Loading...
Milroy Golf Systems, Inc ~ CP18014 CITY OF TIGARD.OREGON-CONTRACT SUMMARY FORM (THISFORMMusTACCOMPANYEVERYCONTRACT) ��J� /, I Contract Title: Summerlake Park Irrigation System Renovation Number: l/ 1�J � (--) ("IA Contractor: Milroy Golf Systems, Inc. Contract Total $97,000.00 Contract Overview: Installing irrigation system.planting work, site gtadmg storm drainage work and concrete work at Summerlake park. Initial Risk Level: ❑ Extreme ❑ High ❑ Moderate ❑Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Martin McKnight Ext: 2598 Department- Parks Type- ❑ Personal Svc ❑ Professional Svc ❑ Architectural Agr Ej Public Imp ❑ General Svc ❑ Engineering Svc ❑ Other: Start Date. 2/13/2018_End Date: 6/30/2018_ Quotes/Bids/Proposal: FIRM Amo w/ oRE Milroy Golf System Inc. $104,054.00 Cascadian Landscapers, Inc. $106,810.00 Casserly Landscape Inc. N/A Account String: Fund-Division-Account Work Order—Actin Type Amount FY 2017-18 270-6150-54001 97.000.00 FY FY FY FY Approvals - LCRB Date: Department Comments: Department Signature: 4„ Purchasing Comments: (� i ifx&VqI Purchasing Signature; .` City Manager Comments: City Manager Signature: After securing all requir pprovals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. ISD CITY OF TIGARD PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT SUMMERLAKE PARR IRRIGATION SYSTEM RENOVATION THIS CONTRACT,made and entered into this 13'day of February 2018,by and between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called"City"and Milroy Golf Systems, Inc. hereinafter called"Contractor",duly authorized to perform such services in Oregon. RECITALS WHEREAS, the City requires services which Contractor is capable of providing, under terms and conditions hereinafter described;and WHEREAS,time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Contract Documents; THEREFORE,in consideration of the promises and covenants contained herein, the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following- Planting ollowingPlanting Work • Irrigation Work • Irrigation Sleeving Work • Concrete Work • Storm Drainage Work • Site Grading Work 2. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and performance pertaining to this Agreement,in the City of Tigard,Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. 3. Compensation A. City agrees to pay Contractor Ninety Seven Thousand and No/100 Dollars ($97,000.00) for performance of those services provided herein. B. City certifies that sufficient funds are available and authorized for expenditure to finance costs of this Contract during the current fiscal year. Funding in future fiscal years shall be contingent upon budgetary approval by the Tigard City Council. 4. Early Termination A. This Agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third parry judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute;or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of termination and shall be in full satisfaction of all claims by Contractor against City under this Agreement C. Termination under any provision of this paragraph shall not affect any right,obligation,or liability of Contractor or City which accrued prior to such termination. 5. 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. 6. Force Majeure Neither City nor Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled,including,but not restricted to,an act of God or of a public enemy, volcano,earthquake, fire, flood,epidemic,quarantine,restriction, area-wide strike, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause;provided that the party so disenabled shall within ten(10) days from the beginning of such delay,notify the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each party shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall,upon cessation of the cause,diligently pursue performance of its obligation under Contract. 7. 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. 8. Attorney's Fees In case suit or action is instituted to enforce the provisions of this contract,the parties agree that the losing party shall pay such sum as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 9. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 10. Indemnification Contractor agrees to indemnify and defend the City,its officers,agents and employees and hold them harmless from any and all liability,causes of action,claims,losses,damages,judgments or other costs or expenses including attorney's fees and witness costs and(at both trial and appeal level,whether or not a trial or appeal ever takes place) that may be asserted by any person or entity which in any way arise from, during or in connection with the performance of the work described in this Contract, except liability arising out of the sole negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever,such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 11. Insurance Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this Contract. Such insurance shall cover allrisks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its Subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain, at contractor's expense, and keep in effect during the term of this Contract,Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this Contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage(Any one fire) $50,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at Contractor's expense, and keep in effect during the term of the Contract,"Symbol 1"Commercial Automobile Liability coverage including coverage for all owned,hired,and non-owned vehicles.The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance: The Contractor, its Subcontractors, if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017,which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision: The City of Tigard, Oregon, its officers, directors, and employees shall be added as additional insureds with respect to this contract. All Liability Insurance policies will be endorsed to show this additional coverage. E. Insurance Carrier Rating: Coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The insurance carrier shall have a minimum of an AM Best Rating"A"with a financial strength of VII or better. The City reserves the right to reject all or any insurance carrier(s)with an unacceptable financial rating. F. Certificates of Insurance: A copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City,in lieu thereof,a certificate in form satisfactory to City certifying to the issuance of all such insurance provisions of this Contract shall be forwarded to: City of Tigard Attn:Office of Contracts and Purchasing 13125 SW Hall Blvd Tigard,Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work and no Contract shall be effected until the required certificates have been received and approved by the City. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance.A renewal certificate will be sent to the above address 10 days prior to coverage expiration. The procuring of such required insurance shall not be construed to limit Contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss connected with this Contract. G. Pmt''Coveragg Clarification: All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. H. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability,and pollution policies required by this Contract. 12. Method and Place of Giving Notice,Submitting Bills and Malting Payments All notices,bills and payments shall be made in writing and may be given by personal delivery or by email. Notices,bills and payments sent by email should be addressed as follows: CITY OF TIGARD MILROY GOLF Symms,INC. Attn: Martin McKnight Attn: Ted Scrivner Address: 13125 SVG'Hall Boulevard Address: 1102 N Springbrook Road,#206 Portland,Oregon 97223 Newberg,Oregon 97132 Phone: (503) 718-2598 Phone: (503) 538-3568 Email: martin@tigard-or.gov Email: milrovgolf@frontier.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. 13. Severability — r In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction,the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. i 14. Complete Agreement This Agreement constitutes the entire Agreement between the parties. No waiver, consent, modification,or change of terms of this Agreement shall bind either party unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding g this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he has read this Agreement, understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF, City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. CITY OF TI MII.ROY SYS INGC afore Signa e �/15�� Date Date CITY OF TIGARD PUBLIC IMPROVEMENT CONTRACT OREGON PREVAILING WAGE RATES SUMMERLAKE PARK IRRIGATION SYSTEM RENOVATION May be downloaded from:http://www.oLqggn.gov/boli/VMD/PWR/Paggs/pvr state aspx CITY OF TIGARD PUBLIC IMPROVEMENT CONTRACT PROJECT CONSTRUCTION DOCUMENTS SUMMERLAKE PARK IRRIGATION SYSTEM RENOVATION SECTION 010000 GENERAL REQUIREMENTS PART I GENERAL 1.1 GENERAL SCOPE OF WORK A. The Contractor shall carefully examine the site,plans and specifications. By submitting a quotation, the Contractor represents that he has visited the site and is familiar with the requirements of this project. The Contractor also represents that he is familiar with all federal, state,county and local laws and regulations that affect this work.The Contractor also is responsible for any licenses or permits that may be required. 1.2 RELATED WORK BY OTHERS A. Irrigation Water Meter(existing). B. Power to new irrigation controller. 1.3 WORK SEQUENCE A. Work to begin Date: February 20,2018,weather permitting(approximate). B. Work to be substantially completed on Date: June 30,2018. 1.4 PRE-ORDERED PRODUCTS A. Contractor will provide all materials to complete project unless otherwise noted.Contractor must keep track of materials used and provide owner with checklist of materials at the time of payment submittals. 1.5 QUANTITY ALLOWENCES A. Whenever in the Specifications,an article,device or pieces of equipment are referred to in singular number, such reference shall include as many such items as are shown on Drawings or required to complete installation 1.6 MEASUREMENTS AND PAYMENTS A. Quantities:As shown on Drawings.It is the responsibility of the Contractor to verify the quantity of each bid item prior to submission of bid. 1.7 ALTERNATES—N/A 1.8 COORDINATION A. Ordering Materials: Order and schedule materials in ample time to avoid delays in construction. If an item is found to be unavailable,notify the Landscape Architect immediately. 1.9 FIELD ENGINEERING A. Property lines and existing improvements are indicated on Drawings. Contractor shall establish primary construction control lines and be responsible for accuracy of the layout of his work. VerifT all lines,levels and dimensions shown on Drawings.Report any errors or discrepancies to Landscape Architect before proceeding with the work.Verify location of all underground utilities with local utility company. 1.10 REGULATORY REOUIREMENTS A. Contractor is responsible for all permits and licenses required to complete work as specified and shown on the Drawings. (The Contractor is also responsible for any required fees). B. Work Hours:7:00 AM to 5:00 PM,(5)five days a week,Monday through Friday.Saturdays upon approval from Owner's Representative. (No work on Sundays). 1.11 REFERENCE STANDARDS A. References in the Technical Specifications to Standard Specifications issued by the following organizations shall mean edition current on date of Advertisement for Bids, unless otherwise noted.Wherever referenced Standard Specifications contain provisions which conflict with the Contract Documents,the Contract Documents shall govern. 1.12 SUBMITTALS A. Submit samples in ample time for the Landscape Architect's review prior to ordering materials. 