TCS may make minor revisions to the TCP to accommodate site conditions if the original intent of the TCP is maintained and revisions have been approved by the Engineer. • Submit stamped working drawings that include the revisions according to 00225.05 and 00150.35 if the Contractor is using a modified Agency TCP or not using the Agency TCP. • Coordinate the implementation and operation of all TCM, including those of subcontractors, suppliers,and any adjacent construction or maintenance operation. • Provide supervision and oversight to maintain all TCM when in operation. Page 56 • Coordinate the Project's activities (such as ramp,road, or lane closures) with appropriate police, fire control agencies, city or county agencies, medical emergency responders, school districts, Postmaster,and public transit agencies. • At least once per TCS construction work shift, conduct a TCD inspection according to the following: • Inspect following initial placement or installation of TCD. • Inspect devices in place for proper location, installation, operation, quality, cleanliness, and effectiveness on public traffic. • Inspect TCD effectiveness in daylight and at night. • Inspect post-mounted signs. • Inspect temporary illumination and flagger station lighting at night,when in place. • Conduct additional TCD inspections for extended periods,as requested. • Prepare and sign a "Traffic Control Inspection Report" form (Form No. 734-2474). Submit the report to the Engineer no later than the end of the next TCS construction work shift. Do not designate the Project superintendent as the TCS. The TCS shall not act as a flagger or pilot car operator,except in an emergency or to relieve the flagger or pilot car operator for a period of less than 15 minutes. Make arrangements so that the TCS will be available every day,on call at all times,and available upon the Engineers request at other than normal working hours. In the event of a work zone incident during non-work periods, the TCS shall be capable of reporting to the Project site within 1 hour after being notified. The TCS shall have appropriate personnel,equipment,and material available at all times to expeditiously correct any deficiency in the TCM for the Project. Notify the Engineer of an alternate TCS who can assume the duties of the assigned TCS in the event of that persons inability to perform. Alternate TCS shall be adequately trained and certified according to 00225.31 and 00225.32. Notify the Engineer at least 12 hours before designating the TCS for the following 12-hour period. Make succeeding notifications within 24 hours every time a subsequent TCS is appointed to the Project. 00225.90 Payment— This contract uses Method C — all work zone traffic control is considered incidental and no separate payment will be made. 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. 00280.42(c) Permanent Stabilization—Add the following to the end of this subsection: All vegetated areas disturbed by the Contractor's operations shall be permanently re-seeded,re-planted, and/or repaired to the satisfaction of the inspector. 00280.90 Payment — Delete this subsection and replace with "No separate payment will be made for this work,as it is considered incidental to other work on this project." Page 57 SECTION 00290 — ENVIRONMENTAL PROTECTION Comply with Section 00290 of the Standard Specifications modified as follows: 00290.32 Noise Control—in first paragraph,change work hours to 7:30 am to 7:00 pm. SECTION 00305 - CONSTRUCTION SURVEY WORK Section 00305,which is not a Standard Specification,is included for this Project by Special Provision. Description 00305.00 Scope-Survey staking will be required for curb ramp construction. The Contractor shall develop and make all detail surveys necessary for layout and construction. Complete all survey staking as needed using information contained in the plans and adjusted as necessary to meet ADA requirements. Additional information or clarification by the Engineer may be available upon request,but is not guaranteed. Surveyed field layout shall be reviewed by the Engineer prior to demolition and again prior to concrete placement Provide construction survey work according to the current edition on the date of Advertisement,of the ODOT "Construction Surveying Manual for Contractors". This manual is available on the web at: hiW://www.oreV,on.gov/ODOT/HWY/GEONIETRONICS/documents.shtn-1 All survey staking information provided by the Agency is shown on the project plans. Additional information or clarification by the Engineer may be available upon request Measurement 00305.80 Measurement-No measurement of quantities will be made for construction survey work. Pa-,-ment 00305.90 Payment-The accepted quantities of construction survey work will be paid for at the Contract lump sum amount for the item"Construction Survey Work". Payment will be payment in full for famishing all material,equipment,labor,and incidentals necessary to complete the work as specified. No separate or additional payment will be made for all temporary protection and direction of traffic measures including flaggers and signing necessary for the performance of the construction survey work. No separate or additional payment will be made for preparing surveying documents including but not limited to office time,preparing and checking survey notes,and all other related preparation work. Progress payments will not be in excess of the reasonable value of the surveying work estimated by the Engineer. Costs incurred caused by survey errors will be at the Contractors expense. These costs include price adjustments for failure to meet requirements of the"Construction Surveying Manual for Contractors",repair or removal and replacement of deficient product,and over-run of material. Page 58 SECTION 00310-REMOVAL OF STRUCTURES AND OBSTRUCTIONS Comply with Section 00310 of the Standard Specifications modified as follows: 00310.41(a) General-Replace this subsection,except for the subsection number and title,with the following Where an abutting structure or part of a structure is to be left in place,make clean,smooth,vertical cuts with a saw or other approved cutting device. Avoid operations that may damage any portion of the remaining structure. Add the following subsection: 00310.45 Excavation of Existing Surfaces—Remove sidewalk and surfacing as shown on the Plans. Sidewalk and surfacing to be removed shall be cut in neat,straight lines with vertical edges along the limits of pavement removal. The cut lines for removal of asphaltic or cement concrete pavement shall be reviewed and approved by the Engineer in the field before cutting. Demolish and remove curbs as directed by the Engineer or as shown. Make a vertical saw cut between any existing curb that is to remain and portion that is to be removed. Remove pavement adjacent to the curb as shown on the Plans. 00310.92 Separate Item Basis—Replace the sentence that begins "Item (d)includes..."with the following: Item(d)includes but is not limited to saw cutting,removal of existing asphalt,curbs,sidewalks and other surfacings to the limits and grades necessary to construct new curbs and sidewalk ramps. SECTION 00440-COMMERCIAL GRADE CONCRETE Comply with Section 00440 of the Standard Specifications modified as follows: 00440.10 Materials-In the list of materials,delete the"Aggregates....02690"line. 00440. 