1.13 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. General Reference Points: Before starting work,locate all general reference points. Take such steps as necessary to prevent their dislocation or destruction. If destroyed or disturbed,replace as directed. B. Project Construction Limits:The contractor is to confine his activities to the Owner's property and to that portion of the project reasonably adjacent to the actual construction area. Clean-up of work area is required at the end of each day's work. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number,location,operation,and maintenance of fixtures and facilities. 1.14 TEMPORARY UTILITIES A. Contractor to provide own job trailer.Verify Trailer location with Owner's Representative. 1.15 BARRIERS A. Construct necessary barricades, fences, railings, signs, and temporary enclosures as required during construction period. Remove barriers prior to final completion and repair surfaces damaged by erection of barricades. 1.16 SECURITY A. Protection of Work and Property: Protect utilities and all other public and private facilities and improvements which are to remain in place. 1.17 TEMPORARY CONTROLS A. Construction Cleaning: Spillage resulting from hauling or other operations of the Contractor along or across any public traveled way shall be removed at once by the Contractor at his own e ense. B. Dispose of accumulation of rubbish -and debris in satisfactory manner. Allow no excess accumulation of non-reusable material at job site. 1.18 NOISE CONTROL A. At all times during his work, the Contractor shall exercise care to prevent unnecessary noise from his operations and those of his employees and subcontractors and maintain such noise at a minimum level. 1.19 SUBSURFACE WATER CONTROL A. Perform pumping,trenching,damming and underdraining necessary to keep site free from water during construction.Dispose of water in manor acceptable to the local regulation,taking care to ensure that no existing water disposal facilities are impeded, clogged, damaged, or interfered with. 1.20 TRAFFIC REGULATION A. Restrictions: The Contractor shall so conduct his operations as to cause the least possible obstruction and inconvenience to the Owner. B. Traffic control required to adhere to (MUTCD) Manual of Uniform Traffic Control Devices requirements.Review with Owner's Representative prior to starting work. 1.21 PROJECT IDENTIFICATION SIGNS A. Project Signs:None Required 1.22 STORAGE AND PROTECTION A. Storage: Contractor is responsible for storing materials as to ensure the preservation of their quality and fitness for work. Stored materials shall be located so as to facilitate prompt inspection. B. Protection: Contractor is responsible for adequate protection of all materials to be used on project from damage and where applicable,intrusions of moisture. 1.23 FINAL CLEAN-UP A. Upon completion of any portion of work, promptly remove temporary facilities generated by that portion of the work including surplus materials,equipment and machinery if so directed by the Landscape Architect, or the Owner; upon completion of the work, completely remove remaining temporary facilities.The Contractor shall also clean up street,and adjacent work areas. B. All work areas are to be cleaned up upon completion of each work day including all adjacent hard surfaces. 1.24 PROJECT RECORD DRAWINGS A. Project Documents: Maintain at job site one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, Field Orders, other Contract modifications, and other approved documents submitted by Contractor in compliance with various sections of the Specifications. B. Project Record Drawings: 1. Upon commencement of project, obtain and clearly mark one complete set of drawings "Record Drawings" to be maintained neat, clean, protected and marked clearly with red pencil showing all deviations from the drawings. 2. Information given shall include,but not be limited to,the location of underground utilities and appurtenances,irrigation lines and equipment,provided under this contract,referenced to permanent surface improvements. 3. Keep Project Record Document current. Do not permanently conceal any work until required information has been recorded and required inspections have taken place and been signed off and dated. 1.25 SUBMITTALS A. Upon completion of the Project and prior to final acceptance,submit to the Landscape Architect an original set of Project Record Drawings. 1.26 OPERATING AND MAINTENANCE MANUALS AND INSTRUCTIONS—N/A 1.27 GUARAN'T'EES A. Provide written certification that all work has been completed in strict compliance with Drawings and Specifications before requesting final inspection. Irrigation system to be guaranteed for one year after final acceptance. 1.28 FINAL PUNCH LIST A. Landscape Architect shall prepare punch list when notified by Contractor that work is completed.Landscape Architect will conduct one final inspection only.All further inspections or punch lists as required will be made at$90.00 per trip,at Contractor's expense. (Note: Failure of Landscape Architect to include any items on punch list does not alter responsibility of Contractor to complete work in accordance with Contract Documents.)Deliver all items called for herein under various specification sections to Landscape Architect at completion of work. END OF SECTION 010000 SECTION 312300 EXCAVATING, BACKFILLING,AND COMPACTING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavating,backfilling,and compacting of soils for building,paving,and planting soils and aggregates. B. Related Documents and Sections: 1. City of Tigard Engineering Design and Standard Details Manual. 2. Section 33 8400,Planting Irrigation:Irrigation system installation. C. Allowances: 1. Comply with requirements in City of Tigard Engineering Design and Standard Details Manual. 2. If additional excavation is required by existing conditions and not a result of the Contractor's negligence,measure additional Fork for additional excavation as directed by Owner's Representative. 3. Pay for additional excavation and related backfill on a unit price basis. D. Definition of Rock Excavation: 1. Removal of rock by systematic and continuous drilling and blasting or equipment of a larger size than standard power excavation equipment. 1.2 REFERENCES A. Definition of Rock: 1. Material which,by actual demonstration,cannot be reasonably excavated with standard power excavation equipment 2. Owner's Representative may waive the required demonstration if material is well defined rock. 3. Rock is a method of removal and not a geological formation. B. Definition of Standard Power Excavation Equipment: 1. Trench Excavator: Track mounted hydraulic excavator from 52,800 to 72,500 pound class equipped with a single shank ripper for excavating trenches. 2. Mass Excavator:Caterpillar D-8 dozer with single tooth ripper or equivalent equipment. C. Definition of Boulders: 1. Floater rock fragments exceeding 3/4 cubic yard in volume and cannot be reasonably removed,broken,and loaded into standard haul units (dump trucks). 2. Materials excavated under rock excavation shall not be considered boulders. 1.3 SITE CONDITIONS A. Temperature and Moisture Requirements: Do not excavate,backfill, or compact soils unless ambient air temperature is above 40 degrees F.and soils are within moisture limits indicated in Geotechnical Report. B. Existing Utilities: 1. Consult with Owner's Representative and utility company representative if uncharted or incorrectly charted subgrade utility lines are encountered during excavating. 2. Do not interrupt existing active utility and drainage lines serving facilities to remain, except when permitted in writing by Owner's Representative and when temporary alternative utility services are provided. 3. Provide temporary utility services for occupied buildings when permanent utility lines are interrupted. C. Scheduling: 1. Do not cover site improvements with soil and aggregate materials prior to acceptance of required inspections and tests. 2. Remove soil and aggregate materials covering damaged, defective, uninspected, and untested subgrade site improvements. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Substitute Manufacturers: 1. Comply with requirements in City of Tigard Engineering Design and Standard Details Manual. 2.2 MATERIALS A. Soil Materials: 1. Imported Subsoils,S1:As indicated in Section 312200,Grading. 2. Imported Subsoils,S2:As indicated in Section 312200,Grading. 3. On-Site Subsoils,S3:As indicated in Section 312200,Grading. 4. On-Site Subsoils,S4:As indicated in Section 312200,Grading. B. Aggregate Materials: 1. Coarse Aggregate:As indicated in Section 312200,Grading. 2. Coarse Aggregate,A2:As indicated in Section 312200,Grading. 3. Coarse Aggregate,A3:As indicated in Section 312200,Grading. 4. Coarse Drainage Gravel,A4: 1-1/2 to 1/2 inch,clean washed drain gravel with not more than 2 percent passing a 200 sieve (washed analysis). 5. Coarse Retaining Wall Gravel,A5:Clean washed drainable gravel and sand mixture with 1- 1/2 inch maximum aggregate size and not more than 5 percent passing a 200 sieve (washed analysis). 6. Medium Aggregate,A6:As indicated in Section 321124,Aggregate Base Course. 7. Medium Aggregate,A7:As indicated in Section 321124,Aggregate Base Course. 8. Medium Aggregate,A8:Washed angular crushed rock, 100 percent passing a 3/4 inch sieve,and not more than 12 percent passing a 200 sieve(washed analysis). 9. Medium Aggregate,A9:3/4 or 5/8 to 1/4 inch,clean washed medium sized drain gravel with not more than 5 percent passing a 200 sieve (washed analysis). 10. Fine Aggregate,A9: Clean sand, 100 percent passing a No.4 sieve,with not more than 5 percent passing a 200 sieve (washed analysis). C. Sheet and Fabric Materials: 1. Vapor Retarders:As indicated in Section 32 1124,Aggregate Base Course. 2. Drainage Filter Fabric: 60 mils thick,4.5 ounces per square yard,nonwoven continuous filament polypropylene with minimum average grab tensile strength of 120 pounds with 55 percent maximum average elongation,Propex 4545 by Amoco,200 Grade Fibretex by Crown Zellerbach,P0511 by Exxon,14ON by Mirafi. 3. Erosion Control Fabric:As indicated in Section 312200,Grading. 2.3 EQUIPMENT A. Excavating Equipment: 1. Wet Weather and Trench Excavators:Track mounted hydraulic excavator from 52,800 to 72,500 pound class equipped with a single shank ripper for excavating trenches. 2. Dry Weather Mass Excavators: Caterpillar D-8 dozer with single tooth ripper or equivalent scraper and dozer equipment. B. Compacting Equipment: 1. Heavy Weight Compactors: Self propelled or tractor towed compactors including steel wheeled,segmented,vibrating rollers. 2. Medium Weight Compactors: 48 inch diameter drum, smooth steel wheeled vibrating rollers. 3. Light Weight Compactors:Manually guided vibrating plate compactors. 4. Substrate Compaction Test Equipment: 10 cubic yard rubber tired haul unit (dump truck), filled with soil or aggregate. C. Trenching Equipment. 1. Self propelled 50 HP (gross) Class or larger ride on trencher with rock boom and and back flex chain with rock and frost teeth or mixed rock and frost cupped teeth. 2.4 SOURCE QUALITY CONTROL A. Imported Soil and Aggregate Source Tests: 1. When required by Owner's Representative,Owner will employ an independent testing laboratory to perform moisture content and density of soil tests in accordance with ASTM D 1557,Modified Proctor. 2. When required by Owner's Representative, Owner will employ an independent testing laboratory to perform moisture content and density of aggregate tests in accordance with ASTM D 698,Standard Proctor. PART 3 EXECUTION 3.1 PREPARATION A. Verification of Conditions: 1. Examine subsoil and existing site conditions. 2. Verify location of existing below grade utility lines and underground structures by reviewing utility locate markings on soil,curb,and paving surfaces. 3. Owner's Representative will examine imported backfill materials prior to site placement. B. Protection: 1. Protect existing streets,walks,and curbs from wheel and track damage by covering with heavy timber dunnage and temporary soil materials. 2. During extended wet weather, cover exposed soil materials sloping steeper than 2 horizontal to 1 vertical with vapor retarding sheets. 3. Protect excavations and trenches from erosion by freezing temperatures and water drainage. 4. Protect stockpiled soil materials from contamination with adjacent soils. 5. Surround open excavations and trenches with portable folding barricades and connect barricades with reflective barrier tape. 6. Provide amber flashing warning lights at 20 feet on center and mount on portable folding barricades around open excavations and trenches. 7. Protect site improvements,utility lines,and building foundations from damage caused by excavating,trenching,backfilling,and compacting adjacent soils. C. Preparation of Subgrade and Soils: 1. Comply with requirements in Section 312200,Grading. 2. Remove ground water from bottom of excavations and trenches with dewatering system and transport water to site drainage systems acceptable to Owner's Representative. 3. Apply water to moisten soils or aerate soils to dry backfill materials to achieve a moisture content within plus or minus 3 percent of the optimum moisture content at maximum dry density as determined by Modified Proctor Test,ASTM D 1557. 4. Do not place backfill on substrate soils which yield more than 1/2 inch under pressure from Substrate Compaction Test Equipment. 3.2 SOIL AND AGGREGATE REMOVAL A. Soil Removal: 1. Remove excavated soils encountered to obtain required subgrade elevations. 2. If unsatisfactory soil materials are encountered at design elevations,continue excavation until substrate conditions are satisfactory to Owner's Representative. 3. Do not excavate closer than two horizontal to one vertical slope below existing footings. 4. Do not excavate closer than two horizontal to one vertical slope without providing excavation supports complying with MI-OSHA Standards for Construction Industry, including site observations by a qualified person as defined in MI-OSHA. 5. Slope sides of excavations and trenches as required by soil conditions to prevent settlement. 6. Slope sides of temporary excavations not more than 1 horizontal to 1 vertical. B. Temporary Bracing: 1. Provide temporary structural bracing to maintain excavations and protect adjacent property until excavations are backfilled. 2. Shore and brace sides of excavations and trenches where adequate sloping of soils is not possible because of space restrictions. 3. Contractor may use sheet piles, uprights, stringers, and cross braces as required to support excavation and trench side walls. C. Trenching for Footings: 1. Trench for footings 18 inches minimum below original grade and 18 inches minimum below finished grade. 2. Clean footing excavations of loose material by hand shovel prior to concrete placement. 3. Provide firm,natural,undisturbed soil surface below footings. 4. During wet weather backfill footing trenches with 4 inch layer of Medium Aggregate A8. D. Trenching and Bedding for Utility and Plumbing Lines: 1. Remove and stockpile soil materials to obtain required subgrade depth and width to install utility and plumbing lines. 2. If trench is over excavated,restore grade by placing,spreading and compacting Medium Aggregate A8 bedding in layers not exceeding 9 inches. 3. Place 4 inch minimum thick Medium Aggregate A8 bedding on leveled trench bottom before pipe and conduit lines are installed. 4. Spread and level bedding aggregate so pipe and conduit is uniformly supported along the barrel before compaction. 5. Excavate bell holes at each joint to permit assembly and inspection of the entire joint. E. Removing Rock: 1. Comply with requirements in Section 312200,Grading. 3.3 BACKFILLING AND COMPACTING A. Placing and Spreading Backfill: 1. Contractor may use on-site subsoils for S3 structural and landscape subsoil backfill, when subsoils are applied in dry weather, and applied within 3 percent of optimum moisture content. 2. Place and spread backfill materials to meet required elevations in uniform lifts not exceeding 9 inches in loose thickness for compaction by Heavy Compactors and not exceeding 6 inches in loose thickness for compaction by Light Compactors. 3. Place and spread clayey silt and similar fine grained soil backfill materials to meet required elevations in uniform lifts not exceeding 9 inches in loose thickness for compaction by Heavy Compactors and not exceeding 6 inches in loose thickness for Light Compactors. 4. Place backfill at trenches and retaining walls as soon as work permits. 5. Place backfill adjacent to foundation walls on both sides simultaneously. B. Placing Initial Backfill Aggregate at Pipe and Conduit Lines: 1. Test pipe and power conduit lines prior to installing haunching aggregate. 2. Install haunching aggregate in lifts of not more than 6 inches in thickness,to spring line of pipe and conduit and compact on both sides using Light Compactors. 3. Bring lifts up together on both sides of pipe and conduit and carefully work under pipe and conduit by slicing with a shovel or other approved procedure. 4. Compact the bedding aggregate from flow line to horizontal centerline of pipe and conduit to ensure that firm support is obtained to prevent any lateral movement of the pipe and conduit during the final backfilling. 5. After completion of testing and haunching,backfill uniformly around conduit and pipe lines to 6 inches above pipe and conduit with Medium Aggregate A8 bedding in 6 inch lifts and uniformly compact on both sides with Light Compactors. 6. Place continuous colored tape markers on top of compacted bedding aggregate. C. Placing Imported Structural Backfill: 1. Place imported structural backfill below interior concrete slabs on grade,paving surfaces, walking surfaces,and where required to backfill adjacent foundation and retaining walls. 2. Place imported structural backfill below footings to fill areas of excess excavation in the subgrade. 3. Place imported structural backfill during presence of Owner's Representative. D. Placing Site Soil Backfill: 1. Place site soil backfill below paving and walk surfaces more than 10 feet from the building during dry weather. 2. Place site soil backfill below landscape areas more than 2 feet from the building during dry weather. 3. Place site soil backfill during presence of Owner's Representative. E. Placing Backfill Aggregates: 1. Place course drainage gravel,A4 backfill around perimeter foundation drains as specified in Section 33 4600,Subdrainage Systems-Skatepark. 2. Place course drainage gravel,A4 backfill in underfloor slab trench drains as specified in Section 33 4600,Subdrainage Systems -Skatepark. 3. Place course drainage gravel, A4 backfill not less than 12 inches wide continuous adjacent to foundation and retaining walls more than 12 inches high where soil is exposed to surface or ground water. 4. Place course drainage gravel,A4 backfill behind foundation and retaining walls 24 inches wide minimum from top of drain line bedding aggregate or from base of wall footing to 12 inches below finished grade as specified in Section 33 4600, Subdrainage Systems - Skatepark. F. Installation of Geotextile Fabrics: 1. Separate aggregate backfill from clays, silts, sands and other fine grained soils with geotextile filter fabric. 2. Install geotextile filter fabric over existing soils prior to placing coarse drainage gravel, A4 or medium aggregate,A9 to separate aggregates from fine grained soils. 3. Wrap geotextile filter fabric over aggregate backfills and secure fabric edges and ends prior to covering with fine grained soil backfills. 4. Lap edges and ends of geotextile fabrics not less than 4 inches. 5. Install geotextile erosion control fabric as recommended by fabric manufacturer. G. Placing and Spreading Concrete Slab Base: 1. Place concrete slab aggregate base as indicated in Section 32 1124, Aggregate Base Course-Skatepark. H. Compaction of Fill and Backfill: 1. Compact each layer of structural fill and backfill, disturbed subsoil and bedding aggregates below structural fill and backfill, and concrete slab base, and concrete slab leveling course aggregates to 90 percent of maximum density at optimum moisture content as determined by Modified proctor test,ASTM D 1557. 2. Compact each layer of landscape fill and backfill, bedding aggregates below landscape fill and backfill within 3 feet of foundation and retaining walls to 90 percent of maximum density at optimum moisture content as determined by Modified proctor test,ASTM D 1557. J. Fill and Backfill Requiring 90 percent Compaction: 1. Below foundations. 2. Below interior floor slabs. J. Upper 3 feet below grade. 4. Below pavements,within 3 feet below finish grade. 5. Interior footing backfill. 6. Utility trench backfill,upper 3 feet below pavements,walks,and interior floor slabs. K. Fill and Backfill Requiring 90 percent Compaction: 1. Below pavements,more than 3 feet below finish grade. 2. Retaining wall and basement wall backfill. 3. Utility trench backfill,more than 3 feet below pavements,walks,and interior floor slabs. 4. Utility trench backfill in landscape areas more than 6 inches above pipe or conduit. L. Fill and Backfill Requiring 85 percent Compaction: 1. Landscape Fill. M. Backfill Requiring Use of Light Compactors: 1. Utility trench backfill. 2. Within 3 feet of embedded foundation walls and retaining walls. 3.4 COMPLETION A. Site Tests and Inspections: 1. Comply with requirements in City of Tigard and State of Oregon Standard Specifications. END OF SECTION SECTION 32 84 00 PLANTING IRRIGATION PART 1-GENERAL 1.1 SUMMARY A. Section Includes: 1. The Contractor shall furnish all labor, supervision, and materials to install a complete irrigation system as described by and implied in the Contract Documents. 2. The Contractor shall repair any settling of backfilled trenches that may occur during the guarantee period, and completely restore and repair all plantings, lawn, paving, and other site improvements disturbed by this construction. 3. The Contractor is responsible for obtaining and paying for all required permits and fees associated with the work described in the Contract Documents. B. Related work in other sections 1. N/A. 1.2 SUBMITTALS A. Product Submittals: 1. Products used shall not deviate from those indicated on drawings, specified herein or approved through the pre and post bid substitution request process.Product submittals are required for these items. B. Quality Assurance Submittals: 1. Submit copies of manufacturer's installation instructions for irrigation equipment. 2. Submit documentation that the installer is a licensed and bonded landscape or irrigation Contracting firm that specializes in and has experience in the successfully installing similar irrigation systems. C. Contract Closeout Submittals: 1. Record Drawing Procedures shall include all approved variations or changes,indicating all main and lateral line locations,valves,quick-couplers,drains,wire runs,and irrigation heads, located by field dimensions to the nearest permanent landmark,as approved by the Owner's Representative. 2. Furnish operating instructions for controllers, spare parts list, and local source for replacement parts. 1.3 SITE CONDITIONS A. Weather Requirements: 1. Do not solvent weld polyvinyl chloride pipe when ambient temperature is below 40 degrees F and failing. 2. Do not solvent weld polyvinyl chloride pipe in wet conditions,without adequate cover. B. Schedule for Installing Pipe Sleeves and Sprinkler Heads: 1. Schedule installation of pipe sleeves below paving and walks to limit site pedestrian impact. C. Existing Tree Canopy areas; 1. The Contractor shall,at the discretion of the Owner's Representative and prior to trenching or installation, field stake proposed irrigation lines wherever they pass under existing tree canopies. 