2 Properties of CGC-Replace the sentence that begins"Furnish a workable..."with the following sentence: Furnish a workable CGC mixture that is uniform in composition and consistency,and unless otherwise shown or specified,has the following characteristics: 00440.13 Field-Mixed Concrete-Replace this subsection,except for the subsection number and title with the following. CGC mixed work items listed in 00440.14(x)may be field mixed conventionally,or by volumetric/mobile mixers conforming to ASTM C 685 When approved,concrete sidewalks,concrete driveways,and other flat concrete surfaces may be field mixed using volumetric/mobile mixers conforming to ASTM C 685 00440.14(b)Delivery Tickets-Replace the last sentence with the following: Delivery tickets are not required for field-mixed concrete except when volumetric/mobile mixers are used. Page 59 SECTION 00490 WORK ON EXISTING SEWERS AND STRUCTURES Comply with Section 00490 of the Standard Specifications modified as follows: 00490.46(b-1) Concrete and Masonry Manholes-Add the following to the end of this subsection: All manhole adjustments necessary to match finish grade shall be made prior to final lift paving. 00490.47 Adjusting Catch Basins and Inlets—Add the following- An ollowingAn optional method of raising grates as shown on the plans may be used in lieu of raising the existing frame and grate. Place the new fabricated frame over the existing frame just prior to paving. Weld the new fabricated frame of equal or greater bar thickness and equal or better material quality to the existing frame with welds acceptable to the engineer. Welding must extend at least six inches on at least three sides,and shall cover at least half the perimeter of the catch basin. The modified grate and frame must fully maintain the strength of the existing lid and frame,and must preserve the full functionality of all aspects of the lid, frame,and drainage structure. All welding shall be performed by a Certified Welder. Submit certification for approval. Remove debris that falls into structure. The contractor will encounter cases where a utility facility(such as a catch basin)has been adjusted by the utility and cold mix has been placed around the facility. The contractor shall remove and dispose of this cold mix, replace it with HMAC (or WMAC),and hand-compact it in advance of the pavement overlay. This work is considered incidental to the utility adjustment items on the bid schedule. 00490.48 Adjusting Boxes,Cleanout Lids and Similar Structures—Add the following to the end of this subsection: Where shown,boxes to be adjusted shall match finish pavement slope and grade. Multiple survey monuments are present throughout the project areas. The Contractor shall install new boxes where shown,protect existing boxes where shown and protect all monuments from damage. The Contractor shall replace all disturbed monument boxes with new boxes and be responsible for re-establishing any monuments that are disturbed. Cast or ductile iron riser rings may be used for adjusting monument boxes.Replace aluminum lids with cast or ductile iron lids that are fitted to the riser ring. The contractor will encounter cases where a utility facility(such as a valve box)has been adjusted by the utility and cold mix has been placed around the facility. The contractor shall remove and dispose of this cold mix, replace it with HMAC (or WMAC),and hand-compact it in advance of the pavement overlay. This work is considered incidental to the utility adjustment items on the bid schedule. Water valve access lids shall only be adjusted by raising the top section of the existing 910 can. 00490.90 Payment:Add the following. Item (e) Adjusting Catch Basins consists of raising the frame&grate about 2"to 1/4"below finish grade as directed by the engineer. Add the following pay items: Page 60 (i) Add Manhole Paving Rings Each �) Replace or Install Monument Boxes Each (k) Adjusting Monument Boxes Each (1) Adjusting Water or Gas Valve Boxes Each Add the following to the end of this subsection: Item(i)includes adding or replacing manhole paving rings as shown. Item 0)includes famishing and installing a new monument box in the same location as the existing box(or monument)that was removed to complete the work as approved by the Engineer. Coordination with the Engineer's surveyor and protection of existing monuments shall be incidental to other bid items and will not be paid separately under this bid item. Items (k)and(1)includes vertically adjusting existing boxes for only those locations where finish grade is different than existing grade. No separate or additional payment will be made for hand removal of existing asphalt pavement around structures as required to construct or inlay the proposed pavement section where vertical adjustment of the structure is not otherwise needed. SECTION 00610 - RECONDITIONING EXISTING ROADWAY Comply with Section 00610 of the Standard Specifications. SECTION 00620—COLD PLANE PAVEMENT REMOVAL 00620.00 Scope—Add the following: The plans show preliminary locations of pavement removal and grind/inlay areas.The engineer may edit these areas by marking the existing pavement to show the final locations of pavement removal and grind/inlay areas. The depth of edge grind across driveway drops shall be 2"unless otherwise shown on the plans or directed by the engineer. Add the following subsection: 00620.44 Cold Planing Operations All edges remaining after cold plane pavement removal shall be vertical to accept the succeeding full depth asphalt lift. Vertical edges left at the edge of the grinding drum are acceptable. Rounded edges where the face of the grinding drum is terminated are not allowed. Rounded edges shall be ground vertical by rotating the grinding machine. Where rounded edges cannot otherwise be ground vertical as part of the cold plane removal operations,saw cut edges and remove pavement according to Section 00310. Cold plane pavement removal shall occur no more than 48 hours in advance of permanent asphalt pavement placement. On Springwood Drive,cold plane pavement removal shall be completed on the same day as the permanent asphalt pavement base course. Small grind and inlay repair areas shown on the plans shall also be completed on the same day. Page 61 The Contractor shall coordinate the work limits with the Engineer. The Engineer must approve the limits prior to the Contractor beginning the work. Any damage to the existing roadway as a result of traffic running on the existing cold planed pavement in excess of the allowable time frame shall be repaired to the satisfaction of the Engineer at no cost to the Agency. SECTION 00640-AGGREGATE BASE AND SHOULDERS Comply with Section 00640 of the Standard Specifications. SECTION 00730 EMULSIFIED ASPHALT TACK COAT Comply with Section 00730 of the Standard Specifications modified as follows: 00730.42 Preparation of Underlying Surfaces: Add the following- Sweep ollowingSweep edges of existing pavement and take other steps as necessary to expose and clean the entire surface prior to applying tack. 00730.44 Applying Tack Coat:Add the following. Apply tack to edges of curb,inlets,and joints of adjacent pavement. Apply tack no more than 500 feet in advance of the paving operation. Minimize the amount of truck or other traffic on the tacked surface. If tack coat is significantly disturbed,the engineer may require an additional layer of tack be applied. 00730.90 Payment: Replace this subsection with the following. No separate payment will be made for tack coat. SECTION 00745 HOT MIXED ASPHALT CONCRETE (HMAC) Comply with Section 00745 of the Standard Specifications modified as follows: 00745.00 Scope—Add the following paragraphs to the end of this subsection: The Contractor may use warm mix asphalt concrete (WMAC) as a substitute for HMAC on all lifts. WMAC will be subject to all requirements for HMAC in Section 00745,except as modified in these special provisions. The term WMAC is interchangeable with HMAC throughout this Section. 