1.4 DAMAGES A. All structures or facilities damaged by work of this project shall be restored to equal or better than original condition at the Contractor's expense and to the satisfaction of the Owner's Representative, B. The Contractor shall be responsible for all damage caused by leaks or breaks in the equipment and materials furnished and/or installed in this contract for one year after the date of final acceptance. 1.5 EXISTING UTILITIES A. The Contractor shall contact the Utility Notification Center at 811 and Owner's Representative at least 48 hours in advance of any utility locate request.The Contractor shall verify,locate,and identify,with visible marking,all existing underground utilities in the areas of work and maintain such markings until all work in those areas is complete. If utility locate markings are not maintained by the Contractor the Contractor will be billed at the rate of$60.00 per hour for relocating services.If utilities are to remain in place,the Contractor shall provide adequate means of protection during excavation operations. B. Should uncharted piping or other utilities be encountered during the execution of the work,the Contractor shall notify the Owner's Representative immediately and consult with the utility owner for instructions before proceeding with the work. C. The Contractor shall cooperate with the Owner and public or private utility companies in keeping their respective services and facilities in operation.If it becomes necessary to temporarily interrupt existing services or facilities,the Contractor must provide temporary utility services to the satisfaction of the Owner's Representative. 1.6 PERMITS AND REGULATIONS A. All work detailed herein and on the drawings shall be accomplished in strict accordance with the applicable Local, State and Federal codes and regulations. The Contractor shall be responsible for obtaining and paying for all necessary permits to accomplish the work described herein. 1.7 RECORD DRAWINGS A. The Contractor shall maintain a current record of all pipe,wire,and equipment placement,and shall record all variations or changes approved by the Owner's Representative.Changes in layout of proposed work shall be recorded on the Record Drawing Set in blugpencil or ink.Additions to the proposed scope of work shall be recorded on the Record Drawing Set in g==pencil or ink. Deletions either in the proposed scope of work or by a change in layout shall be recorded on the Record Drawing Set in v&pencil or ink. B. Record drawings must be submitted to the Owner's Representative for review and approval on a weekly basis. C. Complete Record drawings shall be included in the Maintenance Manual. 1.8 SUBSTITUTIONS A. If materials other than those specified in the Contract Documents are proposed, the Owner's Representative shall determine whether such materials or methods are a suitable or equal substitute.The irrigation system described in the Contract Documents is based on specific GPM output, static and operating pressures.Approved substitutions may require partial or complete redesign of the system at the Contractor's expense. The Owner's Representative's decision will be final. 1.9 WARRANTIES A. Manufacturer's Warranty: 1. Provide equipment manufacturer's standard Warranty for automatic controllers, control valves,quick couplers,and heads. B. Installer's Guarantee: 1. Provide installer's "one year" guarantee for watertight pipe system to the Owner's Representative at the time of final acceptance,showing the date of completion,which shall be the beginning of the guarantee period. 2. Guarantee shall include repair of trench back-fill that settles more than 1/2 inch or of plantings,lawns,paving,and walk materials damaged by settlement of trench backfill soils during the guarantee period. PART 2-PRODUCTS 2.1 PIPE A. All PVC MAIN LINE AND LATERAL,PVC (Polyvinyl Chloride Plastic) pipe shall be PVC 1220,Type 1, normal impact, I.P.S.,N.S.F. approved. With the exception of 1-1/2" dia. pipe, which is allowed,all diameters shall be measured in 1"increments only,starting with a minimum diameter of 1". Schedule 40 PVC pipe shall conform to ASTM D1784-69,ASTM D1785,and PS22-70. Class 200 PVC pipe shall conform to ASTM D1784-69,ASTM D2241,AND PS22- 70.All P`--C pipe shall be new,defect free,and continuously and pen-nanently marked with the manufacturer's name or trademark, size, schedule and type of pipe. All pipe shall be minimum of 200 PSI rated and with SDR 21 walls. 2.2 PVC PIPE FITTINGS A. All PVC fittings shall be PVC 1220,schedule 40,type 1,normal impact,I.P.S.,N.S.F.shall meet the requirements of ASTM D-2466 unless otherwise noted. B. All PVC nipples shall be standard weight schedule 80,with molded threads. 2.3 PVC CLEANER AND PRIMER A. "Weld-On P-75" or approved equal. All approved equals for "Weld-On P-75" shall meet the requirements of ASTM F-656. 2.4 PVC SOLVENT CEMENT A. In all circumstances use"Weld-On 725" or approved equal.All approved equals for"Weld-On 725" shall meet N.S.F. approval for Type I and II PVC through three (3) inch and meeting requirements of ASTM D-2564. 2.5 PVC SLEEVES A. All sleeves shall be Class 200 PVC and shall be sized to provide sufficient clearance to accommodate all pipes and wire required to pass through the sleeve,plus room for an additional Class 200 PVC pipe of minimum 2.5" diameter,unless otherwise specified on the drawings. 2.6 GALVANIZED STEEL PIPE AND FITTINGS A. All steel pipe shall be schedule 40, hot-dipped galvanized, conforming to ASTM A120-76. Fittings shall be hot-dipped galvanized, malleable iron. Diameters shall be measured in 1" increments only,starting with a minimum diameter of 1". 2.7 IRRIGATION HEADS A. Spray Heads:Hunter Industries;PROS-06-PRS40-CV. B. Rotor Heads:Hunter Industries;I-25-06-SS. 2.8 VALVES A. Control Valves: 1. Automatic Control Valves:Hunter ICV series. Size as noted on plans. 2. Manual Control Valves: Heavy duty Brass body control valves, straight or angle configuration,150 PSI min.rating for valves less than 1-1/2"200 PSI rating for valves 1-1/2" or larger,conforming to ASTM B-62,with'cross' or'hub' style handle. Size as indicated on plans. B. Isolation Valves: 1. Mainline isolation valves;Matco-Norca or approved equal. Shall be Cast Iron bodied Gate Valves with screwed joints, resilient seating, non-rising stem, screwed bonnet, solid wedge and 2 inch square operating nut. 2. Zone isolation valves; shall be Brass Gate valves as indicated on plans, 150 PSI min., rated,with standard seat and threaded ports.Valve shall be same size as line on which it is installed, unless otherwise indicated on drawings. Valves shall have brass or stainless steel wheel handle. D. Quick-Coupling Valves;Hunter model HQ-3RC. E. Back-flow Prevention Device;N/A. F. Manual Drain Valves;"Buckner"2200 series;bronze angle valve,or approved equal.Valves shall be one(1")inch size. 2.9 VALVE BOXES AND VALVE COVERS A. Valve Boxes for Control,Isolation,Pressure Relief and Ball Valves; for single valves, "Carson- Brooks Model#1419" or approved equal,with locking top and with six (6")inch extensions as needed to facilitate required installation.Where multiple valves are placed,the boxes shall be no closer than four(4) feet on center.Boxes shall be"CARSON/BROOKS" brand,molded of a single piece of structural foam polyethylene or approved equal.Locking lids and extensions shall be of same manufacture as box. B. Backflow Prevention/ Point of Connection Assembly Vault; Vault shall be sized to allow installation of backflow prevention device and isolation valve. (See Backflow Device Assembly schematic)Contractor shall maintain a minimum clearance zone,on all sides,between any device and vault sides or other device or pipe.This zone shall extend from the center of any device to a distance equal to either the height or width of the device,whichever is greater,plus one-inch. "CARSON VAULT" size and type as specified on plans;or approved equal. C. Bolts for Locking Valve Box Lids:where locking or bolt-down lids are required the contractor shall provide stainless steel "penta" bolts (five-sided) and stainless steel washers.Bolts shall be of appropriate size and length for the specified valve box lid. 2.10 SWING JOINT ASSEMBLIES A. Prefabricated assemblies: "LASCO" with ten (10") inch lay length, for irrigation heads only, bIIPT by spigot, schedule 80, or approved equal: for Quick-Coupling Valve swing joint assemblies use "LASCO" fittings with appropriate'lay length' as required by details. Verify use with Owner prior to installation.Pre-fabricated swing-joint assemblies must be a minimum three quarter(3/4")inch size and properly sized for associated irrigation heads and not increase water velocity through fittings above five (5) feet per second allowable industry standard. B. SPIRAL BARB FITTINGS FOR POLYETHYLENE SWING JOINT ASSEMBLIES: All fittings shall be constructed specifically for use in constructing "poly-pipe" swing assemblies. The fittings shall have a maximum operating water pressure of 80 PSI. All fittings shall be constructed of UV resistant, thermoplastic material and be so designed to permit 'twist-in' insertion eliminating the need for glue and/or clamps. 2.11 IRRIGATION CONTROLLER(Sl,MONITORING AND SENSING DEVICES A. Controllers: "HUNTER' "ACC" series controller (refer to plans for controller model specification). Wall mounted type (unless otherwise specified on drawings), with heavy-duty weather tight case,and locking hinged cover. ACC AND ACC DECODER: The automatic irrigation controllers shall be of an advanced commercial design,with a large, backlit, 8 line by 20 character display,and user-friendly dial-and-button type programming.The controller shall have a removable facepack (containing the user interface and all program memory) which can be easily removed without tools for programming and diagnostics outside the controller enclosure.The controller facepack shall have non-volatile memory,with 9 VDC battery power to enable programming when removed from the enclosure. The controller interface shall have an Info button to provide text help instructions for each dial position. The controller shall also have two independently programmable Normally Closed Pump/Master Valve outputs.Pump/Master Valve activation combinations shall be programmable by station; each station may have one,two,both,or neither P/MV output configured whenever the station is activated for any reason. Each Pump/Master Valve output shall have a capacity of.325 A @24VAC.The controller shall have an internal 120/230 VAC transformer of at least 120 volt-amp capacity, and shall have sufficient output capacity(4A @ 24V secondary)to operate up to 14 standard 24 VAC solenoids (12 solenoids plus 2 Pump/Master Valve outputs) simultaneously. For primary electrical wire sizing assume 2 amp max in 120V installations, 1 amp max in 230V installations. The controller shall have a self-diagnostic circuit breaker to prevent harmful overloads due to field wiring. The controller shall have a replaceable fuse,6x20mm,2A,250V fast blow,and shall be supplied with one spare fuse. ADDITIONAL SPECIFICATIONS,ACC99D The ACC controller shall be capable of two-wire decoder control of up to 99 stations via a plug- in decoder output module. The decoder output module shall be field-installable without tools, and only a screwdriver to make the two-wire path connections. The decoder output module shall in no way reduce the range of features or prograimning capabilities of the standard ACC controller. The decoder output capability shall be compatible with any of the enclosure configurations (steel wall,metal pedestal,plastic pedestal)available for the ACC controller. The decoder output module shall have an intrinsic capability of up to 99 stations, and shall occupy 3 modular expansion slots inside the ACC controller cabinet The decoder output module shall have 6 two-wire output paths to the field.The decoders may be wired in sequence over any combination of the two-wire paths,including all 99 on a single two-wire path. Each path may extend up to 10,000 ft./3km to the end of the wire run over 14 AWG(1.5mm dia.)wire,or 15,000 ft./4.5km over 12 AWG(2mm dia.)wire. The wire paths shall be twisted pair, solid-core, color-coded red/blue pairs, enclosed in a PE sleeve available in 6 different colors for in-ground identification. The two-wire paths shall be Hunter Industries Model ID1BLU OR IDIYLW for 14 AWG conductors. The two-wire paths may be spliced, or "teed", permitting extensions of the path in multiple directions. In general,the distance from the controller to the end of any one end of a"tee"or wire run shall not exceed the maximum for the gauge of wire,even if the total of all wire exceeds that number. For example, a path comprised of IDWIREI (rated for 10,OOOft./3km) could extend 5000 ft./1.5km to a"tee"splice,and each arm of the tee could extend an additional 5000 ft./1.5km. The total wire connected would equal 15,000 ft./4.5km, but the distance from the controller,to the end of each run,would be 10,OOOft./3km or less,meeting the specification.All wire splices must be made in a valve box with DBR-6 or equal direct-burial waterproof connectors. The decoder output module shall be compatible only with Hunter Industries ICD Series decoders, and shall not be connected to any other model or brand of decoder. The decoder output module shall have a port for programming station addresses directly into each field decoder,and shall not require the use of serial numbers. Each decoder shall have one or more (in the case of multiple output decoders)station addresses programmed at the controller location with the ACC control panel,and the station number(s) shall be noted on the side of the decoder prior to installing in the valve box. Any single-station decoder (ICD-100) output station shall have the optional capability to be designated as a Pump/Master Valve for programming purposes, and the controller's ability to operate two P/MV outputs by station may be divided in any way between direct P/MV connections from the controller's Master Module,and designated in-line decoder outputs. The decoder output module shall feature diagnostic status LEDs indicating line status, faults, active decoders (stations running) and active communications on the two-wire paths. The decoder output module shall use the existing ACC transformer for power output,and shall be capable of running up to 14 solenoids (12 solenoids plus two programmable Pump/Master Valve outputs) simultaneously.The decoder output module shall include heavy-duty spark gap surge suppression as a standard feature,with a rating of not less than 90 Volts,5 kiloAmps(kA). The decoder output module shall require acknowledgement from each decoder when stations are activated, and shall permit two-way communications on the wire path. Each decoder shall confirm each station activation, or the controller shall indicate a failure,whenever a station is turned on. All connections in the two-wire paths (outside the controller enclosure) shall be made with 3M DBRY-G waterproof, strain-relieving direct burial connectors,or exact equals. Decoder output to solenoid connections shall be made with 3M DBY waterproof,strain-relieving connectors,or exact equals. No substitution of wire or wire connector specifications is permissible. All connections,tees,and splices shall be positioned in valve boxes for future location and service. Maximum distance from decoder output to solenoid under normal conditions shall be 150 ft./45m.Wire runs between decoder output and solenoid shall be twisted wire when in excess of 20 ft./7m,to assist in surge protection. The powder-coated steel wall mount decoder controller shall be Hunter Industries Model ACC99D. The decoder controller shall be UL and c-UL listed. The controller shall be CE and C-tick approved and shall have WEEE recyclability markings as required. B. DECODERS Compatible decoders include only the Hunter ICD Series as described herein. ICD Series decoders are available in four different station output configurations,and shall be selected and placed to minimize the wiring distance from decoder to solenoid. The maximum distance recommended between individual decoder outputs,and the solenoids they are to activate,is 100 ft. Shorter runs between individual decoder outputs and their solenoids reduce susceptibility to lightning damage in all decoder installations. 18 AWG/1mm dia.wire or larger shall be used for all decoder-to-solenoid connections.In high lightning areas this wire shall be twisted to maximize surge suppression. Decoders shall be available in one, two, four, or six station decoder units. Each decoder shall have a single pair of red/blue leads for connection to the two-wire path,and a pair of black leads for connection to the first solenoid. Multiple station decoders shall have color-coded outputs for each individual output,which corresponds to the station number of that output. Decoders with multiple station capability shall activate individual outputs,independently of each other color-coded output. Each decoder output shall have sufficient capacity to activate two typical 24VAC irrigation solenoids simultaneously. A "typical" solenoid is assumed to require approximately 400 ma inrush current with approximately 200 ma holding current. The decoders shall have a current draw of 3.5 ma standby and 40 ma per active station. Decoders shall be filled with a waterproof polymer compound to protect all circuitry,but shall be installed in valve boxes (or compatible top service valve-in-head sprinkler compartments) to facilitate proper connections and service. Each decoder shall include an integrated surge suppression circuit with an exposed,unjacketed ground wire.No additional surge suppression devices shall be required in the two-wire path. The installer shall provide adequate earth ground (not to exceed 10 Ohms, or in compliance with practices as defined in American Society of Irrigation Consultants Earth Grounding Guideline 100-2002, available at www.asic.org) and connect it to one of the decoder ground leads every 1000 ft.(330m), or every 12th decoder module, whichever is shorter. Minimum ground hardware shall be a 4"x 36" (100 x 915mm) copper plate with at least 10A)X,'G/2.5mm dia. copper wire. In high lightning areas,grounding may be increased to every 500 ft./150m or 6 decoders. Ground connections from decoder ground lead to grounding hardware shall be made by joining the 12-AWG(2mm dia.) decoder ground wire xith a 10AWG (2.5mm dia.) solid copper lead in an approved wire nut of appropriate size, inserted in a DBRY-6 waterproof direct burial connector,or with an approved wire clamp. Ground hardware shall extend at right angles from the two-wire red/blue path, and ground hardware shall be located at least 6ft./2m away from the two-wire path. Each decoder output shall also have thermal,resettable circuit breakers to prevent overload from solenoid malfunctions. Each decoder shall be programmable via wireless electro-magnetic induction while installed, without disconnection of any waterproof connections. A wireless handheld meter (Hunter Industries Model ICD-HP)shall be furnished to allow programming,operation,and diagnostics through the decoder case. The decoders shall be Hunter Industries Models as specified by station capacity:ICD-100 Single- station decoder The wireless handheld programmer shall be Hunter Industries Model ICD-HP. C. Flow Sensor; "HUNTER" HFS with corresponding "FCT" sized according to plans, or approved equal. The flow shut-off device shall be capable of interrupting the power from the irrigation controller to the valves when flow in the system exceeds a pre-selected amount. The device shall be of a two-piece configuration with a sensor unit and a programmable interface panel.The interface panel shall be wired directly to the irrigation controller and mounted in close proximity to the controller. The sensor unit shall be wired to the interface panel and shall be housed in a PVC sensor body. The sensor bodies shall be available in 1, 1.5,2, 3, and 4-inch Schedule 40 PVC and 1.5,2,and 3-inch Schedule 80 PVC. The sensor shall be of a magnetic impeller-type design.The sensor circuitry shall be housed in a corrosion resistant plastic casing, completely sealed, and waterproof. The interface panel shall be enclosed in a durable,weather-resistant,locking plastic case designed for indoor or outdoor mounting. The interface panel shall have a system calibration button that calibrates the sensor to the highest zone flow while running.All adjustments to the interrupt period and system start-up delay shall be accomplished through two dials on the interface panel. Feedback on system performance shall be provided by LEDs on the interface panel and shall indicate if power is applied to the device and if flow is acceptable. The programmable interface panel shall provide for a start-up delay of 0 seconds to 300 seconds to allow for system stabilization before detecting for overflow conditions.Interrupt period shall be programmable from 2 minutes to 60 minutes,along with a manual reset function. The device shall be installed in accordance with the manufacturer's published instructions. D. Solar Sync;"HUNTER"wireless"WSS-SEN",or approved equal. The Solar Sync shall automatically adjust run times for controller stations based on a local evapo- transpiration sensor, connected to a compatible automatic irrigation controller via SmartPort interface. The Solar Sync shall include only local evapo-transpiration data, "local data" being defined as sensed climatological conditions within the immediate coverage area of the irrigation system, from a sensor dedicated to that purpose. The Solar Sync shall not require broadcast, subscription, or other generalized weather data, and shall function as a standalone ET-based irrigation system when directly connected to a compatible automatic irrigation controller of up to 48 stations. The Solar Sync shall consist of two physical components,including a Solar Sync Sensor mounted in an optimum location for measurement of climatological data,and a module,containing database information which shall be connected to the irrigation controller's SmartPort. The Solar Sync Sensor shall be mounted within 200 ft./60m of the irrigation controller. The Solar Sync Sensor shall include individual sensors for solar radiation, and air temperature, and shall also include a rain sensor.The rain sensor shall be capable of interrupting the power from the irrigation controller to the valves when rainfall exceeds a pre-selected amount. The rain sensor circuitry shall utilize 2 sets of hygroscopic disks to activate switches in the unit. One switch will be for the total rainfall compensation unit and the other for the Quick Response❑❑unit. The Quick Response❑❑unit will turn off the irrigation system within 5 minutes of the onset of precipitation,depending on the intensity. The sensor shall be adjustable by turning a plastic collar on the device that regulates an opening, thus varying the rate of evaporation from the disks. In addition,the built-in temperature sensor shall be capable of interrupting the power from the irrigation controller to the valves when ambient air temperature falls below 37 degrees Fahrenheit(3 degrees Centigrade). All sensors shall be integrated into a single array, and shall be housed in an UV and corrosion resistant plastic casing. The sensor shall have an integral,adjustable,aluminum,mounting bracket that allows installation on angled,as well as perpendicular surfaces.The sensor shall have a mounting option that allows for installation on a rain gutter. The Solar Sync shall permit the user to designate a no water window that prevents any irrigation from occurring during a specific period of the day. The Solar Sync shall be fully functional with 24VAC input or less,with a max current draw of 25ma,and shall not require a dedicated high-voltage transformer or connection.The Solar Sync system shall be CE [C-tick] approved. The Solar Sync shall be installed in accordance with the manufacturer's published