00745.02 Definitions—Add the following definitions to this subsection: Warm Mix Asphalt Concrete (WMAC)—An asphalt concrete mix following all requirements of HMAC, except that through use of approved additives or processes,it is mixed,placed,and compacted at lower temperatures. Add the following bullet to the Lot Size definition: A new lot will be established for WMAC technology Page 62 00745.03 Reclaimed Asphalt Pavement(RAP) Material—In the paragraph that begins"The amount of...", replace the sentence that begins "The amount of..."with the following sentence: The amount of asphalt cement in the RAP shall be established in the mixture design phase according to ODOT TM 319 and the ODOT Contractor Mix Design Guidelines for Asphalt Concrete or other method if approved by the Engineer. Add the following subsection: 00745.04 Reclaimed Asphalt Shingles(RAS)—Reclaimed asphalt shingles (RAS) shall not be used on this project. 00745.10 Aggregate—In the paragraph that begins"Provide and stockTile...",remove the words"and RAP aggregates". 00745.10(a-5) Fractured Faces—In the sentence that begins"provide crushed aggregate...",replace "AASHTO TP 61"with"AASHTO T 335". 00745.10(b-3) Grading—Replace the tolerance list with the following tolerance list: Separated Sizes 11/4"—3/499 3/4"—No.4 3/4"—1/299 1/z"—No.4 Percent Passing(by Weight) Sieve Size T T T T 1 '/z" — 1 — — — 1 1/4" ±5 — — — 1" ± 10 — 1 — 1 — 3/4" ±5 ±5 ±7 — 1 1/2» _ +g +g + 5 3/8"* — — — — No.4 ±3 ±8 ±8 ±8 No. 8 — ±5 ±5 ± 5 No. 16* — — - — No. 30 ± 1 ±3 ±3 ±3. No. 50* — — — — No 100* — — — — No200 — ± 1.0 ± 1.0 ± 1.0 *Report percent passing sieve when no tolerance is listed 00745.10(c-3) Grading—Replace the tolerance list with the following tolerance list: Separated Sizes No.4—0 No. 4—No. 8 No. 8-0 Percent Passing(by Weight) Sieve Size T T T 3/8" — 1 —1 — No. 4 ±7 ± 10 — 1 Page 63 No.8 ±7 ±7 ±10 No. 16* — — — No.30 ±7 ±5 ±8 No. 50* — — — No. 100* — — — No.200 ±3.0 ±2.0 ±4.0 *Report percent passing sieve when no tolerance is listed 00745.10(c-4)Combination of Fine Aggregate for Testing—Replace this subsection,except for the subsection number and title,with the following- Blend ollowingBlend together fine aggregate produced in two separate sizes at a 1:1 ratio when testing for sand equivalent. 00745.10(c-5)Blend Sand—Replace the paragraph that begins"No natural or uncrushed..."with the following paragraph: No natural or uncrushed blend sand will be allowed in Open Graded HMAC or in Level 4 HMAC. Blend sand is allowed for Levels 1,2,and 3 mixes. For these mixes,establish the target gradation and produce all material within the following tolerances (I): Replace the paragraph that begins"Determine sieve analysis..."with the following paragraph: Determine sieve analysis according to AASHTO T 27 and AASHTO T 11. Do not use more than 6%natural or uncrushed blend sand,by weight,in the total aggregate. Provide a means of verifying and documenting the amount of blend sand added to the aggregate. 00745.11(b)Asphalt Cement Additives—Replace this subsection,except for the subsection number and tide, with the following. Use standard recognized asphalt cement additive products of known value for the intended purpose and approved for use on the basis of laboratory tests. Asphalt cement additives shall have no deleterious effect on the asphalt material and be completely miscible. Do not use silicones as an additive. Add the following asphalt cement additives when required by the JW: • Anti-stripping asphalt cement additives to prevent stripping or separation of asphalt coatings from aggregates to satisfy the TSR specified in 00745.13. • Asphalt cement admixtures used to aid in the mixing or use of asphalt mixes or for experimental purposes. When WMAC is used,select one of the WMAC Technologies and process and additive types listed below or approved by the Engineer. WMAC Technology Process a deAdditive Supplier Typ LEA-CO Foaming Process :advanced Concepts Engineering Co. Eco-Foam II 1 Foaming Process AESCO/Madsen Redi-Set WMX Chemical Additive Akzo Nobel Surfactants,Inc. Page 64 CECABASE RT Chemical Additive Arkema Group As ha-Min (Synthetic Zeolite Foaming Process As ha-Min Double Barrel Green System Foaming Process Astec Industries Green Machine Foaming Process Gencor Industries Hgrant Warm Mix System Foaming Process Herman Grant Com am Qualitherm Chemical Additive Iterchimica A uablack Warm Mix Asphalt Foaming Process Maxam Eq ui ment Inc. Low Emission Asphalt Chemical Additive McConnaughay Technologies Evotherm Chemical Additive Me dW o Saco Asphalt Meeker Warm Mix Foaming Process Meeker Equipment Co .Inc. Advera(Synthetic Zeolite) Foaming Process PQ Corporation Sasobit Organic Additive Sasol Wax Americas,Inc. Shell Thio ave Chemical Additive Shell Accu-Shear Dual Warm-Mix Foaming Process Stainsteel Additive System Tri-Mix Warm Mix Injection I Foarrung Process Tarmac Inc. Warm Mix Asphalt S ste I Foaming Process Terex Roadbuilding Submit the proposed WMAC technology to be used and a plan for its implementation at the pre-construction conference. Obtain engineer approval before using on project. Implementation must conform with all aspects of the plan and manufacturer's recommendations. Comply with the manufacturer's recommendations for incorporating additives and WMAC technologies into the mix. Comply with manufacturer's recommendations regarding receiving,storing,and delivering the additives. Add the following subsection: 00745.11(d)Aggregate Treatment—Latex Polymer—A latex polymer aggregate treatment material may be used to treat new crushed aggregates instead of lime if Tensile Strength Ratio test results on the mixture with the latex polymer treatment at the JMF meet the minimum criteria in 00745.13(b). (1) General: a. Provide a system to automatically meter the latex emulsion at the proper rate and apply the emulsion uniformly to the aggregate prior to the addition of the asphalt cement. Follow manufacturer's recommendations to set up,adjust and calibrate the equipment. b. Demonstrate to the Engineer's satisfaction that the required application rate of latex solids is being met. If it is not,take corrective action. Document and notify the Engineer of the corrective action. (2) Material—Use latex polymer emulsion concentrate meeting the following: Minimum Maximum Test Method Solids Percent 65.0 — ASTM D 1417 PH 9.0 11.0 ASTM D 1417 Brookfield Viscosity 500 3000 ASTM D 1417 Spindle 3,20 RPM,cPs Page 65 Provide a quality compliance certificate for the polymer latex emulsion concentrate to the Engineer according to 00165.35. (3) Application Rate — Apply the latex emulsion to achieve a minimum of 0.75 pounds of latex solids per ton of new aggregate (0.0375%) for dense graded mixtures and a minimum of 0.50 pounds of latex solids per ton of aggregate (0.025%) for open-graded mixtures. Higher application rates may be required to meet minimum TSR limits. Determine application rate during mix design testing. (4) Treatment During HMAC Production: a. Adjust aggregate moisture content to meet manufacturer's recommendation for emulsion application. Apply the latex emulsion at the minimum rate specified above or at a higher rate if TSR testing indicates a higher rate is required. b. Apply the latex emulsion to the aggregate just prior to entry into dryer drum. Mix aggregate with the emulsion in a pugmill or in the dryer drum prior to application of asphalt cement. Heat aggregates to at least 250 °F after treatment and prior to addition of asphalt cement. 00745.13 Job Mix Formula (JMF) Requirements—Add the following paragraphs and bullets after the paragraph that begins"Provide a range of proposed...": A separate JMF will be issued for WMAC. Do not use recycled asphalt shingles. When WMAC is used,provide the following information in addition to the requirements listed for HMAC: • WMAC technology and WMAC additives information. • W1v1AC technology manufacturer's established recommendations of usage. • WMAC technology manufacturer's established target rate for water and additives, the acceptable variation for production,and documentation showing the impact of excessive production variation. • WMAC technology material safety data sheets if applicable. • Temperature range for mixing. • Temperature range for compacting. • Except for foaming technology, asphalt binder performance grade test data of the asphalt binder and chemical additive at the manufacturer's recommended dosage rate. • Except for foaming technology,WMAC mixture performance test results according to 00745.13(C). Perform testing for foaming technology on the production mix on specimens compacted at WN AC compaction temperatures. 