instructions. E. SENSOR DECODERS ACC99D controllers shall have the ability to monitor the status of specified sensors remotely, via the two-wire path,with specialized Sensor Decoders. The Sensor Decoder shall have 2 input Ports suitable for Clik-type sensors or the Hunter Industries HFS flow meter. The HFS flow meter must connect to Port A on the Sensor Decoder. Both Ports (A & B) may accommodate normally-closed Clik-type switch closure sensors. The designer shall have the option of connecting system sensors directly into the controller's main module, or via the Sensor Decoder, or both, up to the specified maximum number of sensors for the controller(4 Clik+ 1 Flow).The Sensor Decoder shall report status of sensors "upstream"via the two-wire path,regardless of other decoder activity on the two-wire path. The Sensor Decoder shall install into the two-wire path exactly like the ICD station output decoders,having a single red/blue pair for connection to the two-wire path,and shall also have a programmable address. The Sensor Decoder connections shall be made according to the specifications for all other decoders. Sensor connections shall be made to the color-coded Sensor Decoder input leads with DBY,or exact equal,waterproof,direct-burial connectors,and all connections shall be placed in a valve box for subsequent location and service. Sensors shall be connected with not more than 150ft./45m 18AWG/1mm wire to the Sensor Decoder. The Sensor Decoder shall have a bare ground wire for connection to earth ground,in accordance with the specifications applying to all other decoders. The Sensor Decoder shall count as a "decoder"for ground spacing purposes. The Sensor Decoder shall be a Hunter Industries Model ICD-SEN. The ICD decoders and Sensor Decoders shall be UL and c-UL listed,and shall be CE and C- tick approved. 2.12 DECODER SPECIFICATIONS: Decoder Output Module: The decoder output module shall include its own user interface dedicated to decoder programming and diagnostics, including a backlit LCD display and navigational buttons. The decoder output module shall fit into 3 of the slots that accommodate conventional station output modules. The decoder output module shall co-exist with conventional station output modules, so that a hybrid system of conventional solenoid wiring and two-wire decoder wiring is possible in the same controller. The decoder output module shall include a Programming Port for field programming of decoder station addresses via the decoder wires. Decoder programming shall not require the use of serial numbers or external devices. The decoder output module shall offer 3 separate two-wire paths to the field. Up to 48 decoder stations may be on any one path,or dispersed over 2 or 3 paths. The decoder output module shall display active stations by number,and shall also be able to display current draw in milliamps on the two-wire paths at any time,without disruption to running irrigation. The decoder output module shall detect and display Line Open and Line Fault conditions on the two wire path. The decoder output module shall use a current sensing logic to determine whether active stations are drawing sufficient current and shall provide alarm notification when either an underdraw or overdraw situation is detected. The decoder output module shall provide a solenoid finder feature,which chatters a solenoid loudly, for location purposes. Decoders: The decoders shall be completely waterproof.Each decoder shall have a single red and a single blue wire, for connection to the color-coded two-wire path. Each decoder shall include 2 waterproof connectors,UL listed to 600V direct burial,to insure proper connection. The decoders shall be available in a single-station configuration, and a two-station configuration. The individual station outputs shall also be color-coded to insure proper connection. Each decoder station output shall be capable of activating a minimum of 2 typical 24VAC irrigation solenoids. Individual solenoid specifications should be referenced for any difficulties with decoder operations (such as solenoids containing extra components for surge protection). Decoders shall be installed within 100 ft/30 in of the solenoids they are intended to operate.In high lightning areas, the use of webbed wire pairs for decoder-to-solenoid connections is highly recommended. All decoder installations shall be made in appropriately sized valve boxes. At each decoder splice, approximately 5 ft/1.5 m of wire slack shall be provided,looped inside each valve box, to prevent strain on the connection over time. The system shall accommodate up to 48 decoder stations in any combination of single or two- station decoders. All decoder stations shall be compatible with license-free wireless remote control. Surge Protection: Surge suppression devices designed for use with the decoder system shall be installed at a minimum of every 1000 ft or every 12 decoder modules,whichever is first.A surge suppression module must be installed at the end of each two-wire path. The surge suppression device shall be completely waterproof,and shall include two of each color- coded wire leads,to match the two-wire path. When the surge suppression device is installed in-line,one red/blue pair shall be connected to the wire path on the controller side of the device,and another red/blue pair shall be connected on the field side,continuing the decoder wiring path.When the surge suppression device is installed at the end of the two-wire path,the two red leads shall be joined together with the red wire on the path. The two blue leads shall also be joined together with the blue wire on the two-wire path,so that no leads are left un-terminated. All surge suppression device installations shall be made in appropriately sized valve boxes.At each decoder splice,approximately 3 ft of wire slack shall be provided,looped inside each valve box, to prevent strain on the connection over time. Earth ground hardware shall not be located in the same valve box as the surge suppression devices. Each surge suppression device shall have a single bare copper earth ground lead,for connection to earth grounding hardware.The lead shall be routed at right angles to the two wire path,a minimum of 8 ft/2.5 m away from the two-wire path, and connected to a copper-clad steel ground rod or copper plate of 4"/100 mm width and 36"/1 m length. Nominal resistance of this earth ground connection shall be approximately 10 Ohms or less, and ground-enhancement materials may be required to achieve this. 2.13 WIRE AND ELECTRICAL CONNECTORS A. Irrigation control wire shall be single strand insulated copper wire designed for 24 volts or greater,Type UF,UL approved for direct burial in NEC Class II circuits. Size of wire shall be in accordance with manufacturer's recommendation, but in no case smaller than number fourteen (14) gauge. Common wire shall be white and control wires shall be red. If more than one Common wire is required,additional Common wires shall be white with colored stripe(s). B. Decoder Wiring "HUNTER IDWIRE"or approved equal. Each two-wire path shall consist of approved decoder cable for this specific system.The wire shall consist of two twisted solid-core copper wires, color-coded red and blue, within a polyethylene jacket for solar and cut protection.Wire conductors shall be 14AWG /2mm2 for distances up to 5000 ft/1500 m,or 12-AWG/3.3m-n2 for distances up to 7500 ft/2300 m. All splices made within the two-wire path shall be made with UL-listed waterproof connections rated to 600V direct burial with a robust strain relief.All splices in the wire path shall be made in valve boxes, with a minimum of 3 ft slack in each valve box. All decoders and surge suppression devices shall include the minimum number of such connectors in the box from the manufacturer to insure proper connection. C. Hardwire Communication Wire:Hunter GCBL Wire or approved equal. D. Electrical Connectors;water tight electrical connectors "3-M DBY/DBR',or approved equal. E. Locate Wire; all water lines must be marked with continuous #14 gauge, single strand locate wire,with black color coating. 2.14 OTHER MATERIALS A. Concrete for Thrust-Blocking;N/A B. Pipe Joint Tape;pipe joint tape shall be a minimum of one-half inch(1/2")Teflon tape intended for use in wrapping threaded PVC and/or galvanized pipe fittings and joints,as required. PART 3-EXECUTION 3.1 GENERAL A. Do not allow any work to be covered or enclosed until it has been inspected,pressure tested, and approved by the Owner's Representative.At end of each work day all holes and trenches shall be covered and/or barricaded. B. Installation of all materials and equipment shall be in strict accordance with the manufacturer's written specifications and recommendations and with local and state codes whether indicated on the drawings or not.The Contractor is responsible for calling to the immediate attention of the Owner's Representative any conflicts between the manufacturers written specifications and recommendations; local and state codes; and the Contract Documents. The Owner's Representative may require the Contractor, at no additional cost, to correct to the Owner's satisfaction any work installed that results in such conflicts. C. The location of pipe,sprinkler heads,valves,and other equipment shall be as shown on the plans and shall be the size and type indicated.No changes shall be made without prior approval by the Owner's Representative. Minor changes necessary to conform to ground conditions may be made by the Contractor without the Owner's Representative's prior consent in order to ensure the smooth progress of the work. However, all such changes are subject to approval by the Owner's Representative and must be recorded on Record Drawings. D. Permission to shut off any water lines must be obtained in writing from the Owner's Representative prior to the beginning of any work. Disruptions in service shall be kept to a minimum. E. The Contractor shall be responsible for maintaining the system and protecting it from all damage,including damage caused by vandalism or adverse weather conditions,until date of final acceptance.The Contractor shall be responsible for repairing such damage at no additional cost to the Owner. F. The Contractor shall maintain at the site a clean copy of the drawings for recording all changes to the project in accordance with the Records Drawings Procedure.All changes shall be recorded within twenty-four (24) hours of occurrence. FAILURE TO KEEP RECORD DRAWINGS CURRENT SHALL RESULT IN A REDUCTION OF PAYMENT TO CONTRACTOR THE RATE OF PAYMENT SHALL BE BASED ON THE PERCENTAGE OF COMPLETION OF THE RECORD DRAWINGS. 3.2 INSTALLATION PROCEDURE A. No work shall be covered or enclosed until it has been inspected,tested,approved and signed off on the checklist. A 24-hour notice for approval shall be given. The Landscape Architect/consultant will maintain the inspection checklist with review by the maintenance department. 1. Layout Stake,flag and/or paint the location of all heads,valves and piping according to the schematic design shown on the drawings.The layout is then to be approved. 2. Trenching shall proceed after layout approval. If during excavation, a large amount of unknown material (asphalt, concrete, wire, steel, etc.) is uncovered, the debris shall be removed from site,at contractor expense.Bottom of trench shall be free of rocks,asphalt, concrete, wire, steel and any other debris. Trenching is the preferred method for pipe installation.Pipe pulling is only allowed when a. The job site is at a school where open holes should be kept to a minimum. b. The soils are known to be clean and free of debris. Hand trench around existing tree roots of 2"and larger are encountered. Pipe shall have firm and uniform bearing on all pipe runs to prevent uneven settlement Wedging or blocking of pipe is not permitted. 3. Mainline,thrust blocks and isolation valves shall be installed according to the specifications. The mainline installation is then to be approved. 4. The mainline is to be flushed before the installation of the automatic remote control valves. Soil may be placed in trenches between fittings to insure the stability of the line under pressure.Thoroughly flush all mainline pipe.The flushing is then to be approved. 5. The mainline is then to be pressure tested, after valve installation,with the pipe filled with water and all air expelled. Minimum pressure test shall be 100 PSI without losing three (3) PSI over a two (2) hour period. Pressure can be achieved with a pump, but shall not be maintained with a pump. Supply certified pressure gauge during testing. Detect and repair all leaks and retest until approval is granted. 6. The lateral lines, swing joints and flexible pipe joints shall then be installed and then approved. 7. The lateral lines shall be thoroughly flushed to remove all debris and expel all air from the piping.The flushing is then to be approved. 8. Delay complete backfilling until pressure tests have been accepted.Backfill,settle with water and compact trenches in 6"lifts with material free of rocks and debris.Backfilling will then be approved. 9. Trench restoration will be completed by the contractor with seeding of trenches with a certified blue tag Alliance Perennial Ryegrass Blend. Provide submittal before seeding for approval by owner representative. 10. The installation of valve boxes and heads shall then be inspected and approved. 11. The installation of all wiring at valves and controller shall then be inspected and approved. 12. The installation of the ground rod will have a Megger test performed.The rod will then be inspected and approved. 13. Valve pressures will then be adjusted. The contractor will then adjust all heads. The head adjustment shall then be inspected and approved. 15. A walk through with the contractor, Landscape Architect/consultant and Portland Public Schools staff to establish a final punch list.All items on the punch list will then be corrected. 16. The final walk through will then take place with final acceptance and the signing of the warranty. 3.3 TRENCHING A. A minimum depth of cover to the top of irrigation piping shall be as follows: 1. All lateral lines shall be a minimum of twelve inches (18") deep. 2. All main lines shall be a minimum of eighteen inches (24") deep. 3. All communication and/or phone line wire runs shall be a minimum of eighteen inches(24") deep. 4. Where multiple pipes are laid in common trench the contractor must maintain a minimum separation of 6"in any direction between all pipe. B. Backfill in the cool part of the day whenever possible to minimize expansion and contraction of the PVC pipe. C. Remove all lumber,rubbish,and rocks from irrigation trenches.Irrigation lines shall have a firm, uniform bearing surface for the entire length of each line. Wedging or blocking of pipe other than specified thrust-blocking is not permitted. D. Pipe shall be flushed clear and clean of all dirt and foreign material prior to back-filling trenches. (See 3.12 FLUSHING AND TESTING) E. Backfill trenches in layers of not more than six inches (6")in depth and compact each layer(See Section 02220 EXCAVATING, BACKFILLING, AND COMPACTING compaction requirements).Fill trenches to finish grade with native or imported topsoil keeping the top three inches (3") free of rock.Restore surface to original or better than original condition. F. Any materials or equipment damaged or destroyed while back-filling shall be repaired or replaced by the Contractor at no additional cost to the Owner. G. "Pulling" of pipe with a vibratory plow may be accepted as an alternate installation method for specific portions of the work. The Contractor shall request in writing of the Owner's Representative permission to use this method of installation. Requests shall include a complete description of the type of equipment to be used,the experience of the equipment operator and the areas in which pipe will be pulled. 3.4 PIPE A. Exercise care in handling and storing all pipe and fittings. Store materials under cover before using.Transport materials in a vehicle of adequate size and capacity to prevent bending or the concentration of an external load at any point on the materials. Any materials or portions of materials that show such damage shall be discarded and replaced. B. Remove all foreign matter and dirt from inside pipe or fittings before lowering into the trench. C. Install all pipe and fittings per the manufacturer's specifications. Use the specified primer and cement on all glue joints.Use Teflon tape on all threaded joints. D. Install the specified locator wire on the top side of all pipe.Tape locator wire to the all pipe at no less than twenty foot(20)intervals.All sections of locator wire shall be spliced together with water-tight splice connectors,to provide a continuous run. E. Install concrete thrust blocks at all changes of direction for mainline pipe two and one-half inches (2-1/2") or greater in diameter. Place a minimum of one 60 pound sack of pre-mixed concrete against the pipe and firm undisturbed soil,in accordance with the pipe manufacturer's recommendations. F. Snake pipe in trenches to allow for expansion and contraction as recommended by the manufacturer. G. Cut pipe ends square and remove burrs at all joints. 3.5 CONTROL VALVES A. Install complete as detailed.All valve boxes shall be installed so that the top of the box is flush with finish paving grade or 1" above planting area grade. B. Verify locations with Owner's Representative prior to installation. 3.6 QUICK-COUPLING VALVES A. Install complete with fittings and covers as detailed on plans. 3.7 ISOLATION/MANUAL VALVES A. Install complete with fittings,valve boxes and extension(s),as detailed on plans. 3.8 DRAIN VALVES A. Install complete with fittings,valve boxes and extension(s),as detailed.Install a minimum of one cubic foot(1 c.f.) drain rock at each drain valve location. 3.9 IRRIGATION HEADS A. Install irrigation heads of types,sizes and coverage called for in the Irrigation Legend/Key at the locations shown on the plans. Minor changes in head location may be necessary to achieve the required coverage at no additional expense to the Owner. Notify the Owner's Representative for approval prior to making any changes.Document all changes on project record drawings as they occur. B. Locate no head closer than three inches (3") from any adjacent walk (gravel, concrete, or otherwise). 3.10 IRRIGATION SLEEVES A. Install sleeves for irrigation lines and/or control wire under pavement prior to placing pavement materials.Extend sleeves beyond pavement edge a minimum of twelve inches (12").All sleeves shall be installed with a minimum depth of cover to the top of the pipe of twenty inches (20"). If length of required sleeve is greater than the length of the unit of pipe,solvent weld all joints required.Otherwise all sleeves shall be of one continuous length of pipe. B. Tape ends of sleeve closed to keep soil out of the sleeve until irrigation lines and/or control wire are installed. C. Permanently attach a single length of fourteen (14) gauge trace wire above the entire length of the sleeve. D. Stake both ends of sleeves with a readily visible stake extending twelve inches (12")above grade and below grade to the bottom of the sleeve. Mark the above grade portion of the stake with the words"Irrig.Sleeve".Remove stakes after sleeves are recorded on as-built drawings and after irrigation lines and/or control wires are installed and inspected. E. Place a minimum of four inches (4") of sand backfill over the top of all sleeves,in areas of new paving,before back-filling with soil or other sub-grade materials. 3.11 IRRIGATION CONTROL/PHONE/COMMUNICATION WIRING A. Lay control vire in trench under mainline and/or lateral lines whenever they occur in the same trench.Place control wires in sleeves/conduit under all paving and when not in common trench with mainline and/or lateral lines. B. Make all wire splices moisture proof using specified electrical connectors. Splices shall only be made in valve boxes.Provide a minimum of two foot(2)of coiled slack between all wire splices. All Communication control wire(see 2.13) splices shall be soldered and encased in water-proof jackets and be approved by the Owner prior to covering. C. Control wires shall be bundled together and wrapped with electrical tape at intervals of no more than ten(10) feet.Wires shall be placed below mainline and/or laterals when in same trench. D. Clearly mark both ends of all wiring,on a permanent tag,with the number of the corresponding valve and controller station. Locate one tag at each control valve and one tag per wire in the controller. E. Install separate common wire for each controller. When 2-wire decoder system is specified a common wire is not required. F. Sharp bends or kinks in the wiring shall not be permitted. Wires shall be unreeled in place alongside of or in the trench and shall be carefully placed along the bottom of the trench.Wire shall not be unreeled and pulled into trench from one end. G. Follow applicable requirements above for computer control/phone/communication wire. For all wiring coil a min. of 6' (six feet) slack at each location for all future connections. Place field ends in minimum twelve inch(12'7 round valve boxes with extension(s) as needed to meet one half inch(1/2")above grade.Bring all control wires into controller.Leave a min.of 6'length for each wire coiled in box. Contractor will connect to appropriate equipment (Contractor will coordinate with Owner's Representative.The Contractor shall provide a'continuity' test on all wiring to verify communication. H. Where any wiring is run in trench without irrigation piping the appropriate warning tape shall be placed in trench six inches (0)above the wiring. I. Trace wire shall be laid on top of all mainline and potable water service line and taped to the top of the pipe with electrical tape wrapping the entire circumference of pipe. Trace Wire shall be taped at intervals of no less than 10'and at all Tee's and turns in the pipe.A min of 2' of trace wire shall be looped in each valve box unless otherwise directed by the Owner's Representative. 3.12 IRRIGATION CONTROLLERS A. The Owner is responsible for providing a power source and phone line connection to the specified controller locations in accordance with the manufacturer's standard specifications, recommendations,and all applicable local and state codes. B. Location of controller(s) is shown on plans. The final location will be determined by Portland Public Schools representative. C. All field 2-wire and communication wire shall be installed in a clean and neat manner into all equipment.A 48"pigtail is required at controller. D. Refer to plans for controller installation requirements. 