00745.14 Tolerances and Limits—Replace the tolerance list with the following tolerance list: Gradation Dense-Graded HMAC Type Open-Graded HMAC TYPE Constitue 3/a" 1/2" 3/8" 3/4" 1/2" ATPB 1 '/2" JMF ± 5%* 1" 90—100% JMF ± 5%* 99-100% 99-100% 3/4" JMF ± 5% 90—100% JMF ± 5%* 85-96% 99-100% 85-95% 1/2" JMF ± 5% JMF± 5% 90— 100% JMF ± 5%* 55-71% 90-98% 35-68% 3/8"** — — — 90-100% — — — No.4 JMF ± 5% JMF± 5% JMF ± 5% JMF ± 5% JMF ± 5% JMF ± 5% JMF ± 5% Page 66 No. 8 JMF±4% JMF±4% JMF±4% JMF±4% JMF±4% JMF±4% JMF±4% No. 16** — — — — — —No. 30 JMF±4% JMF±4% JMF±4% JMF±4% JMF±4% JMF±4% No. 50** — — — — — —No. 100** — — — — — —No.200 JMF±2.0% JMF±2.0% JMF±2.0% JMF±2.0% JMF±2.0% JMF±2.0% JMF±2.0% * Maximum not to exceed 100% ** Report percent passing sieve when no tolerance is listed Under the"Constituent of Mixture/HMAC All Types"list,add the following after"RAP Content...": RAS Content—ODOT TM 321 JMF± 1.0% RAP/RAS Content—ODOT TM 321 JMF±2.0% Add the following sentence to the of the paragraph that begins"When a JMF...": Full tolerance will be given for RAS or combined RAP and RAS content even if it exceeds the limits established in 00745.04. In the paragraph that begins"Take corrective action...",replace the words,"RAP content",in two places with the words"RAP,RAS,or combined RAP and RAS content"in both places. 00745.16(a-1) Personnel Requirements—Add the following bullets to the end of the bullet list. • Providing at least one CAT-1 full-time at each plant site when producing mixture for the Project. 00745.16(a-4)Testing Frequency—Delete the paragraph that begins"After the Mix Design....". Add the following subsection: 00745.16(a-5) Plant Calibration—Calibrate all meters and belt scales at the HMAC mia-ing plant according to ODOT TM 322 prior to beginning production. 00745.16(b-1) MDV Quality Control—Replace this subsection with the following subsection: (1) MDV Quality Control: a. General — Before beginning production and placement of WMAC, perform MDV tests on the HMAC as required at start-up according to 00745.16(b-1-c). Two consecutive running averages of four MDV test results from testing of HMAC shall be within the limits of 00745.16(b-1-a). Perform MDV testing on projects with Level 2,Level 3, or Level 4 dense graded HMAC. Perform MDV tests on every sublot and as required at start up according to 00745.16(6-1-c) and the MFTP. Perform gradation and asphalt content testing with each MDV test. Calculate the following values for each MDV test. • Air Voids • Voids in Mineral Aggregate (VMA) • Voids Filled with Asphalt(VFA) Page 67 • P No. 200/Effective AC (Pbe) Ratio The running averages of four MDV results shall be within the limits given below: Average of Limit Air Voids 4 samples JMF Target±1.0% VMA 4 samples 11.5—17.0 (1"Mix) 12.5-17.0 (3/4"Mix) 13.5-17.0 (1/2"Mix) 14.5-17.0 (3/8"Mix) VFA 4 samples 65—75(3/4"and 1/2"Mix in Level 2,3 and 4) 65-78 (3/8"Mix in Level 2,3 and 4) 70-80 (1/2"and 3/8"Mix in Level 1) Passing No.200/Pbe 4 samples 0.8-1.6 The CDT shall provide the results from the initial control strip to the CAT II for evaluation and comparison with the MDV results. If the MDV and density test results are contradictory,initiate an investigation. The CAT II shall recommend a plan to the Engineer for resolving the discrepancy based on the results of the investigation. Take corrective action when required by the MDV start-up process of 00745.16(b-1-c). After the requirements of 00745.16(6-1-c) have been met, take corrective action if the MDV test results show that two consecutive running average of four samples are outside the above limits for air voids, VMA, VFA, or P No.200/Pbe ratio. Document the corrective action and notify the Engineer. If test results continue to be outside the tolerance, stop production and make adjustments. Restart production only after the Engineer has approved the proposed adjustments. If the MDV test results are outside tolerance, but the mixture meets the current requirements for gradation and asphalt content, an adjustment to the JMF targets is required. Do not start a new lot as a result of the adjustment. A request for an adjustment to the JMF targets may be made to the Engineer by the Contractor's CAT-II. The requested change will be reviewed and documented by the Engineer. If acceptable, a revised JMF will be allowed. Clearly document the sublot test for which the adjusted targets are in effect. Adjustments for gradation shall not exceed the tolerances specified for the original JMF limits. Adjustments for AC content shall be within 0.5% of the original JMF. The JMF asphalt content may only be reduced if the production VMA meets or exceeds the above requirements. Adjustments for RAP or RAP/RAS combination shall be within 5% of the original JMF blend percentage, but shall not exceed the requirements of 00745.03 or 00745.04. Adjusting proportions of the combined RAP and RAS will not be allowed during production of the mixture. Adjustments for RAS content shall be within 1% of the original JMF, but shall not exceed the requirements of 00745.04. Regardless of these tolerances, the adjusted JMF shall be within the mixture specification control points of 00745.12. If a redesign of the mixture becomes necessary, submit a new JMF according to the requirements of these specifications. Perform a Tensile Strength Ratio (TSR) test (AASHTO T 283) on a sample obtained during the first two days of production after QC test results verify that HMAC constituents with a weighting factor greater than one according to 00745.95 are in tolerance. Provide test results to the Engineer within four working days of obtaining the sample. Stop production and make adjustments if the TSR is less than 70. Restart production only after the Engineer has approved the proposed adjustments. Page 68 b. Laboratory Compactor Selection — Use a Gyratory compactor for MDV when a Gyratory compactor is used to develop the JMF. For all other cases, use a Gyratory compactor or Marshall compactor,as selected by the Contractor. c. MDV Requirements at Start-Up—Perform MDV testing at the start-up of the JMF production according to the following process: 1. Obtain a sample during the first 100 tons of production and immediately perform MDV testing. 2. If air voids and VMA are within tolerance, then continue remaining MDV testing at the established random QC sublot interval. If not,then go to step"3". 3. If air voids and/or VMA are out of tolerance according to 00745.16(b-1-a), then make adjustments and immediately obtain another sample and perform MDV testing. Go to step "4". 4. If air voids and VMA from the MDV testing in step "3" are within tolerance, then continue remaining MDV testing at the established random QC sublot interval. If not,go to step "52p . 5. If air voids from step "Y' are more than ± 1.5% from the target, then stop production immediately and make adjustments. If they are not,then go to step"6". Obtain approval of the Engineer before restarting production. Begin MDV testing again at step 94 1". 6. If air voids from step "Y' are out of tolerance and 1.5% or less from the target, or the VMA from step "3" is out of tolerance, then make adjustments and immediately obtain another sample and perform MDV testing. Go to step"4". The initial MDV sample shall be used as the first random QC sublot test. Subsequent MDV samples required due to failure of start-up criteria will be used for a sublot QC test if the sample is taken within 100 tons of the scheduled random QC sample location. If not, the MDV testing shall be performed separate from, and not included in, the random QC testing program. Any required MDV testing will be completed at the Contractor's expense. Add the following subsection: 00745.16(b-4)MDV for WMAC—Perform MDV testing on WMAC according to 00745.16(b-1-a). Continued production and placement of WMAC will be allowed at the discretion of the Engineer. 00745.21 HMAC Milting Plant—Add the following to the end of this subsection: (g) WMAC Mixing Production — Modify the asphalt mixing plant as recommended by the manufacturer to introduce the WMAC technology. Plant modifications may include additional plant instrumentation, the installation of asphalt binder foaming systems and WMAC additive delivery systems, tuning the plant burner, and adjusting the flights in order to operate at lower production temperatures and reduced tonnage. Document the integration of plant controls and interlocks. 00745.24(x) Steel-Wheeled Rollers—Replace this subsection with the following subsection: (a) Steel-Wheeled Rollers — Provide steel-wheeled rollers with a minimum gross static weight as follows: Level 1 and Level 2 Level Leve14 Page 69 Breakdown and Intermediate 8 ton 10 ton 12 ton Finish 6 ton 8 ton 10 ton 00745.40 Season and Temperature Limitations -In the table,for Surface Temperature of Dense Graded Na-es 2 inches to 2 '/2 inches,replace"50 F"with 40 F". 00745.43(b) Heating Temperatures—Replace the table with the following: HMAC Temperature, F Grading Maximum at mixer Minimum Behind Paver Dense 350 2.10 WMAC Temperature,F Grading Minimum Behind Paver Dense 215 00745.42 Preparation of Underlying Surfaces—Add the following to the end of this subsection: All water valves,manholes and catch basins shall be adjusted to finish grade in advance of or during the paving operation. No adjustments shall be made after the paving is completed unless approved by the Engineer prior to paving. Any tree branches or foliage which will hinder the proper placement(including rolling) of the surfacing shall be removed by the Contractor by pruning and sealing the cut ends,or tying back in a manner approved by the Engineer. The Contractor shall be responsible for trees damaged that are not properly pruned or tied back. Coordinate construction of driveway transitions with property owners to minimize disruption of access. 00745.46 Control of Line and Grade—Add the following paragraphs to the end of this subsection: (The Engineer will) Establish references at reasonable intervals for line and grade control of placement operations for the following. • Before placing each leveling lift. • Before placing the top base course for new construction. Line and grade for the top base course of new construction and top leveling lift shall be within 1/2 inch of design line and grade. 00745.49(a-1)Temperature—Add the following after the sentence that begins"Complete breakdown...": For W'MAC,complete breakdown and intermediate compaction before the WMAC temperature drops below 160 F. 00745.49(b-1) General—In the paragraph that begins"Compliance with the density...",replace the sentence that begins"Use the MAMD method..."with the following sentence: Use the MAMD method of compaction measurement. Replace the paragraph that begins"For Level 3 and Level 4..."with the following two paragraphs: Page 70 For Level 2,Level 3,and Level 4 mixes,construct a control strip at the beginning of work on each JMF on the project according to ODOT TM 306. The purpose of the control strip is to determine the maximum density that can be achieved for the JMF,paving conditions,and equipment on the project. Additional control strips are necessary when there is a change in compaction equipment or when JMF targets are adjusted according to 00745.16(b-1-a). The Engineer may waive the control strip for irregular areas or areas too small to establish a reasonable roller pattern. Stop paving if three consecutive control strips fail to achieve the specified density. Take all actions necessary to resolve compaction problems. Do not resume paving until allowed by the Engineer. 00745.49(b-3) Moving Average Maximum Density (MAMD) Method—Replace the MAMD list with the following list: Course of Construction HMAC First HMAC lift less than 3 inches placed on aggregate base 91.0 All other 92.0 00745.49(b-4) Control Strip Method—Delete this subsection. 00745.49(b-5)Test Results—Renumber this subsection to b-4. 00745.62(3) Excess HMAC—Delete this subsection Add the following subsection: 00745.71 Edge Sealing Seal all feathered edge joints (such as across streets,driveways,and other paved areas)with hot crack-seal 6"wide with rubberized asphalt material using the methods,materials,and procedures specified in section 00746. Seal along all edges where new pavement abuts existing pavement or curb using the methods,materials,and procedures specified in section 00746. This includes any cold joints created during construction where the older section was laid more than three hours before the newer section of pavement,and other places where,in the judgment of the engineer,time has lapsed between paving areas to the point where edge sealing is needed. 00745.80 Measurement—The quantities of HMAC (or WMAC)will be measured on the weight basis (including asphalt) and shall only include HMAC (or WMAC) physically incorporated into the project. 00745.90 Payment—Replace this subsection with the following: 00745.90 Payment—The accepted quantities of HMAC incorporated into the project,whether or not recycled materials are used,will be paid for at the Contract unit price,per ton,for the item"Level ,HMAC Mixture, " The following will be inserted in the blanks: • The level(s) of HMAC (1,2,3)will be inserted in the first blank • The type(s) of HMAC (3/4 inch Dense, 1/2 inch Dense, 3/8 inch Dense), will be inserted in the second blank • The type of liquid asphalt and fiber reinforcement will be inserted in the third blank when applicable Page 71 The accepted quantities of curb sealing will be paid for at the Contract unit price, per linear foot, for the item"Curb Sealing". The accepted quantities of feathered edge sealing will be paid for at the Contract unit price, per linear foot, for the item "6 Inch Wide Feathered Edge Seal". Payment will be payment in full for furnishing and placing all materials, and for furnishing all equipment, labor, and incidentals necessary to complete the work as specified. Payment includes furnishing and placing temporary asphalt placed to open the roadway to traffic. No separate or additional payment will be made for the asphalt tack coat or for asphalt cement used in the mixture. 00745.93 Other Items:Add the following items: • Tack coat • Sand sealing 00745.95 HMAC Price Adjustments—Delete this section. SECTION 00749 -MISCELLANEOUS ASPHALT CONCRETE STRUCTURES Comply with Section 00749 of the Standard Specifications modified as follows: Add the following subsection: 00749.14 Asphalt Berms - Use a 3/8" dense mix for asphalt berms. 00749.91 Method "A"—Weight and Extras Basis—Add the following pay items: (j) Extra for Spot Grind and Inlay Areas.....................................Square Yard Add the following to the end of this subsection: Item (j) includes spot grind an inlay areas shown and as marked and adjusted by the Engineer in the field. Areas are for localized repairs less than a travel lane width unless otherwise approved by the Engineer. Areas will be based on a typical grinder width (7 foot maximum). Asphalt and grinding will be measured and paid for separately. 00749.92 Method"B"—Complete in Place Basis—Add the following pay items: (9) Asphalt Berms......................................................................Linear Foot (h) Asphalt Speed Cushions....................................................................Each Add the following to the end of this subsection: Item (g) includes asphalt berms placed as shown or directed to assist in conveying surface drainage. Item (h) includes asphalt speed cushions placed as shown or directed. Page 72 SECTION 00759-MISCELLANEOUS PORTLAND CEMENT CONCRETE STRUCTURES Comply with Section 00759 of the Standard Specifications modified as follows: 00759.00 Scope—Add the following to the end of this subsection: Contractor shall be responsible for ensuring curb ramps are constructed meet ADA requirements. 