3.13 BACKFLOW PREVENTION DEVICE A. Existing 3.14 FLUSHING AND TESTING A. Thoroughly flush all piping before testing and installation of irrigation heads and before back- filling any trenches. B. The Contractor shall not allow or cause any work to be covered before it has been inspected and approved.Work covered before approval shall be uncovered at the Contractor's expense. C. Soil may be placed in trenches between fittings to insure the stability of the line under pressure. In all cases,fittings and couplings must be open for visual inspection for full period of test.No testing shall be done until the last solvent welded joint has had a minimum of twenty-four(24) hours to set and cure. D. Before testing,fill pipe with water and expel all air from pipes. E. In system with concrete thrust blocks,the test shall not be made until at least five (5) days have passed after all concrete thrust blocks are installed. If higher early strength cement is used in the concrete thrust block,the test shall not be made until at least two(2) days have elapsed. F. Test lateral piping at full pressure.Minimum pressure test on mainline,valves,joints and fittings, shall be one-hundred (100) pounds per square inch without losing more than three (3) pounds per square inch for a period of two (2) hour. The Contractor shall first perform the test for himself and repair any leaks or defects. The Contractor shall then notify the Owner's Representative at least twenty-four (24) hours in advance and complete another test in the presence of the Owner's Representative for approval. All testing shall be done with a certified pressure gauge supplied by the Contractor. Submit written certification of the gauges' accuracy prior to testing. G. The Contractor shall adjust and balance the irrigation system to provide uniform coverage.The Contractor shall change or adjust heads and/or nozzles as required to provide uniform coverage and match final grades. Upon completion of all systems and coverage tests performed by and for the Contractor,the Contractor shall notify the Owner's Representative at least twenty-four (24) hours in advance, and perform another coverage test in the presence of the Owner's Representative for approval. H. Where inspected work does not comply with specified requirements or if pressure tests fail, replace the rejected work until re-inspected by the Owners Representative and found to be acceptable.The Contractor shall credit the Owner,against the Contract Amount,at a rate of one hundred twenty dollars per hour($120.00/hr.) for re-inspection of failed tests. I. All locator wires must be tested and approved by the Owner's Representative prior to Final Payment. All wire tests shall be conducted by the Contractor and approved by Owner's Representative. 3.15 CLEAN-UP A. Upon completion of the work,cleanup all boxes,wrappings,excess materials,and other rubbish resulting for this work and leave the site in original or better condition. 3.16 FINAL SUBMITTAL A. The Contractor shall comply with"Record Drawing Procedures"specified in Section 1.2(c)and shall include all approved variations or changes, indicating all main and lateral line locations, valves, quick-couplers, drains, wire runs, pump(s), and irrigation heads, located by field dimensions to the nearest permanent landmark approved by the Owner's Representative. B. The Contractor shall provide an Irrigation Valve Schedule,laminated on both sides with plastic, for placement inside the appropriate controller cabinet. C. Extra Materials: In addition to installed system, furnish the Owner with the below listed items. Provide with itemized invoice of closeout products and receive signature of receipt from the Project Manager. 1. Two sprinkler head bodies of each size and type. 2. Two nozzles for each series and type. 3. Two gate valve operating keys (one 12" and one 30"). 4. Two quick coupler valve keys 5. Two controller enclosure keys. C. The Contractor shall provide a clean,legible print of the final Project Record Drawing with all zones clearly color-coded. The Contractor shall laminate both sides with plastic. Submit to Owner's Representative for approval. D. The Contractor shall provide three(3)copies of all equipment operation instructions,parts lists, service manuals, specification sheets, warranty information, winterization instructions, precipitation rates for irrigation heads, and circuit operating time for each zone; properly collated,punched and bound in a three(3)ring binder.Each binder shall be dearly marked with the following information; PROJECT MANUAL "Project Name" (from Contract Documents)Date of Project Completion Contractor's Name and Address Submit project manuals to Owner's Representative for review and approval. E. The Contractor shall be responsible for providing up to eight (8) hours of training and orientation covering the adjustment and maintenance of the irrigation system.The Contractor shall be responsible for one full winterization and one spring activation of the irrigation system, following completion of the work, and shall conduct these operations as part of the Owner's training and orientation procedures. END OF SECTION CITY OF TIGARD PUBLIC IMPROVEMENT CONTRACT PAYMENT BOND SUMMERLAKE PARK IRRIGATION SYSTEM RENOVATION Bond Number: CSB0005734 Project Name: Summerlake Park Irrigation System Renovation Contractors Bonding and Insurance Company (Surety#1) Bond Amount No. 1: $ 97,000.00 (Surety#2)* Bond Amount No. 2:* $ — I f rasing multiple sureties Total Penal Sum of Bond: $ 97,000.00 We, MILROY GOLF SYSTEMS INC as Principal, and the above identified Surete•(ies),authorized to transact surety business in Oregon,as Surety,hereby jointly and severally bind ourselves,our respective heirs,executors,administrators,successors,and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of(total Penal Sum of Bond) NINETY-SEVEN THOUSAND DOLLARS AND NO/100THS--------- (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 shall faithfully and truly observe and comply with the terms,conditions,and provisions of the Contract,in all respects,and shall well and truly and fully do and perform all matters and things to be performed under said Contract and any duly authorized modifications that are made,upon the terms set forth therein,and within the time prescribed therein, or as extended therein as provided in the Contract,with or without notice to the Sureties, and shall indemnify and save harmless the City of Tigard its officers, agents, and employees against any claim for direct or indirect damages of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors,and shall promptly pay all persons supplying labor,materials, or both to the Principal or its subcontractors for prosecution of the work provided in the Contract;and shall promptly pay all contributions due the State Industrial Accident Fund and the State Unemployment Compensation Fund from the Principal or its subcontractors in connection with the performance of the f Contract;and shall pay over to the Oregon Department of Revenue all sums required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claim to be filed or prosecuted against the City on account of any labor or materials furnished;and shall do all things required of the Principal by the laws of the State of Oregon, then this obligation shall be void;otherwise,it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL REPRESENTATIVES. Dated this 14TH day of FEBRUARY 2018 PRINCI O SYSTEMS INC By: Signa it Ll 61- Printed Name&Title Attest. a� SURETY: Contractors Bonding and Insurance Company (Add signatures for each surety if using mufliple bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney must accof*any each surety Gond) Kimberly K Moore Name Qn� C PO Box 3967 Address Peoria IL 60612-3967 City State Zip 309-692-1000 309-683-1610 Phone Fax %0%01111111101"11,Agip �""" SERE CITY OF TIGARD PUBLIC IMPROVEMENT CONTRACT PERFORMANCE BOND SUMMERLASE PARK IRRIGATION SYSTEM RENOVATION Bond Number: CSB0005734 Project Name: Summerlake Park Irrigation System Renovation Contractors Bonding and Insurance Company (Surety#1) Bond Amount No. 1: $ 97,000.00 (Surety#2).' Bond Amount No.2:* $ — *If using multole sureties Total Penal Sum of Bond: $ 97,000. 0 We, MILROY GOLF SYSTEMS INC as Principal, and the above identified Surety(ies),authorized to transact surety business in Oregon,as Suret,,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) NINETY-SEVEN THOUSAND DOLLARS AND NO/100THS— --- (Provided, that we the Sureties bind ourselves in such sum"jointly and severally"as well as"severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS,the Principal has entered into a Contract with the City of Tigard, the plans, specifications, terms,and conditions of which are contained in the above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications, special provisions, schedule of performance,and schedule of Contract Prices,are made a part of this Performance Bond by reference,whether or not attached to the Contract(all hereafter called "Contract"};and WHEREAS,the Principal has agreed to perform the Contract in accordance with the terms,conditions, requirements,plans,and specifications, and all authorized modifications of the Contract which increase the amount of the work,the amount of the Contract, or constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety: NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms of the Contract and performs the Contract within the time prescribed by the Contract, then this obligation is null and void; otherwise it shall remain in full force and effect If the Contractor is declared by City to be in default under the Contract,the surety shall promptly remedy the default,perform all of Contractor's obligations under the Contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract This obligation jointly and severally binds the Contractor and surety and their respected heirs, executors, administrators, and successors. Nonpayment of the bond premium shall not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. Said surety for value received,hereby stipulates and agrees that no change,extension of time,alteration, or addition to the terms of the Contract,or the Work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time,alteration,or addition to the terms of the Contract or to the Work or to the specifications. This Performance Bond shall also guarantee the subject projectqgainst defects in materials or workmanship for a period of one(1)year from the date of written Substantial Completion acceptance of the subject project by the City of Tigard. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY-'AUTHORIZED LEGAL REPRESENTATIVES. Dated this 14TH day of FEBRUARY 2018 PRINCIP Y GOL SYSTEMS INC By: Si Lture 6 Printed NarneJ9 Title Attest '4' n SURETY: Contractors Bonding and Insurance Company (Add signatures for each surety if using multiple bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney must accorrspany each surety bond) Kimberly K Moore Name C oe PO Box 3967 Address Peoria IL 60612-3967 City State Zip 309-692-1000 309-683-1610 Phone Fax JP OEIPOq •' ��• Ci . SE • ` AL • '�., ••, •. a�.� POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Judy Price,Joe Riter,Sean Doongy.Kimberly K.Moore,Heather Beelar.jointly or severally in the City of Portland , State of Oregon its true and lawful Agent(s)and Attomey(s) in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed_ Twenty Five Million Dollars (_ $25.000.000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "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,any 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." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 21st day of November 2017 . ,p".w...... ��„�imrmq„ RLI Insurance Company AAF01 �, "go" ce F,%z, Contractors Bonding and Insurance Company ON @�% aPPOR4ro' =R' SEAL = : SEAL : = By: Barton W.Davis Vice President 01 110 State of Illinois SS County of Peoria CERTIFICATE On this 21st day of November 2017 , before me, a Notary I, the undersigned officer of RLI Insurance Company and/or Public, personally appeared Barton W. Davis , who being by me duly Contractors Bonding and Insurance Company, do hereby certify sworn, acknowledged that he signed the above Power of Attorney as the that the attached Power of Attorney is in full force and effect and is aforesaid officer of the RLI Insurance Company and/or Contractors irrevocable; and furthermore, that the Resolution of the Company as Bonding and Insurance Company and acknowledged said instrument to be set forth in the Power of Attorney, is now in force. In testimony the voluntary act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Com any and/or Confractors Bonding and Insurance �� Company this day of VtXgu" 44D 1 1h By: t� (♦i +r�wi7r`' RLI Insurance Company Gretchen L.Jobnigk Notary Public Contractors Bonding and Insurance Company ------------------------------ GRETCHENLJOHNIGK • tNOTAR-Y 'OFFICIAL SEAL"O My Commlmlon Explres By. Mavze, n Jean M tephenson Corporate Secretary 3675788020212 A0058817