00759.12 Sidewalk Ramp Treatment—Add the following to the end of this subsection: For surface applied truncated dome detectable warning surfaces to existing ramps,utilize products from the QPL which include both adhesive and concrete anchors. 00759.50(c) Driveways,Walks,and Surfacings—Add the following to the end of this subsection: The Contractor shall plan joint spacing layout prior to concrete placement. The joint pattern of any pour should consider the width of the concrete placement required by the plans. The maximum joint spacing shall not exceed the dimensions shown. Finish sidewalks in accordance with the scoring pattern and finish type as detailed. Review joint layout with the Engineer for approval prior to pouring. Broom finish shall not be curved around objects in the concrete,nor shall a broom border be placed around an object in the pavement. The broom finish shall flow through any objects and maintain a consistent pattern through the sidewalk. Joints shall be clean,straight and free from slurry. Where joints intersect,the cross created by the intersecting joints shall be clean and free from slurry. Tool edges around all structures located in the sidewalks and driveways. Provide isolation joint material around structures and seal in accordance with 00585. Add the following subsection: 00759.52 Protection of Concrete—Protect the freshly poured concrete curbs and sidewalk from vandalism or other damage for a minimum of twenty-four(24) hours or until cured enough to support typical use,whichever is longer. Provide security personnel as necessary to guard the fresh concrete during this time. The number of personnel onsite shall be as necessary to protect the complete amount of concrete placed during the previous 24 hours. Any curb or sidewalk damaged by vandalism or other causes shall be replaced at no cost to the Agency. All costs associated with protecting the freshly poured concrete shall be incidental to the sidewalk pay items. Add the following subsection: 00759.53 Restoration of Adjacent Surfacing—After sidewalks are cured and forms are stripped,restore any disturbed adjacent surfacing to prior condition or better. Restoration work includes but is not limited to fine grading,bark mulch,sod,and any other work necessary to match conditions. 00759.90 Payment—Add the following pay item: (k) Truncated Domes...................................................................Square Foot Item (k) includes surface applied truncated domes on existing ramps as shown. Page 73 Replace the paragraph that reads"Items (e) and(f)"with the following. Items (e) and(�include sidewalks ramps and truncated domes. Add the following paragraph to the end of this subsection: All costs associated with protecting the freshly poured concrete and restoration of adjacent surfacing shall be incidental to the applicable pay item. SECTION 00850—COMMON PROVISIONS FOR PAVEMENT MARKINGS Comply with Section 00850 of the Standard Specifications modified as follows: 00850.20(b) Equipment for Longitudinal Lines —Replace the paragraph that begins "Use equipment capable of..."with the following paragraph and bullets: Provide equipment that can: • Place two parallel lines simultaneously with 4 inch minimum to 12 inch maximum spacing between the two lines. • Place the entire width of a line in one pass. 00850.43 Prepare and Prime Pavement—Add the following: Install pavement markings within ten calendar days of paving operations. 00850.46 Placement Tolerance—Replace the bullet that begins "Thickness of lines...with the following bullet: • Thickness of flat,surface applied lines: + 1/3 of the specified thickness,- 1/10 of the specified thickness 00850.47(c) Retroreflectivity—Replace the sentence that begins "Use a retroreflectometer..."with the following sentence: Use a 30 meter geometry retroreflectometer to measure the retroreflectivity within 48 hours of curing. 00850.70 Disposal of Waste—Replace this subsection with the following subsection: 00850.70 Disposal of Materials—Dispose of all materials according to 00290.20. SECTION 00851—PAVEMENT MARKING REMOVAL Comply with Section 00851 of the Standard Specifications modified as follows: 00851.80 Measurement—Replace this section to read—No measurement for pavement marking removal will be made.Pavement marking removal is considered incidental to other items. SECTION 00855—PAVEMENT MARKERS Comply with Section 00855 of the Standard Specifications modified as follows: Page 74 00855.40(a) General—Add the following: Replace fire hydrant reflectors with one reflective Type I bi-directional blue marker, installed 1 foot from the centerline of pavement toward the fire hydrant. 00855.40(c) Installation—In the paragraph that begins"Do not install...",replace the sentence that begins "Adjust spacing between..."with the following two sentences: To avoid longitudinal cracks and joints,adjust pavement markers up to one half the width of the marker. To avoid transverse cracks and joints,adjust pavement markers ahead or back on line±5 inches. 00855.90 Payment—Add the following: (i) Bi-Directional Blue Type LAR Markers....................................... Each SECTION 00860-LONGITUDINAL PAVEMENT MARKINGS-PAINT Comply with Section 00860 of the Standard Specifications modified as follows: 00860.45 Installation-In the bullet that begins"For yellow colored markings...",replace the sentence that begins with"For yellow colored markings..."with the following two sentences: For yellow colored markings that delineate two-way traffic,apply the second application in the opposite direction of the first application. For yellow colored markings on one-way roadways,apply the second application in the same direction of the first application. SECTION 00865—LONGITUDINAL PAVEMENT MARKINGS—DURABLE Comply with Section 00865 of the Standard Specifications modified as follows: 00865.40 General—Add the following: The skid resistance of the pavement marking shall equal or exceed the skid resistance of the adjacent pavement in both wet and dry conditions. 00865.45 Installation-Replace this subsection,except for the subsection number and title,with the following: Place durable markings only when the manufacturer's representative determines that the pavement is ready for the pavement marking material. Apply reflective elements at a rate to obtain the following minimum initial retroreflectivity readings: • White - 250 mcd/m^/lx • Yellow- 200 mcd/m'/lx Apply marking materials by one or more of the following methods: • Method A-Extruded Marldngs - Apply markings with an extrusion or ribbon type process and according to the following: Page 75 00865.90 Payment- Replace this subsection,except for the subsection number and title,with the following: The accepted quantities of work performed under this Section will be paid for at the Contract unit price,per unit of measurement of the total length of pattern (not individual stripe),for the following items: Pay Item Unit of Measurement Method A (Extruded) (a) Thermoplastic,Extruded, .............................................................Foot In item(a),"Surface"or"Grooved"will be inserted in the first blank and"Profiled"or"Non-Profiled"will be inserted in the second 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. SECTION 00867—TRANSVERSE PAVEMENT MARKINGS—LEGENDS AND BARS Comply with Section 00867 of the Standard Specifications modified as follows: 00867.45 Installation—Replace the paragraph starting with "Apply one or more..."with the following: Apply Type B-HS: Preformed Fused Thermoplastic Film High Skid on this project. Install preformed fused thermoplastic film high skid,that has intermixed reflective elements with factory installed crushed glass or aggregate on the surface for all crosswalk markings, stop bars,bike lane stencils, legends, turn arrows, and other transverse pavement markings as shown. 00867.90 Payment—Replace this subsection,except for the subsection number and title,with the following. The accepted quantities of work performed under this Section will be paid for at the Contract unit ptice,per unit of measurement,for the following items: Pay Item Unit of Measurement (a)Pavement Legend,Type B-HS: Arrows .....................................................Each (b)Pavement Legend,Type B-HS: Bump .....................................................Each (c)Pavement Legend,Type B-HS: Speed Cushion.........................................Each (d)Pavement Legend,Type B-HS: "SCHOOL XING..................................Each (e)Pavement Legend,Type B-HS: Bicycle Lane Symbols.............................Each (f)Pavement Bar,Type B-HS ...............................................Square Foot Item(a)includes single or multiple headed arrows as required. Item(f)includes all transverse pavement markings that are defined as a"BAR",including but not limited to, stop bars,crosswalk bars,chevron bars,transverse median bars,and transverse shoulder bars. Payment will be payment in full for furnishing and placing all materials,and for furnishing all equipment,labor, and incidentals necessary to complete the work as specified. SECTION 00960-COMMON PROVISIONS FOR ELECTRICAL SYSTEMS Comply with Section 00960 of the Standard Specifications modified as follows: Page 76 00960.41(f) Disposition of Waste Materials-Replace this subsection with the following subsection: 00960.41(f) Disposal of Materials-Dispose of all materials according to 00290.20. SECTION 00990-TRAFFIC SIGNALS Comply with Section 00990 of the Standard Specifications modified as follows: 00990.00 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 02925,install traffic signals according to the following Specifications. This work includes removing and reinstalling inductive traffic signal loop detector wiring as necessary to complete the paving work as shown. This work also includes protecting and rehabilitating as needed existing sand pockets and completing new splices to existing loop feeder cables at existing junction boxes where applicable. 00990.43(b-3) Installation—Add the following to the end of this subsection: The Contractor shall coordinate loop detector removal and reinstallation work with the Oregon Department of Transportation (ODOT) and Washington County(County). Obtain all permits and material and method approvals required by ODOT and/or County staff Notify ODOT and the County a minimum of 3 working days prior to disturbing the existing traffic loops. All work shall be completed by a contractor experienced in installing 6-foot round vehicle loops. Protect existing loop sand pockets and conduit stubs. 00990.43(b-5) Resistance Testing-Add the following paragraph to the end of this subsection: Furnish a report identifying the resistance for each loop: • Before splicing and sealing • Before splicing after sealing • After splicing and sealing 00990.90 Payment- Replace pay item(s) (a), (b),and(c)with the following pay items: (a) Loop Detector Installation, ......................................Lump Sum Add the following paragraph before the paragraph that begins "Item (a)includes furnishing...": In items (a),the intersection location will be inserted in the blank. SECTION 02010-PORTLAND CEMENT Comply with Section 02010 of the Standard Specifications modified as follows: 02010.10(b) Specifications-Replace the bullet that begins "Cement used west..."with the following bullet: • Cement shall have a total alkali content (sodium and potassium oxide calculated as Na,O + 0.658 K,O) not exceeding 0.60%. Page 77 02010.20 Blended Hydraulic Cement-Replace the paragraph that begins`Blended hydraulic cement..." with the following paragraph: Blended hydraulic cement shall be either Type IS-Portland blast-furnace slag cement,Type IP-Pordand- pozzolan cement,or Type IT-ternary blended cement according to AASHTO M 240,modified as follows: Add the following paragraph to the end of this subsection: Furnish blended hydraulic cement from the QPL. SECTION 02020-WATER Comply with Section 02020 of the Standard Specifications modified as follows: 02020.10 Water-Replace this subsection,except for the subsection number and tide,with the following. (a) General-Water used in mixing or curing concrete,mortar,grout,and in mixing cement-treated base shall be reasonably clean,and free of oil,sugar,organic matter,or other substances injurious to the finished product. (b) Potable-Potable water may be used without testing if the Contractor provides.a quality compliance certificate verifying that the water has met the limits and ranges of ASTM C 1602,according to tests made within the last two years. Water approved for public use by the Oregon Health Division may be accepted for use without testing. (c) Non-Potable,Unknown Quality,or Suspected Quality-Non-potable,Unknown Quality,or Suspected Quality water shall be tested at no additional cost to the Agency. Test according to ASTM C 114 and ASTM C 1603. Water from concrete production operations is considered Unknown Quality. Results of testing shall comply with the limits and ranges of ASTM C 1602 and shall be available for review upon request. SECTION 02030-MODIFIERS Comply with Section 02030 of the Standard Specifications modified as follows: 02030.10 Fly Ash-Replace this subsection with the following subsection: 02030.10 Fly Ash-Furnish Class C,Class F,or Class N fly ash from the QPL and conforming to AASHTO M 295 (ASTM C 618). 02030.20(a) Types-Replace the sentence that begins"The silica fume portion..."with the following two sentences: The silica fume portion shall conform to AASHTO M 307. Total alkalis,as equivalent Sodium Oxide(Na2O), shall be 1.5 percent maximum. Add the following subsection: 02030.50 Metakaolin-Provide metakaolin from the QPL and conforming to AASHTO M 295 (ASTM C 618)Class N. Page 78 SECTION 02040- CHEMICAL ADMIXTURES Comply with Section 02040 of the Standard Specifications modified as follows: 02040.10 Materials-Replace the table with the following: Admixture Specification Air-entraining AASHTO M 154 (ASTM C 260) Type A-Water-reducing AASHTO M 194 (ASTM C 494) Type B-Retarding AASHTO M 194 (ASTM C 494) Type C-Accelerating AASHTO M 194 (ASTM C 494) Type D-Water-reducing and Retarding AASHTO M 194 (ASTM C 494) Type E-Water-reducing and Accelerating AASHTO M 194 (ASTM C 494) Type F-Water-reducing,High Range AASHTO M 194 (ASTM C 494) Type G-Water-reducing,High Range and Retarding AASHTO M 194 (ASTM C 494) Type S-Specific Performance AASHTO M 194(ASTM C 494) 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: 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- In the paragraph that begins "Furnish liquid...",replace"AASHTO M 148" with "ASTM C 309". Add the following to the end of this subsection: Before using liquid compounds,submit one quart samples of each lot for testing except samples are not required for commercial grade concrete applications unless the liquid compound is a conditionally approved product. 02050.40 Liquid Evaporation Reducer Compounds -Delete this subsection. SECTION 02110-POSTS,BLOCKS,AND BRACES Comply with Section 02110 of the Standard Specifications modified as follows: 02110.40 Wood Sign Posts-Replace the sentence that begins "Fabricate wood sign posts..."with the following sentence: Fabricate wood sign posts from Douglas fir,surfaced four sides (S4S) and free of heart center(FOHC). 02110.40(a) Grading-Replace the Douglas Fir and Hem-Fir grading requirements with the following grading requirements: Species 4" x 4" 4" x 6" 6" x 6" Page 79 And Larger Douglas Fir No. 1 No. 1 No. 1 124-b WCLIB 123-b WCLIB 131-b WCLIB 42.11 WWPA 62.11 WWPA 80.11 WWPA SECTION 02440-JOINT MATERIALS Comply with Section 02440 of the Standard Specifications modified as follows: 02440.10 Preformed Joint Fillers for Concrete -Replace this subsection,except for the subsection number and title with the following: Furnish preformed joint fillers for concrete from the QPL conforming to the requirements of AASHTO M 153 or AASHTO M 213. SECTION 02450-MANHOLE AND INLET MATERIALS Comply with Section 02450 of the Standard Specifications modified as follows: Add the following subsection: 02450.15 Precast Concrete Catch Basins and Inlets - Furnish precast concrete catch basins and inlets conforming to the requirements of ASTM C 913. 02450.30 Metal Frames,Covers,Grates,and Ladders-Under the Projects on State Highways requirements, replace the"Inlet frames and grates"line with the following lines: Inlet frames and grates M 306 Class 35 B M 227 (A 663) 65 M 270 (A 709)A 36 36 M 103 (A 27) 65 -35 SECTION 02630- BASE AGGREGATE Comply with Section 02630 of the Standard Specifications modified as follows: 02630.10(a) Grading-In Table 02630-01,add the following sieve size line before the No. 10 sieve size line and add the following footnote at the end to the table: No. 4* — — — — — * Report percent passing sieve when no grading requirements are listed 02630.10(b) Fracture of Rounded Rock-In the sentence that begins"Fracture of rounded rock...",replace "AASHTO TP 61"with"AASHTO T 335". 02630.11(b) Fracture of Rounded Rock-In the sentence that begins"Fracture of rounded rock...",replace "AASHTO TP 61"with "AASHTO T 335". SECTION 02910- SIGN MATERIALS Page 80 Comply with Section 02910 of the Standard Specifications modified as follows: 02910.02 Types of Signs-Add 1#060',110811,"W12",and"YW" sign types and replace the"B2","B3","Cl", "C211,"Fl","G111,"G2",11G3","G411,1103","0401,"0511,"R11',"W911,"Wll",and"Y7" sign types with the following. "B2" Blue Type III or Type IV sheeting background with white Type IX permanent removable legend. "BY' Blue Type IX sheeting background with white Type IX permanent or removable legend or white Type IX sheeting overlaid with blue transparent paste background,with retroreflective silver-white screened legend. "0" Brown Type III or Type IV sheeting background with white Type IX permanent or removable legend. "C2" Brown Type IX sheeting background with white Type IX permanent or removable legend or white Type IX sheeting overlaid with brown transparent paste background,with retroreflective silver-white screened legend. "Fl" White Type IX sheeting background overlaid with red and blue transparent paste background with white Type IX permanent legend. "Gl" Green Type III or Type IV sheeting background with white Type IX removable legend. "G2" Green Type III or Type IV sheeting background with white Type IX permanent legend. "G3" Green Type IX sheeting background with white Type IX permanent legend,or white Type IX sheeting background overlaid with green transparent paste background with retroreflective silver-white screened legend. "G4" Green Type IX sheeting background with white Type IX removable legend. "03" Fluorescent orange Type VIII,or Type IX sheeting background with black nonreflective permanent legend and red retroreflective symbol(Stop or Yield Ahead Symbol Sign). "04" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective permanent legend, "05" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective removable legend. "06" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective permanent legend and red,yellow,and green Type VIII and Type IX circles. (Signal Ahead Symbol Sign) "08" Fluorescent orange Type VIII or Type IX sheeting background with black nonreflective screened or cut-out permanent legend and silver-white Type VIII or Type IX symbol. (Speed Reduction Symbol Sign) "RV White Type IX sheeting background overlaid with red transparent paste background with white Type IX permanent legend. Page 81 11W9" Silver-white Type III or Type IV sheeting background with blue nonreflective screened or cut-out permanent legend. "Wll" Silver-white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend with red Type III or Type IV symbol. "W12" Silver-white Type III or Type IV sheeting background with transparent green screened legend or green Type III or Type IV cut-out permanent legend with blue Type III or Type IV symbol. "Y7" Fluorescent yellow Type IX sheeting background with black nonreflective screened or cut-out permanent legend and red Type IX symbol. (Stop or Yield Ahead Symbol Sign) "YW" Yellow Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend,and white Type III or Type IV sheeting background with black nonreflective screened or cut-out permanent legend and red Type III or Type IV symbol. 02910.10 Aluminum-In the paragraph that begins"Fabricate sheet...",replace the sentence that begins "Fabricate sheet aluminum..."with the following two sentences: Fabricate sheet aluminum signs from aluminum alloy 6061-T6,5052-H38,5154-H38,or approved equal. Give a chromate treatment conforming to ASTM B 449,Class 2 or a titanium-based coating according to ASTM B 921. 02910.20(a) General-Replace the sentence that begins "Use reflective sheeting..."with the following sentence: Use reflective sheeting Type I and retroreflective sheeting Type III,Type IV,Type VIII,and Type IX from the QPL and the following: 02910.32(b)Retroreflective Sheeting Legend-In the paragraph that begins"The silver-white or...",replace the sentence that begins"The white retroreflective sheeting..."with the following sentence: The white retroreflective sheeting shall consist of Type IX sheeting conforming to 02910.20. 02910.75 Manufacturer's Warranty-Replace the paragraph that begins"For retroreflective Type III..."with the following paragraph: For retroreflective Type III and Type IV sheeting used for permanent signs,provide a Warranty,for a Warranty period of 10 years,for restoring sign panels and replacing sheeting if the sheeting has failed as defined below. In the paragraph that begins"For purposed of the Warranty...",replace the bullet that begins"70%of minimum coefficient...",with the following bullet: • 70% of minimum coefficient of retroreflection for designated sheeting or cuttable film according to ASTM D 4956 for the remaining 3 years of the Warranty period for Type III and Type IV sheeting and remaining 5 years of the Warranty period for Type IX sheeting. SECTION 02920-COMMON ELECTRICAL MATERIALS Comply with Section 02920 of the Standard Specifications modified as follows: Page 82 02920.11 Nonmetallic Conduit-Replace the bullet that begins "Liquid-Tight..."with the following bullet: • Liquid-Tight Flexible Nonmetallic Conduit - Meet the requirements of Article 351 of the NEC and shall be UL1660 listed. 02920.12 Conduit Fittings-Add the following bullets to the end of the bullet list: • Conduit Hub - Hot-dip galvanized malleable iron screw-on style with Neoprene "O" ring. • HDPE Fittings - Factory mechanical HDPE coupling with individual reverse locking threads and built in center stop meeting the requirements of ASTM F 2176. 02920.23 Wire-Add the following bullet to the end of the bullet list: • TFFN Wire - Insulated stranded copper wire rated for 194°F operation in dry locations and be UL listed as TFFN. Page 83 ATTACHMENT K OREGON PREVAILING WAGE RATES CITY OF TIGARD May be downloaded from htip://www.oregon.gov/boli/W'HD/P\X,'R/Pages/P\X'R Oregon 2015.aspa Page 84 ATTACHMENT L STANDARD DETAILS FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation CITY OF TIGARD,OREGON The following detail drawings apply to this project and are hereby made a part of the contract documents. 1. All drawings incorporated into or referenced by the: FY 2015-16 PAVEMENT MANAGEMENT PROGRAM Pavement Rehabilitation Dated April 8 2015 Sheets 1 through 56 Page 85